You are on page 1of 487

REGULAR MEETING OF THE BOARD OF SUPERVISORS

ORANGE COUNTY, CALIFORNIA

Tuesday, January 24, 2012, 9 : 3 0 A . M .

BOARD HEARING ROOM, FIRST FLOOR


333 W. Santa Ana Blvd., 10 Civic Center Plaza
Santa Ana, California

JOHN M. W. MOORLACH
CHAIRMAN
Second District

SHAWN NELSON JANET NGUYEN


VICE CHAIRMAN SUPERVISOR
Fourth District First District

BILL CAMPBELL PATRICIA BATES


SUPERVISOR SUPERVISOR
Third District Fifth District
ATTENDANCE: All Present

EXCUSED: None

PRESENT: COUNTY EXECUTIVE OFFICER Thomas G. Mauk


COUNTY COUNSEL Nicholas S. Chrisos
INTERIM CLERK OF THE BOARD Susan Novak

INVOCATION: Supervisor Nelson, Fourth District, gave the invocation

PLEDGE OF ALLEGIANCE: Supervisor Campbell, Third District, led the assembly in the Pledge of
Allegiance

I. PRESENTATIONS/INTRODUCTIONS

Chairman Moorlach presented his State of the County Address

Supervisor Nguyen will be presenting a proclamation to Alex Ruiz, the Good Samaritan who intervened
in a convenience store robbery in Garden Grove
DELETED

II. CONSENT CALENDAR (Items 1-23)

34152 APPROVED AS RECOMMENDED WITH THE EXCEPTION OF ITEM 17 WHICH


WAS CONTINUED TO 2/28/12, 9:30 A.M.; ITEM 21 WHICH WAS CONTINUED TO
2/7/12, 9:30 A.M.; ITEM 23 WHICH WAS DELETED; AND ITEM 10 WHICH WAS
PULLED FOR DISCUSSION AND SEPARATE VOTE

BOARD APPOINTMENTS
1. Chairman Moorlach - Law Library Board of Trustees - Reappoint Richard S. Price, II,
Fullerton and Beatrice A. Tice, Irvine, for terms ending 12/31/12

2. Supervisor Nelson - Buena Park Library District Board of Trustees - Appoint Mary Fuhrman,
Buena Park, to complete term ending 12/2/14

ELECTED DEPARTMENT HEADS

Auditor-Controller:

3. Receive and file Fund/Budget Control Semi-Annual Report for 7/1/11 - 12/31/11 for
new and closed funds - All Districts

4. Approve schedule of County Capital Assets Physical Inventory Dates for calendar years
2012 and 2013 - All Districts

5. Authorize Auditor-Controller to delete dismantled, missing, obsolete, stolen and


surplused equipment items from department capital asset inventories - All Districts

District Attorney:

6. Approve agreement with District Attorney Fellows for Certified Law Student and Legal
Services; Approve Memorandum of Understanding (MOU) and Cooperative agreement
with participating Schools of Law for Orange County District Attorney Fellowship
Program; and authorize District Attorney or designee to execute individual agreements
and MOUs - All Districts (Continued from 1/10/12, Item 5)

7. Approve lease agreement DA-11-004 with CGJP-1, LLC for office space at West Court
Annex, Westminster; and make California Environmental Quality Act findings - District
1

Sheriff-Coroner:

8. Approve agreement with the County of Inyo for provision of autopsies, 2/1/12 - 1/31/17
($12,000); and authorize Sheriff-Coroner to update billing rate schedule as necessary -
All Districts

9. Approve amendment 2 to agreement MA-060-10011712 renewing as MA-060-


12010985 with Fujitec America, Inc. for elevator maintenance and repair services,
3/16/12 - 3/15/13 ($32,000); and authorize Purchasing Agent or authorized deputy to
execute amendment - All Districts

10. Treasurer-Tax Collector - Authorize transfer of unclaimed money to County General Fund
($385,381.26), Superior Court Fund ($42,128.25), Probation Victim Restitution Fund
($17,653.03) and authorize transfer of funds from the County General Fund to Treasurer-Tax
Collector Publication and Legal Notice Account ($18,762.28); and adopt Resolution
authorizing Treasurer to escheat individual items in the amount of $5,000 or less and report to
the County Auditor-Controller each act performed - All Districts (4/5 vote of members present)
23145 APPROVED AS RECOMMENDED
RESO: 12-006
HEALTH CARE AGENCY

11. Approve agreement MA-042-12010717 with Advanced Medical Management, Inc. for Fiscal
Intermediary Services in support of HIV Clinic Specialty Care, 3/4/12 - 2/28/13 ($432,000);
renewable for four additional years; and authorize Purchasing Agent or authorized deputy to
execute agreement - All Districts

12. Approve agreement with State Department of Public Health for AIDS Drug Assistance
Program, 7/1/11 - 6/30/12 ($48,993) - All Districts

OC DANA POINT HARBOR

13. Approve amendment 3 to lease with Momilani's Island Traditions, Inc., to modify rent
adjustment schedule; and make California Environmental Quality Act findings - District 5

OC COMMUNITY RESOURCES

14. Acting as the Board of Supervisors and Orange County Development Agency - Receive
and file Orange County Development Agency's FY 2010-11 Annual Report - All Districts

OC PUBLIC WORKS

15. Approve agreement MA-080-10012857 with Konica Minolta for photocopier/multifunction


machines, term ending 6/30/13 ($100,000); and make California Environmental Quality Act
findings - All Districts

16. Receive bids and award contract to Harry H. Joh Construction, Inc. for roofing services for OC
Public Works facilities maintenance projects ($500,000); and make California Environmental
Quality Act findings - All Districts

17. Approve and accept for recording quitclaim deed from the City of Irvine for conveyance of
three parcels totaling approximately 60 acres; and make California Environmental Quality Act
findings - Districts 3 and 5
34152 CONTINUED TO 2/28/12, 9:30 A.M.

18. Acting as the Orange County Flood Control District - Approve agreement D11-058 with
Orange County Water District to establish the terms and conditions for development of Ball
Road Basin; and make California Environmental Quality Act findings - District 3

19. Acting as the Board of Supervisors and Orange County Flood Control District - Approve
plans and specifications and set bid opening for 3/21/12, 2:00 p.m., for Haster Basin and
Recreational Field Project; and make California Environmental Quality Act and other findings -
District 1

OC WASTE & RECYCLING

20. Approve plans and specifications and set bid opening for 3/7/12, 2:00 p.m., for Segunda
Deshecha Pre-Mitigation Irrigation Supply project, Prima Deshecha Landfill; and make
California Environmental Quality Act findings - District 5

GENERAL ADMINISTRATION
21. County Executive Office - Appoint Frank Ospino as Orange County Public Defender,
effective 1/27/12 ($207,979.20) - All Districts
34152 CONTINUED TO 2/7/12, 9:30 A.M.

22. Internal Audit - Receive and file Internal Audit Department Monthly Status Report for
December 2011 - All Districts

23. Chairman Moorlach - Approve amendment 5 to Memorandum of Agreement with Thomas G.


Mauk, County Executive Officer (Continued from 12/13/11, Item 22)
34152 DELETED
END OF CONSENT CALENDAR
III. DISCUSSION ITEMS (Items 24-S50B)

ELECTED DEPARTMENT HEADS

Sheriff-Coroner:

24. Approve agreement with City of Santa Ana for transfer or purchase of
equipment/services or reimbursement of training costs for Urban Areas Security
Initiative, FY 11; accept Urban Areas Security Initiative funds from Santa Ana, FY 11
($1,256,745); authorize Purchasing Agent or authorized deputy to purchase related
equipment; and authorize Sheriff-Coroner to execute agreement and amendments under
certain conditions - All Districts
35142 APPROVED AS RECOMMENDED

25. Accept 2011 Homeland Security Grant Program award from California Emergency
Management Agency ($4,938,238); authorize Purchasing Agent or authorized deputy to
purchase related equipment; approve related documents and authorize Sheriff-Coroner
or designee to execute; and authorize Auditor-Controller to transfer funds or property to
other entities under certain conditions - All Districts
13452 APPROVED AS RECOMMENDED

HEALTH CARE AGENCY

26. Approve agreements with AIDS Services Foundation Orange County ($1,618,245), Delhi
Center ($142,958), Laguna Beach Community Clinic, Inc. ($181,581) and Shanti Orange
County ($178,413) for HIV services, 3/1/12 - 2/28/13; authorize Director or designee to
exercise cost contingency increase for agreements not to exceed 10% under certain conditions;
and authorize Director or designee to execute agreements - All Districts
31452 APPROVED AS RECOMMENDED

27. Select and appoint one Board Member as primary and one as alternate to the CalOptima Board
of Directors for terms ending 12/31/13 - All Districts
35142 SELECTED AND APPOINTED SUPERVISOR NGUYEN AS PRIMARY DIRECTOR
AA AND SUPERVISOR CAMPBELL AS ALTERNATE

JOHN WAYNE AIRPORT

28. Approve agreement with Heritage Security Services for Armed Security Guard services,
1/25/12 - 1/31/13 ($766,448); renewable for four additional one-year periods; and authorize
Purchasing Agent or authorized deputy to execute agreement; and make California
Environmental Quality Act findings - District 2 (Continued from 1/10/12, Item 28)
23145 APPROVED AS RECOMMENDED

OC COMMUNITY RESOURCES

29. Receive bids and award Job Order Contracts (JOC) to Mackone Development, Inc. for JOC
P005 (General Engineering) $1,000,000; Intelog Hym Engineering for JOC P006 (General
Engineering) $1,000,000; Exbon Development, Inc. for JOC P007 (General Building)
$750,000; MW Services, Inc. for JOC P008 (General Building) $750,000; and National
Demolition Contractors for JOC P009 (Earthwork & Paving) $1,000,000 - All Districts
15342 APPROVED AS RECOMMENDED
30. Approve Concept Plan for Regional Park at former Marine Corps Air Station (MCAS) Tustin
for preparation of a General Development Plan; authorize OC Parks Director or designee to
submit Concept Plan to the National Park Service as Program of Utilization for conveyance of
park property from the Federal Government to the County; authorize OC Parks Director or
designee to negotiate an agreement with Orange County Sports Foundation to enable
development and operation of a water polo/ice hockey complex within the Regional Park; and
authorize CEO/Public Finance to develop a financing plan for the Regional Park with no impact
on the General Fund; and make California Environmental Quality Act and other findings -
District 3
B.O. CONTINUED TO 2/7/12, 9:30 A.M.

31. Approve final Ten Year Plan to End Homelessness and Commission to End Homelessness
Bylaws; receive and file Ten-Year Plan to End Homelessness Quarterly Report and approve
Policy Recommendations for Year-Round Emergency Shelter; and direct OC Community
Services to develop a Funding Allocation Policy and Process (FAPP) for year-round emergency
shelter and return to the Board for approval - All Districts
24135 APPROVED AS RECOMMENDED
X

32. Acting as the Board of Supervisors and Orange County Development Agency - Response
to 1/10/12 Board Directive; adopt amended enforceable obligation payment schedule; select
option for Housing Successor Agency; adopt resolutions declaring Agency has not forgiven any
loan, advance or indebtedness; delegate OCCR to act on behalf of County in all administrative
matters in elimination of the Orange County Development Agency, and provide necessary
administrative support to Successor Agency; provide direction to staff regarding appointment
process for Oversight Boards - All Districts
31452 APPROVED RECOMMENDED ACTION #1
N N

31452 SELECTED OPTION B (ORANGE COUNTY HOUSING AUTHORITY) FROM


N RECOMMENDED ACTION #2

31452 APPROVED RECOMMENDED ACTION #3


RESO: 12-007 - 12-008

31452 APPROVED RECOMMENDED ACTION #4


N

24135 PROVIDED STAFF WITH DIRECTION ON NOMINATION PROCESS TO BOARD


OF SUPERVISORS FOR APPOINTMENTS TO REDEVELOPMENT OVERSIGHT
BOARDS:CITY OVERSIGHT BOARDS:1) EACH SUPERVISOR WILL MAKE THE 2
NOMINATIONS FOR THE CITIES SOLELY IN THEIR DISTRICT,2) FOR SPLIT
CITIES, EACH OF THE SUPERVISORS WILL MAKE 1 NOMINATION EACH,3)
FOR APPOINTMENTS ALLOCATED FOR THE BOARD GOVERNED SPECIAL
DISTRICTS, THE SUPERVISOR WITH THE LARGEST POPULATION OF THAT
SPECIAL DISTRICT WILL MAKE NOMINATION, AND 4) OC COMMUNITY
RESOURCES STAFF WILL ASSIST EACH SUPERVISOR IN IDENTIFYING
CANDIDATES FOR THEIR NOMINATIONSCOUNTY OVERSIGHT BOARD:5) OC
COMMUNITY RESOURCES STAFF WILL ASSIST THE CHAIRMAN IN
DETERMINING THE PROCESS FOR APPOINTMENTS TO THE COUNTY
OVERSIGHT BOARD.

OC PUBLIC WORKS

33. Adopt resolution approving State Coastal Conservancy grant agreement 11-017 for State
Proposition 84 funds (up to $2,000,000) for Santa Ana River Parkway Project; authorizing
Director of OC Public Works or designee to execute agreement and make amendments under
certain conditions; authorizing Director of OC Community Resources to execute and submit
forms and documentation as required by the State; and make California Environmental Quality
Act findings - District 3
31452 APPROVED AS RECOMMENDED
RESO: 12-009

OC WASTE & RECYCLING

34. Select Geosyntec Consultants as primary and Advanced Earth Sciences, Inc. as alternate firms
for construction management, quality assurance/quality control and archaeological
/paleontological services, South Regional Landfills; and authorize negotiation of agreement for
Board approval - District 5
51342 APPROVED AS RECOMMENDED

SOCIAL SERVICES AGENCY

35. Approve agreement CMJ0512 with Orangewood Children's Foundation for Annual Report on
Conditions of Children in Orange County, 3/1/12 - 2/28/13 ($113,400) - All Districts
13452 APPROVED AS RECOMMENDED

36. Approve agreement MA-063-12010270 with ANI Acquisition Sub, Inc. subsidiary of
DocuLynx, Inc. for pilot project for up-front imaging with document preparation services,
2/1/12 - 12/31/12 ($1,131,292); renewable for one additional; and authorize Purchasing Agent
or authorized deputy to execute agreement - All Districts
34152 APPROVED AS RECOMMENDED

37. Approve amended agreement MA-063-10013057 to renew as MA 063-12011048 with SBC


Global Services, Inc. DBA AT&T Global Services for Automated Call Distribution services,
2/1/12 - 1/29/13 ($830,663); and authorize Purchasing Agent or authorized deputy to execute
agreement - All Districts
34152 APPROVED AS RECOMMENDED

38. Approve amendment 2 to lease with MICK, a California Limited Partnership to extend existing
lease for an additional six years ($19,000 reduction on monthly rental rate), 1240 S. State
College Boulevard, Anaheim; and make California Environmental Quality Act findings -
District 4
45132 APPROVED AS RECOMMENDED

GENERAL ADMINISTRATION

County Executive Office:

39. Approve settlement agreement with Administrative Office of the Courts (AOC);
authorize acceptance of $865,379 reimbursement for Workers' Compensation claim
payments and administrative costs - All Districts
35142 APPROVED AS RECOMMENDED

40. Select and approve agreement 12-002HA with National Homebuyers Fund, Inc. as
Mortgage Credit Certificate Program administrator; and authorize Public Finance
Director to execute agreement - All Districts
35142 APPROVED AS RECOMMENDED

41. Approve recommended positions on introduced or amended legislation and consider


other legislative subject matters - All Districts
31452 APPROVED AS RECOMMENDED

42. Adopt resolution authorizing issuance and delivery of Multifamily Housing Revenue
Bonds (San Clemente Senior Apartments Project) Series 2012A, in an aggregate
principal amount not to exceed $17,600,000; approval of Bond Issuance; approve all
other documents as necessary - All Districts
1 MOTION TO APPROVE AS RECOMMENDED FAILED FOR LACK OF A
SECOND

51342 CONTINUED TO 2/7/12, 9:30 A.M.

43. Approve recommended grant applications submitted by Health Care Agency and OC
Public Works in 1/24/12 grant report and other actions as recommended - All Districts
14352 APPROVED AS RECOMMENDED

44. Response to 10/18/11 Board Directive - Direct County Executive Office and Sheriff-
Coroner to pursue options for establishing long-term law enforcement services
contracts; and direct CEO to pursue options for legislative solutions - All Districts
B.O. CONTINUED TO 2/7/12, 9:30 A.M.

45. Response to 1/10/12 Board Directive regarding Auditor-Controller Appointment


Process - All Districts
53142 RECEIVED AND FILED REVISED DRAFT SELECTION TIMELINE AND
DRAFT RECRUITMENT FLIER AS AMENDED THAT APPOINTEE MUST
BE A REGISTERED VOTER WITHIN THE COUNTY OF ORANGE AT THE
TIME OF APPOINTMENT

46. Approve 2011 Strategic Financial Plan - All Districts


41352 APPROVED AS RECOMMENDED

47. Adopt resolution authorizing County Treasurer to make Bridge Transfers to K-12
School Districts; and adopt resolution authorizing Auditor-Controller to reimburse K-12
School Districts for any interest costs related to transfers; and make related findings -
All Districts
43152 APPROVED AS RECOMMENDED
RESO: 12-010 - 12-011

48. Chairman Moorlach - Approve 2012 Chairman appointments of Board Members and staff to
various Boards, Commission and Committees; adopt resolutions for appointment of Directors
and alternate to the Orange County Fire Authority and establish the term of appointment as one
year for the Board of Supervisors' representative and alternate on the Orange County Juvenile
Justice Coordinating Council and add to the Chairman's annual appointments
41352 APPROVED RECOMMENDED ACTION #1A FOR APPOINTMENTS LISTED IN
EXHIBIT A

45132 APPROVED RECOMMENDED ACTION 1D (APPOINTMENTS FOR SUPERVISOR


X CAMPBELL) FOR EXHIBIT A.3 AS AMENDED TO CHANGE HIS APPOINTMENT
TO THE CHILDREN & FAMILIES COMMISSION OF OC FROM ALTERNATE TO
REGULAR MEMBER AND TO DELETE HIS APPOINTMENT TO THE OC
SANITATION DISTRICT. SUPERVISOR CAMPBELL RECUSED HIMSELF FROM
THE DISCUSSION AND VOTE AS REQUIRED UNDER FAIR POLITICAL
PRACTICES COMMISSION REGULATION 18705.5.

43152 APPROVED RECOMMENDED ACTION 1B (APPOINTMENTS FOR SUPERVISOR


X NGUYEN) FOR EXHIBIT A.1 AS AMENDED TO CHANGE HER APPOINTMENT
TO THE CHILDREN & FAMILIES COMMISSION OF OC FROM REGULAR TO
ALTERNATE MEMBER AND TO ADD HER APPOINTMENT AS REGULAR
MEMBER TO THE OC SANITATION DISTRICT. SUPERVISOR NGUYEN
RECUSED HERSELF FROM THE DISCUSSION AND VOTE AS REQUIRED UNDER
FAIR POLITICAL PRACTICES COMMISSION REGULATION 18705.5.

43152 APPROVED RECOMMENDED ACTION 1F (APPOINTMENTS FOR SUPERVISOR


X BATES) FOR EXHIBIT A.5. SUPERVISOR BATES RECUSED HERSELF FROM THE
DISCUSSION AND VOTE AS REQUIRED UNDER FAIR POLITICAL PRACTICES
COMMISSION REGULATION 18705.5.

31452 APPROVED RECOMMENDED ACTION 1C (APPOINTMENTS FOR CHAIRMAN


X MOORLACH) FOR EXHIBIT A.2. CHAIRMAN MOORLACH RECUSED HIMSELF
FROM THE DISCUSSION AND VOTE AS REQUIRED UNDER FAIR POLITICAL
PRACTICES COMMISSION REGULATION 18705.5.

51342 APPROVED RECOMMENDED ACTION 1E (APPOINTMENTS FOR VICE-


X CHAIRMAN NELSON) FOR EXHIBIT A.4. VICE-CHAIRMAN NELSON RECUSED
HIMSELF FROM THE DISCUSSION AND VOTE AS REQUIRED UNDER FAIR
POLITICAL PRACTICES COMMISSION REGULATION 18705.5.

41352 APPROVED RECOMMENDED ACTIONS 2, 3 & 4 UNDER OC FIRE AUTHORITY


APPOINTMENTS AND 1 UNDER OC JUVENILE JUSTICE COORDINATING
COUNCIL
RESO: 12-012 - 12-014

Office of the Performance Audit Director:

49. Receive and file Follow-up Audit of HCA/Correctional Medical Services report - All
Districts
35142 APPROVED AS RECOMMENDED
X

50. Receive and file the Performance Audit of CEO/Risk Management Report - All
Districts
43152 APPROVED AS RECOMMENDED
X
S50A. Human Resources Department - Approve agreement MA-054-12011245 with Liebert
Cassidy Whitmore for labor negotiations services, 1/25/12 - 1/24/14; renewable for one
additional year ($500,000); and authorize Purchasing Agent or authorized deputy to execute
agreement; and make budget adjustments - All Districts (RA #2 4/5 vote of members present)
35142 APPROVED AS RECOMMENDED
X

OC PUBLIC WORKS

S50B. Acting as the Orange County Flood Control District - Approve Contract Change Order No.
32 to agreement D07-061 with SSC Construction, Inc. for construction of Los Alamitos Pump
Station ($331,643,66); and make California Environmental Quality Act findings - District 2
23145 APPROVED AS RECOMMENDED
X

IV. PUBLIC HEARINGS (Items 51-52)

HEALTH CARE AGENCY

51. Public Hearing to consider adopting resolution updating Adult Immunization Program Fee
Schedule, effective 2/1/12, 7/1/12 and 7/1/13; rescinding Resolution 06-033; and delegate
authority to Director or designee to reduce or waive vaccine administration fee if there is an
event or circumstance for which it is determined to be in best interest of public health; and
make California Environmental Quality Act and other findings - All Districts
B.O. CLOSED PUBLIC HEARING

34152 MOTION TO APPROVE AS RECOMMENDED FAILED TO PASS


XNN

52134 CONTINUED TO 2/28/12, 9:30 A.M.


X

PUBLIC PROTECTION

52. Probation - Public Hearing to consider adopting resolution approving application and
administrative fees for provision of continuous electronic monitoring services; and making
California Environmental Quality Act and other findings - All Districts (Continued from
12/6/11, Item 15; 12/13/11, Item 25)
B.O. CONTINUED TO 2/7/12, 9:30 A.M.

V. CLOSED SESSION (Items CS-1-SCS5)

GENERAL ADMINISTRATION

County Counsel:

CS-1. CONFERENCE WITH LEGAL COUNSEL - ANTICIPATED LITIGATION -


Pursuant to Government Code Section 54956.9(b):
Number of Cases: One Case
B.O. HELD, NO REPORTABLE ACTION
CS-2. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION - Pursuant to
Government Code Section 54956.9(a):
Name of Case: Morrison Pump Company, Inc. v. SSC Construction, Inc., et al., Orange
County Superior Court Case No. 30-2010 00365657
B.O. HELD, NO REPORTABLE ACTION

CS-3. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION - Pursuant to


Government Code Section 54956.9(a):
Name of Case: Scott Nelson v. Deborah A. Kwast, etc., et al., Orange County Superior
Court Case No. 30-2011-00467962
B.O. HELD, THE CLERK READ: THE BOARD BY A UNANIMOUS VOTE,
AUTHORIZED COUNTY COUNSEL TO FILE A WRIT PETITION TO
REVIEW THE SUPERIOR COURT RULING IN THE CASE OF SCOTT
NELSON V. DEBORAH A. KWAST, ETC., ET AL.

CS-4. County Executive Office - CONFERENCE WITH REAL PROPERTY NEGOTIATOR -


Pursuant to Government Code Section 54956.8:
Property Locations: Various locations, including - County-owned Civic Center Property, Santa
Ana, CA; 1770 North Broadway, Santa Ana, CA; 405 W. 5th Street, Santa Ana, CA; 200 Santa
Ana Blvd., Santa Ana, CA; 801 W. Civic Center Drive, Santa Ana, CA; County-Owned Fruit
Street Complex, Santa Ana, CA; County-Owned Property Alton Parcels, Irvine, CA; Former
South Court Justice Center, Laguna Niguel, CA; Orange County Flood Control District
Property, Costa Mesa, CA; 3320 E. La Palma Avenue, Anaheim, CA; Santa Ana Transit
Terminal
County Negotiator: Thomas G. Mauk
Negotiating Party: Purchasers and sellers of buildings
Under Negotiation: Terms and value of future sale(s) and acquisition(s)
(Response from 9/6/11 Board Directive) (Continued from 12/13/11, Item CS-4; 1/10/12, Item
CS-2)
B.O. CONTINUED TO 2/7/12, 9:30 A.M.

SCS5. County Counsel - CONFERENCE WITH LEGAL COUNSEL - ANTICIPATED


LITIGATION - Pursuant to Government Code Section 54956.9(b):
Number of Cases: Two Cases
B.O. HELD, THE CLERK READ: THE BOARD BY A UNANIMOUS VOTE,
AUTHORIZED COUNTY COUNSEL TO FILE LITIGATION. THE IDENTITY OF
THE PARTIES AND OTHER PARTICULARS WILL BE DISCLOSED TO ANY
PERSON UPON INQUIRY ONCE THE ACTION IS FILED.

VI. PUBLIC, CEO, BOARD & EMAIL COMMENTS & ADJOURNMENT

PUBLIC COMMENTS:

Michael Klubnikin - Oral Re: Sale of property by Public Guardian

COUNTY EXECUTIVE OFFICER COMMENTS:


None

BOARD COMMENTS, COMMITTEE, COMMISSION AND TRAVEL REPORTS:


Supervisor Nguyen - Oral Re: Wished all a Happy Lunar New Year
Chairman Moorlach - Oral Re: 1) Ad hoc committee of Chairman Moorlach & Supervisor Campbell
established to discuss compensation and terms for appointments of Susan Novak as Clerk of the Board
and Frank Ospino as Public Defender and to return to the Board for approval; 2) thanks to participants in
Community Clean-Up Day in Stanton islands; 3) John Wayne Airport settlement agreement discussions;
and 4) Board will have a Special Meeting on 1/31/12, 9:30 a.m.

ADJOURNED: 3:19 P.M.


32145 Adjourned in memory of Larry Marsters

32145 Adjourned in memory of Agapito "Augie" Morales

32145 Adjourned in memory of Lieutenant, Michael W. Mullen, Jr.

12345 Adjourned in memory of Delbert Franklin Catron

*** KEY ***


Left Margin Notes

1. Supervisor Nguyen A. Abstained


2. Supervisor Moorlach X. Excused
3. Supervisor Campbell N. No
4. Supervisor Nelson BO Board Order
5. Supervisor Bates

ORD. = Ordinance
RESO. = Resolution

Above numbers refer to Supervisorial Districts (1st number = Moved by; 2nd number = Seconded by)

Chair, Orange County Board of Supervisors

Orange County Clerk of the Board


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

JOB ORDER CONTRACT AGREEMENT

This Job Order Contract Agreement MA-080-18010306, hereinafter referred to as

“AGREEMENT”, is made and entered into this ___________ day of__________________,

2017 by and between the County of Orange, a political subdivision of the State of California,

and the Orange County Flood Control District, a body corporate and politic, together,

hereinafter referred to as "COUNTY" and Harry H. Joh Construction, Inc., hereinafter

referred to as "CONTRACTOR," that COUNTY and CONTRACTOR. COUNTY and

CONTRACTOR are sometimes referred to herein as “PARTY” or collectively as “PARTIES.”

For considerations hereinafter named, the PARTIES mutually agree as follows:

l. CONTRACTOR shall accomplish to the satisfaction of ENGINEER, as defined in


Section B of the JOC Special Provisions, all work described in AGREEMENT and JOC
Special Provisions and shall provide and furnish all the labor, materials, necessary tools,
expendable equipment, and all utility and transportation services required for the:

Job Order Contract for


Pavement Maintenance, FY 2017-18

hereinafter referred to as PROJECT in accordance with this AGREEMENT. This


AGREEMENT includes the following documents and their provisions which are
incorporated herein by reference and made a part hereof as though fully set forth in full:

A. Notice Inviting Bids

B. Proposal Form

C. Proposal Requirements and Conditions (Section A of the JOC Special


Provisions).

D. Supplement to Part 1 of the Standard Specifications for Public Works


Construction (Section B of the JOC Special Provisions).

E. General Miscellaneous (Section C of the JOC Special Provisions).

F. Permit Requirements (Section D of the JOC Specifications).

G. Federal Requirements (Section E of the JOC Special Provisions).

C017031 JOCA-1 Page 1 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

H. Job Order Contract Details (Section F of the JOC Special Provisions).

I. JOC Unit Price Book, May 2017 OC Public Works/OC Construction Construction
Task Catalog®, hereafter referred to as CTC, and Technical Specifications.

2. The Contract is an indefinite-quantity contract for the maintenance repair and/or


refurbishment of items so ordered, with no minimum amount and a maximum amount of
$ 4.656 million. COUNTY agrees to pay and CONTRACTOR agrees to accept in full
payment for the work to be performed pursuant to AGREEMENT, the CTC, Technical
Specifications, and Adjustment Factors, as follows:

Normal Working Hours: 0.8475

Other Than Normal Working Hours: 0.8476

Subject to the conditions set forth in CONTRACTOR’s proposal in accordance with


AGREEMENT documents.

COUNTY will make one payment for all Task Orders that have a Task Order Completion
Time of 22 days or less, or a Task Order Price of $25,000 or less. For all other Task
Orders, the COUNTY may make partial, monthly payments based on a percentage of the
work completed.

Before submitting an Application for Payment (Final or Partial) the CONTRACTOR


shall reach an agreement with the COUNTY concerning the percentage complete of the
Detailed Scope of Work and the dollar value for which the Application for Payment may
be submitted.

When applicable, COUNTY agrees to make work progress payments in accordance with
the provisions of Section 9-3.2 "Partial and Final Payment" of the STANDARD
SPECIFICATIONS, which sums shall be computed from the prices set forth in the Task
Order Proposals submitted by CONTRACTOR.

Interest shall begin to accrue on any unpaid progress payment sixty (60) days after
ENGINEER’s approval of CONTRACTOR’s progress payment request. Interest shall be
equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of
Civil Procedure.

3. Term of Contract

This AGREEMENT is effective one year after award by the Board of Supervisors or the
achievement of maximum dollar value, whichever occurs first. Upon mutual consent, the
maximum value may be increased to the maximum legal value at any time.

4. CONTRACTOR agrees to commence construction of PROJECT within fourteen (14)


calendar days after receipt of a Task Order Notice to Proceed issued by ENGINEER or
his/her designee. CONTRACTOR shall notify ENGINEER at least five (5) working days

C017031 JOCA-2 Page 2 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

in advance of starting work and agrees to continue construction of PROJECT in strict


compliance with the Plans and Special Provisions, in a due and diligent workmanlike
manner without interruption, and to complete construction thereof within agreed upon
period from the date of commencement of work.

5. Liquidated Damages; Extension of Time

Timely completion of Task Orders issued under this AGREEMENT is of the essence. In
accordance with Government Code Section 53069.85, should CONTRACTOR fail to
complete the work specified in the Task Order in accordance with the approved
construction schedule, and provided CONTRACTOR has not previously obtained a
written extension of time from COUNTY according to the General Conditions, a sum
appropriate with the following schedule may be deducted from each succeeding request
for payment as liquidated damages on each Task Order if applicable.

Schedule for Liquidated Damages

Task Order Price Liquidated Damages per Day


Up to $100,000 $500
$100,001 to $500,000 $1,000
Over $500,000 $1,000 plus 0.2% of Task
Order Price over $500,000

The applicability of liquidated damages shall be automatic on each Task Order.


Liquidated Damages shall not apply if it is clearly noted on the Request for Proposal or
executed Task Order. If CONTRACTOR fails to complete any part of the work in
accordance with the work duration schedule, COUNTY agrees to have the right to
complete that part of the work it deems necessary in order to maintain the work duration
schedule. All direct and indirect costs of such work shall be paid by CONTRACTOR.
6. Change Orders

COUNTY, without invalidating the Task Order, may order changes in the work by
altering, adding to or deducting from the work in which the Task Order cost shall be
adjusted accordingly. All such changes shall be executed under the conditions of the
original Task Order. If additional work is necessary, a new Task Order will be issued.
For deduction of work scope, a change order shall be executed, deducting the amount
from the original Task Order cost. Credits for Pre-priced and Non Pre-priced Tasks shall
be calculated at the pre-set Unit Prices and multiplied by the appropriate Adjustment
Factors. The result is that a credit for Tasks that have been deleted from the Detailed
Scope of Work will be given at 100% of the value at which they were included in the
original Price Proposal. CONTRACTOR shall make no changes in the work or perform
any additional work without COUNTY’s specific written approval.

7. Wage Rates and Payroll Records

C017031 JOCA-3 Page 3 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

All contractors and subcontractors must comply with the requirements of Labor Code
Section 1771.1(a), pertaining to registration of contractors pursuant to Section 1725.5.
Bids cannot be accepted from unregistered contractors except as provided in Section
1771.1. This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations. After award of the contract, CONTRACTOR and
each Subcontractor shall furnish electronic payroll records directly to the Labor
Commissioner in the manner specified in Labor Code Section 1771.4.

Pursuant to the provisions of Section 1773 of the Labor Code of the State of California,
CONTRACTOR shall comply with the general prevailing rate of per diem wages and the
general prevailing rate for holiday and overtime wages in this locality for each craft,
classification or type of worker needed to execute the AGREEMENT. The rates are
available from the Director of the Department of Industrial Relations at the following
website: http://www.dir.ca.gov/dlsr/ DPreWageDetermination.htm. CONTRACTOR
shall post a copy of such wage rates at the jobsite, and shall pay the adopted prevailing
wage rates. CONTRACTOR shall comply with the provisions of Sections 1775 and 1813
of Labor Code.

Travel and subsistence payments to each workman needed to execute the work shall be
made as such travel and subsistence payments are defined in the applicable collective
bargaining agreements filed in accordance with Section 1773.8 of the Labor Code.

CONTRACTOR shall comply with the provisions of Section 1774 of the Labor Code.
Failure to comply with the subject section will subject CONTRACTOR to penalty and
forfeiture provisions of Section 1775 of the Labor Code.

COUNTY will not recognize any claim for additional compensation because of the
payment by CONTRACTOR of any wage rate in excess of the prevailing wage rate set
forth in AGREEMENT. The possibility of wage increases is one of the elements to be
considered by CONTRACTOR in determining his bid, and will not under any
circumstances be considered as the basis of a claim against COUNTY on AGREEMENT.

CONTRACTOR and any Subcontractor(s) shall comply with the provisions of Labor
Code Sections 1771 et seq., and shall pay workers employed on the Contract not less than
the general prevailing rates of per diem wages and holiday and overtime wages as
determined by the Director of Industrial Relations. CONTRACTOR shall post a copy of
these wage rates at the job site for each craft, classification, or type of worker needed in
the performance of this AGREEMENT, as well as any additional job site notices required
by Labor Code Section 1771.4(b). Copies of these rates are on file at the principal office
of COUNTY’s representative, or may be obtained from the State Office, Department of
Industrial Relations (“DIR”) or from the DIR’s website at www.dir.ca.gov. If the
Contract is federally funded, CONTRACTOR and any Subcontractor(s) shall not pay less
than the higher of these rates or the rates determined by the United States Department of
Labor.

CONTRACTOR and any Subcontractor(s) shall comply with the requirements of Labor
Code Section 1776. Such compliance includes the obligation to furnish the records

C017031 JOCA-4 Page 4 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

specified in Section 1776 directly to the Labor Commissioner in an electronic format, or


other format as specified by the Commissioner, in the manner provided by Labor Code
Section 1771.4.

The requirements of Labor Code Section 1776 provide in part:

CONTRACTOR and any Subcontractor(s) performing any portion of the work under this
AGREEMENT shall keep an accurate record, 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 CONTRACTOR or any Subcontractor(s) in connection with the
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:
(a) The information contained in the payroll record is true and correct.
(b) The employer has complied with the requirements of Labor Code Sections 1771,
1811, and 1815 for any work performed by his or her employees in connection with the
Contract.

The payroll records shall be certified and shall be available for inspection at the principal
office of CONTRACTOR on the basis set forth in Labor Code Section 1776.

CONTRACTOR shall inform COUNTY of the location of the payroll records, including
the street address, city and county, and shall, within five working days, provide a notice
of any change of location and address of the records.

Pursuant to Labor Code Section 1776, CONTRACTOR and any Subcontractor(s) shall
have 10 days in which to provide a certified copy of the payroll records subsequent to
receipt of a written notice requesting the records described herein. In the event that
CONTRACTOR or any Subcontractor fails to comply within the 10-day period, he or she
shall, as a penalty to COUNTY, forfeit $100, or a higher amount as provided by Section
1776, for each calendar day, or portion thereof, for each worker to whom the
noncompliance pertains, until strict compliance is effectuated. CONTRACTOR
acknowledges that, without limitation as to other remedies of enforcement available to
COUNTY, upon the request of the Division of Apprenticeship Standards or the Division
of Labor Standards Enforcement of the California Department of Industrial Relations,
such penalties shall be withheld from progress payments then due CONTRACTOR.
CONTRACTOR is not subject to a penalty assessment pursuant to this section due to the
failure of a Subcontractor to comply with this section.

8. Apprentices

CONTRACTOR shall familiarize himself with the provisions of Section 1777.5 of the
Labor Code regarding employment of apprentices, and shall be responsible for
compliance therewith, including compliance by his Subcontractors.

C017031 JOCA-5 Page 5 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

CONTRACTOR agrees to comply with the provisions of Labor Code Section 1777.5 and
any other applicable laws or regulations, including but not limited to, 8 California Code
of Regulations, Section 230.1(A), pertaining to apprentices. Section 1777.5 shall 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).

CONTRACTOR and Subcontractor shall comply with Section 1777.6 of the Labor Code
which stipulates that an employer or a labor union shall not refuse to accept otherwise
qualified employees as registered apprentices on any public works on any basis listed in
subdivision (a) of Section 12940 of the Government Code, as those bases are defined in
Sections 12926 and 12926.1 of the Government Code, except as provided in Section
3077 of the Labor Code and Section 12940 of the Government Code.

9. Antitrust Claims

In accordance with Public Contract Code Section 7103.5, by entering into a public works
contract or a subcontract to supply goods, services, or materials pursuant to a public
works contract, CONTRACTOR or Subcontractor offers and agrees to assign to the
awarding body all rights, title, and interest in and to all causes of action it may have
under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act,
Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and
Professions Code, arising from purchases of goods, services, or materials pursuant to the
public works contract or the subcontract. This assignment shall be made and become
effective at the time the awarding body tenders final payment to CONTRACTOR,
without further acknowledgment by the PARTIES. CONTRACTOR shall cause the
above requirement to be inserted in all agreements with Subcontractors.

10. Auditor - Controller Inspection

CONTRACTOR agrees to permit COUNTY’s Auditor-Controller, or his authorized


representative (including auditors from a private auditing firm hired by COUNTY) or
Director of OC Public Works, or his designee, herein referred to as “DIRECTOR”, access
during normal working hours to all books, accounts, records, reports, files and other
papers or property of CONTRACTOR for the purpose of auditing any aspect of
performance under AGREEMENT. CONTRACTOR agrees to maintain such records in
Orange County, California, for possible audit for a minimum of three (3) years after final
payment, unless a longer period of records retention is stipulated under this
AGREEMENT or by law. CONTRACTOR agrees to allow interviews of any employees
or others who might reasonably have information related to such records. Further,
CONTRACTOR agrees to include a similar right to COUNTY to audit records and
interview staff of any Subcontractor related to performance of AGREEMENT.

Should CONTRACTOR cease to exist as a legal entity, CONTRACTOR’s records


pertaining to this AGREEMENT shall be forwarded to the surviving entity in a merger or
acquisition, or in the event of liquidation, to the DIRECTOR.

C017031 JOCA-6 Page 6 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

11. Federally Assisted Contract

If AGREEMENT is funded in whole or in part by the Federal Government,


CONTRACTOR agrees to comply with the Federal labor standards provisions set forth in
the Special Provisions. If the Federal prevailing wage determinations differ from the
State's, CONTRACTOR shall not pay less than the higher of the two rates.

12. State Audit

Pursuant to and in accordance with Section 8546.7 of the California Government Code,
in the event that AGREEMENT involves expenditures of public funds aggregating in
excess of Ten Thousand Dollars ($10,000), the PARTIES shall be subject to the
examination and audit of the Auditor General of the State of California for a period of
three (3) years after final payment under AGREEMENT.

CONTRACTOR shall maintain records for all costs connected with the performance of
AGREEMENT including, but not limited to, the costs of administering the Contract,
materials, labor, equipment, rentals, permits, insurance, bonds, etc., for audit or
inspection by COUNTY, State, or any other appropriate governmental agency during the
three (3) year period.

13. Successors and Assigns

The terms and provisions of AGREEMENT shall be binding upon and inure to the
benefit of the PARTIES hereto and their successors and assigns.

14. Entirety

AGREEMENT contains the entire agreement between the PARTIES with respect to the
matters provided for herein.

15. Severability

If any part of AGREEMENT is held, determined, or adjudicated to be illegal, void, or


unenforceable by a court of competent jurisdiction, the remainder of AGREEMENT shall
be given effect to the fullest extent reasonably possible.

16. Governing Law and Venue

AGREEMENT has been negotiated and executed in the State of California and shall be
governed by and construed under the laws of the State of California. In the event of any
legal action to enforce or interpret AGREEMENT, the sole and exclusive venue shall be
a court of competent jurisdiction located in Orange County, California, and the PARTIES
hereto agree to and do hereby submit to the jurisdiction of such court, notwithstanding
Code of Civil Procedure, Section 394.

C017031 JOCA-7 Page 7 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

The PARTIES specifically agree that by soliciting and entering into and performing
services under AGREEMENT, CONTRACTOR shall be deemed to constitute doing
business within Orange County from the time of solicitation of work, through the period
when all work under AGREEMENT is completed, and continuing until the expiration of
any applicable limitations period. Furthermore, the PARTIES have specifically agreed,
as part of the consideration given and received for entering into AGREEMENT, to waive
any and all rights to request that an action be transferred for trial to another County under
Code of Civil Procedure, Section 394.

17. Child Support Enforcement Requirements

In order to comply with child support enforcement requirements of COUNTY, within


thirty (30) days of notification of selection for award of CONTRACT but prior to official
award of CONTRACT, CONTRACTOR agrees to furnish to DIRECTOR the following:

A. In the case of an individual CONTRACTOR, his/her name, date of birth, Social


Security number, and residence address;

B. In the case of a CONTRACTOR doing business in a form other than as an


individual, the name, date of birth, Social Security Number, and residence address
of each individual who owns an interest of ten (10) percent or more in
CONTRACTOR’s contracting entity;

C. A certification that CONTRACTOR has fully complied with all the applicable
federal and state reporting requirements regarding its employees; and

D. A certification that CONTRACTOR has fully complied with all lawfully served
Wage and Earnings Assignment Orders and Notices of Assignment and will
continue to so comply.

It is expressly understood that this data will be transmitted by COUNTY to governmental


agencies charged with the establishment and enforcement of child support orders.

Failure of CONTRACTOR to timely submit the data and/or certifications required above
or to comply with all Federal and State reporting requirements for child support
enforcement or to comply with all lawfully served Wage and Earnings Assignment
Orders and Notices of Assignment may result in the Contract being awarded to another
Contractor, or, in the event a Contract has been issued, shall constitute a material breach
of the Contract. Failure to cure such breach within sixty (60) calendar days of notice
from COUNTY shall constitute grounds for termination of the Contract.

18. Charges, Fines, Penalties and Assessments

CONTRACTOR shall be responsible for any and all charges, fines, penalties, and/or
assessments levied against COUNTY by any governmental entity, administrative or
regulatory agency having jurisdiction, resulting from any action or omission of
CONTRACTOR, CONTRACTOR’s Subcontractor, suppliers, and/or employees, unless

C017031 JOCA-8 Page 8 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

due to the sole and active negligence of COUNTY. COUNTY is authorized to deduct
any such charge, fine penalty, or assessment from any payment COUNTY is otherwise
required to make to CONTRACTOR.

If any such charge, fine, penalty, or assessment is levied against COUNTY subsequent to
the completion of PROJECT as a result of any action or omission as set forth above,
CONTRACTOR shall nevertheless be responsible to COUNTY for the entire sum of
such charge, fine, penalty, or assessment and agrees to pay the full amount due within
sixty (60) calendar days of receiving an invoice from COUNTY.

CONTRACTOR shall be liable to COUNTY for attorney's fees and costs incurred by
COUNTY in enforcing the provisions of this paragraph.

19. Amendments

No alteration or variation of the terms and conditions of AGREEMENT shall be valid


unless made in writing and signed by the PARTIES; no oral understanding or agreement
not incorporated herein shall be binding on either of the PARTIES; and no exceptions,
alternatives, substitutes or revisions are valid or binding on COUNTY unless authorized
by COUNTY in writing.

The 1997 amendments to the State Public Works Contract Code Section 201285 provide
that the maximum value for each Job Order Contract may be adjusted on an annual basis
based on California Consumer Price Index (CPI).

In December 1997, the applicable CPI for Los Angeles-Riverside-Orange County Area
was 161.2 and in December 2016, the applicable CPI was 250.169. The applicable CPI
has increased by a net 55.19 percent from 1997 to 2016; thus increasing the annual
maximum limit for each Job Order Contract from $3,000,000 in 1997 to $4,656,000 in
2017.

Increasing the annual limit will enable OC Public Works to keep up with the rising cost
of construction and maintain the viability of JOC as an alternative constructing method.
When the Contract reaches the maximum allowed amount before expiration, as the
results of emergency repairs or unforeseen urgent maintenance or restoration, the
amended increases will be effective only after COUNTY accepts CONTRACTOR’s
additional bonds (Performance Bond and Payment Bond) to cover 100 percent of the
increased amount.

The DIRECTOR may increase the annual maximum limited to $25,000 per change for
the Contracts in excess of $250,000, plus 5 percent of the original annual maximum
contract amount in excess of the $250,000 up to a maximum Contract approved by the
State Legislature in accordance with Public Works Contract Code Section 20142. The
Board of Supervisors shall approve all changes over the amounts specified above. In any
event, the cumulative limit cannot exceed $4.656 million.

20. Acceptance

C017031 JOCA-9 Page 9 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

Unless otherwise agreed to in writing by COUNTY acceptance shall not be deemed


complete unless in writing and until all the services have actually been received,
inspected, and tested to the satisfaction of COUNTY.

21. Non-Discrimination

In the performance of AGREEMENT, CONTRACTOR agrees that it will comply with


the requirements of Section 1735 of the California Labor Code and not engage nor permit
any Subcontractors to engage in discrimination in employment of persons because of the
race, religious creed, color, national origin, ancestry, physical disability, mental
disability, medical condition, marital status, or sex of such persons. CONTRACTOR
acknowledges that a violation of this provision shall subject CONTRACTOR to all the
penalties imposed for a violation of Section 1720 et seq. of the California Labor Code.

22. Termination for Cause

A. If CONTRACTOR refuses or fails to prosecute the work with such diligence as


will insure its completion within the time specified in AGREEMENT or any
extension thereof, or fails to complete said work within such time, the Board of
Supervisors may and in accordance with Paragraph 44 below (Breach of Contract)
by written notice to CONTRACTOR, terminate his right to proceed with the work
or such part of the work as to which there has been delay. In such event,
COUNTY may take over the work and prosecute the same to completion, by
contract or otherwise, and may take possession of and utilize in completing the
work such materials, appliances, and plant as may be on the site of the work and
necessary therefor. Whether or not CONTRACTOR’s right to proceed with the
work is terminated, he and his sureties shall be liable for any damage to
COUNTY resulting from his refusal or failure to complete the work within the
specified time.

B. If fixed and agreed liquidated damages are provided in AGREEMENT and if


COUNTY is required to complete all or portion of the work under AGREEMENT
pursuant to Paragraph 23A above or because of the default by CONTRACTOR as
specified in Paragraph 45 (Default), the resulting damage will include, but not be
limited to, such liquidated damages until such reasonable time as may be required
for final completion of the work together with any increased costs occasioned by
COUNTY in completing the work.

C. CONTRACTOR’s right to proceed shall not be so terminated nor


CONTRACTOR charged with resulting damage if:

1) The delay in the completion of the work arises from causes beyond the
control and without the fault or negligence of CONTRACTOR,
including, but not limited to, acts of God, acts of the public enemy, acts
of COUNTY, acts of another contractor in the performance of a contract

C017031 JOCA-10 Page 10 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

with COUNTY, fires, floods, epidemics, quarantine restrictions, strikes,


freight embargoes, other than normal weather, and

2) CONTRACTOR, within ten (10) days from the beginning of any such
delays (unless DIRECTOR grants in writing a further period of time
before the date of final payment under AGREEMENT), notifies
DIRECTOR in writing of the causes of delay.

DIRECTOR shall ascertain the facts and the extent of the delay and extend
the time for completing the work when, in his judgment, the delay is
justified. DIRECTOR shall make written findings, and the findings of fact
shall be final and conclusive on the PARTIES, subject only to appeal as
provided by law.

D. The rights and remedies of COUNTY provided in this Section are in addition to
any other rights and remedies provided by law or under AGREEMENT.

23. Termination for Convenience

Notwithstanding any other provision of AGREEMENT, COUNTY may, at any time, and
without any cause, terminate this AGREEMENT in whole or in part, upon not less than
seven (7) days’ written notice to CONTRACTOR. Such termination shall be effected by
delivery to CONTRACTOR of a notice of termination specifying the effective date of the
termination and the extent of the work to be terminated. CONTRACTOR shall
immediately stop work in accordance with the notice and comply with any other direction
as may be specified in the notice or as provided subsequently by COUNTY. COUNTY
shall pay CONTRACTOR for the work completed prior to the effective date of the
termination, and such payment shall be CONTRACTOR’s sole remedy under
AGREEMENT. Under no circumstances will CONTRACTOR be entitled to anticipatory
or unearned profits, consequential damages, or other damages of any sort as a result of a
termination or partial termination under this Paragraph. CONTRACTOR shall insert in
all subcontracts that the sub-consultant shall stop work on the date of and to the extent
specified in a notice of termination, and shall require sub-consultants to insert the same
condition in any lower tier subcontracts.

24. Consent to Breach Not Waiver

No term or provision of AGREEMENT shall be deemed waived and no breach excused,


unless such waiver or consent shall be in writing and signed by the PARTY claimed to
have waived or consented. Any consent by any PARTY to, or waiver of, a breach by the
other, whether express or implied, shall not constitute consent to, waiver of, or excuse for
any other different or subsequent breach.

25. Remedies Not Exclusive

The remedies for breach set forth in AGREEMENT are cumulative as to one another and
as to any other remedy provided by law, rather than exclusive; and the expression of

C017031 JOCA-11 Page 11 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

certain remedies in AGREEMENT does not preclude resort by either PARTY from
resorting to any other remedies provided by law.

26. Independent Contractor

CONTRACTOR shall be considered an independent CONTRACTOR and neither


CONTRACTOR, its employees, nor anyone working under CONTRACTOR shall be
considered an agent or an employee of COUNTY. Neither CONTRACTOR, its
employees nor anyone working under CONTRACTOR shall qualify for workers’
compensation or other fringe benefits of any kind through COUNTY.

27. Indemnification

CONTRACTOR agrees to indemnify, defend with counsel approved in writing by


COUNTY, and hold COUNTY, their elected and appointed officials, officers, employees,
agents and those special districts and agencies which the County of Orange Board of
Supervisors acts as the governing Board (“COUNTY INDEMNITEES”) harmless from
any claims, demands or liability of any kind or nature, including but not limited to
personal injury or property damage, arising from or related to the services, products or
other performance provided by CONTRACTOR pursuant to AGREEMENT. If
judgment is entered against CONTRACTOR and COUNTY by a court of competent
jurisdiction because of the concurrent active negligence of COUNTY or COUNTY
INDEMNITEES, CONTRACTOR and COUNTY agree that liability will be apportioned
as determined by the court. Neither PARTY shall request a jury apportionment.
Notwithstanding anything stated above, nothing contained herein shall relieve
CONTRACTOR of any insurance requirements of obligations created elsewhere in
AGREEMENT.

28. Bills and Liens

CONTRACTOR shall pay promptly all indebtedness for labor, materials and equipment
used in performance of the work. CONTRACTOR shall not permit any lien or charge to
attach to the work or the premises, but if any does so attach, CONTRACTOR shall
promptly procure its release and, in accordance with the requirements of the
indemnification paragraph above, indemnify, defend, and hold COUNTY harmless and
be responsible for payment of all costs, damages, penalties and expenses related to or
arising from or related thereto.

29. Time Extension

CONTRACTOR shall provide a time extension request on completion of Task Order for
delays caused by others (Permitting Agencies, COUNTY or Contract Cities, or
unforeseen conditions such as inclement weather, etc.) and at no fault by
CONTRACTOR, subject to approval by COUNTY. COUNTY will review the request
and determine in its sole discretion whether the situation warrant a time extension at no-
cost or with costs. If CONTRACTOR completes the Task Order beyond the stipulated
completion date without COUNTY’s specific written approval for time extension,

C017031 JOCA-12 Page 12 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

CONTRACTOR will be subject to liquidated damages and may be construed as non-


responsive, which may affect CONTRACTOR for considerations for future Task Orders
or projects.

30. Changes of Ownership

CONTRACTOR agrees that if there is a change or transfer in ownership of


CONTRACTOR’s business prior to completion of AGREEMENT, the new owners shall
be required under terms of sale or other transfer to assume CONTRACTOR’s duties and
obligations contained in AGREEMENT and complete them to the satisfaction of
COUNTY.

31. Force Majeure

CONTRACTOR shall not be assessed with liquidated damages or unsatisfactory


performance penalties during any delay beyond the time named for the performance of
AGREEMENT caused by any act of God, war, civil disorder, employment strike or other
cause beyond its reasonable control, provided CONTRACTOR gives written notice of the
cause of the delay to COUNTY within thirty-six (36) hours of the start of the delay and
CONTRACTOR avails himself of any available remedies.

32. Confidentiality

CONTRACTOR agrees to maintain the confidentiality of all COUNTY and COUNTY -


related records and information pursuant to all statutory laws relating to privacy and
confidentiality that currently exist or exist at any time during the term of AGREEMENT.
All such records and information shall be considered confidential and kept confidential
by CONTRACTOR and CONTRACTOR’s staff, agents and employees.

33. Compliance with Laws

CONTRACTOR represents and warrants that services to be provided under


AGREEMENT shall fully comply, at CONTRACTOR’s expense, with all standards,
laws, statutes, restrictions, ordinances, requirements, and regulations (collectively
“laws”), including, but not limited to those issued by COUNTY in its governmental
capacity and all other laws applicable to the services at the time services are provided to
and accepted by COUNTY. CONTRACTOR acknowledges that COUNTY is relying on
CONTRACTOR to ensure such compliance, and pursuant to the requirements of the
indemnification paragraph above, CONTRACTOR agrees that it shall defend, indemnify
and hold COUNTY and COUNTY INDEMNITEES harmless from all liability, damages,
costs and expenses arising from or related to a violation of such laws.

34. RESERVED

RESERVED

35. Terms and Conditions

C017031 JOCA-13 Page 13 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

CONTRACTOR acknowledges that it has read and agrees to all terms and conditions
included in AGREEMENT.

36. Headings

The various headings and numbers herein, the grouping of provisions of AGREEMENT
into separate clauses and paragraphs, and the organization hereof are for the purpose of
convenience only and shall not limit or otherwise affect the meaning hereof.

37. Calendar Days

Any reference to the word “day” or “days” herein means calendar day or calendar days,
respectively, unless otherwise expressly provided.

38. Attorney Fees

In any action or proceeding to enforce or interpret any provision of AGREEMENT, or


where any provision hereof is validly asserted as a defense, each PARTY shall bear its
own attorney’s fees, costs and expenses.

39. Interpretation

AGREEMENT has been negotiated at arm’s length and between persons sophisticated
and knowledgeable in the matters dealt with in this AGREEMENT. In addition, each
PARTY has been represented by experienced and knowledgeable independent legal
counsel of their own choosing or has knowingly declined to seek such counsel despite
being encouraged and given the opportunity to do so. Each PARTY further
acknowledges that they have not been influenced to any extent whatsoever in executing
AGREEMENT by any other PARTY hereto or by any person representing them, or both.
Accordingly, any rule or law (including California Civil Code Section 1654) or legal
decision that would require interpretation of any ambiguities in AGREEMENT against
the PARTY that has drafted it is not applicable and is waived. The provisions of
AGREEMENT shall be interpreted in a reasonable manner to affect the purpose of the
PARTIES and AGREEMENT.

40. Limitation of Task Order’s Specific Design

The repair, remodeling, refurbishment or other repetitive work to be done according to


unit prices shall not include design or contract drawings. When the work scope for each
site specific or non-standard incidental design is required and is over $45,000 but less
than $175,000, the design plan and specifications must be approved by ENGINEER or
his designee. Unless otherwise directed by the ENGINEER, the CONTRACTOR shall
solicit bids for the work scope for the non-standard or site specific incidental design in
accordance with Public Works Contract Code Section 22032(b), unless these items have
been included in the CTC. When work scope requires detailed design by the
CONTRACTOR, the work scope and/or design shall not exceed $45,000 per Task Order.

C017031 JOCA-14 Page 14 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

41. Notices

Any and all notices, requests demands and other communications contemplated, called
for, permitted, or required to be given hereunder shall be in writing, except through the
course of the PARTIES’ project managers’ routine exchange of information and
cooperation during the terms of the work and services. Any written communications
shall be deemed to have been duly given upon actual in-person delivery, if delivery is by
direct hand, or upon delivery on the actual day of receipt or no greater than four calendar
days after being mailed by US certified or registered mail, return receipt requested,
postage prepaid, whichever occurs first. The date of mailing shall count as the first day.
All communications shall be addressed to the appropriate PARTY at the address stated
herein or such other address as the PARTIES hereto may designate by written notice
from time to time in the manner aforesaid.
For CONTRACTOR: Name: Harry H. Joh Construction, Inc.
Address: 7303 Somerset Blvd.
City: Paramount, CA 90723
Attn: Harry Joh
Phone: 562-630-3348
Email: harry@hjconst.com

For COUNTY: Name: OC Public Works/OC Construction


Address: 1152 E. Fruit Street, Building #6
City: Santa Ana, CA 92701
Attn: JOC Coordinator
Phone: 714-955-0212
E-mail Antonio.Pascual@ocpw.ocgov.com

42. Breach of Contract

The failure of CONTRACTOR to comply with any of the provisions, covenants or


conditions of AGREEMENT shall be a material breach of AGREEMENT. In such event,
COUNTY may, and in addition to any other remedies available at law, in equity, or
otherwise specified in AGREEMENT:
A. Afford CONTRACTOR written notice of the breach and three (3)calendar days or
such shorter time that may be specified in AGREEMENT within which to cure
the breach;
B. Discontinue payment to CONTRACTOR for and during the period in which
CONTRACTOR is in breach; and
C. Offset against any monies billed by CONTRACTOR but yet unpaid by COUNTY
those monies disallowed pursuant to the above.

43. Default

C017031 JOCA-15 Page 15 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

In the event any equipment or service furnished by CONTRACTOR in the performance


of AGREEMENT should fail to conform to the specifications therein within one (1)
calendar year from COUNTY’S acceptance of the equipment or service, or any
performance period specifically specified within the specifications or AGREEMENT,
whichever is greater, COUNTY may reject same, and it shall become the duty of
CONTRACTOR to reclaim and remove the items without expense to COUNTY and to
immediately replace all such rejected equipment or service with others conforming to
such specifications, provided that should CONTRACTOR fail, neglect or refuse to do so
within one hundred and twenty (120) calendar days, COUNTY shall have the right to
purchase on the open market a corresponding quantity of any such equipment or service
and to deduct from any monies due or that may thereafter become due to
CONTRACTOR the difference between the price specified in AGREEMENT and the
actual cost to the COUNTY.

In the event CONTRACTOR shall fail to make prompt delivery as specified of any
equipment or service, the same conditions as to the rights of COUNTY to purchase on the
open market and to reimbursement set forth above shall apply, except as otherwise
provided in AGREEMENT.

“Any loss or damage sustained by COUNTY in procuring any equipment or service


which CONTRACTOR agreed to supply under AGREEMENT but, by reason of the
default or breach by CONTRACTOR, failed to supply, shall he borne and paid for by
CONTRACTOR. Default shall include failure to carry out any of the requirements of
AGREEMENT, including, but not limited to not providing enough properly skilled
workers or proper materials, persistently disregarding laws and or ordinances, not
proceeding with the work as agreed to herein, or otherwise substantially violating any
provision of AGREEMENT."

44. Conflict of Interest Contractor Personnel

CONTRACTOR shall exercise reasonable care and diligence to prevent any actions or
conditions that could result in a conflict with the best interests of COUNTY. This
obligation shall apply to CONTRACTOR; CONTRACTOR’s employees, agents, and
relatives; sub-tier contractors; and third parties associated with accomplishing work and
services hereunder. CONTRACTOR’s efforts shall include, but not be limited to
establishing precautions to prevent its employees or agents from making, receiving,
providing or offering gifts, entertainment, payments, loans or other considerations which
could be deemed to appear to influence individuals to act contrary to the best interests of
COUNTY.

45. Non-Employment of COUNTY Personnel

CONTRACTOR agrees that no employee of COUNTY or COUNTY INDEMNITEES


who is involved in this PROJECT shall be given or offered employment by
CONTRACTOR during the life of AGREEMENT regardless of the assignments said
employee may be given or the days or hours employee may work. By accepting

C017031 JOCA-16 Page 16 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

AGREEMENT, CONTRACTOR agrees, for the duration of this AGREEMENT, not to


offer or discuss employment with any COUNTY or COUNTY INDEMNITEES
employee involved in the performance of AGREEMENT.

46. Ownership of Documents

COUNTY has permanent ownership of all directly connected and derivative materials
produced under AGREEMENT by CONTRACTOR. All documents, reports and other
incidental or derivative work or materials furnished hereunder shall become and remain
the sole properties of COUNTY and may be used by COUNTY as it may require without
additional cost to the COUNTY. None of the documents, reports and other incidental or
derivative work or furnished materials shall be used by CONTRACTOR without the
express written consent of COUNTY.

47. Title to Data

All materials, documents, data or information obtained from COUNTY data files or any
COUNTY medium furnished to CONTRACTOR in the performance of this
AGREEMENT will at all times remain the property of COUNTY. Such data or
information may not be used or copied for direct or indirect use by CONTRACTOR after
completion or termination of AGREEMENT without the express written consent of
COUNTY. All materials, documents, data or information, including copies furnished to
CONTRACTOR by COUNTY must be returned to COUNTY at the end of this
AGREEMENT unless otherwise authorized in writing by ENGINEER.

48. Availability of Funds

The obligation of COUNTY is subject to the availability of funds appropriated for this
purpose, and nothing herein shall be construed as obligating COUNTY to expend or as
involving COUNTY in any contract or other obligation for future payment of money in
excess of appropriations authorized by law.

49. Employee Eligibility Verification

CONTRACTOR warrants that it fully complies with all Federal and State statutes and
regulations regarding the employment of aliens and others and that all its employees
performing work under AGREEMENT meet the citizenship or alien status requirement
set forth in Federal statutes and regulations. CONTRACTOR shall obtain, from all
employees performing work hereunder, all verification and other documentation of
employment eligibility status required by Federal or State statutes and regulations
including, but not limited to, the Immigration Reform and Control Act of 1986, 8 U.S.C.
§1324 et seq., as they currently exist and as they may be hereafter amended.
CONTRACTOR shall retain all such documentation for all covered employees for the
period prescribed by the law. CONTRACTOR shall indemnify, defend with counsel
approved in writing by COUNTY, and hold harmless, COUNTY, its agents, officers, and
employees from employer sanctions and any other liability which may be assessed
against CONTRACTOR or COUNTY or both in connection with any alleged violation of

C017031 JOCA-17 Page 17 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

any Federal or State statutes or regulations pertaining to the eligibility for employment of
any persons performing work under this AGREEMENT.

50. Contingency of Funding

CONTRACTOR acknowledges that funding or portions of funding for AGREEMENT


may also be contingent upon receipt of funds from, and/or appropriation of funds by, the
public entities. If such funding and/or appropriations are not forthcoming, or are
otherwise limited, COUNTY may immediately terminate or modify AGREEMENT
without penalty.

51. Effective Duration of Task Order

CONTRACTOR shall acknowledge that all incomplete or pending Task Orders must be
completed and closed out within 180 days from the expiration of AGREEMENT.
COUNTY, however, may issue supplemental Task Orders to mitigate unforeseen
conditions that occur while completing work past the expiration date. COUNTY will
immediately terminate and close all pending and incomplete Task Orders on the 180th day
from the expiration of this AGREEMENT without penalty.

52. Application of JOC Contracts

JOC is a flexible, cost effective unit price contracting method used by OC Public Works
for the maintenance, repair, remodeling, and refurbishment of COUNTY facilities and
infrastructure. As required by the State Public Contract Code 20128.5, JOCs are
contracts of single year duration. The unit prices in the CTC provide installation costs
and demolition costs, along with quantity adjustments, owner supplied materials, position
of work (confined or restricted working spaces) and the full cost of CONTRACTOR
complying with all Federal and State requirements.

C017031 JOCA-18 Page 18 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

IN WITNESS WHEREOF, the PARTIES hereto have executed this AGREEMENT on


the dates opposite their respective signatures:
HARRY H. JOH CONSTRUCTION, INC.
a California Corporation

Date: ___________ By___________________________________
Signature

 
___________________________________
Print Name & Title

(If a corporation, the document must be signed by two corporate officers. The 1st must be
either Chairman of the Board, President or any Vice President.)


Date: ___________ By____________________________________
Signature
 
  
____________________________________
Print Name & Title

(If a corporation, the 2nd signature must be either the Secretary, an Assistant Secretary, the
Chief Financial Officer, or any Assistant Treasurer.)

COUNTY OF ORANGE,
a political subdivision of the State of California

Date: ___________ By___________________________________


County of Orange, California

ORANGE COUNTY FLOOD CONTROL


DISTRICT,
a body corporate and politic

Date: ___________ By___________________________________


County of Orange, California

APPROVED AS TO FORM
Office of the County Counsel
Orange County, California

By:________________________

C017031 JOCA-19 Page 19 of 20


DocuSign Envelope ID: 4E3EC3FC-A0C8-4255-B458-89661616D063
BECE61E3-2CB5-4FBE-861F-855CE60ABE7F
Attachment C
County of Orange, OC Public Works MA-080-18010306
Harry H. Joh Construction, Inc.

* Note: Pursuant to the requirements of the California Corporations Code Section 313, one of
the following two methods must be used by a corporation when it enters into a
contract:

1) Two people must sign the document. One of them must be the Chairman of
the Board, the President or any Vice-President. The other must be the
Secretary, any Assistant Secretary, the Chief Financial Officer or any
Assistant Treasurer.

2) One corporate officer may sign the document, providing that written evidence
of the officer’s authority to bind the corporation with only his or her signature
must be provided. This evidence would ideally by a corporate resolution.

C017031 JOCA-20 Page 20 of 20


7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

Toggle navigation Voterheads | Track Your Passions Locally

How it Works Message Us - Offline Support Act…


Sign Up
Blog
Pro Subscription
Login

E-mail Password Remember me:

forgotten password?

Log In

CA - Orange: REGULAR MEETING OF THE BOARD OF


SUPERVISORS
Get alerted when your passions are being discussed in Aliso Viejo, Anaheim, Atwood and
more for free

Issues discussed this meeting include:


Parks
Mental health
Healthcare
Ports
Budget

Don't miss out when important issues are being discussed:

Get Alerts On New Meetings


Sign Up
When and Where is the Next Meeting?

date & timemeeting titlemeeting location


07/31/18 at 9:30 am regular meeting of the board of supervisors hall of admin: 333 w santa ana blvd, santa
ana

[ See More ]

REGULAR MEETING OF THE BOARD OF SUPERVISORS


AGENDA

REGULAR MEETING OF THE BOARD OF SUPERVISORS

ORANGE COUNTY, CALIFORNIA

https://www.voterheads.com/events/188602 1/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

Tuesday, June 26, 2018

9:00 A.M. Presentations 9:30 A.M. Regular Business Message Us - Offline Support Act…

Tagged Passions:business

BOARD HEARING ROOM, FIRST FLOOR

333 W. Santa Ana Blvd., 10 Civic Center Plaza

Santa Ana, California

ANDREW DO

CHAIRMAN

First District

SHAWN NELSON

VICE CHAIRMAN

Fourth District

MICHELLE STEEL

SUPERVISOR

Second District

TODD SPITZER

SUPERVISOR

Third District

LISA A. BARTLETT

SUPERVISOR

Fifth District

COUNTY EXECUTIVE OFFICER

COUNTY COUNSEL

CLERK OF THE BOARD

Frank Kim

https://www.voterheads.com/events/188602 2/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

Leon J. Page

Robin Stieler Message Us - Offline Support Act…

This agenda contains a brief description of each item to be considered. Except as provided by law, no
action shall be taken on any item not appearing

in the agenda. To speak on an item, complete a Speaker Request Form(s) identifying the item(s) and deposit the
completed form(s) in the box to the left of the podium. To speak on a matter not appearing in the agenda, but
under the jurisdiction of the Board of Supervisors, you may do so during Public Comments at the end of the
meeting. Speaker request forms must be deposited prior to the beginning of the consent calendar, the reading of
the individual agenda items, the opening of the public hearing and/or the beginning of Public Comments. When
addressing the Board, it is requested that you state your name and city of residence for the record. Members of
the public desiring to speak should address the Board as a whole through the Chair. Comments to individual
Supervisors or staff are not permitted. Speakers may address the Board on up to three occasions, with three
minutes allotted to the speaker per occasion. PowerPoint and video presentations must be requested in advance
of the meeting through the Clerk.
Tagged Passions:hearing

Supporting documentation is available for review in the Clerk of the Board of Supervisors office in the
Hall of Administration, 333 W. Santa Ana

Blvd., Room 465, Santa Ana, 92701 8:00 am - 5:00 pm, Monday-Friday.

The Agenda is available online at: http://ocgov.com/gov/bos/agenda

Meetings are broadcast live at http://bos.ocgov.com/video/video.html

------------------------------------------------------------------------------------------------------------------------------

In compliance with the Americans with Disabilities Act, those requiring accommodations for this meeting
should notify the Clerk of the Board's Office

72 hours prior to the meeting at (714) 834-2206


Tagged Passions:compliance

-------------------------------------------------------------------------------------------------------------------------------

INVOCATION: Supervisor Bartlett, Fifth District

PLEDGE OF ALLEGIANCE: Supervisor Steel, Second District

I. PRESENTATIONS/INTRODUCTIONS (9:00 A.M.)

Supervisor Bartlett will be presenting a resolution in recognition of the 50th anniversary of Sempra
Energy

Tagged Passions:recognition and energy

(Regular Business of the Board of Supervisors will commence at 9:30 A.M. or after)

https://www.voterheads.com/events/188602 3/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

Tagged Passions:business

II. CONSENT CALENDAR (Items 1-30) Message Us - Offline Support Act…

All matters are approved by one motion unless pulled by a Board Member for discussion or separate
action. At this time, any member of the public may

ask the Board to be heard on any item on the Consent Calendar.

BOARD APPOINTMENTS

Tagged Passions:appointments

1.

Supervisor Spitzer - North Tustin Advisory Committee - Reappoint Sara Friedman-Gerrick and Lance
Jensen, Santa Ana, for terms ending 3/31/21

(Continued from 6/5/18, Item 1)


Tagged Passions:appointments

Chairman Do:

2.

Orange County Veterans Advisory Council - Appoint Carl James David, Laguna Niguel and Erik E.
Duane, Westminster, to complete terms ending 3/27/20

Tagged Passions:council, veterans, and appointments

3.

Assessment Appeals Board No. 3 - Appoint Clarence Francis Alvey, Jr., Fountain Valley, to complete term
ending 9/6/20

Tagged Passions:appointments

4.

Acting as the Orange County In-Home Supportive Services Public Authority - Orange County In-Home
Supportive Services (IHSS) Advisory Committee -

Reappoint Suzanne Butler, Anaheim, for term ending 12/31/18


Tagged Passions:services and appointments

5.

Development Processing Review Committee - Reappoint Michael Recupero, Anaheim, for term
concurrent with 1st District Supervisor's term of office

https://www.voterheads.com/events/188602 4/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

Tagged Passions:appointments, development, and Development

DEPARTMENT APPOINTMENTS Message Us - Offline Support Act…

Tagged Passions:appointments

6.

Health Care Agency - Emergency Medical Care Committee - Appoint Charles F. Celano, Jr., Tustin,
Margie A. Harrier, Lake Forest, Michael A. Killebrew,

Dana Point and Tom Schultz, Placentia, for terms ending 6/30/20; and reappoint Rebecca R. Gomez, Tustin and
James N. Karras, Orange, for terms ending 6/30/20 - All Districts
Tagged Passions:health, appointments, and emergency

7.

OC Community Resources - Acting as the Orange County Housing Authority - Housing and Community
Development Commission - Reappoint Ron Garcia, Brea,

Helen Smith-Gardner, Mission Viejo and Carla Wilkerson, Dana Point, for terms ending 6/30/20 - All Districts
Tagged Passions:boards and commissions, appointments, development, community development, Development,
and housing

ELECTED DEPARTMENT HEADS

8.

Auditor-Controller - Acting as the Board of Supervisors and Orange County Flood Control District -
Adopt resolutions establishing appropriations

limit, cost of living factor and population factor for FY 2018-19 for County Funds and Flood Control District -
All Districts
Tagged Passions:flooding, audit, and funding

District Attorney:

Tagged Passions:legal

9.

Approve amendment 2 to contract MA-026-16012161 with Southern California Private Investigators, Inc.
for real estate fraud document analyst services,

8/1/18 - 7/31/19 ( 125,000; cumulative total 375,000); renewable for two additional one-year terms; and
authorize County Procurement Officer or authorized Deputy to execute amendment - All Districts
Tagged Passions:contract, purchasing, and services

10.

https://www.voterheads.com/events/188602 5/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

Approve contract MA-026-18011737 with Hewlett Packard Enterprise Company for hardware/software
maintenance and support, 7/1/18 - 6/30/19 (
Message Us - Offline Support Act…
191,258.22); and authorize County Procurement Officer or authorized Deputy to execute contract - All Districts
Tagged Passions:contract, purchasing, information technology, and Information Technology

11.

Approve five-year agreements with various cities for prosecution of violators of city ordinances, 7/1/18 -
6/30/23 - All Districts

Tagged Passions:ordinance

Sheriff-Coroner:

Tagged Passions:public safety and coroner

12.

Approve agreement 18112445 with State of California for Peace Officer Standards and Training (POST)
Supervisory Course, 7/1/18 - 6/30/19; accept

reimbursement for training cost ( 41,580); and authorize Sheriff-Coroner or designee to execute agreement - All
Districts
Tagged Passions:public safety, training, and coroner

13.

Approve agreements with State of California including SA-138-18YR with the State of California's 32nd
District Agricultural Association to provide

law enforcement services for events held at the Orange County Fair and Event Center, 7/1/18 - 6/30/19 (
185,000); and authorize Sheriff-Coroner or designee to execute contractor certification clauses form CCC-307 -
District 2
Tagged Passions:public safety, services, agriculture, coroner, and events

14.

Approve agreements with the State of California including SA-137-18FT with the State of California's
32nd District Agricultural Association to

provide law enforcement services for the 2018 Orange County Fair held at the Orange County Fair and Event
Center, 7/8/18 -8/20/18 ( 675,000); and authorize Sheriff-Coroner to execute contractor certification clauses
form CCC-307 and amendments under certain conditions - District 2
Tagged Passions:public safety, services, agriculture, coroner, and events

15.

Ratify amendment 3 to Subrecipient Agreement C-124772 with and accept grant funding from City of Los
Angeles for Securing the Cities Program Grant

https://www.voterheads.com/events/188602 6/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

Services, extending term to 10/14/19 ( 966,565); and authorize Sheriff-Coroner or designee to execute
amendment and accept program related equipment; and execute future renewals under certain conditions - All
Districts Message Us - Offline Support Act…
Tagged Passions:public safety, services, equipment, coroner, funding, grant, and program

HEALTH CARE AGENCY

Tagged Passions:health

16.

Approve amendment 2 to contract with Orange County Health Authority dba CalOptima for
coordination and provision of health care services, extending

term six months through 12/31/18; and authorize Director or designee to execute amendment - All Districts
Tagged Passions:health, contract, and services

17.

Adopt resolution approving designation of Huntington Beach Hospital for 49 beds as a Lanterman-Petris-
Short facility for 72-hour involuntary

detention, evaluation and treatment for mentally disordered persons; and directing Health Care Agency to submit
designation to California Department of Health Care Services - District 2
Tagged Passions:health, beach, services, hospital, detention, facility, and healthcare

18.

Rescind Resolution 18-022 adopted April 10, 2018, Item 4 due to incorrect resolution regulation language;
adopt resolution approving designation of

Children's Hospital of Orange County for 18 beds as a Lanterman-Petris-Short facility for 72-hour involuntary
detention, evaluation and treatment for mentally disordered minors; approving withdrawal of Lanterman-Petris-
Short designation of Los Alamitos Medical Center; and directing Health Care Agency to submit designation and
withdrawal of designation to California Department of Health Care Services - District 3
Tagged Passions:health, services, hospital, detention, facility, regulation, and healthcare

19.

Approve agreement with St. Jeanne De Lestonnac Free Clinic dba Lestonnac Free Clinic for Whole
Person Care Program services, 7/1/18 - 12/31/20 (

600,000); and authorize Director or designee to execute agreement - All Districts


Tagged Passions:services and program

JOHN WAYNE AIRPORT

Tagged Passions:airport

20.

https://www.voterheads.com/events/188602 7/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

Approve plans and specifications and set bid opening for 7/25/18, 2:00 p.m., for Terminals A and B Air
Handlers Replacement project; authorize
Message Us - Offline Support Act…
Director or designee to extend bid opening date up to 90 days if necessary; and make California Environmental
Quality Act and other findings - District 2
Tagged Passions:RFP, rfp, and environment

OC COMMUNITY RESOURCES

21.

Accept donation of 32,500 from OC Public Libraries Foundation to offset cost of Literary Orange event
hosted by OC Public Libraries - District 2

Tagged Passions:Donation, library, events, and donation

22.

Approve agreement 18-27-0019-HICAP with Council on Aging - Southern California for Health
Insurance Counseling and Advocacy Program services, 7/1/18

- 6/30/19 ( 532,292); and authorize Director or designee to execute agreement and exercise cost contingency
increase not to exceed 10 under certain conditions - All Districts
Tagged Passions:health insurance, council, health, services, insurance, and program

23.

Approve Modjeska Boxcar Bridge Repairs Project to protect bridge structure and restore flood channel
capacity; and consider adoption of Mitigated

Negative Declaration No. IP 17-326 and other findings - District 3


Tagged Passions:flooding

24.

Approve contract 18-28-0025-HRC with Orange County Human Relations Council for services
supporting Orange County Human Relations Commission, 7/1/18 -

6/30/19 ( 252,000; cumulative total 504,000); and authorize Director or designee to execute contract - All
Districts
Tagged Passions:boards and commissions, council, contract, and services

25.

Adopt resolution approving State Standard agreement TV-1819-22, Information Integrity and Security
Statement, and California Civil Rights Laws

Certification with California Department of Aging for Senior Community Service Employment Program, 7/1/18
- 6/30/19 ( 731,022); and authorize Director or designee to execute agreement, future amendments and exercise
cost contingency increase not to exceed 10 under certain conditions - All Districts
Tagged Passions:civil rights, security, employment, and program
https://www.voterheads.com/events/188602 8/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

OC PUBLIC WORKS

Tagged Passions:public works and Public Works Message Us - Offline Support Act…

26.

Approve Assignment, Novation and Consent Agreement MA-080-15010958 with Tire Centers, LLC
assigning to Tire Centers West, LLC for heavy duty tires,

3/1/18 - 11/24/19; and authorize Director or designee to execute agreement - All Districts

27.

Acting as the Board of Supervisors and Orange County Flood Control District - Adopt Job Order
Contract unit price book and technical specifications;

adopt May 2018 pavement maintenance unit price list and technical specifications; set bid opening for 8/1/18,
2:00 p.m., for Job Order Contracts for general engineering and pavement maintenance; and make California
Environmental Quality Act and other findings - All Districts
Tagged Passions:flooding, contract, RFP, rfp, and environment

GENERAL ADMINISTRATION

28.

Clerk of the Board - Approve proposed amendments to the Conflict of Interest Code Designated Filer
Exhibits for Clerk of the Board - All Districts

29.

County Counsel - Authorize County Counsel to consent to law firm of Burke, Williams Sorensen, LLP
representing City of Anaheim in Orange County

Catholic Worker litigation - All Districts


Tagged Passions:legal

30.

Registrar of Voters - Receive and file certification of election results and Statement of Votes Cast for June
5, 2018 Statewide Direct Primary

Election; and declare elected or nominated the persons having the highest number of votes for that office - All
Districts
Tagged Passions:voting and election

END OF CONSENT CALENDAR

III. DISCUSSION ITEMS (Items 31-88)

https://www.voterheads.com/events/188602 9/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

At this time, members of the public may ask the Board to be heard on the following items as those items
are called.

ELECTED DEPARTMENT HEADS

31.

Auditor-Controller - Acting as the Board of Supervisors and Orange County Housing Authority - Adopt
resolution authorizing temporary transfer of cash

between various funds - All Districts


Tagged Passions:audit, funding, and housing

Sheriff-Coroner:

Tagged Passions:public safety and coroner

32.

Approve contract MA-060-18011032 with H.L. Miller Inc. for general construction and maintenance
services, term ending 6/25/19 ( 500,000); authorize

County Procurement Officer or authorized Deputy to execute contract; and make California Environmental
Quality Act and other findings - All Districts
Tagged Passions:contract, purchasing, services, construction, and environment

33.

Approve contract MA-060-18011031 with Ray Carmody dba Carmody Construction Company for
general construction and maintenance services, term ending

6/25/19 ( 500,000); authorize County Procurement Officer or authorized Deputy to execute contract; and make
California Environmental Quality Act and other findings - All Districts
Tagged Passions:contract, purchasing, services, construction, and environment

34.

Approve contract MA-060-18011033 with Exbon Development, Inc. for general construction and
maintenance services, term ending 6/25/19 ( 500,000); and

authorize County Procurement Officer or authorized Deputy to execute contract; and make California
Environmental Quality Act and other findings - All Districts
Tagged Passions:contract, purchasing, services, development, construction, Development, and environment

35.

Approve amendment 3 to contract MA-060-14011934 with Waters Technologies Corporation for service,
preventive maintenance and purchase of consumables

for Orange County Crime Lab's liquid chromatograph mass spectrometer instruments, 7/14/18 - 7/13/19 (
250,000; new total 890,000); and authorize County Procurement Officer or authorized Deputy to execute
https://www.voterheads.com/events/188602 10/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

amendment - All Districts


Tagged Passions:Utility, utility, contract, purchasing, crime, and water

36.

Approve amendment 2 to contract MA-060-16011940 with MCM Technology LLC for maintenance of
Communications Accounting and Asset Management System,

6/27/18 - 6/26/19 ( 35,909.99; cumulative total 107,729.97); renewable for two additional one-year terms; and
authorize County Procurement Officer or authorized Deputy to execute amendment - All Districts
Tagged Passions:contract, purchasing, Technology, Communications, communications, and technology

37.

Approve contract MA-060-18011973 with Dimension Data North America Inc. for Cisco SMARTnet
Maintenance Bundles, 7/1/18 - 6/30/21 ( 1,525,595.23);

renewable for two additional one-year terms; and authorize County Procurement Officer or authorized Deputy to
execute contract - All Districts
Tagged Passions:contract, purchasing, information technology, and Information Technology

38.

Approve agreement with City of Rancho Santa Margarita for law enforcement services, 7/1/18 - 6/30/19 (
9,335,318); authorize Sheriff-Coroner to

execute amendments and to extend agreement under certain conditions, 7/1/19 - 8/31/19 - District 5
Tagged Passions:public safety, services, and coroner

39.

Approve agreement with City of Aliso Viejo for law enforcement services, 7/1/18 - 6/30/19 ( 8,708,647);
authorize Sheriff-Coroner to execute

amendments and to extend agreement under certain conditions, 7/1/19 - 8/31/19 - District 5
Tagged Passions:public safety, services, and coroner

40.

Approve agreement with City of Mission Viejo for law enforcement services, 7/1/18 - 6/30/19 ( 19,413,700);
authorize Sheriff-Coroner to execute

amendments and to extend agreement under certain conditions, 7/1/19 - 8/31/19 - Districts 3 and 5
Tagged Passions:public safety, services, and coroner

41.

Approve agreement with City of Dana Point for law enforcement services, 7/1/18 - 6/30/19 ( 12,671,207);
authorize Sheriff-Coroner to execute

amendments and to extend agreement under certain conditions, 7/1/19 - 8/31/19 - District 5
https://www.voterheads.com/events/188602 11/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

Tagged Passions:public safety, services, and coroner

42.

Approve agreement with City of Laguna Hills for law enforcement services, 7/1/18 - 6/30/19 ( 8,044,036);
authorize Sheriff-Coroner to execute

amendments and to extend agreement under certain conditions, 7/1/19 - 8/31/19 - District 5
Tagged Passions:public safety, services, and coroner

43.

Approve agreement with City of Laguna Niguel for law enforcement services, 7/1/18 - 6/30/19 (
14,641,409); authorize Sheriff-Coroner to execute

amendments and to extend agreement under certain conditions, 7/1/19 - 8/31/19 - District 5
Tagged Passions:public safety, services, and coroner

44.

Approve agreement with City of Laguna Woods for law enforcement services, 7/1/18 - 6/30/19 (
2,754,171); authorize Sheriff-Coroner to execute

amendments and to extend agreement under certain conditions, 7/1/19 - 8/31/19 - District 5
Tagged Passions:public safety, services, and coroner

45.

Approve agreement with City of Lake Forest for law enforcement services, 7/1/18 - 6/30/19 ( 17,025,171);
authorize Sheriff-Coroner to execute

amendments and extend agreement under certain conditions, 7/1/19 - 8/31/19 - District 5
Tagged Passions:public safety, services, and coroner

46.

Approve agreement with City of San Clemente for law enforcement services, 7/1/18 - 6/30/19 ( 15,211,827);
authorize Sheriff-Coroner to execute

amendments and to extend agreement under certain conditions, 7/1/19 - 8/31/19 - District 5
Tagged Passions:public safety, services, and coroner

47.

Approve five-year agreement with City of Stanton for law enforcement services, 7/1/18 - 06/30/23 (
10,955,068); and authorize Sheriff-Coroner to

execute subsequent amendments under certain conditions - District 2


Tagged Passions:public safety, services, and coroner

https://www.voterheads.com/events/188602 12/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

48.

Approve five-year agreement with City of Villa Park for law enforcement services, 7/1/18 - 6/30/23 (
1,558,152); and authorize Sheriff-Coroner to

execute subsequent amendments under certain conditions - District 3


Tagged Passions:parks, public safety, services, and coroner

49.

Approve five-year agreement with City of Yorba Linda for law enforcement services, 7/1/18 - 6/30/23 (
11,300,340); and authorize Sheriff-Coroner to

execute subsequent amendments under certain conditions - District 3


Tagged Passions:public safety, services, and coroner

50.

Approve amendment 3 to five-year agreement with City of San Juan Capistrano for law enforcement
services, 7/1/18 - 6/30/19 ( 10,291,020; cumulative

total 37,567,751); and authorize Sheriff-Coroner to execute amendments under certain conditions - District 5
Tagged Passions:public safety, services, and coroner

51.

Approve amendment 5 to five-year agreement with Orange County Transportation Authority (OCTA) for
law enforcement services, 7/1/18 - 6/30/19 (

8,182,895; cumulative total 28,636,424) and special and supplemental services ( 458,000) - All Districts
Tagged Passions:transportation, public safety, and services

52.

Approve contract MA-060-18011676 with Wescraft Inc. for mattress purchases and re-cover services,
6/29/18 - 6/28/21 ( 1,554,000); renewable for two

additional one-year terms; and authorize County Procurement Officer or authorized deputy to execute contract -
All Districts
Tagged Passions:contract, purchasing, and services

53.

Approve contract PO-060-18010988 with Air Bear Tactical Aircraft LLC for purchase of Mahindra
Aerospace Airvan-8 Task Force Fixed Wing Aircraft (

3,646,360.21); and authorize County Procurement Officer or authorized Deputy to execute contract - All
Districts
Tagged Passions:contract and purchasing

54.
https://www.voterheads.com/events/188602 13/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

Waive irregularities in bid proposals; reject bid of World Wide Construction as non-responsive; approve
request of MTM Construction, Inc.,

Thomasville Construction, Inc. and Exbon Development, Inc. to withdraw bids for heating, ventilation and air
conditioning (HVAC) Job Order Contracts (JOC) and Angeles Contractors, Inc. and Harry H. Joh Construction,
Inc. to withdraw bids for electrical JOC services; receive bids and award JOC's to Thomasville Construction,
Inc., MTM Construction, Inc., Interlog Corporation, Angeles Contractors, Inc., MIK Construction, Inc., Exbon
Development, Inc., Pub Construction, Inc., SJD B, Inc., Golden Gate Steel, Inc., CTG Construction Inc. and
Vincor Construction, Inc. for general construction services, to MIK Construction, Inc., Baker Electric, Inc., and
Telenet VoIP Inc. for electrical services, and to ABM Building Solutions, LLC and Pan-Pacific Mechanical,
LLC for HVAC services, 7/12/18 -7/11/19 ( 4,500,000 each); authorize Director of Research and Development
or designee to execute contracts; and make California Environmental Quality Act and other findings - All
Districts
Tagged Passions:restaurants, contract, RFP, rfp, services, information technology, development, electric,
construction, Development, environment, and Information Technology

55.

Treasurer-Tax Collector - Approve amendment 1 to renew contract MA-074-15012094 with Financial


Statement Services, Inc. for printing and mailing

services, 7/1/18 - 6/30/19 ( 1,815,000; cumulative total 3,735,000); and authorize County Procurement Officer
or authorized Deputy to execute amendment - All Districts
Tagged Passions:contract, Treasurer, taxes, Taxes, TREASURER, purchasing, services, financial report, and
finance

HEALTH CARE AGENCY

Tagged Passions:health

56.

Approve amendment to Three-Year Program and Expenditure Plan for Mental Health Services Act,
Proposition 63 programs and services, 7/1/17 - 6/30/20 (

15,000,000; cumulative total 583,862,051); approve Local Government Special Needs Housing Program
Assignment agreement with California Housing Finance Agency, FY 2017-18 ( 15,000,000); direct Auditor-
Controller upon notification from Director or designee to distribute funds to California Housing Finance
Agency; approve Jamboree Permanent Supportive Housing by Jamboree Housing Corporation, Anaheim and
Aqua Apartment Projects by Community Development Partners, Santa Ana for Special Needs Housing Program
funding; and authorize Director or designee to execute related documents and agreements - All Districts
Tagged Passions:health, audit, services, development, mental health, community development, funding,
Development, housing, program, and finance

57.

Approve agreement with Department of Health Care Services for Medi-Cal County Inmate program,
7/1/18 - 6/30/19; and authorize Director or designee to

execute agreement - All Districts


Tagged Passions:health, services, and program

https://www.voterheads.com/events/188602 14/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

58.

Approve amendment 1 to agreement with Orange County Child Abuse Prevention Center, Inc. dba Child
Abuse Prevention Center, Inc. for school readiness

services, 7/1/17 - 9/30/18 ( 150,640; new total 753,201); and authorize Director or designee to exercise cost
contingency increase not to exceed 10 under certain conditions and to execute amendment - All Districts
Tagged Passions:education, services, and child abuse

JOHN WAYNE AIRPORT

Tagged Passions:airport

59.

Approve contract MA-280-18011856 with Sentry Control Systems, Inc. for maintenance and repair
services, 8/1/18 - 7/31/19 ( 668,000); renewable for

two additional one-year terms; authorize County Procurement Officer or authorized Deputy to execute contract;
and make California Environmental Quality Act and other findings - District 2
Tagged Passions:contract, purchasing, services, and environment

OC COMMUNITY RESOURCES

60.

Approve amendment 1 to renew agreement MA-012-17011868 with OCLC Online Computer Library
Center Inc. dba OCLC Inc. for library services, 8/1/18 -

7/31/19 ( 140,733.73; cumulative total 276,363.05); and authorize County Procurement Officer or authorized
Deputy to execute amendment - All Districts
Tagged Passions:purchasing, services, and library

61.

Approve amendment 3 to renew contract MA-012-15011980 with MaintStar Inc. for Computerized
Maintenance Management System software licensing and

support for OC Parks, 8/1/18 - 7/31/19 ( 55,057; cumulative total 215,656); and authorize County Procurement
Officer or authorized Deputy to execute amendment - All Districts
Tagged Passions:parks, contract, purchasing, information technology, and Information Technology

62.

Acting as the Board of Supervisors and Orange County Housing Authority Acting as Housing Successor
Agency - Authorize Director or designee to utilize

HOME Investment Partnership Act funds and/or Orange County Successor Agency funds for permanent loan
financing to Westminster Special Needs Housing, L.P.; approve loan commitment ( 1,166,400); authorize
Director or designee to execute subordination agreements, standard set of loan documents and restrictive
covenants and other related documents; and consider application of Final Mitigated Negative Declaration 2016-
https://www.voterheads.com/events/188602 15/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

57 and other findings; Acting as the Orange County Housing Authority - Approve selection of Della Rosa for
utilization of 25 Project-Based Housing Choice Vouchers for 25 units of permanent supportive housing; and
authorize Director or designee to execute subordination agreements, standard set of loan documents and
restrictive covenants, and such additional agreements, contracts, instructions and instruments necessary or
appropriate for permanent loan financing and commitment of Housing and Urban Development Project-Based
Housing Choice Vouchers - District 1
Tagged Passions:investment, contract, development, selection, instruction, funding, Development, and housing

63.

Approve retroactive increase to amendment 2 to subordinate contract MA-012-17011816 with Clean


Harbors Environmental Services Inc. for on-call

environmental clean-up services at OC Parks Facilities, 3/27/17 - 3/26/18 ( 48,493, new total 323,493); and
authorize County Procurement Officer or authorized Deputy to execute amendment - All Districts
Tagged Passions:parks, contract, purchasing, services, boating, ports, and environment

64.

Approve amendment 1 to contracts 17-27-0003-TSR with Abrazar, Inc. in Service Area 1, North County (
777,338; cumulative total 1,152,997),

17-27-0007-TSR with Age Well Senior Services, Inc., in Service Area 2, South County ( 834,584; cumulative
total 1,237,909) and 17-0010-TSR with Abrazar, Inc. in Service Area 3, Central/West County ( 1,038,392;
cumulative total 1,540,211), funded by Tobacco Settlement Revenue, 7/1/18 - 6/30/20; approve amendment 2 to
contracts 17-27-0001-M2 with Abrazar, Inc. in Service Area 1, North County ( 1,707,885; cumulative total
2,616,134), 17-27-0006-M2 with Age Well Senior Services, Inc., in Service Area 2, South County ( 1,833,663;
cumulative total 2,808,799) and 17-27-0008-M2 with Abrazar, Inc. in Service Area 3, Central/West County (
2,281,452; cumulative total 3,494,722) for senior non-emergency medical transportation services funded by
Measure M2 funds, 7/1/18 - 6/30/20; and authorize Director or designee to execute amendments - All Districts
Tagged Passions:transportation, contract, services, tobacco, funding, emergency, and settlement

65.

Approve sole source agreement 18-28-0018-OS with ProPath, Inc. for employment and training services,
7/1/18 - 12/31/18 ( 1,976,705); and authorize

Director or designee to exercise cost contingency increase not to exceed 10 under certain conditions - Districts 1,
2, 3 and 4
Tagged Passions:services, training, and employment

66.

Approve amendment 1 to renew contracts 16-22-0043-ESG with Mercy House Living Centers for
emergency shelter services ( 180,415; cumulative total

380,415), 16-22-0039-ESG with Mercy House Living Centers for rapid rehousing services ( 87,500; cumulative
total 184,500), 16-22-0042-ESG with Interval House for emergency shelter services ( 180,415; cumulative total
380,415), 16-22-0038-ESG with Interval House for rapid rehousing services ( 180,415; cumulative total
380,415), 16-22-0040-ESG with Fullerton Interfaith Emergency Services dba Pathways of Hope for rapid
rehousing services ( 180,415; cumulative total 380,415), 16-22-0041-ESG with Illumination Foundation for
rapid rehousing services ( 70,270; cumulative total 148,614), amendment 2 to contract 16-22-0044-ESG with
https://www.voterheads.com/events/188602 16/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

Fullerton Interfaith Emergency Services dba Pathways of Hope for emergency shelter services ( 180,415;
cumulative total 380,415), 7/1/18 - 6/30/19, and authorize Director or designee to execute amendments, future
amendments and make line item budget transfers under certain conditions - All Districts
Tagged Passions:contract, budget, services, and emergency

67.

Adopt resolution approving State Standard agreement AP-1819-22, Certification of Clauses, Information
Integrity and Security Statement and California

Civil Rights Laws Certification with California Department of Aging for Older Americans Act Programs, 7/1/18
- 6/30/19 ( 10,976,960); and authorize Director or designee to execute agreement and future amendments and to
exercise cost contingency increase not to exceed 10 under certain conditions - All Districts
Tagged Passions:civil rights, security, and program

68.

Approve amendment 2 to agreement 17-27-0025-FCSP with St. Jude Hospital, Inc. dba St. Jude Medical
Center for Family Caregiver Support Program

services ( 827,584), approve agreements 18-27-0011 with Abrazar, Inc. for Community Services Program (
113,776), 18-27-0031 with Alzheimer's Family Services Center for adult day care services ( 159,392), 18-27-
0029-ADC with Alzheimer's Orange County for adult day care services ( 45,529), 18-027-0013 with Age Well
Senior Services, Inc. for Elderly Nutrition Program, nutrition transportation, case management and in-home care
services ( 1,604,014), 18-27-0018 with Council on Aging - Southern California for elder abuse prevention
services ( 89,012), 18-27-0017 with Council on Aging - Southern California for Ombudsman Program services (
563,959), 18-27-0014 with City of Fullerton for Community Services Program ( 87,744), 18-27-0015 with City
of Irvine for Elderly Nutrition Program, nutrition transportation, case management and in-home care services (
402,755), 18-27-0021 with Legal Aid Society of Orange County for legal assistance services ( 286,383), 18-27-
0016 with Community SeniorServ, Inc. for adult day care, Elderly Nutrition Program, nutrition transportation,
case management and in-home care services ( 513,531.50), 7/1/18 - 6/30/19; and authorize Director or designee
to execute amendment, agreements, future amendments and to exercise cost contingency increase not to exceed
10 under certain conditions - All Districts
Tagged Passions:council, transportation, legal, services, Child Care, family services, nutrition, hospital,
healthcare, program, and seniors

69.

Consider first reading of quot;An Ordinance of the County of Orange, California Amending Section 2-5-
29(n) of the Codified Ordinances of the County

of Orange, Regarding Prohibited Motorized Wheeled Conveyances quot;; and set second reading and adoption
for 7/17/18, 9:30 a.m. - All Districts
Tagged Passions:ordinance

70.

Approve renewal of contract 18-22-0037-PS with Mercy House Living Centers, Inc. for operation of Year
Round Emergency Shelter/Multi-Service Center

Program, Bridges at Kramer Place 1000 N. Kraemer Place, Anaheim, 7/1/18 - 6/30/19 ( 1,800,000); and
authorize Director or designee to execute agreement and make line item budget transfers under certain
https://www.voterheads.com/events/188602 17/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

conditions - District 3
Tagged Passions:contract, budget, emergency, and program

71.

Acting as the Board of Supervisors and Orange County Housing Authority Acting as Housing Successor
Agency - Authorize utilization of HOME Investment

Partnership Act (HOME) funds and/or Orange County Housing Successor Agency funds for additional
permanent loan financing to Mercy Housing California (or to a partnership formed by Mercy Housing California
for development of Placentia Veterans Village) in the City of Placentia; approve additional loan commitment to
Mercy Housing California (or to a partnership formed by Mercy Housing California for the purpose of
constructing and operating the Placentia Veterans Village) ( 5,750,000); authorize Director or designee to
execute subordination agreements, standard set of loan documents and restrictive covenants, and such additional
agreements, contracts, instructions and instruments necessary or appropriate for permanent loan financing and
commitment of Housing and Urban Development Project-Based Housing Choice Vouchers; approve
subordination of 5,750,000 permanent loan to a first trust deed loan of 3,291,000; authorize Director or designee
to subordination to additional senior debt up to 100 of the cumulative loan-to-value based on the as-built
appraised market value, if necessary, based on any future changes in project financing; and make California
Environmental Quality Act and other findings; Acting as the Orange County Housing Authority - Approve
selection of Placentia Veterans Village for utilization of 49 Project-Based Veterans Affairs Supportive Housing
and/or Housing Choice Vouchers for 49 units of permanent supportive housing; and authorize Director or
designee to execute subordination agreements, standard set of loan documents and restrictive covenants, and
such additional agreements, contracts, instructions and instruments necessary or appropriate for permanent loan
financing and commitment of Housing and Urban Development Project-Based Housing Choice Vouchers -
District 4
Tagged Passions:investment, contract, veterans, development, selection, instruction, funding, market,
Development, environment, and housing

OC PUBLIC WORKS

Tagged Passions:public works and Public Works

72.

Receive bids and award contract MA-080-18011705 to American Civil Constructors West Coast LLC for
Live Oak Canyon Road and Trabuco Canyon Road Safety

Improvements Project, 120 day term ( 3,064,675.42); and authorize Director or designee to execute contract
under certain conditions - District 3
Tagged Passions:contract, streets, RFP, and rfp

73.

Approve FY 2018-19 OC Civic Center Parking/Maintenance Fund 828 Budget ( 11,850,639); authorize
Auditor-Controller to make related payments and

transfer funds from Parking Facilities Fund 137 to Fund 828 not to exceed 1,179,402; and make California
Environmental Quality Act and other findings - District 1
Tagged Passions:budget, audit, funding, parking, and environment

74.
https://www.voterheads.com/events/188602 18/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

Approve amendment 2 to extend agreement MA-299-15011969 with Simplus Management Corporation


for construction management services, Central Region

Landfills, 7/14/18 - 6/13/19; and authorize Director or designee to execute amendment - Districts 2 and 3
Tagged Passions:services, landfill, solid waste, and construction

75.

Approve agreement with Griffin Structures, Inc. for program management and initial design phase
services, Phase 2A Civic Center Facilities Strategic

Plan ( 4,650,874); and authorize Director or designee to take any action necessary to administer agreement under
certain conditions - District 1
Tagged Passions:strategic, services, and program

76.

Acting as the Orange County Flood Control District - Receive bids and award contract MA-080-18011882
to CJW Construction, Inc. for San Diego Creek

Sediment Removal Project, 120 day term ( 4,220,800); and authorize Director or designee to execute contract
under certain conditions - District 3
Tagged Passions:flooding, contract, RFP, rfp, and construction

77.

Acting as the Board of Supervisors and Orange County Flood Control District - Receive bids and award
contract MA-080-18011757 to CJW Construction,

Inc. for Lane Channel Repair Project, 230 day term ( 6,570,140); and authorize Director or designee to execute
contract under certain conditions - District 3
Tagged Passions:flooding, contract, RFP, rfp, and construction

OC WASTE RECYCLING

Tagged Passions:recycling

78.

Select FuelCell Energy, Inc. as primary and BioFuels Energy, LLC as alternate developers for proposed
design of an energy project for potential

future development at closed Coyote Canyon Landfill, Newport Beach; authorize Director or designee to
negotiate and execute option agreements and Landfill Gas Delivery and Site License agreements and return to
Board for approval - District 2
Tagged Passions:beach, license, development, biodiesel, landfill, energy, solid waste, and Development

PUBLIC PROTECTION

79.

https://www.voterheads.com/events/188602 19/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

Probation - Adopt resolution making certain findings and authorizing expenditures to provide incentives
for youth (amount not to exceed 100,000 per

year) - All Districts


Tagged Passions:youth and incentive

GENERAL ADMINISTRATION

County Executive Office:

80.

Approve 2018 Contract Policy Manual, effective 7/1/18 - All Districts (Continued from 6/5/18, Item 28)

Tagged Passions:contract and policy

81.

Approve recommended positions on introduced or amended legislation and consider other legislative
subject matters - All Districts

82.

Approve grant applications/awards submitted in 6/26/18 grants report and other actions as recommended
- All Districts

Tagged Passions:grant

83.

Approve lease agreement with Boyd Orange GSA LLC for office and clinical space for Health Care
Agency at 4000 West Metropolitan Drive, Orange, for 15

years, 4/1/19 - 3/31/34; authorize Chief Real Estate Officer or designee to execute subsequent lease amendments
for non-monetary and/or monetary changes under certain conditions; and make California Environmental
Quality Act and other findings - District 3
Tagged Passions:leasing, health, and environment

84.

Receive and file State of County Cybersecurity Bi-Annual Report; direct Chief Information Officer or
designee to work with all County departments to

participate in Enterprise Security Vulnerability Management program and to develop and maintain Business
Continuity Planning and Management program; and direct Chief Information Officer or designee to provide
annual report to the Board on state of County cybersecurity commencing June 2019 - All Districts
Tagged Passions:security, planning, program, and business

85.

https://www.voterheads.com/events/188602 20/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

Adopt the FY 2018-19 Final Budget resolution; establish District Attorney Special Appropriations Fund (
170,000) and Vehicle Theft Task Force Special

Fund ( 20,000); establish Sheriff Special Appropriations fund for the Regional Narcotics Suppression Program (
250,000), Regional Narcotics Suppression Program-Dept. of Justice ( 170,000), Regional Narcotics Suppression
Program-Dept. of Treasury ( 30,000), and Regional Narcotics Suppression Program-Other ( 100,000) funds;
approve various FY 2018-19 Internal Services Fund billing rates effective 7/1/18; approve FY 2018-19
employee and employer retirement contribution rates, effective 7/6/18; direct Human Resources Services to
amend Master Position Control; adopt resolutions authorizing various temporary transfers of funds; and make
findings under goverment code section 26227 and approve FY 2018-19 County Event Calendar - All Districts
Tagged Passions:legal, budget, public safety, human resources, services, rates, retirement, funding, drugs,
events, program, and seniors

Human Resource Services:

Tagged Passions:services

86.

Approve and adopt 2018-2019 Memorandum of Understanding with Association of County Law
Enforcement Management for Law Enforcement Management unit,

6/22/18 - 6/20/19 - All Districts


Tagged Passions:public safety

87.

Approve and adopt Side Letter agreement with Orange County Employees Association for future
performance of certain public works projects - All

Districts
Tagged Passions:public works, Public Works, and performance

88.

Registrar of Voters - Consider first reading of quot;An Ordinance of the County of Orange, California,
Amending Section 1-6-30 Relating to Electronic

Campaign Disclosure quot;; and set second reading and adoption for 7/17/18, 9:30 a.m. - All Districts (4/5 vote
of the members present)
Tagged Passions:ordinance

IV. PUBLIC HEARINGS (None Scheduled)

Tagged Passions:hearing

V. CLOSED SESSION (Item CS-1)

The Board will break for lunch at approximately 12:00 PM and may consider closed session matters
during that break. The Board will then resume to

https://www.voterheads.com/events/188602 21/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

handle any remaining business if necessary.


Tagged Passions:business

GENERAL ADMINISTRATION

CS-1.

County Executive Office - CONFERENCE WITH REAL PROPERTY NEGOTIATOR - Pursuant to


Government Code Section 54956.8: Property Location: Orange County

Flood Control District owned +/-95 acre property located at the intersection of Mountain Avenue and Bickmore
Avenue, Chino, CA County Negotiator: Scott D. Mayer, Chief Real Estate Officer Negotiating Party: Majestic
Realty Under Negotiation: Terms and Value of Future Lease
Tagged Passions:flooding, leasing, and property

Location

Hall of Admin
333 W Santa Ana Blvd
Santa Ana , CA 92701,

Time & Date


https://www.voterheads.com/events/188602 22/23
7/28/2018 When is the Regular Meeting Of The Board Of Supervisors in Orange County, CA?

06/26/18 @ 9:00 am PDT

Voterheads - Copyright 2018

Passions We Track

Other States

NM
IN
AK
OR
MS
TX
UT
WA

Nearby Organizations

Orange, CA
Oceanside, CA
San Francisco, CA
Norwalk, CA
Hanford, CA
Anaheim, CA
San Diego, CA
Concord, CA

Home
Sign Up
Pricing
How It Works
Blog
About Us / Contact

https://www.voterheads.com/events/188602 23/23
Attachment E

Page 1 of 48
Attachment E

Page 2 of 48
Attachment E

Page 3 of 48
Attachment E

Page 4 of 48
Attachment E

Page 5 of 48
Attachment E

Page 6 of 48
Attachment E

Page 7 of 48
Attachment E

Page 8 of 48
Attachment E

Page 9 of 48
Attachment E

Page 10 of 48
Attachment E

Page 11 of 48
Attachment E

Page 12 of 48
Attachment E

Page 13 of 48
Attachment E

Page 14 of 48
Attachment E

Page 15 of 48
Attachment E

Page 16 of 48
Attachment E

Page 17 of 48
Attachment E

Page 18 of 48
Attachment E

Page 19 of 48
Attachment E

Page 20 of 48
Attachment E

Page 21 of 48
Attachment E

Page 22 of 48
Attachment E

Page 23 of 48
Attachment E

Page 24 of 48
Attachment E

Page 25 of 48
Attachment E

Page 26 of 48
Attachment E

Page 27 of 48
Attachment E

Page 28 of 48
Attachment E

Page 29 of 48
Attachment E

Page 30 of 48
Attachment E

Page 31 of 48
Attachment E

Page 32 of 48
Attachment E

Page 33 of 48
Attachment E

Page 34 of 48
Attachment E

Page 35 of 48
Attachment E

Page 36 of 48
Attachment E

Page 37 of 48
Attachment E

Page 38 of 48
Attachment E

Page 39 of 48
Attachment E

Page 40 of 48
Attachment E

Page 41 of 48
Attachment E

Page 42 of 48
Attachment E

Page 43 of 48
Attachment E

Page 44 of 48
Attachment E

Page 45 of 48
Attachment E

Page 46 of 48
Attachment E

Page 47 of 48
Attachment E

Page 48 of 48
Attachment A
OC PUBLIC WORKS
PROCUREMENT SERVICES
BID RECAP

BID OPENING DATE: 8/5/15


BID NUMBER: 080-C005699

JOC FOR PAINTING SERVICES

6 - RESPONSIVE BID RECEIVED


0 - NON-RESPONSIVE BIDS RECEIVED
6 - BIDS RECEIVED

Interlog Corp. dba Harry H. Joh CTG Construction,


CAM Painting Inc. Todd Painting, Inc. Interlog Construction Construction, Inc. Inc. Mariscal Painting, Inc.
Ranking: 1 2 3 4 5 6
Line Bid Line Description Quantity Quantity Quantity Quantity Quantity Quantity
1 Normal Working 0.4200 0.5400 0.5900 0.5988 0.6500 0.7500
2 Other Than Normal 0.6600 0.5800 0.5900 0.5998 0.7000 0.8200
3 Composite Factor 0.4680 0.5480 0.5900 0.5990 0.6600 0.7640

Respondent Name Priamos Yennaris Mike Todd Justin Kwon Harry H. Joh Costas Georgiou Jesus Mariscal
Respondent Telephone 818-716-7410 714-761-1355 714-529-1130 562-630-3348 310-834-8015 626-454-4761
Respondent Email campainting@sbcglobal.net toddpaintinginc@aol.com jeff@interlogconstruction.com harry@hjconst.com geor123@pacbell.net mariscal-painting@hotmail.com

*didn’t acknowledge Addendum


#1

Comments

*Addendum #1 acknowledgement is waived - immaterial to bid

1 of 1
Page 1 of 1
REGULAR MEETING OF THE BOARD OF SUPERVISORS
ORANGE COUNTY, CALIFORNIA

Tuesday, December 15, 2015, 9 : 0 0 A . M .

BOARD HEARING ROOM, FIRST FLOOR


333 W. Santa Ana Blvd., 10 Civic Center Plaza
Santa Ana, California

TODD SPITZER
CHAIRMAN
Third District

LISA A. BARTLETT ANDREW DO


VICE CHAIRMAN SUPERVISOR
Fifth District First District

MICHELLE STEEL SHAWN NELSON


SUPERVISOR SUPERVISOR
Second District Fourth District

ATTENDANCE: All Present

EXCUSED: None

PRESENT: COUNTY EXECUTIVE OFFICER Frank Kim


COUNTY COUNSEL Leon J. Page
CLERK OF THE BOARD Robin Stieler

INVOCATION: Supervisor Steel, Second District, gave the invocation

PLEDGE OF ALLEGIANCE: Supervisor Do, First District, led the assembly in the Pledge of Allegiance

I. PRESENTATIONS/INTRODUCTIONS

Chairman Spitzer presented a resolution commending Frank Ospino on his retirement

II. CONSENT CALENDAR (Items 1-30)

45123 APPROVED AS RECOMMENDED WITH THE EXCEPTION OF ITEMS 5 & 30 WHICH


WERE CONTINUED TO 1/12/16, 9:30 A.M.; ITEMS 15 & 28 WHICH WERE DELETED; AND
ITEMS 3, 4, 12, 16, 22 & 24 WHICH WERE PULLED FOR DISCUSSION AND SEPARATE
VOTE
BOARD APPOINTMENTS

1. Supervisor Steel - Orange County Mental Health Board - Reappoint Alisa Chatprapachai, Cypress, for
term ending 12/4/18

DEPARTMENT APPOINTMENTS

2. Health Care Agency - Orange County HIV Planning Council - Appoint Robin Keeble, Cypress; Maria
Negrete, Santa Ana; Timothy "Joel" Welz, Newport Beach and Diana Wydo, Cypress; and reappoint
Bobby Avalos, Orange; Kelly Gomez, Anaheim; Marc Meulman, Orange; John Paquette, Orange;
Albert Ramirez, Anaheim, Christopher Ried, Santa Ana and Jeremiah Tilles, Irvine for terms ending
12/31/17 - All Districts

3. OC Community Resources - Orange County Workforce Investment Board - Reappoint Robert


Claudio, Anaheim; Fred Flores, Brea; June Kuehn, Anaheim; Barbara Mason, Huntington Beach; Dr.
Gary Matkin, Irvine; Adalberto J. Quijada, Santa Ana; Michael Ruane, Orange; Thomas Tassinari,
Irvine; Ed Tomlin, Aliso Viejo and Kay Turley-Kirchner, Aliso Viejo for terms ending 12/31/18 - All
Districts
41253 CONTINUED TO 1/12/16, 9:30 A.M.; DIRECTED STAFF TO SEE IF 1) VOTER
REGISTRATION IS REQUIRED AS PART OF THE APPOINTMENT PROCESS FOR
INDIVIDUALS APPOINTED TO GOVERNMENT APPOINTED BOARDS AND 2) TO
REQUEST THE REGISTRAR OF VOTERS VERIFY VOTER REGISTRATION OF
RECOMMENDED APPOINTMENTS TO THE ORANGE COUNTY WORKFORCE
INVESTMENT BOARD

ELECTED DEPARTMENT HEADS

4. Auditor-Controller - Receive and file Monthly Internal Audit Activity Status Report for October and
November 2015 - All Districts
45123 APPROVED AS RECOMMENDED

Sheriff-Coroner:

5. Approve amendment 2 to agreement with The Reynolds Group for additional testing,
monitoring and reporting of environmental site assessment, James A. Musick Facility Phase 1
Jail project ($29,520; cumulative total $127,535); and authorize Sheriff-Coroner or designee to
execute amendment - Districts 3 & 5 (Continued from 11/10/15, Item 6)
45123 CONTINUED TO 1/12/16, 9:30 A.M.

6. Approve amendment 3 to agreement MA-060-13010961 with Cerilliant Corporation for


purchase of analytical reference standards, 4/1/15 - 3/31/16 ($45,000; new total $75,000;
cumulative total $100,000); and authorize Purchasing Agent or authorized Deputy to execute
amendment - All Districts

7. Approve amendment 7 to revenue agreement Z1000000068 with Rancho Santiago Community


College District for law enforcement training consultant services, 1/1/16 - 2/29/16 ($5,000;
cumulative total $195,849); and authorize Sheriff-Coroner or designee to execute amendment -
All Districts

8. Approve amendment 2 to agreement MA-060-11010909 with Rancho Santiago Community


College District for law enforcement training programs, 1/1/16 - 2/29/16 ($24,000; cumulative
total $625,000); and authorize Sheriff-Coroner or designee to execute amendment - District 3

9. Approve Memorandum of Understanding with City of Los Angeles Harbor Department for
training coordination services, three year term; and authorize Sheriff-Coroner or designee to
execute MOU - All Districts

10. Approve agreement MA-060-16010077 with Optiv Security Inc. for security software and
hardware, one year term ($530,747.57); and authorize Purchasing Agent or authorized Deputy
to execute agreement - All Districts

11. Treasurer-Tax Collector - Adopt resolution approving public auction #1388 of tax-defaulted real
property delinquent for over five years - All Districts
RESO: 15-136

HEALTH CARE AGENCY

12. Appoint Nedenia Lane, M.A. as Orange County Public Guardian, effective 12/25/15 - All Districts
35124 APPROVED AS RECOMMENDED TO INCLUDE MAKING A FINDING THAT IT IS IN
THE BEST INTEREST OF THE COUNTY TO WAIVE THE REQUIREMENT THAT THE
APPOINTED COUNTY OFFICER BE A RESIDENT OF THE COUNTY OF ORANGE

13. Approve master agreement with various organizations for sponsorship of Orange County Task Force
for Drowning Prevention ($250,000); and authorize Director or designee to accept funding and execute
individual sponsorship agreements - All Districts

JOHN WAYNE AIRPORT

14. Approve assignment, assumption and consent to assignment of lease agreement from Newport Beach
Golf Course, LLC to Inland Group, Inc. for Newport Beach Golf Course; and make California
Environmental Quality Act and other findings - District 2 (Continued from 12/8/15, Item 9)

OC COMMUNITY RESOURCES

15. Approve amended bylaws to the Orange County Human Relations Commission - All Districts
45123 DELETED

OC PUBLIC WORKS

16. Receive and file Traffic Committee Report dated 10/15/15; approve recommendations and adopt
necessary resolution - Districts 1 and 5
15243 APPROVED AS RECOMMENDED
RESO: 15-137

17. Approve agreement MA-012-16010516 with ATI Architects & Engineers, Inc. for on-call architect-
engineer services, 12/15/15 - 12/14/18 ($400,000); and authorize Director or designee to execute
agreement - All Districts

18. Acting as the Orange County Flood Control District - Approve improvement and restoration
agreement with City of Irvine, certificate of acceptance and easement deeds from The Irvine Company
and from One Venture Plaza for Bee Canyon Channel; and make California Environmental Quality Act
and other findings - District 3

Acting as the Board of Supervisors and Orange County Flood Control District:

19. Approve agreements with Statewide Traffic Safety & Signs and Myers & Sons Hi-Way Safety,
Inc. for construction site flagger services on an as-needed basis, 12/15/15 - 12/14/18 ($600,000
combined total); renewable for one additional two-year period; authorize Purchasing Agent or
authorized Deputy to execute agreements; and make California Environmental Quality Act and
other findings - All Districts

20. Approve funding reserve agreement D15-005 and grant deed from DMB San Juan Investment
North, LLC for repair of potential seismic damage of Lower Gobernadora Multi-Purpose Basin
($500,000); authorize Auditor-Controller to deposit annual payment and implement
disbursements related to agreement; approve amendment 1 to basin implementation agreement
with Santa Margarita Water District and DMB San Juan Investment North, LLC, effective
through 12/31/18 ($10,343 increase); approve grant deed and easement agreements with Santa
Margarita Water District for Lower and Upper Gobernadora Multi-Purpose Basin; and
authorize OC Public Works Director, OC Parks Director or designees to execute related
documents - District 5

PUBLIC PROTECTION

21. Probation - Approve amendment 1 to agreement 40654 with Orange County Department of Education
- Safe Schools and Support Services for drug, alcohol and mental health services, 7/1/14 - 6/30/17; and
authorize Chief Probation Officer or designee to execute amendment - All Districts

SOCIAL SERVICES AGENCY

22. Approve non-financial Memorandum of Understanding CAM0316 with California Department of


Social Services for Resource Family Approval Program 1/1/16 - 12/31/16; and authorize Director or
designee to execute MOU - All Districts
21453 APPROVED AS RECOMMENDED

23. Approve non-financial master Memorandum of Understanding CPY1315-00 for multidisciplinary team
to provide prevention and early intervention services, 1/15/16 - 1/14/18; and authorize Director or
designee to execute master MOU with qualified community based organizations - All Districts
GENERAL ADMINISTRATION

Clerk of the Board:

24. Adopt resolution approving list of recurring Board resolutions for 2016; and authorizing Chair
or other Supervisor to draft and execute said resolutions - All Districts
52143 APPROVED AS AMENDED TO ADD PRESCRIPTION DRUG TAKE-BACK DAY IN
APRIL AND OLDER AMERICANS MONTH IN MAY
RESO: 15-138

25. Approve the Conflict of Interest Code Designated Filer Exhibits for the Orange County In-
Home Supportive Services Public Authority - All Districts

County Executive Office:

26. Acting as the Legislative Body of the Community Facilities Districts - Receive and file the
annual report pursuant to the Local Agency Special Tax and Accountability Act for
Community Facilities Districts 2001-1, 2002-1, 2003-1 and 2004-1 (Ladera Ranch) - District 5

27. Adopt resolution supporting United Way of Orange County to conduct the 2015-16 charitable
campaign for Orange County employees, including fundraising events, 12/15/15 - 6/30/16 - All
Districts
RESO: 15-139

28. Approve side letter agreements with Alliance of Orange County Workers, Orange County
Employees Association and International Union of Operating Engineers, Local 501, AFL-CIO
for overtime pay related to activations of County's Emergency Operations Center and
Department Operations Centers - All Districts
45123 DELETED

29. Approve amendment 1 to Regional Cooperative agreement MA-017-16010175 with GovDeals,


Inc. for online surplus auctioning services, 12/16/15 - 7/31/20; renewable for two additional
years; and authorize Purchasing Agent or authorized Deputy to execute amendment - All
Districts

30. Supervisor Steel - Direct Auditor-Controller in accordance with Election Code section 9160(c), to
prepare and within sixty days provide to the Board a fiscal impact statement describing and
summarizing fiscal costs of measure establishing a Campaign Finance and Ethics Commission,
approved for placement on 6/7/16 election ballot (Continued from 11/10/15, Item 17)
45123 CONTINUED TO 1/12/16, 9:30 A.M.

END OF CONSENT CALENDAR


III. DISCUSSION ITEMS (Items 31-S61B)

DEPARTMENT APPOINTMENTS

31. Health Care Agency - Select and appoint one candidate to the CalOptima Board of Directors County
Resident/Non-Consumer position for term ending 4/30/16 - All Districts (Continued from 9/1/15, Item
18; 9/22/15, Item 35; 10/27/15, Item 13)
B.O. DELETED

ELECTED DEPARTMENT HEADS

Sheriff-Coroner:

32. Approve amendment 1 to subordinate agreement MA-060-15010977 to master agreement MA-


080-13010881 with Ray Carmody dba Carmody Construction for general construction and
maintenance services, term ending 1/13/16 ($50,000; new total $270,000); renew subordinate
agreement as MA-060-16010977, 1/14/16 - 1/13/17 ($325,000; cumulative total $1,035,000);
and authorize Purchasing Agent or authorized Deputy to execute amendment and agreement -
All Districts
15243 APPROVED AS RECOMMENDED

33. Approve amendment 1 to subordinate agreement MA-060-15010976 to master agreement MA-


080-13010879 with Dain Hormell dba DH General Contractors for general construction and
maintenance services, term ending 1/8/16 ($50,000; new total $225,000); renew subordinate
agreement as MA-060-16010972, 1/9/16 - 1/8/17 ($275,000; cumulative total $850,000); and
authorize Purchasing Agent or authorized Deputy to execute amendment and agreement - All
Districts
15243 APPROVED AS RECOMMENDED

34. Approve amendment 1 to subordinate agreement MA-060-15010973 to master agreement MA-


080-13010880 with Action Contractors, Inc. for general construction and maintenance
services, term ending 1/8/16 ($50,000; new total $375,000); renew subordinate agreement as
MA-060-16010969, 1/9/16 - 1/8/17 ($430,000; cumulative total $1,455,000); and authorize
Purchasing Agent or authorized Deputy to execute amendment and agreement - All Districts
54123 APPROVED AS RECOMMENDED

35. Approve amendment 1 to subordinate agreement MA-060-15010974 to master agreement MA-


080-13010878 with H.L. Miller for general construction and maintenance services, term ending
1/8/16 ($50,000; new total $375,000); renew subordinate agreement as MA-060-16010976,
1/9/16 - 1/8/17 ($430,000; cumulative total $1,455,000); and authorize Purchasing Agent or
authorized Deputy to execute amendment and agreement - All Districts
52143 APPROVED AS RECOMMENDED

36. Approve cooperative agreement with City of Newport Beach for Mooring Management
Services, Newport Harbor, 1/1/16 - 12/31/20 ($1,603,781) - District 2
25143 APPROVED AS RECOMMENDED
37. Accept grant award from California Emergency Management Agency for 2015 Emergency
Management Performance Grant funds ($777,250); approve agreement form to transfer funds
to participating cities; authorize Sheriff-Coroner or designee to execute individual agreements;
authorize Auditor Controller to transfer funds to participating cities under certain conditions;
and authorize Purchasing Agent to purchase related equipment and services - All Districts
15243 APPROVED AS RECOMMENDED

38. Treasurer-Tax Collector - Adopt resolution approving 2016 Investment Policy Statement delegating
authority, as authorized by Codified Ordinance Section 1-2-320 to the Treasurer-Tax Collector; and
approve amended Treasury Oversight Committee Bylaws and Rules of Procedures - All Districts
53124 APPROVED AS RECOMMENDED
RESO: 15-140

HEALTH CARE AGENCY

39. Ratify retroactive Memorandum of Understanding with California Department of State Hospitals and
California Mental Health Services Authority and Participating Counties for purchase of State Hospital
beds, 7/1/14 - 6/30/16 ($11,129,832); and authorize Director or designee to execute MOU - All
Districts
15243 APPROVED AS RECOMMENDED

40. Approve amendment 5 to master agreement MA-042-15010682 with Accela, Inc., for software
licensing, maintenance and support services for environmental health programs, 2/1/16 - 1/31/17
($301,761; cumulative total $1,213,224); and authorize Purchasing Agent or authorized Deputy to
execute amendment - All Districts
53124 CONTINUED TO 1/12/16, 9:30 A.M.; DIRECTED STAFF TO LOOK INTO MODIFICATIONS
TO STANDARD TERMS AND CONDITIONS AND ENSURE NEWLY ACQUIRED
COMPANY AND SUBCONTRACTORS HAVE BEEN THROUGH LEGAL REVIEW TO
ENSURE THERE ARE NO PENDING LAWSUITS OR LEGAL ISSUES

41. Approve selection of and agreement with Hospital Association of Southern California for
Administrative Mental Health Hospital Triage services, 11/1/15 - 6/30/17 ($3,422,448); and authorize
Director or designee to exercise cost contingency increase not to exceed 10% under certain conditions
and to execute agreement - All Districts (Continued from 10/27/15, Item 16; 11/17/15, Item 5; 12/8/15,
Item 27)
B.O. CONTINUED TO 1/26/16, 9:30 A.M.

OC COMMUNITY RESOURCES

42. Approve amendment 1 to Workforce Innovation and Opportunity Act agreements MA-012-16010498
with City of La Habra (Northern Region) ($50,000; new total $430,318) and Orange County
Conservation Corps (Coastal and Northern Region) ($100,000; new total $552,542); and amendment 2
to agreement with Orange County Asian and Pacific Islander Community Alliance (Coastal and
Western Region) ($140,000; new total $1,339,520), effective upon Board approval through 6/30/16;
and authorize Director or designee exercise a cost contingency increase not to exceed 10% under
certain conditions, make line item budget transfers and execute agreements - All Districts
41253 APPROVED AS RECOMMENDED

43. Approve amendment 1 to amended and restated lease and option with Waterfront Resort Properties,
L.P. and Newport Dunes Marina, LLC (tenant) allowing development of two hotels and extend lease
option period to 2020; approve consent to hotel sublease between tenant and Brighton Management,
LLC; approve consent to amended and restated sublease between tenant and Newport Dunes Resort
and Marina Partnership; delegate to CEO/Chief Real Estate Officer or designee the authority to consent
to hotel sublease under certain conditions and to enter into model subordination, attornment and non-
disturbance agreements with Brighton Management, LLC or a Brighton affiliate under certain
conditions; and make California Environmental Quality Act and other findings - District 2 (4/5 vote of
members present) (Continued from 12/8/15, Item 34)
B.O. CONTINUED TO 1/12/16, 9:30 A.M.

OC PUBLIC WORKS

44. Receive bids and award contracts to CAM Painting, Inc., Todd Painting, Inc., Interlog Corp. dba
Interlog Construction, Harry H. Joh Construction, and CTG Construction, Inc. for painting services,
12/15/15 - 12/14/16 ($500,000 each) - All Districts
24153 APPROVED AS RECOMMENDED

45. Approve agreements MA-080-16010911 with SVA Architects, Inc., MA-080-16010912 with HMC
Group, MA-080-16010913 with Westgroup Designs, MA-080-16010914 with Owen Group, MA-080-
16010915 with The Arcanthus Corporation dba Archetype International, MA-080-16010916 with
Gkkworks, MA-080-16010917 with TAIT & Associates, Inc., and MA-080-16010918 with GA Design
Inc. for on-call architectural services support, 12/15/15 - 12/14/20 ($1,500,000 each); and authorize
Director or designee to execute agreements - All Districts
45123 APPROVED AS RECOMMENDED

46. Approve agreement MA-299-16010968 with LSA Associates, Inc. for archaeological, paleontological
and biological services for South Region Landfills, 12/15/15 - 12/14/18 ($950,000); authorize Director
or designee to execute agreement; and make California Environmental Quality Act and other findings -
Districts 2, 3 and 5
52143 APPROVED AS RECOMMENDED

47. Consider second reading and adoption of "An Ordinance of the County of Orange, California,
Amending Various Sections of the County of Orange Subdivision Code, Article 3 of Division 9 of Title
7, and Section 7-9-136.1 of the Comprehensive Zoning Code, Article 2 of Division 9 of Title 7, of the
Codified Ordinances of the County of Orange, to Reflect New County Organizational Structure, Clarify
and Streamline the Subdivision Process, Improve Consistency with State Law, and Expand the
Allowable Uses of Temporary Real Estate Offices for Residential Tract Sales and Rentals" - All
Districts (Closed Public Hearing on 12/8/15, Item 52)
45123 APPROVED AS RECOMMENDED
ORD: 15-021
48. Acting as the Board of Supervisors and Orange County Flood Control District - Approve
acquisition contract with and accept grant deed from Hyponex Corporation for purchase of real
property, 15978 El Prado Road, Chino, California; authorize Chief Real Estate Officer or designee to
execute related documents and minor modifications under certain conditions; approve lease with
Hyponex Corporation, three-year term; authorize Director or designee to execute lease and make minor
modifications to lease; authorize Auditor-Controller to make related payments; and adopt resolution
making related findings - All Districts
14253 APPROVED AS RECOMMENDED
RESO: 15-141

OC WASTE & RECYCLING

49. Approve amendment 6 to Successor Refuse Gas Lease and agreement and approve amendment 8 to
Site Lease agreement with Coyote Canyon Energy LLC, effective 1/1/16; authorize Director or
designee to execute amendments; and consider application of Final Mitigated Negative Declaration No.
90-24 and Addendum 2 and other findings - District 2
21453 APPROVED AS RECOMMENDED

50. Approve amendment 1 to agreements with Cities, Facility Operators and Sanitary Districts for waste
disposal, new offer expiration 6/30/16; approve continued waste importation and share net waste
importation revenue; and extend current term an additional 5 years, 7/1/20 - 6/30/25; and authorize
Director or designee to execute amendment - All Districts
14253 APPROVED AS RECOMMENDED

SOCIAL SERVICES AGENCY

51. Select Arbor E&T, LLC, dba ResCare Workforce Services for welfare to work job and employment
services, 7/1/16 - 6/30/21; and authorize negotiation of agreement for Board approval - All Districts
54123 APPROVED AS RECOMMENDED

52. Select MAXIMUS Human Services, Inc. for welfare to work case management services, 7/1/16 -
6/30/21; and authorize negotiation of agreement for Board approval - All Districts
15243 APPROVED AS RECOMMENDED

53. Approve Orange County Children's Trust Fund Commission's Fiscal Year 2015-16 recommendation to
fund child abuse prevention, emergency support and crisis intervention services - All Districts
42153 APPROVED AS RECOMMENDED

GENERAL ADMINISTRATION

County Executive Office:

54. Approve recommended positions on introduced or amended legislation and consider other
legislative subject matters - All Districts
15243 RECEIVED AND FILED
55. Approve amendment 1 to Lease agreement GA 1213-137-1 with Leed Warner, LLC for offices
and storage facilities for SSA Adult Services and centralized operations, Santa Ana, term of 15
years; authorize Chief Real Estate Officer to execute subsequent lease amendment and make
subsequent non-monetary and/or monetary changes not to increase costs by more than $50,000
per amendment; and make California Environmental Quality Act and other findings - District 1
B.O. DELETED

56. Approve retroactive amendment 5 to master services agreement MA-017-13011864 with


Science Applications International Corporation for data center operations, service desk,
desktop support and applications services, effective 2/3/15 ($8,916,541; cumulative total
$83,509,786); and authorize Chief Information Officer or designee to execute amendment - All
Districts
B.O. DELETED

57. Adopt resolution authorizing issuance of a Pension Obligation Debenture, issuance and sale of
short-term Taxable Pension Obligation Bonds, 2016 Series A ($357,000,000); and execution
and delivery of Sixth Supplemental Trust agreement and Bond Purchase agreement; approve
Preliminary Official Statement form; and authorizing Public Finance Director to execute all
related documents; approve related budget adjustments and related payments; and make related
findings - All Districts (RA 2 & 3 4/5 vote of the members present)
45123 APPROVED AS RECOMMENDED
RESO: 15-142

58. Approve amendments to 2015-16 County of Orange Legislative Platform and legislative
proposal for 2016 - All Districts
B.O. CONTINUED TO 1/12/16, 9:30 A.M.

59. Approve grant applications/awards submitted by District Attorney in 12/15/15 grant report and
other actions as recommended; adopt resolution authorizing District Attorney or designee to
execute grant sub-award and amendments with California Office of Emergency Services
(CalOES) for Victim/Witness Assistance Program, 7/1/15 - 6/30/16 ($576,333; new total
$1,848,817); and make California Environmental Quality Act and other findings - All Districts
25143 APPROVED AS RECOMMENDED
RESO: 15-143

60. Human Resource Services - Select Secova Inc. as primary and Xerox HR Solutions LLC as alternate
firms for Benefits Administration Outsourcing services for all County health and welfare benefit
programs; and authorize negotiation of agreement for Board approval - All Districts
25143 APPROVED AS RECOMMENDED

61. Chairman Spitzer and Supervisor Do - Consider second reading and adoption of "An Ordinance of
the County of Orange, California, Amending Title 1, Division 2, Article 18 of the Codified Ordinance
of the County of Orange Pertaining to the Office of Independent Review" - All Districts (Continued
from 12/8/15, Item S50C)
31245 APPROVED AS RECOMMENDED
NN
ORD: 15-022

S61A. County Counsel - Approve amendment to agreement with Michael Gennaco for special counsel
services ($10,000 per month); approve amendment 2 to agreement with Stephen Connolly for special
legal services, month to month terms ($17,500 per month, County Executive Manager car allowance
$765); and direct County Executive Officer to conduct a nationwide recruitment for position of
Executive Director of Office of Independent Review - All Districts
13245 APPROVED AS RECOMMENDED
NN

S61B. County Executive Office - Approve Purchase and Sale agreement with Orange County Transportation
Authority for purchase of property identified as APN: 398-252-07 and APN: 398-252-05, containing
former Santa Ana Transit Terminal, Santa Ana ($3,298,000); authorize Chief Real Estate Officer or
designee to execute agreement, related documents, make minor modifications under certain conditions,
perform related actions and conduct due diligence investigations to comply with applicable County
ordinances and best practices; direct Chief Real Estate Officer or designee to return to the Board upon
completion of all due diligence investigations regarding the real estate and when contingencies set forth
in the purchase and sale agreement are fulfilled; direct Auditor-Controller to make related payments;
and make California Environmental Quality Act and other findings - District 1
14253 APPROVED AS RECOMMENDED

IV. PUBLIC HEARINGS (Item 62)

OC PUBLIC WORKS

62. Public Hearing to consider first reading and adoption of " An Ordinance of the Board of Supervisors of
the County of Orange, California Amending the North Tustin Specific Plan to Delete the Senior
Residential Housing (SRH) Land Use District and to Reclassify the Land Use District for 11901
Newport Avenue from SRH to Residential Single Family (100-RSF)"; and consider application of prior
Final Environmental Impact Report No. 421 and addendum IP 15-109 and other findings - All Districts
B.O. CLOSED PUBLIC HEARING

34125 APPROVED AS RECOMMENDED


NN
ORD: 15-023

V. CLOSED SESSION (Items CS-1-SCS7)

GENERAL ADMINISTRATION

County Counsel:

CS-1. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION - Pursuant to


Government Code Section 54956.9(d)(1):
Name of Case: In re Arbitration between County of Orange v. Atos Governmental IT
Outsourcing Services, LLC
B.O. HELD, NO REPORTABLE ACTION

CS-2. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION - Pursuant to


Government Code Section 54956.9(d)(1):
Name of Case: County of Orange v. First National Insurance Company of America, Horizons
Construction Company, etc., et al., Los Angeles County Superior Court Case No. BC472901
B.O. HELD, NO REPORTABLE ACTION

CS-3. County Executive Office - CONFERENCE WITH REAL PROPERTY NEGOTIATOR - Pursuant to
Government Code Section 54956.8:
Property Location: Future County of Orange Property at Former MCAS Tustin, South of Valencia
Avenue and West of Armstrong Avenue
County Negotiator: Scott D. Mayer, Chief Real Estate Officer
Negotiating Party: South Orange County Community College District
Under Negotiation: Terms and Value of Future Acquisition or Lease
B.O. HELD, NO REPORTABLE ACTION

CS-4. Human Resource Services - CONFERENCE WITH LABOR NEGOTIATOR - Pursuant to


Government Code Section 54957.6:
Agency Negotiator: Robert O'Brien
Employee Organizations: Association of County Law Enforcement Management (ACLEM), American
Federation of State, County and Municipal Employees (AFSCME), Association of Orange County
Deputy Sheriffs (AOCDS), Alliance of Orange County Workers (AOCW), In-Home Supportive
Services Provider Unit (IHSS) represented by United Domestic Workers of America (UDWA),
International Union of Operating Engineers (IUOE), Orange County Attorneys Association (OCAA),
Orange County Employees Association (OCEA), Orange County Managers Association (OCMA) and
other non-represented employees
RE: Terms and Conditions of Employment
B.O. HELD, NO REPORTABLE ACTION

SCS5. County Counsel - CONFERENCE WITH LEGAL COUNSEL - ANTICIPATED LITIGATION -


INITIATION OF LITIGATION - Pursuant to Government Code Section 54956.9(d)(4):
Number of Cases: One Case
B.O. HELD, NO REPORTABLE ACTION

SCS6. County Executive Office - CONFERENCE WITH LEGAL COUNSEL - ANTICIPATED


LITIGATION - Pursuant to Government Code Section 54956.9(d)(2):
Number of Cases: One Case
B.O. DELETED

SCS7. Human Resource Services - PUBLIC EMPLOYEE APPOINTMENT - Pursuant to Government Code
Section 54957(b):
Title: Interim Public Defender
B.O. HELD, THE CHAIRMAN READ: THE BOARD BY A UNANIMOUS VOTE, APPOINTED
SHARON PETROSINO TO THE POSITION OF INTERIM PUBLIC DEFENDER,
EFFECTIVE 5:00 P.M., DECEMBER 30, 2015

VI. PUBLIC, CEO, BOARD COMMENTS & ADJOURNMENT

PUBLIC COMMENTS:

Elissa Davey - Oral Re: Co-Founder of Garden of Innocence National; burials for unidentified and abandoned
children

Ilya Tseglin - Oral Re: OC Regional Center, Nate Tseglin, Public Defender, appointment of Frank Ospino to
judgeship in the Orange County Superior Court

Robert Tseglin - Oral Re: Public Defender fraud and Nate Tseglin

Mary E. Oberschlake - Oral Re: CalOptima Board needs to expand solicitation process when filling vacant
positions and should include patient/patient advocate representative

Liliana Benitez - Oral Re: CalOptima Board needs to fills vacant positions with patient/patient advocate
representative

COUNTY EXECUTIVE OFFICER COMMENTS:


None

BOARD COMMENTS:
None

ADJOURNED: 4:01 P.M.


13245 Adjourned in memory of Tibor Rubin

53124 Adjourned in memory of Richard Jahraus

*** KEY ***


Left Margin Notes

1.  Supervisor Do A.  Abstained
2.  Supervisor Steel X.  Excused
3.  Supervisor Spitzer N.  No
4.  Supervisor Nelson BO  Board Order
5.  Supervisor Bartlett

ORD. = Ordinance
RESO. = Resolution
Above numbers refer to Supervisorial Districts (1st number = Moved by; 2nd number = Seconded by)

Chair, Orange County Board of Supervisors

Orange County Clerk of the Board


DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

JOB ORDER CONTRACT MA-080-18010870


FOR
PLUMBING SERVICES
THIS Job Order Contract MA-080-18010870 for Plumbing Services (hereinafter referred to
as “Contract”) is made and entered into as of the date fully executed by and between County of
Orange, a political subdivision of the State of California, (hereinafter referred to as “County”) and
Harry H. Joh Construction, Inc., (hereinafter referred to as “Contractor”), which are sometimes
individually referred to as (“Party”), or collectively referred to as (“Parties”).
RECITALS
WHEREAS, County and Contractor are entering into this Contract for Plumbing Services
under a Usage Contract; and,
WHEREAS, County solicited Plumbing Services as set forth herein, and Contractor has
represented that it is qualified and capable to provide Plumbing Services to the County as further set
forth herein; and,
WHEREAS, Contractor agrees to provide Plumbing Services to the County as further set
forth in the Scope of Work, attached hereto as Attachment A and incorporated herein; and,
WHEREAS, County agrees to pay Contractor the fees as further set forth in Contractor’s
Pricing, attached hereto as Attachment B and incorporated herein;
NOW, THEREFORE, the Parties mutually agree as follows:
DEFINITIONS
DEFINITIONS: The following terms shall have the definitions as set forth below:
1. Adjustment Factor: The Bidder’s competitively bid price adjustment to the unit prices published
in the Construction Task Catalog®.
2. Brief Scope of Work: The initial scope of Work developed by the County Project Manager, and
is utilized to provide adequate information to schedule the Joint Scope Meeting.
3. Best Management Practices (BMPs): As used herein, a BMP is defined as a technique, measure,
or structural control that is used for a given set of conditions to manage the quantity and improve
the quality of stormwater runoff in a cost effective manner. Specific BMPs are found within the
County’s LIP in the form of Model Maintenance Procedures and BMP Fact Sheets (the Model
Maintenance Procedures and BMP Fact Sheets contained in the DAMP/LIP shall be referred to
hereinafter collectively as "BMP Fact Sheets") and contain pollution prevention and source
control techniques to eliminate non-stormwater discharges and minimize the impact of pollutants
on stormwater runoff.
4. Construction Task Catalog® (CTC): comprehensive listing of specific construction related tasks
identified by the County together with a specified unit of measurement and unit price. The price
published in the CTC for a specific construction or construction-related task. The unit prices are
fixed for the Term of this Contract. Each unit price is comprised of the labor, equipment and
materials costs to accomplish that specific task.
5. DAMP/LIP: To assure compliance with the Stormwater Permits and water quality ordinances,
the County Parties have developed a Drainage Area Management Plan (DAMP) which includes

C011987 Page 1 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

a Local Implementation Plan (LIP) for each jurisdiction that contains Best Management
Practices (BMPs) that parties using properties within Orange County must adhere to.
6. Detailed Scope of Work: The complete description of services to be provided by the Contractor
under an individual Job Order. Developed by the Contractor, after the Joint Scope Meeting and
submitted for approval to the County Project Manager.
7. Final Acceptance: All Work as been completed and accepted by the County. The Contractor
has provided all required close-out documentation and items as required by the Detailed Scope
of Work for the specific Job Order, and these items and have accepted and approved by the
County
8. Job Order Authorization (JOA): Issued upon acceptance of quote and the duration schedule,
stating that the quote is a firm fixed price. Must be issued prior to issuance of a Notice to
Proceed.
9. Job Order Notice To Proceed (NTP): The document prepared by the County, based on the
approved Job Order Quote, and issued to the Contractor which provides the specific instructions,
specific bid items, and the duration to complete the approved Detailed Scope of Work.
10. Job Order Quote (Quote): Contractor’s irrevocable offer to perform Work associated with a Job
Order and refers to the Contractor prepared document quoting a firm fixed-price and schedule
for the completion of a specific Scope of Work. The Contractor’s Quote must be on forms
provided by the County and in an electronic version compatible with the County’s systems. The
Quote may also contain approved drawings, Work schedule, permits, or other such
documentation as the County might require for a specific Job Order.
11. Joint Scope Meeting: A meeting at the Job Order location, attended by the Contractor and
County and any other interested parties to outline the Scope of Work for the Task.
12. Non-Pre-Priced (NPP) Tasks: The units of Work that are not included in the CTC but are still
within the general Scope of Work requested by the County under the Contract.
13. Normal Working Hours: means between the hours of 7:00 AM to 5:00 PM, Monday through
Friday, inclusive. Saturdays, Sundays, and County holidays are excluded.
14. Other Than Normal Working Hours: means Work done between the hours of 5:00 PM to 7:00
AM, on week days and any times during Saturday, Sunday, and County holidays.
15. Project: The Work to be performed by Contractor on behalf of County pursuant to this Contract
as described in individual Job Orders.
16. Request for Quote (RFQ): The County’s Request for Quote for a specific Job Order.
17. Stormwater Permit: The Santa Ana and San Diego Regional Water Quality Control Boards have
issued National Pollutant Discharge Elimination System permits ("Stormwater Permits") to the
County of Orange, the Orange County Flood Control District and cities within Orange County,
as co-permittees (hereinafter collectively referred to as "County Parties") which regulate the
discharge of urban runoff from areas within the County of Orange, including from all County
facilities on which Work within Contract is being performed. These permits are referred to as
Stormwater Permits.
18. Work: The Work shall include, without limitation, all labor, materials, apparatus, supplies,
services, facilities, utilities, transportation, manuals, warranties, training, and the like, necessary
for the Contractor to faithfully perform and complete all of its obligations under the Contract.

C011987 Page 2 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

ARTICLES
1. Scope of Contract: This Contract, including Attachments, specifies the contractual terms and
conditions by which the Contractor will provide Plumbing Services under a Usage Contract, as
set forth in the Scope of Work identified as Attachment A to this Contract.
2. Term: This Contract shall become effective December 13, 2017 if all necessary signatures have
been executed by that date, or upon execution of all necessary signatures if execution occurs
after December 13, 2017, and shall continue for one (1) year from said date or execution,
whichever is later, or until the total Contract amount is reached, or unless otherwise terminated
as provided herein. Dates are in accordance with prior year’s contract expiration
3. Contingency of Funds: Contractor acknowledges that funding or portions of funding for this
Contract may be contingent upon state budget approval; receipt of funds from, and/or obligation
of funds by, the state of California to County; and inclusion of sufficient funding for the services
hereunder in the budget approved by County’s Board of Supervisors for each fiscal year covered
by this Contract. If such approval, funding or appropriations are not forthcoming, or are
otherwise limited, County may immediately terminate or modify this Contract without penalty.
4. County's Representatives:
A. The Contract will be under the general direction of the Board of Supervisors. OC Public
Works is the authorized representative of the Board of Supervisors and, under the Board of
Supervisors, has complete charge of the Contract, and shall exercise full control of the
Contract, so far as it affects the interest of the County.
B. The provisions in this Article or elsewhere in this Contract regarding approval or direction
by the County, Board of Supervisors, or OC Public Works, or action taken pursuant
thereto are not intended to and shall not relieve the Contractor of responsibility for the
accomplishment of the Work, either as regards sufficiency or the time of performance,
except as expressly otherwise provided herein.
C. County’s Contract Administrator is the County's exclusive contact agent to the Contractor
with respect to this Contract during construction and until the completion of the Contract.
The County will assign Project Managers for individual Job Orders. The County may
utilize the services of an Architect in relation to some, but not all Job Orders.
D. The County's communications with the Contractor and Architect shall be exclusively
through the County's Project Manager.
E. County Project Manager shall at all times have access to the Work whenever it is in
preparation or progress. The Contractor shall provide safe facilities for such access.
F. The County and County Project Manager shall not be responsible for or have control or
charge of the construction means, methods, techniques, sequences or procedures, or for
safety precautions and programs in connection with the Work, and will not be responsible
for the Contractor's failure to carry out the Work in accordance with the Contract
documents.
G. The County and County Project Manager shall not be responsible for the failure of the
Contractor to plan, schedule, and execute the Work in accordance with the approved
schedule or the failure of the Contractor to meet the Contract completion dates or the
failure of the Contractor to schedule and coordinate the Work of his own trades and
subcontractors or to coordinate with others separate Contractors.

C011987 Page 3 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

H. The County will not be responsible for the acts or omissions of the Contractor, or any
subcontractor, or any Contractor's or subcontractor's agents or employees, or any other
persons performing any of the Work.
I. County Project Manager has the authority to disapprove or reject Work on behalf of the
County when, in the County Project Manager’s opinion, the Work does not conform to the
Contract documents.
J. Whenever, in County Project Manager’s reasonable opinion, it is considered necessary or
advisable to insure the proper implementation of the intent of the Contract documents,
County Project Manager has the authority to require special inspection or testing of any
Work in accordance with the provisions of the Contract documents whether or not such
Work shall then be fabricated, installed or completed.
K. County Project Manager has the authority to require special inspection or testing of the
Work. However, neither County Project Manager’s authority nor any decision made by
the Project Manager in good faith whether to exercise or not to exercise such authority
shall give rise to any duty or responsibility of the County to the Contractor, or any
subcontractor, or any of their agents, or employees, or any other person performing any
portion of the Work.
L. County Project Manager has the authority and discretion to call, schedule, and conduct job
meetings to be attended by the Contractor, representatives of his subcontractors and the
Architect and his consultants, to discuss such matters as procedures, progress, problems,
and scheduling.
M. County Contract Administrator will establish procedures to be followed for processing all
submittals, Change Orders, Invoices, other project reports, documentation and test reports.
N. County Project Manager will issue Job Order if required.
O. County Project Manager will review and process all Invoices by the Contractor.
5. Contractor:
A. Composition: If the Contractor is comprised of more than one legal entity, each such
entity shall be jointly and severally liable hereunder.
B. Superintendence: The Contractor shall maintain on site, at all times during the
construction activities, a dedicated competent Superintendent. In addition to a General
Superintendent and other administrative and supervisory personnel required for the
performance of the Work, the Contractor shall provide specific coordinating personnel as
reasonably required for interfacing of all the Work required for the total project, all
satisfactory to County Project Manager. The superintendent shall not be changed except
with consent of County Project Manager, unless the superintendent proves to be
unsatisfactory to the Contractor and ceases to be in his employ, in which case he shall be
replaced within 24 hours by a superintendent acceptable to County Project Manager. The
superintendent shall represent the Contractor in his absence and all directions given to him
shall be binding as if given to the Contractor.
C. Licenses and Certificates: Contractor shall, at all times during the term of this Contract,
maintain in full force and effect such licenses as may be required by the State of California
or any other governmental entity for Contractor to perform the duties specified herein and
provide the services required pursuant to this Contract. Contractor shall strictly adhere to,

C011987 Page 4 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

and obey, all governmental rules and regulations now in effect or as subsequently enacted
or modified, as promulgated by any local, state, or federal governmental entities.
D. Superintendence and Project Manager: The Contractor shall provide County Project
Manager with complete Work history profiles of management staff associated with this
Project for County Project Manager review.
6. Usage: Unless otherwise specified herein, no guarantee is given by the County to the Contractor
regarding usage of this Contract. Usage figures, if provided, are approximate, based upon the
last usage. The Contractor agrees to supply services and/or commodities requested, as needed by
the County of Orange, at prices listed in the Contract, regardless of quantity requested.
7. Child Support Enforcement Requirements: Contractor is required to comply with the child
support enforcement requirements of the County. Failure of the Contractor to comply with all
federal, state, and local reporting requirements for child support enforcement or to comply with
all lawfully served Wage and Earnings Assignment Orders and Notices of Assignment shall
constitute a material breach of the Contract. Failure to cure such breach within 60 calendar days
of notice from the County shall constitute grounds for termination of the Contract.
8. Reports/Meetings: The Contractor shall develop reports and any other relevant documents
necessary to complete the services and requirements as set forth in this Contract. The County’s
Project Manager and the Contractor’s Project Manager will meet at a County designated location
to discuss the Contractor’s performance and progress under this Contract, at the request of the
County’s Project Manager. If requested by County, the Contractor’s Project Manager and other
project personnel shall attend all meetings. The Contractor shall provide such information that is
requested by the County for the purpose of monitoring progress under this Contract.
9. Conflict of Interest: The Contractor shall exercise reasonable care and diligence to prevent any
actions or conditions that could result in a conflict with the best interests of the County. This
obligation shall apply to the Contractor; the Contractor’s employees, agents, and relatives;
subcontractors; and third parties associated with accomplishing work and services hereunder.
The Contractor’s efforts shall include, but not be limited to establishing precautions to prevent
its employees or agents from making, receiving, providing or offering gifts, entertainment,
payments, loans or other considerations which could be deemed to appear to influence
individuals to act contrary to the best interests of the County.
10. Ownership of Documents: The County has permanent ownership of all directly connected and
derivative materials produced under this Contract by the Contractor. All documents, reports and
other incidental or derivative Work or materials furnished hereunder shall become, and remain,
the sole property of the County and may be used by the County as it may require without
additional cost to the County. None of the documents, reports and other incidental or derivative
Work or furnished materials shall be used by the Contractor without the express written consent
of the County.
11. Title to Data: All materials, documents, data or information obtained from the County data files
or any County medium furnished to the Contractor in the performance of this Contract will at all
times remain the property of the County. Such data or information may not be used or copied
for direct or indirect use by the Contractor after completion or termination of this Contract
without the express written consent of the County. All materials, documents, data or
information, including copies, must be returned to the County at the end of this Contract.
12. Contractor’s Personnel: Contractor warrants that all Contractor personnel engaged in the
performance of Work under this Contract shall possess sufficient experience and/education to

C011987 Page 5 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

perform the services requested by the County. County expressly retains the right to have any of
the Contractor personnel removed from performing services under this Contract. Contractor
shall effectuate the removal of the specified Contractor personnel from providing any services to
the County under this Contract within one business day of notification by County. County shall
submit the request in writing to the Contractor’s Project Manager. The County is not required to
provide any reason, rationale or additional factual information if it elects to request any specific
Contractor personnel be removed from performing services under this Contract.
13. Publication: No copies of sketches, schedules, written documents, computer based data,
photographs, maps or graphs, including graphic art Work, resulting from performance or
prepared in connection with this Contract, are to be released by Contractor and/or anyone acting
under the supervision of Contractor to any person, partnership, company, corporation, or agency,
without prior written approval by the County, except as necessary for the performance of the
services of this Contract. All press contacts, including graphic display information to be
published in newspapers, magazines, etc., are to be administered only after County approval.
14. News/Information Release: The Contractor agrees that it will not issue any news releases or
make any contact with the media in connection with either the award of this Contract or any
subsequent amendment of, or effort under this Contract. Contractors must first obtain review and
approval of said media contact from the County through the County’s Project Manager. Any
requests for interviews or information received by the media should be referred directly to the
County. Contractors are not authorized to serve as a media spokespersons for County projects
without first obtaining permission from the County Project Manager.
15. Errors and Omissions: All reports, files and other documents prepared and submitted by
Contractor shall be complete and shall be carefully checked by the professional(s) identified by
Contractor as Project Manager and key personnel attached hereto, prior to submission to the
County. Contractor agrees that County review is discretionary and Contractor shall not assume
that the County will discover errors and/or omissions. If the County discovers any errors or
omissions prior to approving Contractor's reports, files and other written documents, the reports,
files or documents will be returned to Contractor for correction. Should the County or others
discover errors or omissions in the reports, files or other written documents submitted by
Contractor after County approval thereof, County approval of Contractor's reports, files or
documents shall not be used as a defense by Contractor in any action between the County and
Contractor, and the reports, files or documents will be returned to Contractor for correction.
16. Audits/Inspections: Contractor agrees to permit the County’s Auditor-Controller or the Auditor-
Controller’s authorized representative (including auditors from a private auditing firm hired by
the County) access during normal working hours to all books, accounts, records, reports, files,
financial records, supporting documentation, including payroll and accounts payable/receivable
records, and other papers or property of Contractor for the purpose of auditing or inspecting any
aspect of performance under this Contract. The inspection and/or audit will be confined to those
matters connected with the performance of the Contract including, but not limited to, the costs of
administering the Contract. The County will provide reasonable notice of such an audit or
inspection.
The County reserves the right to audit and verify the Contractor’s records before final payment is
made.
Contractor agrees to maintain such records for possible audit for a minimum of three years after
final payment, unless a longer period of records retention is stipulated under this Contract or by
law. Contractor agrees to allow interviews of any employees or others who might reasonably
have information related to such records. Further, Contractor agrees to include a similar right to

C011987 Page 6 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

the County to audit records and interview staff of any subcontractor related to performance of
this Contract.
Should the Contractor cease to exist as a legal entity, the Contractor’s records pertaining to this
Contract shall be forwarded to the surviving entity in a merger or acquisition or, in the event of
liquidation, to the County’s Project Manager.
17. State Funds- Audits: When and if state funds are used in whole or part to pay for the goods
and/or services under this Contract, the Contractor agrees to allow the Contractor’s financial
records to be audited by auditors from the state of California, the County of Orange, or a private
auditing firm hired by the state or the County. The County or state shall provide reasonable
notice of such audit.
Pursuant to and in accordance with Section 8546.7 of the California Government Code, in the
event that this Contract involves expenditures of Public funds aggregating in excess of Ten
Thousand Dollars ($l0,000), the parties shall be subject to the examination and audit of the
Auditor General of the State of California for a period of three (3) years after final payment
under this Contract.
The Contractor shall maintain records for all costs connected with the performance of this
Contract including, but not limited to, the costs of administering the Contract, materials, labor,
equipment, rentals, permits, insurance, bonds, etc., for audit or inspection by County, State, or
any other appropriate governmental agency during the three (3) year period.
18. Hazardous Conditions: Whenever the Contractor’s operations create a condition hazardous to
traffic or to the public, the Contractor shall provide flagmen and furnish, erect and maintain
control devices as are necessary to prevent accidents or damage or injury to the public at
Contractor’s expense and without cost to the County. The Contractor shall comply with County
directives regarding potential hazards.
Emergency lights and traffic cones must also be readily available at all times and must be used in
any hazardous condition. Emergency traffic cones must be placed in front of and behind
vehicles to warn oncoming traffic.
Signs, lights, flags, and other warning and safety devices shall conform to the requirements set
forth in Chapter 5 of the current traffic manual, Traffic Control for Construction and
Maintenance Work Zones, published by the state of California Department of Transportation.
The Contractor shall take proper safety and health precautions to protect the Work, the workers,
the public, and the property of others. The Contractor shall also be responsible for all materials
delivered and Work performed until completion and acceptance of the entire construction Work,
except for any completed unit of construction thereof which theretofore may have been accepted.
19. Conditions Affecting the Work: The Contractor shall be responsible for having taken steps
reasonably necessary to ascertain the nature and location of the Work, and the general and local
conditions, which can affect the Work or the cost thereof for any Job Order. Any failure by the
Contractor to do so will not relieve him from responsibility for successfully performing the
Work without additional expense to the County. The County assumes no responsibility for any
understanding or representations concerning conditions made by any of its officers or agents
prior to the execution of this Contract, unless such understanding or representations by the
County are expressly stated in the Contract.
20. County's Property On Site: All fixtures, crops, trees, and all other personal property of the
County located at the job site which are removed in the course of construction of the project

C011987 Page 7 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

remain the property of the County unless express provision to the contrary is made in the
Contract between the Parties, and the Contractor shall exercise reasonable care to prevent loss or
damage to said property and shall deliver promptly such property to the place designated by the
County.
21. Protection: The Contractor shall take proper safety and health precautions to protect the Work,
the workers, the public, and the property of others. He shall comply with the provisions of the
Construction Safety Orders issued by the State Division of Occupational Safety & Health. He
shall also be responsible for all materials delivered and Work performed until completion and
acceptance of the entire construction Work, except for any completed unit of construction
thereof which until completion and acceptance of the entire construction Work, except for any
completed unit of construction thereof which theretofore may have been accepted.
The Contractor shall maintain continuously adequate protection of all his Work from damage
and shall protect the County's property from injury or loss arising in connection with this
Contract. He shall make good any such damage, injury or loss, except such as may be directly
due to errors in the Contract documents or caused by agents or representatives of the County. He
shall adequately protect adjacent property as provided by law and the Contract documents, and
shall maintain reasonable security of the site at all times. He shall limit visitors to the site to
those necessary for construction and inspections. Visitors for other purposes shall be referred to
OC Public Works. Contractor's and subcontractors' employees shall possess means of
identification at all times as required by OC Public Works while on the job site.
In an emergency affecting the safety of life or of the Work or of adjoining property, the
Contractor, without special instruction or authorization from the A-E or County, is hereby
permitted to act at his discretion to prevent such threatened loss or injury. He shall so act if
directed or instructed by OC Public Works. Any dispute as to compensation claimed by the
Contractor on account of emergency Work shall be determined by agreement as hereinafter set
forth.
OC Public Works may notify the Contractor of any noncompliance with the foregoing provisions
and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct
such conditions. Such notices, when delivered to the Contractor or his representative at the site
of the Work, shall be deemed sufficient for said purpose. Failure of receipt of such notice from
OC Public Works shall not relieve the Contractor of responsibility.
If the Contractor fails or refuses to comply promptly, OC Public Works may issue an order
stopping all or part of the Work until satisfactory corrective action has been taken. No part of
the time lost due to any such stop order shall be made the subject of claim for extension of time
or for excess costs or damages to the Contractor. The Contractor will be responsible for
ensuring that his subcontractors comply with the provisions of this Clause.
22. Responsibility For Damages Or Injury: The County its elected and appointed officials,
officers, employees, agents and those special districts and agencies which County’s Board of
Supervisors acts as the governing Board (“County Indemnitees”) shall not be answerable or
accountable in any manner: for any loss or damage that may happen to the Project or any part
thereof; for any loss or damage to any of the materials or other things used or employed in
performing the Project; for injury to or death of any person either workers or the public; or for
damage to property from any cause which might have been prevented by the Contractor, or his
workers, or anyone employed by him.
The Contractor shall be responsible for any liability imposed by law and for injuries to or death
of any person or damage to property resulting from defects or obstructions or from any cause

C011987 Page 8 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

whatsoever during the progress of the Project or at any time before its completion and final
acceptance.
The Contractor shall indemnify, defend with counsel approved in writing by County and save
harmless the County Indemnitees from all claims, suits or actions of every name, kind and
description, brought for, or on account of, injuries to or death of any person or damage to
property resulting from the construction of the Project or by or in consequence of any negligence
in guarding the Project; use of improper materials in construction of the Project; or by or on
account of any act or omission by the Contractor or his agents during the progress of the Work or
at any time before the completion and final acceptance of the Project.
In addition to any remedy authorized by law, so much of the money due the Contractor under
and by virtue of the Contract as shall be considered necessary by the County may be retained by
it until disposition has been made of such suits or claims for damages as aforesaid.
If judgment is entered against Contractor and County by a court of competent jurisdiction
because of the concurrent active negligence of County and County Indemnitees, Contractor and
County agree that liability will be apportioned as determined by the court. Neither Party shall
request a jury apportionment.
Notwithstanding anything stated above, nothing contained herein shall relieve Contractor of any
insurance requirements of obligations created elsewhere in this Contract.
23. Other Contracts: The Board of Supervisors may undertake or award other contracts for
additional Work, and the Contractor shall fully cooperate with such other contractors and County
employees and carefully fit his own Work to such additional Work as may be directed by OC
Public Works. The Contractor shall not commit or permit any act, which will interfere with the
performance of Work by any other contractor or by County employees.
24. Breach of Contract: The failure of the Contractor to comply with any of the provisions,
covenants or conditions of this Contract, shall constitute a material breach of this Contract. In
such event the County may, and in addition to any other remedies available at law, in equity, or
otherwise specified in this Contract:
i. Afford the Contractor written notice of the breach and ten calendar days or such shorter
time that may be specified in this Contract within which to cure the breach;
ii. Discontinue payment to the Contractor for and during the period in which the Contractor
is in breach and offset against any monies billed by the Contractor but yet unpaid by the
County those monies disallowed pursuant to the above.
iii. Terminate the Contract immediately without penalty.
25. Orderly Termination: Upon termination or other expiration of this Contract, each Party shall
promptly return to the other Party all papers, materials, and other properties of the other held by
each for purposes of execution of the Contract. In addition, each Party will assist the other Party
in orderly termination of this Contract and the transfer of all assets, tangible and intangible, as
may be necessary for the orderly, non-disruptive business continuation of each Party.
26. Wage Rates: Pursuant to the provisions of Section 1773 of the Labor Code of the state of
California, the Contractor shall comply with the general prevailing rates of per diem wages and
the general prevailing rates for holiday and overtime wages in this locality for each craft,
classification, or type of worker needed to execute this Contract. The rates are available from
the Director of the Department of Industrial Relations at the following website:

C011987 Page 9 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

http://www.dir.ca.gov/dlsr/DpreWageDetermination.htm. The Contractor shall post a copy of


such wage rates at the jobsite and shall pay the adopted prevailing wage rates. The Contractor
shall comply with the provisions of Sections 1775 and 1813 of the Labor Code.
Travel and subsistence payments to each workman needed to execute the Work shall be made as
such travel and subsistence payments are defined in the applicable collective bargaining
agreements filed in accordance with Section 1773.8 of the Labor Code.
The County will not recognize any claim for additional compensation because of the payment by
the Contractor of any wage rate in excess of the prevailing wage rate set forth in the Contract.
The possibility of wage increases is one of the elements to be considered by the Contractor in
determining his bid, and will not under any circumstances be considered as the basis of a claim
against the County on the Contract.

Pursuant to Section 1725.5 of the Labor Code, a contractor shall be registered 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.

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.

The County will not accept a bid nor enter any contract or subcontract without proof of the
contractor or subcontractor’s current registration to perform public work pursuant to Section
1725.5.

Any job orders issued under this Contract may be subject to compliance monitoring and
enforcement by the Department of Industrial Relations. The prime contractor shall post job site
notices, as prescribed by regulation. Each contractor and subcontractor shall furnish the records
specified in Section 1776 directly to the Labor Commissioner.
The Contractor and subcontractors shall comply with Section 1777.6 which stipulates that it
shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices
solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age, except
as provided in Section 3077.
27. Wage Rate Penalty: Pursuant to the provisions of the Labor Code Section 1775, the Contractor
shall forfeit to the County, as a penalty, the sum of Twenty-five Dollars ($25) for each calendar
day, or portion thereof, for each laborer, worker, or mechanic employed, paid less than the
stipulated prevailing rates for Work done under this Contract, by Contractor or by
subcontractors, in violation of the provisions of this Contract.

28. Payroll Records: CONTRACTOR and any Subcontractor(s) shall comply with the
requirements of Labor Code Section 1776. Such compliance includes the obligation to furnish
the records specified in Section 1776 directly to the Labor Commissioner in an electronic format,
or other format as specified by the Commissioner, in the manner provided by Labor Code
Section 1771.4.

The requirements of Labor Code Section 1776 provide in part:

C011987 Page 10 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

1.1.1. CONTRACTOR and any Subcontractor(s) performing any portion of the work under
this Contract shall keep an accurate record, 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 CONTRACTOR or any Subcontractor(s) in connection
with the work.
1.1.2. 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:
(a) The information contained in the payroll record is true and correct.
(b) The employer has complied with the requirements of Labor Code Sections 1771,
1811, and 1815 for any work performed by his or her employees in connection with
the Contract.
1.1.3. The payroll records shall be certified and shall be available for inspection at the principal
office of CONTRACTOR on the basis set forth in Labor Code Section 1776.
1.1.4. CONTRACTOR shall inform COUNTY of the location of the payroll records, including
the street address, city and county, and shall, within five working days, provide a notice
of any change of location and address of the records.
1.1.5. Pursuant to Labor Code Section 1776, CONTRACTOR and any Subcontractor(s) shall
have 10 days in which to provide a certified copy of the payroll records subsequent to
receipt of a written notice requesting the records described herein. In the event that
CONTRACTOR or any Subcontractor fails to comply within the 10-day period, he or
she shall, as a penalty to COUNTY, forfeit $100, or a higher amount as provided by
Section 1776, for each calendar day, or portion thereof, for each worker to whom the
noncompliance pertains, until strict compliance is effectuated. CONTRACTOR
acknowledges that, without limitation as to other remedies of enforcement available to
COUNTY, upon the request of the Division of Apprenticeship Standards or the Division
of Labor Standards Enforcement of the California Department of Industrial Relations,
such penalties shall be withheld from progress payments then due CONTRACTOR.
CONTRACTOR is not subject to a penalty assessment pursuant to this section due to the
failure of a Subcontractor to comply with this section.

CONTRACTOR and any Subcontractor(s) shall comply with the provisions of Labor Code
Sections 1771 et seq., and shall pay workers employed on the Contract not less than the general
prevailing rates of per diem wages and holiday and overtime wages as determined by the
Director of Industrial Relations. CONTRACTOR shall post a copy of these wage rates at the job
site for each craft, classification, or type of worker needed in the performance of this Contract, as
well as any additional job site notices required by Labor Code Section 1771.4(b). Copies of
these rates are on file at the principal office of COUNTY’s representative, or may be obtained
from the State Office, Department of Industrial Relations (“DIR”) or from the DIR’s website at
www.dir.ca.gov. If the Contract is federally funded, CONTRACTOR and any Subcontractor(s)
shall not pay less than the higher of these rates or the rates determined by the United States
Department of Labor.
29. Work Hour Penalty: Eight hours of labor constitute a legal day's Work, and forty hours
constitute a legal week's Work. Pursuant to Section 1813 of the Labor Code of the State of
California, the Contractor shall forfeit to the County Twenty Five Dollars ($25) for each worker
employed in the execution of this Contract by the Contractor or by any subcontractor for each

C011987 Page 11 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

calendar day during which such worker is required or permitted to Work more than the legal
day's or week's Work, except that Work performed by employees of said Contractor and
subcontractors in excess of the legal limit shall be permitted without the foregoing penalty upon
the payment of compensation to the workers for all hours worked in excess of eight hours per
day of not less than 1-1/2 times the basic rate of pay.

30. Registration of Contractors: Contractor and all subcontractors must comply with the
requirements of labor code section 1771.1(a), pertaining to registration of contractors pursuant to
section 1725.5. Registration and all related requirements of those sections must be maintained
throughout the performance of the Contract.
31. Withholding of Wage Differentials: The County may withhold from the Contractor as much of
any accrued payments as may be necessary to pay laborers, craft workmen and mechanics
employed on the Project any difference between the rate of wages required to be paid pursuant to
California law and the rate of wages actually paid to such laborers, craft workmen and
mechanics.
32. Craft Labor Time Records: The Contractor shall keep full, true and accurate records of the
names and actual hours worked by the respective workers and laborers employed under this
Contract in accordance with California Labor Code and shall allow access to the same any
reasonable hour to the County, its agents or representatives and to any person having the
authority to inspect the same as contemplated under the provisions of said California Labor
Code, or when requested by the County.
Eight (8) hours of labor shall constitute a legal day’s Work. The Contractor shall comply with
Labor Code regarding legal day’s Work and overtime.
33. Non-Discrimination: In the performance of the terms of this Contract, Contractor agrees that
he will not engage in nor permit such subcontractors as he may employ to engage in
discrimination against any employee or applicant for employment on the basis of race, sex,
color, religion, ancestry, national origin, marital status, age or as an otherwise qualified
handicapped individual. This prohibition shall pertain to employment, upgrading, demotion, or
transfer; recruitment advertising; layoff or termination; rates of pay and other forms of
compensation; selection for training, including apprenticeship; and any other action or inaction
pertaining to employment matters.
34. Assignment Of Antitrust Actions: In accordance with Public Contract Code, Section 7103.5,
by entering into this Contract or into a subcontract to supply goods, services, or materials
pursuant to this Contract, the Contractor, or subcontractor, offers and agrees to assign to the
County all rights, title, and interest in and to all causes of action it may have under Section 4 of
the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 [commencing with
Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from
purchases of goods, services, or materials pursuant to this Contract or the subcontract. This
assignment shall be made and become effective at the time the County tenders final payment to
the Contractor, without further acknowledgment by the parties. The Contractor shall cause to be
inserted in any such subcontract stipulations to effectuate this Clause and the provisions of
Public Contract Code, Section 7103.5.
35. Substituted Security: In accordance with Section 22300 of the Public Contract Code, the
County will, at the request and expense of the Contractor, accept securities equivalent to any
amount withheld by the County to ensure performance under this Contract, including, but not
limited to, the amount withheld under Attachment B, Paragraph IV of the Contract. Such
substituted security must meet the requirements of said Section 22300, and shall be deposited

C011987 Page 12 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

with a California or federally chartered bank as escrow agent. The security shall be held by the
escrow agent subject to a written escrow agreement between County, Contractor, and escrow
agent, which Contract shall be in a for substantially similar to that contained in Public Contract
Code, Section 22300.
36. Apprentices: The Contractor shall familiarize himself with the provisions of Section 1777.5 of
the Labor Code regarding employment of apprentices, and shall be responsible for compliance
therewith, including compliance by his subcontractors.
Contractor agrees to comply with the provisions of Labor Code Section 1777.5 and any other
applicable laws or regulations, including but not limited to, 8 California Code of Regulations,
Section 230.1(A), pertaining to apprentices. Section 1777.5 shall 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).
Contractor and subcontractor shall comply with Section 1777.6 of the Labor Code which
stipulates that an employer or a labor union shall not refuse to accept otherwise qualified
employees as registered apprentices on any public works on any basis listed in subdivision (a) of
Section 12940 of the Government Code, as those bases are defined in Sections 12926 and
12926.1 of the Government Code, except as provided in Section 3077 of the Labor Code and
Section 12940 of the Government Code.
37. Liquidated Damages: Timely Completion of services provided under this Contract is of the
essence. Should the Contractor fail to substantially complete the Work specified in the Job Order
in accordance with the approved construction schedule, and provided the Contractor has not
previously obtained a written extension of time from the County in accordance with this
Contract, a sum appropriate with the following schedule may be deducted from each succeeding
request for payment as liquidated damages on each Job Order if applicable.
Schedule for Liquidated Damages
Job Order price Liquidated damages per day
Up to $100,000 $500
Greater Than $100,000 $1,000
A. The applicability of liquidated damages shall be clearly noted on the Request for Quote for
each Job Order. No liquidated damages shall apply if not noted on the Request for Quote.
If the Contractor fails to complete any part of the Work in accordance with the Work
duration schedule, the County agrees to have the right to complete that part of the Work it
deems necessary in order to maintain the Work duration schedule. All direct and indirect
costs of such Work shall be paid by the Contractor.
38. Material, Workmanship, and Acceptance:
A. Where materials are specified by reference to standard specifications of the American
Society for Testing Materials (A.S.T.M.), Federal Specifications, or others, all applicable
provisions of the designated specifications shall be considered as forming a part of the
Contract documents to the same force and effect as if repeated therein.
B. All Work under this Contract shall be performed in a skillful and workmanlike manner.
OC Public Works may, in writing, require the Contractor to remove from the Work any

C011987 Page 13 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

employee County Project Manager deems incompetent, careless, or otherwise


objectionable.
C. The Contractor shall, without charge, replace any material or correct any workmanship
found by OC Public Works not to conform to the Contract requirements, unless in the
public interest OC Public Works consents to accept such material or workmanship with an
appropriate adjustment in Contract price. The Contractor shall promptly segregate and
remove rejected material from the premises.
D. If the Contractor does not promptly replace rejected material or correct rejected
workmanship, the County (1) may, by Contract or otherwise, replace such material or
correct such workmanship and charge the cost thereof to the Contractor, or (2) may
terminate the Contractor's right to proceed.
E. Unless otherwise provided in this Contract, acceptance by the County shall be
accomplished by recordation of Notice of Completion which shall be made as promptly as
practicable after completion and inspection of all Work required by this Contract.
Acceptance shall be final and conclusive except as regards latent defects, fraud, or such
gross mistakes as may amount to fraud, or as regards the County's rights under any
warranty or guarantee. Informal procedures such as "punch lists" are not to be deemed
final or conditional acceptance.
39. Subcontracts:
A. List of Subcontractors: Contractor shall list all Subcontractors, as part of the Quote, as
provided for in Attachment A, ordering procedures.
B. Licensed Subcontractors: Each subcontractor selected for the Work shall be licensed in
the State of California in his particular field.
C. Transactions: Transactions with subcontractors shall be made through the Contractor
except when in emergency situations the General Contractor is not readily available, in
which case detailed instructions will be transmitted to subcontractors directly.
D. Responsibility: Contractor shall be fully responsible to the County for the acts and
omissions of subcontractors and all persons directly or indirectly employed by them as he
is for the acts and omissions of himself and of persons-directly or indirectly employed by
him and shall pay each subcontractor promptly the amount allowed Contractor on account
of such subcontractor's Work to the extent of such subcontractor's interest therein.
E. Contractual Relations: Nothing contained in this Contract shall create any contractual
relations between County and a subcontractor.
40. Drawings And Specifications:
A. Checking: The Contractor shall check all drawings and owner supplied specifications
furnished him immediately, for individual Job Orders, upon their receipt and shall
promptly notify the County of any discrepancies. Figures marked on drawings shall in
general be followed in preference to scale measurements. Large-scale drawings shall in
general govern small-scale drawings. Door, finish hardware; etc., schedules shall govern
over drawings. The Contractor shall compare all drawings and verify the figures before
laying out the Work and will be responsible for any errors, which might have been avoided
thereby. When measurements are affected by conditions already established, the
Contractor shall take measurements notwithstanding the giving of scale or figure

C011987 Page 14 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

dimensions in the drawings. Anything mentioned in the specifications and not shown on
the drawings, or shown on the drawings and not mentioned in the specifications, shall be
of like effect as if shown or mentioned in both.
B. Omissions and Mis-descriptions: Omissions from the drawings or specifications, or the
mis-description of details of Work which are manifestly necessary to carry out the intent of
the drawings and specifications, or which are customarily performed, shall be called to the
attention of the County as soon as possible. The County shall promptly notify the
Contractor of the correction or addition to be made. In the event the omission or
misdirection is substantial and the custom of the trade or industry does not require the
Contractor to perform the Work without issuance of an additional Job order. Any
adjustment by the Contractor without written determination shall be at Contractor’s own
risk and expense.
C. Conflicting Information: In case of conflict between sections of the specifications and/or
the drawings, the Contractor shall call this to attention of the County and ask for
clarification, which is to be documented within the Job Order.
D. Drawings and Specifications at the Site: The Contractor shall keep available at the site for
ready reference a complete set of all Contract drawings, details, supplementary drawings,
approved shop drawings, a complete copy of the specifications with all addenda, bulletins,
amendments, and copies of project correspondence. The Contractor shall maintain on the
site a complete "as-built" record set of drawings. In addition, the Contractor shall keep on
the site a copy of each manufacturer's current printed recommendations. Contractor shall
also submit a copy to the County.
E. Deviations: Deviations from the drawings and the dimensions therein given, whether or
not error is believed to exist, shall be made only after written authority is obtained from
the County, and shall be documented within the Detailed Scope of Work for the specific
Job Order.
F. Technical Specifications: The Technical Specifications furnished on the CD are intended
to establish the standards for quality, performance and technical requirements for all labor,
workmanship, material, methods and equipment necessary to complete the Work. When
specifications and drawings are provided or referenced by the County, these are to be
considered part of the Scope of Work, and to be specifically documented in the Detailed
Scope of Work. For convenience, the County supplied specifications, if any, and the
Technical Specifications furnished on the CD.
41. Division of the Specifications:
A. For convenience, these specifications are arranged in several divisions and sections, but
such separations shall not be considered as the limits of the Work required for any
subcontract or trade; the terms and conditions of such limitations are wholly between the
Contractor and his subcontractors, and the County will not be responsible for any division
of Work by subcontractors. The Contractor will be solely responsible for all subcontract
arrangements of Work regardless of the location of provisions in the specifications.
B. Schedules of Work included in the sections, where listed, are given for convenience only,
and shall not be considered as a comprehensive list of items or Work necessary to
complete the Work of any section.

C011987 Page 15 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

C. Where devices or items or parts thereof are referred to in the singular, it is intended that
such reference shall apply to as many such devices, items, or parts as are required to
properly complete the Work.
D. Each section of the specifications is covered by applicable requirements of the Contract
documents and other related sections as if therein written.
42. Site Conditions:
A. Existing Site Conditions: Information with respect to the site of the Work given in
drawings or specifications has been obtained by County's representatives and is believed to
be reasonably correct, but the County does not warrant either the completeness or accuracy
of such information, and it is the responsibility of the Contractor to verify all such
information.
B. Changed Conditions: The Contractor shall promptly, and before such conditions are
disturbed, notify the County Project Manager in writing of:
i. Subsurface or latent physical conditions at the site differing materially from those
indicated in this Contract, or
ii. Unknown physical conditions at the site, of an unusual nature, differing materially
from those ordinarily encountered and generally recognized as inherent in Work of
the character provided for in this Contract.
iii. Material that the Contractor believes may be material that is hazardous waste, as
defined in Section 25117 of the Health and Safety Code that is required to be
removed to a Class I, Class II or Class III disposal site in accordance with provisions
of existing law.
iv. County Project Manager will promptly investigate the conditions, and if, as a result,
finds that such conditions do so materially differ and cause an increase or decrease
in the Contractor's cost of, or the time required or performance of this Contract, an
equitable adjustment in accordance with section 17 above, and Articles 32 and 46,
shall be made and the Contract modified in writing accordingly. Any claim of the
Contractor for adjustment hereunder shall not be allowed unless he has given notice
as above required.
In the event that a dispute arises between the County and the Contractor whether the
conditions materially differ, or involve hazardous waste, or cause a decrease or
increase in the Contractor’s cost of, or, time required for, performance of any part of
the Work, the Contractor shall not be excused from any scheduled completion date
provided for by the Contract, but shall proceed with all Work to be performed under
the Contract. The Contractor shall retain any and all rights provided either by
Contract or by law which pertain to the resolution of disputes and protests between
the contracting parties.
C. Public Utility Facilities on Project Site: Pursuant to Government Code, Section 4215, the
Contractor shall be compensated for the costs of locating and repairing damage not due to
failure of Contractor to exercise reasonable care, and removing, relocating existing or
protecting existing main or trunkline utility facilities located on the Contract construction
site and not identified in the plans or specifications with reasonable accuracy. This will be
accomplished by the issuance of a separate Job Order. The payment of this is full
compensation for all Contractor’s cost.

C011987 Page 16 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

D. Space at Site: The Contractor shall be allowed reasonable space at the site of the Work as
available and access thereto and shall confine his operations to the space assigned. The
Work shall be done without interference with the ordinary use of streets, berthing places,
fairways, and passages. The Contractor shall cooperate with other Contractors of the
County and shall not commit or permit any act which will interfere with the performance
of Work by any other Contractor or employees of the County whether at the site or not.
E. Facility Security: Contractor shall keep all doors locked while working in any buildings
on the site. Keys shall not be left in the doors. Contractor shall not admit any person into
the building that is not a direct employee of the Contractor and not actively engaged in
performance of the Work. Contractor shall restrict access to the areas of the facility not
specifically included in this Contract for construction services. The Contractor shall check
all windows and doors for proper closure and locking, extinguish all lights except master
security lighting, and then reactivate the security system (if applicable) prior to leaving the
facility.
F. Security System: The site and the Work area may be protected by limited access security
systems. An initial access code number will be issued to the Contractor by the County.
Thereafter, all costs for changing the access code due to changes in personnel or required
substitution of contracts shall be paid by the Contractor and may be deducted from
payments due or to become due to the Contractor. Furthermore, any alarms originating
from the Contractor’s operations shall also be paid by the Contractor and may be deducted
from payments due or to become due to the Contractor.
G. Secured Facilities: For specific Job Orders, the work may be conducted at secured County
facilities. As a requirement to work in these Facilities, all Contractor employees, including
all subcontractor employees, must obtain a security clearance. If security clearances are
required, this will be discussed at the Joint Scope meeting. At the Joint Scope meeting, all
requirements and forms will be provided by the County Project Manager. Also, the
requirement to obtain the clearances will be incorporated in the Job Order Schedule. All
costs to obtain clearances are the responsibility of the Contractor.
H. Employee Acceptability: If required by a specific Job Order, prior to commencing any
construction at the site, Contractor shall obtain security clearances of all persons and/or
entities it intends to employ. During the life of a Job Order, Contractor shall remove and
replace any employee working on this project when requested to do so by the County.
43. Beneficial Occupancy:
A. The County may, at any time, and from time to time, during the performance of the Work,
enter the structure for the purpose of installing any necessary Work by County labor of
other contracts, and for any other purpose in connection with the installation of facilities.
In doing so, the County shall endeavor not to interfere with the Contractor and the
Contractor shall not interfere with other Work being done by or on behalf of the County.
B. If, prior to completion and Final Acceptance of all the Work under a specific Job Order,
the County takes possession of any structure (whether completed or otherwise) comprising
a portion of that Project with the intent of retaining possession thereof (as distinguished
from temporary possession contemplating the return to the Contractor), then, while the
County is in possession of the same, the Contractor, notwithstanding its normal
responsibilities, shall be relieved of liability for loss or damage to structure other than that
resulting from the Contractor's fault or negligence. Such taking of possession by the
County shall not relieve the Contractor from any provisions of this Contract respecting

C011987 Page 17 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

such structure, other than to the extent specified in the preceding sentence, nor constitute a
final acceptance of such structure.
44. Contract Disputes:
A. In the event of a dispute between the Parties as to performance of the Work, the
interpretation of this Contract, or payment or nonpayment for Work performed, the parties
shall attempt to resolve the dispute. Pending resolution of the dispute, the Contractor shall
continue the Work diligently to completion as directed by OC Public Works. If the dispute
is not resolved, the Contractor agrees he will neither rescind this Contract nor stop the
progress of the Work.
B. For this section a “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 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; 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; payment
of an amount that is disputed by the public entity.
Pursuant to Public Contract Code Section 9204:

(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

C011987 Page 18 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

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.

(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 his or her 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.

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.

C011987 Page 19 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

C. All construction claims of Three Hundred Seventy Five Thousand Dollars ($375,000) or
less between the Contractor and the County shall be resolved in accordance with the
provisions of Division 2, Part 3, Chapter 1, Article 1.5 of the Public Contract Code of the
State of California. Contractor's sole remedy for construction claims of more than Three
Hundred Seventy Five Thousand Dollars ($375,000) will be to submit such controversy to
determination by a court of the State of California in Orange County, California, having
competent jurisdiction of the dispute, after the project has been completed and not before.
D. Notwithstanding the foregoing, with respect to any dispute involving a claim by the
Contractor for additional compensation, Contractor shall submit such claim in writing to
OC Public Works promptly as the alleged facts giving rise to, or the alleged bases for, the
claim become known to the Contractor; any such claim not promptly so submitted to OC
Public Works shall be deemed waived; and in no event shall a claim for additional
compensation be asserted or be assertable after completion or cessation of the Work.
45. Notices: Any and all notices, requests demands and other communications contemplated, called
for, permitted, or required to be given hereunder shall be in writing, except through the course of
the County’s Project Manager and Contractor’s Project Manager routine exchange of
information and cooperation during the terms of the Work and services. Any written
communications shall be deemed to have been duly given upon actual in-person delivery, if
delivery is by direct hand, or upon delivery on the actual day of receipt or no greater than four
calendar days after being mailed by US certified or registered mail, return receipt requested,
postage prepaid, whichever occurs first. The date of mailing shall count as the first day. All
communications shall be addressed to the appropriate Party at the address stated herein or such
other address as the Parties hereto may designate by written notice from time to time in the
manner aforesaid.
County: Jennifer Carroll, Contract Administrator
1143 E. Fruit St
Santa Ana, CA 92701
(714)667-4942
Jennifer.Carroll@ocpw.ocgov.com

cc: OC Public Works/ Procurement Services


Attn: Crystal Milner
300 N. Flower Street, 8th Floor
Santa Ana, CA 92703
(714) 667-8829
Crystal.Milner@ocpw.ocgov.com
Contractor: Harry H. Joh Construction, Inc.
Attn: Harry Joh
7303 Somerset Blvd.
Paramount, CA 90723
(562) 630-3348
harry@hjconst.com

C011987 Page 20 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

46. Governing Law and Venue: This Contract has been negotiated and executed in the State of
California and shall be governed by and construed under the laws of the State of California. In
the event of any legal action to enforce or interpret this Contract, the sole and exclusive venue
shall be a court of competent jurisdiction located in Orange County, California, and the Parties
hereto agree to and do hereby submit to the jurisdiction of such court, notwithstanding Code of
Civil Procedure section 394. Furthermore, the Parties specifically agree to waive any and all
rights to request that an action be transferred for trial to another County.
47. Entire Contract: This Contract, including Attachments, which are attached hereto and
incorporated herein by this reference, when accepted by the Contractor either in writing or by the
shipment of any article or other commencement of performance hereunder, contains the entire
Contract between the Parties with respect to the matters herein and there are no restrictions,
promises, warranties or undertakings other than those set forth herein or referred to herein. No
exceptions, alternatives, substitutes or revisions are valid or binding on County unless authorized
by County in writing. Electronic acceptance of any additional terms, conditions or supplemental
Contracts by any County employee or agent, including but not limited to installers of software,
shall not be valid or binding on County unless accepted in writing County’s Purchasing Agent or
his designee.
48. Amendments: No alteration or variation of the terms of this Contract shall be valid unless made
in writing and signed by the Parties; no oral understanding or agreement not incorporated herein
shall be binding on either of the Parties; and no exceptions, alternatives, substitutes or revisions
are valid or binding on County unless authorized by County in writing.
49. Taxes: Unless otherwise provided herein or by law, price quoted does not include California
state sales or use tax.
50. Warranty Work: Failure by the Contractor to take corrective action within twenty four (24)
hours after personal or telephonic notice by the County's OC Public Works on items affecting
essential use of the facility, safety or the preservation of property, and within ten (10) calendar
days following written notice on other deficiencies, will result in the County taking whatever
corrective action it deems necessary. All costs resulting from such action by the County will be
claimed against Contractor or, if necessary, the Contractor's Performance Bond.
51. Patent Infringement:
A. The Contractor shall report to OC Public Works, promptly and in reasonable detail, each
notice or claim of patent infringement based on the performance of this Contract of which
the Contractor has knowledge.
B. In the event of any suit against the County, or any claim against the County made before
suit has been instituted, on account of any alleged patent infringement arising out of the
performance of this Contract, or out of the use of any supplies furnished or Work or
services performed hereunder, the Contractor shall, at his own expense, furnish to the
County, upon request, all evidence and information in possession of the Contractor
pertaining to such suit or claim. The Contractor further agrees to indemnify, defend with
counsel approved in writing by County and hold harmless the County against any and all
claims or lawsuits based upon such patent infringement, to defend such suits, and to pay
any judgment rendered against County, its employees, or the Board of Supervisors.
52. Assignment: Neither the Contract nor any portion thereof may be assigned by the Contractor
without the expressed permission of the County. Claims for monies due or to become due the
Contractor from the County under this Contract may be assigned, with the written consent of the

C011987 Page 21 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

County Purchasing Agent or designee, to a bank, trust company, or other financing institution
and may thereafter be further assigned or reassigned to any such institution. To effect such
assignments, the Contractor, or his assignee, shall submit a written request to the County Project
Manager enclosing a letter from the proposed assignee indicating that it will accept such
assignment. Any attempted assignment contrary to the provisions of this paragraph shall be
void.
53. Termination For Cause & Damages For Delay:
A. If the Contractor refuses or fails to prosecute the Work with such diligence as will insure
its completion within the time specified in this Contract or any extension thereof, or fails
to complete said Work within such time, the County Project Manager may, by written
notice to the Contractor, terminate his right to proceed with the Project or such part of the
Project as to which there has been delay. In such event, the County may take over the
Project and prosecute the same to completion, by Contract or otherwise, and may take
possession of and utilize in completing the Project such materials, appliances, and plant as
may be on the site of the Project and necessary therefore. Whether or not the Contractor's
right to proceed with the Project is terminated, he and his sureties shall be liable for any
damage to the County resulting from his refusal or failure to complete the Project within
the specified time.
B. If fixed and agreed liquidated damages are provided in the Contract and if the County
takes over the Project or otherwise incurs damages as a result of Contractor’s default, the
resulting damage will consist of such liquidated damages until such reasonable time as
may be required for final completion of the Project together with any increased costs
occasioned the Project in completing the Project as well as any other damages incurred by
County.
C. The Contractor's right to proceed shall not be so terminated nor the Contractor charged
with resulting damage if:
i. The delay in the completion of the Project arises from causes beyond the control and
without the fault or negligence of the Contractor, including, but not restricted to, acts
of God, acts of the public enemy, acts of the County, acts of another contractor in
the performance of a Contract with the County, fires, floods, epidemics, quarantine
restrictions, strikes, freight embargoes, other than normal weather, or delays of
subcontractors or suppliers arising from causes beyond the control and without the
fault or negligence of both the Contractor and such subcontractors or suppliers; and
ii. The Contractor, within ten days from the beginning of any such delays (unless OC
Public Works grants a further period of time before the date of final payment under
the Contract), notifies OC Public Works in writing of the causes of delay.
iii. OC Public Works shall ascertain the facts and the extent of the delay and extend the
time for completing the Project when, in its judgment, the delay is justified. OC
Public Works shall make written findings, and the findings of fact shall be final and
conclusive on the parties, subject only to as the procedures provided in Article 43 of
these Articles.
D. The rights and remedies of the County provided in this Clause are in addition to any other
rights and remedies provided by law or under this Contract.

C011987 Page 22 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

54. Termination for Convenience of the County: Notwithstanding any other provision of the
Contract, the County may, at any time, and without cause, terminate this Contract in whole or in
part, upon not less than seven (7) days' written notice to the Contractor. Such termination shall
be effected by delivery to the Contractor of a notice of termination specifying the effective date
of the termination and the extent of the Work to be terminated. The Contractor shall
immediately stop Work in accordance with the notice and comply with any other direction as
may be specified in the notice or as provided subsequently by the County. The County shall pay
the Contractor for the Work completed prior to the effective date of the termination and such
other payment Contractor is entitled to under Attachment A, section III. “Performance
Requirements” and such payment shall be Contractor's sole remedy under this Contract. Under
no circumstances will the Contractor be entitled to anticipatory or unearned profits,
consequential damages, or other damages of any sort as a result of a termination or partial
termination under this Paragraph. The Contractor shall insert in all subcontracts that the sub-
consultant shall stop Work on the date of and to the extent specified in a notice of termination,
and shall require sub-consultant’s to insert the same condition in any lower tier subcontracts.
55. Consent to Breach Not Waiver: No term or provision of this Contract shall be deemed waived
and no breach excused, unless such waiver or consent shall be in writing and signed by the Party
claimed to have waived or consented. Any consent by any Party to, or waiver of, a breach by the
other, whether express or implied, shall not constitute consent to, waiver of, or excuse for any
other different or subsequent breach.
56. Remedies Not Exclusive: The remedies for breach set forth in this Contract are cumulative as
to one another and as to any other provided by law, rather than exclusive; and the expression of
certain remedies in this Contract does not preclude resort by either Party to any other remedies
provided by law.
57. Independent Contractor: Contractor shall be considered an independent Contractor and
neither the Contractor, its subcontractors, employees, nor anyone working for Contractor under
this Contract shall be considered an agent or an employee of County. Neither the Contractor,
employees nor anyone working for the Contractor under this Contract shall qualify for workers’
compensation or other fringe benefits of any kind through County.
58. Performance: Contractor shall perform all Work under this Contract, taking necessary steps
and precautions to perform the Work to County’s satisfaction. Contractor shall be responsible
for the professional quality, technical assurance, timely completion and coordination of all
documentation and other goods/services furnished by the Contractor under this Contract.
Contractor shall perform all Work diligently, carefully, and in a good and workman-like manner;
shall furnish all labor, supervision, machinery, equipment, materials, and supplies necessary
therefore; shall at its sole expense obtain and maintain all permits and licenses required by public
authorities, including those of County required in its governmental capacity, in connection with
performance of the Work; and, if permitted to subcontract, shall be fully responsible for all Work
performed by subcontractors.

59. Insurance Provisions: Prior to the provision of services under this Contract, CONTRACTOR
agrees to purchase all required insurance at CONTRACTOR’s expense, including all
endorsements required herein, necessary to satisfy OWNER that the insurance provisions of this
Contract have been complied with. CONTRACTOR agrees to keep such insurance coverage,
Certificates of Insurance, and endorsements on deposit with OWNER during the entire term of
this Contract. In addition, all Subcontractors performing work on behalf of CONTRACTOR
pursuant to this Contract shall obtain insurance subject to the same terms and conditions as set
forth herein for CONTRACTOR. OWNER reserves the right to request the declarations pages

C011987 Page 23 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

showing all endorsements and a complete certified copy of the policy. All Subcontractors
performing work on behalf of CONTRACTOR pursuant to this Contract shall obtain insurance
subject to the same terms and conditions as set forth herein for CONTRACTOR.

CONTRACTOR shall ensure that all Subcontractors performing work on behalf of


CONTRACTOR pursuant to this Contract shall be covered under Contractor's insurance as an
additional insured or maintain insurance subject to the same terms and conditions as set forth
herein for CONTRACTOR. CONTRACTOR shall not allow Subcontractors to work if
Subcontractors have less than the level of coverage required by OWNER from CONTRACTOR
under this Contract. It is the obligation of CONTRACTOR to provide notice of the insurance
requirements to every Subcontractor and to receive proof of insurance prior to allowing any
Subcontractor to begin work. Such proof of insurance must be maintained by Contractor
through the entirety of this Contract for inspection by County representative(s) at any reasonable
time.

All self-insured retentions (SIRs) shall be clearly stated on the Certificate of Insurance. . Any
self-insured retention (SIR) in an amount in excess of Fifty Thousand Dollars ($50,000) shall
specifically be approved by the County’s Risk Manager, or designee, upon review of
Contractor’s current audited financial report. If Contractor’s SIR is approved, Contractor, in
addition to, and without limitation of, any other indemnity provision(s) in this Contract, agrees to
all of the following:

1) In addition to the duty to indemnify and hold the County harmless against any and all
liability, claim, demand or suit resulting from Contractor’s, its agents, employee’s or
subcontractor’s performance of this Contract, Contractor shall defend the County at its sole cost
and expense with counsel approved by Board of Supervisors against same; and

2) Contractor’s duty to defend, as stated above, shall be absolute and irrespective of any duty to
indemnify or hold harmless; and

3) The provisions of California Civil Code Section 2860 shall apply to any and all actions to
which the duty to defend stated above applies, and the Contractor’s SIR provision shall be
interpreted as though the Contractor was an insurer and the County was the insured.

Upon notice of any actual or alleged claim or loss arising out of subcontractor’s work hereunder,
subcontractor shall immediately satisfy in full the SIR provisions of the policy in order to trigger
coverage for the Contractor and Additional Insureds.

If CONTRACTOR fails to maintain insurance acceptable to OWNER for the full term of this
Contract, the County may terminate the contract.

Qualified Insurer

The policy or policies of insurance must be issued by an insurer with a minimum rating of A-
(Secure A.M. Best's Rating) and VIII (Financial Size Category as determined by the most
current edition of the Best's Key Rating Guide/Property-Casualty/United States or ambest.com).
It is preferred, but not mandatory, that the insurer be licensed to do business in the state of
California (California Admitted Carrier).

If the insurance carrier does not have an A.M. Best Rating of A-/VIII, the CEO/Office of Risk
Management retains the right to approve or reject a carrier after a review of the company's
performance and financial ratings.

C011987 Page 24 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

The policy or policies of insurance maintained by the Contractor shall provide the minimum
limits and coverage as set forth below:

Coverage Minimum Limits


Commercial General Liability $3,000,000 per occurrence
$3,000,000 aggregate

Automobile Liability including coverage $1,000,000 per occurrence


for owned, non-owned and hired vehicles

Workers’ Compensation Statutory


Employers’ Liability Insurance $1,000,000 per occurrence

Required Coverage Forms


The Commercial General Liability coverage shall be written on Insurance Services Office (ISO)
form CG 00 01, or a substitute form providing liability coverage at least as broad.
The Business Auto Liability coverage shall be written on ISO form CA 00 01, CA 00 05, CA 00
12, CA 00 20, or a substitute form providing liability coverage as broad.
Required Endorsements
The Commercial General Liability policy shall contain the following endorsements, which shall
accompany the Certificate of Insurance:
1)An Additional Insured endorsement using ISO form CG 2010 or CG 2033 or a form at least as
broad naming the County of Orange, its elected and appointed officials, officers, employees
and agents as Additional Insureds, or provide blanket coverage which shall state AS
REQUIRED BY WRITTEN CONTRACT.
2)A primary non-contributing endorsement evidencing that the Contractor’s insurance is primary
and any insurance or self-insurance maintained by the County of Orange shall be excess and
non-contributing.
3)A Products and Completed Operations endorsement using ISO Form CG2037 (ed. 10/01) or a
form at least as broad, or an acceptable alternative is the ISO from CG2010 (ed. 11/85).
The Workers’ Compensation policy shall contain a waiver of subrogation endorsement waiving
all rights of subrogation against the County of Orange, its elected and appointed officials,
officers, employees and agents or provide blanket coverage which shall state AS REQUIRED
BY WRITTEN CONTRACT.
All insurance policies required by this Contract shall waive all rights of subrogation against the
County of Orange, its elected and appointed officials, officers, employees and agents when
acting within the scope of their appointment or employment
Contractor shall notify County in writing within thirty (30) days of any policy cancellation and
ten (10) days for non-payment of premium and provide a copy of the cancellation notice to
County. Failure to provide written notice of cancellation may constitute a material breach of the
Contract, upon which the County may suspend or terminate this Contract.
The Commercial General Liability policy shall contain a severability of interests clause (standard
in the ISO CG 001 policy).
Insurance certificates should be forwarded to the agency/department address listed on the
solicitation.

C011987 Page 25 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

If the Contractor fails to provide the insurance certificates and endorsements within seven (7)
days of the notification by CEO/Purchasing or the agency/department purchasing division, award
may be made to the next qualified Contractor.

County expressly retains the right to require Contractor to increase or decrease insurance of any
of the above insurance types throughout the term of this Contract. Any increase or decrease in
insurance will be as deemed by County of Orange Risk Manager as appropriate to adequately
protect County.

County shall notify Contractor in writing of changes in the insurance requirements. If


Contractor does not deposit copies of acceptable certificates of insurance and endorsements
with County incorporating such changes within thirty days of receipt of such notice, this
Contract may be in breach without further notice to Contractor, and County shall be entitled
to all legal remedies.

The procuring of such required policy or policies of insurance shall not be construed to limit
Contractor's liability hereunder nor to fulfill the indemnification provisions and requirements
of this Contract, nor in any way to reduce the policy coverage and limits available from the
insurer.

60. Bonds: The Contractor shall furnish, at time of signing the Contract, one surety bond which
shall protect the laborers and material men and shall be for $1,500,000, in accordance with
Section 9554 of the Civil Code, and one surety bond in the amount of $1,500,000, guaranteeing
the faithful performance of the Contract. If at any time the value of the total task orders is
expected to exceed $1,500,000, the Contractor shall furnish, in a manner acceptable to the
County, evidence that the Contractor is bonded to the expected total value of outstanding task
orders for both the faithful performance and laborers and material men bonds. Contractor shall
not be entitled to, nor shall County authorize, task orders when the total outstanding value of the
task orders under this contract exceeds the bond values for which the County is an obligee. Said
bonds to be approved by the office of the County Counsel and the County Executive Office of
Orange County. Such bonds shall be the forms provided in these specifications and issued and
executed by an admitted surety insurer (authorized to transact surety insurance in California).
(e.g., if the bonds are issued through a surplus line broker, both the surplus line broker and the
insurer with whom he is doing business for purposes of this project must be licensed in
California to issue such bonds.)

The faithful performance bond shall be issued by a Surety company with a minimum insurance
rating of A- (Secure Best’s Rating) and VIII (Financial Size Category) as determined by the
most current edition of the Best’s Key Rating Guide/Property-Casualty/United States or
ambest.com. The Surety Company must also be authorized to write in California by the
Department of the Treasury, and must be listed on the most current edition of the Department of
Treasury’s Listing of Approved Securities.

If any surety upon any bond furnished in connection with this Contract becomes unacceptable to
the County, or if any such surety fails to furnish reports as to his financial condition from time to
time as requested by OC Public Works, the Contractor shall promptly furnish such additional
security as may be required by OC Public Works or the Board of Supervisors from time to time
to protect the interests of the County and of persons supplying labor or materials in the
prosecution of the Work contemplated by this Contract.

If the County increases the total Contract amount the Contractor is to provide a new bond for the
new total Contract amount or a bond for the difference.

C011987 Page 26 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

61. Charges, Fines, Penalties and Assessments: Contractor shall be responsible for any and all
charges, fines, penalties, and/or assessments levied against the County by any governmental
entity, administrative or regulatory agency having jurisdiction, resulting from any action or
omission of the Contractor, Contractor's subcontractor, suppliers, and/or employees, unless due
to the sole and active negligence of the County. County is authorized to deduct any such charge,
fine penalty, or assessment from any payment County is otherwise required to make to
Contractor.
If any such charge, fine, penalty, or assessment is levied against the County subsequent to the
completion of the Contract as a result of any action or omission as set forth above, Contractor
shall nevertheless be responsible to the County for the entire sum of such charge, fine, penalty,
or assessment and agrees to pay the full amount due within sixty (60) calendar days of receiving
an invoice from the County.
Contractor shall be liable to the County for attorney's fees and costs incurred by the County in
enforcing the provisions of this paragraph.
62. Bills and Liens: Contractor shall pay promptly all indebtedness for labor, materials and
equipment used in performance of the Work. Contractor shall not permit any lien or charge to
attach to the Work or the premises, but if any does so attach, Contractor shall promptly procure
its release and, in accordance with the requirements of Article 22 above, indemnify, defend, and
hold County harmless and be responsible for payment of all costs, damages, penalties and
expenses related to or arising from or related thereto.
63. Changes: The County may, at any time, by written order, and without notice to the sureties,
make changes in accordance with the terms and conditions of this Contract.
64. Change of Ownership: Contractor agrees that if there is a change or transfer in ownership of
Contractor’s business prior to completion of this Contract, the new owners shall be required
under terms of sale or other transfer to assume Contractor’s duties and obligations contained in
this Contract and complete them to the satisfaction of County.
65. Force Majeure: Contractor shall not be assessed with liquidated damages or unsatisfactory
performance penalties during any delay beyond the time named for the performance of this
Contract caused by any act of God, war, civil disorder, employment strike or other cause beyond
its reasonable control, provided Contractor gives written notice of the cause of the delay to
County within 36 hours of the start of the delay and Contractor avails himself of any available
remedies.
66. Confidentiality: Contractor agrees to maintain the confidentiality of all County and County and
County-related records and information pursuant to all statutory laws relating to privacy and
confidentiality that currently exist or exist at any time during the term of this Contract. All such
records and information shall be considered confidential and kept confidential by Contractor and
Contractor’s staff, agents and employees.
67. Compliance with Laws: Contractor represents and warrants that services to be provided under
this Contract shall fully comply, at Contractor’s expense, with all standards, laws, statutes,
restrictions, ordinances, requirements, and regulations (collectively “laws”), including, but not
limited to those issued by County in its governmental capacity and all other laws applicable to
the services at the time services are provided to and accepted by County. Contractor
acknowledges that County is relying on Contractor to ensure such compliance, and pursuant to

C011987 Page 27 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

the requirements of Article 22 above, Contractor agrees that it shall defend, indemnify and hold
County and County Indemnitees harmless from all liability, damages, costs and expenses arising
from or related to a violation of such laws.
68. Pricing: The Contract price, as more fully set forth in Attachment B, shall include full
compensation for providing all required goods in accordance with required specifications, or
services as specified herein or when applicable, in the Scope of Work attached to this Contract,
and no additional compensation will be allowed therefore, unless otherwise provided for in this
Contract.
69. Intentionally left blank.
70. Terms and Conditions: Contractor acknowledges that it has read and agrees to all terms and
conditions included in this Contract.
71. Headings: The various headings and numbers herein, the grouping of provisions of this
Contract into separate clauses and paragraphs, and the organization hereof are for the purpose of
convenience only and shall not limit or otherwise affect the meaning hereof.
72. Severability: If any term, covenant, condition or provision of this Contract is held by a court of
competent jurisdiction to be invalid, void or unenforceable, the remainder of the provisions
hereof shall remain in full force and effect and shall in no way be affected, impaired or
invalidated thereby.
73. Calendar Days: Any reference to the word “day” or “days” herein shall mean calendar day or
calendar days, respectively, unless otherwise expressly provided.
74. Attorneys Fees: In any action or proceeding to enforce or interpret any provision of this
Contract, or where any provision hereof is validly asserted as a defense, each Party shall bear its
own attorney’s fees, costs and expenses.
75. Authority: The Parties to this Contract represent and warrant that this Contract has been duly
authorized and executed and constitutes the legally binding obligation of their respective
organization or entity, enforceable in accordance with its terms.
76. Employee Eligibility Verification: The Contractor warrants that it fully complies with all
Federal and State statutes and regulations regarding the employment of aliens and others and that
all its employees performing Work under this Contract meet the citizenship or alien status
requirement set forth in Federal statues and regulations. The Contractor shall obtain, from all
employees performing Work hereunder, all verification and other documentation of employment
eligibility status required by Federal or State statutes and regulations including, but not limited
to, the Immigration Reform and Control Act of 1986, 8 U.S.C. §1324 et seq., as they currently
exist and as they may be hereafter amended. The Contractor shall retain all such documentation
for all covered employees for the period prescribed by the law. The Contractor shall indemnify,
defend with counsel approved in writing by County, and hold harmless, the County, its agents,
officers, and employees from employer sanctions and any other liability which may be assessed
against the Contractor or the County or both in connection with any alleged violation of any
Federal or State statutes or regulations pertaining to the eligibility for employment of any
persons performing Work under this Contract.
77. Indemnification: Contractor agrees to indemnify, defend with counsel approved in writing by
County, and hold County, its elected and appointed officials, officers, employees, agents and
those special districts and agencies which County’s Board of Supervisors acts as the governing
Board (“County Indemnitees”) harmless from any claims, demands or liability of any kind or

C011987 Page 28 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

nature, including but not limited to personal injury or property damage, arising from or related to
the services, products or other performance provided by Contractor pursuant to this Contract. If
judgment is entered against Contractor and County by a court of competent jurisdiction because
of the concurrent active negligence of County or County Indemnitees, Contractor and County
agree that liability will be apportioned as determined by the court. Neither Party shall request a
jury apportionment. Notwithstanding anything stated above, nothing contained herein shall
relieve Contractor of any insurance requirements of obligations created elsewhere in this
Contract.
78. Waiver of Claims: Unless a shorter time is specified elsewhere in this Contract, on or before
making his final request for payment, Contractor shall submit to County, in writing, all claims
for compensation under or arising out of this Contract; the acceptance by Contractor of the final
payment shall constitute a waiver of all claims against County under or arising out of this
Contract except those previously made in writing and identified by Contractor as unsettled at the
time of his final request for payment.
79. Cultural/Scientific Resource Finds: If the Contractor's operations uncover or Contractor’s
employees find any burial grounds or remains, ceremonial objects, petroglyphs, and
archaeological or paleontological or other artifacts of like nature within the construction area,
Contractor shall immediately notify the County of Contractor’s findings and shall modify
construction operations so as not to disturb the findings pending receipt of notification as to
determination of the final disposition of such finding from the County. Should the findings, or
notification as to disposition of findings, require additional work, a Job Order will be issued at
the County’s discretion.
Any findings of a cultural/scientific resource nature shall remain the property of the County and
not become the property of the person or persons making the discovery.

C011987 Page 29 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

IN WITNESS WHEREOF, the PARTIES hereto have executed this CONTRACT on the
dates opposite their respective signatures:
HARRY H. JOH CONSTRUCTION, INC. ,
a California Corporation

Date: ___________ By___________________________________
Signature
  

___________________________________
Print Name & Title

(If a corporation, the document must be signed by two corporate officers. The 1 st must be either
Chairman of the Board, President or any Vice President.)


Date: ___________ By____________________________________
Signature
     
____________________________________
Print Name & Title

(If a corporation, the 2nd signature must be either the Secretary, an Assistant Secretary, the
Chief Financial Officer, or any Assistant Treasurer.)

COUNTY OF ORANGE,
a political subdivision of the State of California

Date: ___________ By__________________________________

Print
Name________________________________

Title ________________________________

APPROVED AS TO FORM
Office of the County Counsel
Orange County, California


By:________________________

C011987 Page 30 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

ATTACHMENT A
SCOPE OF WORK

I. SCOPE OF WORK: Contractor shall provide all labor, materials, tools, equipment, utilities, vehicles,
and transportation services required to provide Plumbing Services under this Contract. Services may
be provided, but may not be limited to, any facility or property which is owned, operated, or
maintained by the County. Plumbing Services shall be provided in accordance with the following,
which are incorporated herein by this reference.
A. Construction Task Catalog® & Technical Specifications Titled: Job Order Contracting; Dated
May 2017 (to be distributed at Pre-Bid Meeting).
B. All other requirements identified specifically in A Job Order Detailed Scope of Work, which
include but not limited to drawings, additional specifications, as-built records, sketches, written
scope narratives, standard specification from other local, state and federal agencies.
C. California Building Code and other codes, ordinances, rules, regulations, orders and legal
requirements of Agency Having Jurisdiction which bear on the performance of the work.
D. Secured Facilities: The Contractor may be required to have their employees, subcontractors
and/or suppliers submit applications and complete security clearances prior to commencing any
work in a secured County facility. Contractor employees, subcontractors and/or suppliers will be
required to submit to fingerprinting and personal background checks as part of the security
clearance process.

II. PERFORMANCE REQUIREMENTS:


A. There is no guaranteed minimum amount of work which will be ordered under this Contract.
B. The total Contract amount will not exceed $4,640,000.
C. This is a Contract for work specified in individual Job Orders. Work ordered prior to but not
completed by the expiration of the Contract period, and any additional work required as a result
of unforeseen conditions encountered during construction up to six (6) months after the contract
expiration date, will be completed with all provisions of this Contract still in force. Performance
time for each Job Order issued under this Contract will be determined in accordance with the
Contract. This performance time will be determined and agreed upon by both Parties for each
individual Job Order. Contractor must self-perform 20% of the Work under this Contract for ‘A’
and ‘B’ licenses. Contractor must self-perform 75% of the Work under this Contract, unless
otherwise approved by the County, for ‘C’ licenses.
D. This is an indefinite-quantity Contract for the supplies or services specified and effective for the
period stated. Work or performance shall be made only as authorized by Job Orders issued in
accordance with the ordering procedures clause. The Contractor agrees to furnish to the County
when and if ordered, the supplies or services specified in the Contract up to and including the
quantity designated in the Job Orders issued as the maximum designated in the Contract.

III. ORDERING PROCEDURES:


A. Joint Scope Meeting and Job Order Development:
The County will issue, for each individual project, a Brief Scope of Work and joint scope
invitation requesting the Contractor’s Superintendent and/or the County’s end user
representative, to meet at the project site. Upon receipt of this notification, the Contractor agrees
to respond to the County within two (2) working days by establishing verbal contact with the
County. The County, Contractor and other necessary parties will visit the proposed Work site

C011987 Page 31 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

and participate in a joint scope meeting, which will include discussion and establishment of the
following:
Detailed Scope of Work
Definition and refinement of requirements
Existing site conditions
Methods and alternatives for accomplishing Work
Requirements for plans, sketches, shop drawing(s), submittals, etc.
Tentative duration Work schedule
Preliminary quantity assumptions/estimates
Staging areas and site access
Special conditions regarding unique facility operations
Safety requirements
Hazardous Materials or site conditions
Other project requirements

As part of the required Joint Scope Meeting, the Contractor and the County will agree on a
sequence of Work; means of access to the premises and building; space for storage of materials
and equipment; Work and materials and use of approaches; use of corridors, stairways, elevators,
and means of communications and the location of partitions, eating spaces, and restrooms for the
Contractor, for individual Job Orders. The Contractor agrees to be responsible for taking these
factors into account when developing its Quotation.
The Detailed Scope of Work will be completed by the Contractor and submitted to the County
for approval, prior to issuance of a Request for Quote. This Detailed Scope of Work must be
submitted within forty-eight (48) hours or a mutually agreed upon time of the joint scope
meeting. If consultant services are required to clarify project requirements, they will be
completed and submitted with the Scope of Work for County approval before a Request for
Quote will be issued.
Unless waived in writing, the Contractor agrees to provide all documentation required to fully
establish the Scope of Work including, but not limited to, shop drawings, sketches and/or
specifications that comply with the Contract specifications and relate to the proposed project.
This documentation will be provided for the purpose of defining scope, obtaining permits, and
assisting the County in determining the best possible solution for repair and refurbishment
issues. If the County requests a change in the proposed Scope of Work, the Contractor agrees to
submit a revised Scope of Work reflecting all requested changes within forty-eight (48) hours.

B. Request for Quote


Once the project development stage and joint scope meeting have produced a County approved
Detailed Scope of Work, the County will issue a Request for Quote (RFQ) to the Contractor.
The RFQ will include the Scope of Work approved by the County and other pertinent
information with regards to scheduling, submittals, shop drawings and sketch requirements. The
Contractor agrees to prepare and submit a Quote of Work.

C. Quote Development
The Contractor Quote agrees to be comprised of the following elements:
1. Detailed Cost Quote
a. Pre-Priced Work requirements: Pre-Priced Work requirements will identify the type

C011987 Page 32 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

and number of Work tasks required from the CTC. The price per unit set forth in the
CTC shall serve as the base price for the purpose of the operation of this article. The
Contractor’s Quote shall include support documentation to indicate that adequate
engineering and planning for the requirement has been done, and that the Work tasks
proposed are reasonable for the Scope of Work. Documentation to be submitted
with the Quote shall include, but not be limited to, shop drawings, calculations,
Catalog® cuts, and specifications.
b. The total extended price for Pre-Priced Work requirements will be determined by
multiplying the price per unit by the quantity required. The price offered in the
Quote will be determined by multiplying the total extended price by the appropriate
Adjustment Factor.

2. Non-Pre-Priced Task Requirements


a. Units of Work not included in the CTC, but within the general scope and intent of
this Contract, may be negotiated into this Contract as needs arise. Such Work
requirements shall be incorporated into and made a part of this Contract for the Job
Order to which they pertain, and may be incorporated into the CTC if determined
appropriate by the County at the negotiated price. Non-Pre-Priced Tasks shall be
separately identified and submitted in the Quote. Whether a Work requirement is
Pre-Priced or Non-Pre-Priced is a final determination by the County, binding and
conclusive on the Contractor.
b. Information submitted in support of Non-Pre-Priced Tasks agree to include, but not
be limited to, the following: complete specifications and technical data, including
Work unit content, Work unit cost data, schedule requirements; quality control and
inspection requirements. Pricing data submitted in support of Non-Pre-Priced Tasks
include a cost or price analysis report establishing the basis for selecting the
approach proposed to accomplish the requirements. Unless otherwise directed by the
County, cost data shall be submitted demonstrating that the Contractor solicited and
received three (3) bids. The Contractor shall not submit a quote or bid from any
supplier or subcontractor that the Contractor is not prepared to use. The County
may require additional quotes and bids if the suppliers or subcontractors are not
acceptable for if the prices are not reasonable. The Contractor agrees to provide an
installed unit price (or demolition price if appropriate), which shall include all costs
required to accomplish the Non-Pre-Priced Task.
c. The final price submitted for Non-Pre-Priced (NPP) Tasks shall be calculated
according to the following formula:

Contractor performed duties


A= The hourly rate for each trade classification not in the Construction Task
Catalog® multiplied by the quantity;
B= The rate for each piece of Equipment not in the Construction Task Catalog®
multiplied by the quantity;
C= Lowest of three (3) independent quotes for all materials.
Total for a Non Pre-Priced Task performed with Contractor’s Own Forces =
(A+B+C) x Factor of 1.00

Subcontractor performed duties

C011987 Page 33 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

If the Non Pre-Priced Task is to be subcontracted, the Contractor must submit three
(3) independent quotes for the Work.
D= Lowest of three (3) Subcontractor quotes.

Total cost of Non-Pre-Priced Tasks performed by Subcontractors = D x Factor of


1.00.
After being used on three separate Job Orders, the unit price for the Non-Pre-Priced
Task may become fixed as a permanent Pre-Priced item, which will no longer
require price justification.
The County’s determination as to whether a task is a Pre-Priced Task or a Non Pre-
Priced Task shall be final, binding and conclusive.

3. Total Fixed Cost of the Quote


The total fixed cost of the Quote shall be determined by adding the total Quote price
offered for Pre-Priced and Non-Pre-Priced Work units.

4. Submittals
All documents, shop drawings, and “As-Built” drawings shall be prepared such that the
drawings meet all the requirements of Local, State, and Federal regulations, codes and
directives. The Contractor agrees to also provide as necessary, the forms, studies, and
other documentation required by applicable codes and agencies.
The Contractor agrees to ensure that all engineering solutions conform strictly to the
guides and criteria outlined in Contract specifications. In case of uncertainty of detail or
procedure, the Contractor agrees to request additional instruction from the County. The
Contractor is responsible for producing complete, competent, properly coordinated, and
thoroughly checked documents.
At the Contractor’s expense, as part of their Adjustment Factors, the documentation noted
above, shall be prepared and reviewed as necessary to ensure its compliance with all
applicable laws and regulations.

5. Work Duration Schedule


With each quote, the Contractor agrees to furnish a Gantt chart Work duration schedule
showing the order in which the Contractor proposes to perform the Work, the durations in
which the Contractor is to perform the Work, and the relative dates on which the
Contractor contemplates starting and completing project tasks, including the acquisition of
materials, fabrication, and equipment. The County may determine the level of detail and
number of tasks required to be included on the schedule. Unless otherwise specified, the
schedule shall be in the form of a Gantt chart Work duration schedule of suitable scale to
indicate appropriately the percentage of Work scheduled for Completion. At the discretion
of the County, the Contractor may be required to furnish a Critical Path Method (CPM)
schedule.
The purpose of the Work Duration Schedule is to ensure adequate planning, coordination
and execution of the Work, and to evaluate the progress of the Work. The schedule
indicates the dates for starting and completing various aspects of the Work including, but
not limited to, on-site construction activities as well as the submittal, approval,
procurement, fabrication, and delivery of major items, materials and equipment. The

C011987 Page 34 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

schedule indicates phasing of Work activities as required. The schedule provides the
Contractor’s initial plan for the Work based on its understanding of the Detailed Scope of
Work, with the critical path highlighted.
a. Schedule Approval; all project schedules will be subject to the County’s review and
approval. The use of any particular scheduling system shall be subject to the
approval of the County.
b. Schedule Updates; the Contractor agrees to maintain the Work duration schedule
updates on an ongoing basis and, when the County requests it, include the updates in
its payment request. The Contractor may be required to submit a narrative report
with each monthly update which shall include a description of current and
anticipated problem areas, delaying factors and their impact, and an explanation of
corrective action taken or proposed. Failure to do so may be considered a material
breach of the Contract. Any additional or unanticipated costs or expense required to
maintain the schedules shall be solely the Contractor’s obligation and Contractor
agrees not to charge the County.
c. Adjustment of the Work duration schedule; the Contractor agrees that whenever it
becomes apparent to the County, from the current monthly status review meeting or
the schedule, that phasing or Job Order milestone dates will not be met, it will take
some or all of the following actions at no additional cost to the County.
1. Increase construction manpower in such quantities and crafts as will eliminate
the backlog of Work.
2. Increase the number of working hours per shift, shifts per working day.
3. Reschedule the Work under the Job Order in conformance with all other
requirements. The Contractor agrees to be liable for any additional cost
incurred by the County for the adjustment of project schedules.
4. Prior to proceeding with any of the above actions, the Contractor agrees to
notify and obtain approval from the County’s Project Manager for the
proposed schedule changes. If such actions are approved, the Contractor
agrees to incorporate the revisions into the schedule.
6. Subcontractor’s List
The Quote represents the Contractor’s offer to do Work, and as such, in accordance with
Sections 4100 to 4114, inclusive, of the Public Contract Code of the State of California,
the Contractor agrees to list, on the Subcontractor listing report, the name, business
location and the California Contractor License number of each Subcontractor that will
perform Work, labor or render service on the Work in excess of one-half of one percent
(1/2%) of the total Quote amount. Contractors and Subcontractor which have been
debarred from public works projects by the Labor Commissioner may not perform Work
under this Contract. The Contractor agrees to list project percentage of proposed
Subcontractor and percentage of the project to be self-performed.
Contractor agrees to advise the County of any Subcontractor substitution(s) prior to
commencement of subcontract Work and to only substitute Subcontractor as authorized
under Public Contract Code sections 4100 et seq. Contractor may be subject to penalties
in accordance to the above referenced sections for illegal Subcontractor substitution.
7. Electronic Quote
The Contractor agrees to transmit an electronic copy of the Quote, using the County

C011987 Page 35 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

furnished software, to the County.


8. Complete Quote
By submitting a signed Quote, the Contractor is agreeing to accomplish the Work outlined
in the RFQ and the Detailed Scope of Work for that particular Job Order. It is the
Contractor’s responsibility to include the necessary line items in the Quote prior to
submitting it to the County. Errors and omissions in the Quotes shall be the responsibility
of the Contractor. All costs associated with preparing Quotes shall be the responsibility of
the Contractor. The County makes no commitment as to the award of individual Job
Orders.
D. Quote Review
Each Quote received from the Contractor will be reviewed in detail for appropriateness of
quantities and tasks selected. Submittals will be reviewed, as well as the Work duration
schedule and list of Subcontractor. The County will evaluate the proposed Work units and may
compare them with the independent County estimate of the same tasks to determine the
reasonableness of approach, including the nature and number of Work units proposed. The
County will determine whether the Contractor’s Quote is acceptable.
E. Project Approval
The County may issue a Job Order Authorization for the Work, to include the firm-fixed-price of
the Job Order and the project duration. Contractor agrees that all clauses of this Contract are
applicable to any Job Order issued hereunder.
The County reserves the right to reject a Contractor’s Quote based on unjustifiable quantities
and/or methods, performance periods, inadequate documentation, or other inconsistencies or
deficiencies on the Contractor’s part in the sole opinion of the County.
The County reserves the right to issue a unilateral Job Order authorization for the Work if a
Quote price cannot be mutually agreed upon. This is based upon unjustifiable quantities in the
sole opinion of the County.
The County also reserves the right to not issue a Job Order Authorization if the County’s
requirement is no longer valid or the project is not funded. In these instances, the Contractor has
no right of claim to recover Quote expenses. The County may pursue continuing valid
requirements by other means where Contract was not reached with the Contractor.
F. Quote Time Requirements
1. Quote Submittal
The Contractor agrees to respond to a Request for Quote within forty-eight (48) hours.
Contractor’s response shall confirm receipt of the Request for Quote, and a mutually
agreed upon date for submittal of Contractor’s detailed price Quote.
The Contractor agrees to make a thorough analysis of each Request for Quote and submit
all requests for information to the County, in writing. All requests for information and the
responses are to be documented in the Detailed Scope of Work. The requests shall include
supporting sketches or information necessary to properly convey requested information.
Contractor shall submit recommended solution(s) review and consideration. The requests
for information shall not extend the Quote due date unless mutually agreed to by the
County.
2. Quote Review
The Contractor’s project manager or agent agrees to be available for Quote review

C011987 Page 36 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

meetings within twenty-four (24) hours of being notified by the County (via fax, e-mail,
telephone, etc). After review of the Quote, the Contractor agrees to remove all
inapplicable line items and adjust quantities as directed by the County.
3. Quote Modification
The Contractor will be granted only one opportunity to add new, valid line items that may
have been omitted from its first Quote by submitting a second, revised Quote. The
Contractor agrees to submit the revised Quote within forty-eight (48) hours of the initial
Quote review meeting, unless otherwise specified in writing. Upon review of the revised
Quote, the Contractor agrees to remove all line items or adjust quantities deemed
inappropriate by the County, and re-submit its Quote within twenty-four (24) hours. No
new line items may be added to the revised Quote, nor may quantities be increased, nor
modifiers added unless specifically agreed to in writing by the County’s subsequent Quote
review.
4. Enforcement of Time Requirements
The Quote time requirements contained herein will be strictly enforced. Failure to comply
may result in the Contractor being deemed non-responsive to the Request for Quote. The
County may cancel the Request for Quote from the Contractor and solicit another
Contractor. The County may also deem the Contractor ineligible for any future JOC
contracts.

IV. APPROVAL AND CONSTRUCTION PROCEDURES:

A. Job Order Authorization (JOA)


Upon approval of the Scope of Work and the Contractor’s Quote, the County will issue a Job
Order Authorization to the Contractor. The Job Order Authorization will include the firm fixed
price of the Job Order and the project duration. Once the Job Order Authorization has been
issued the Contractor agrees to:
1. Initiate submission of required shop drawings and submittals to the County for review and
approval.
2. Prepare a detailed Work duration schedule.
3. The Contractor agrees to not begin construction prior to the construction start date
identified in the Notice to Proceed (NTP).
4. Upon issuance of the NTP, the County agrees to have the right to direct the Contractor to
withhold actual commencement of a Job Order in part or in whole, and the Contractor
agrees to comply with such instructions. The Contractor agrees to be granted an extension
of the completion time of the Job Order equal to the number of working days delay caused
to County pursuant to Contractor's compliance with such instructions. The Contractor will
not be entitled to any additional compensation due to the subject extension of the
Completion time. The only compensation would be if a Job Order is delayed in part, after
Work has commenced, and the Contractor is required to perform additional Work to make
the Work area safe or to perform additional scope as directed by the County. This
additional Work will be considered additional Work and ordered as a separate Job Order.

B. Notice to Proceed (NTP)


Following the JOA and purchase order issuance, the County will issue a Notice to Proceed
(NTP) that will provide the construction start date, the Work duration period, and the Substantial

C011987 Page 37 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

Completion date. The Contractor agrees to begin and complete construction within the dates
specified on the NTP. The County must approve all extensions of time in writing.
The County may also issue an Emergency Notice to Proceed (NTP). In the event the County
requires the Contractor to respond to an immediate request for work, a Job Order will be created
and an Emergency NTP will be issued. The Contractor will be required to perform the Scope of
Work included with the Emergency NTP as directed by the County’s Project Manager or
designee. The Detailed Scope of Work, Quotation, Subcontractor Listing, Shop Drawings and
required Non Pre-priced backup documentation will be submitted upon completion of the
emergency work in accordance with the Ordering Procedures detailed in Section III above.

C. Pre-Construction Meeting
No more than seven (7) days from the issuance of the NTP, unless the County grants additional
time, the County will conduct a pre-construction meeting with the Contractor’s project manager,
Subcontractors, and the end-user to determine the actual project schedule, project access
requirements and to address and resolve any customer concerns.

D. Project Construction
The Contractor agrees to provide continuous on-site supervision on each Job Order, while
progress on the project is being accomplished. The Contractor’s Project Manager will ensure:
1. Coordination and providing supervision to all Subcontractor and workers;
2. Posting of the prevailing wage scale;
3. Maintaining a copy of the Contractors safety program manual made available to all
construction personnel;
4. Conducting weekly on-site safety meetings;
5. Completing the daily labor and construction progress log on a daily basis and submit
copies to the County on a daily basis. Copies of the previous day’s reports must be
submitted by 9:00AM of the following day.
a. Daily labor log is to include a listing of Subcontractor(s) and a count of workers by
trade providing services for the day.
b. Construction progress log is to include a narrative of the Work provided by trade(s).
Narrative agrees to include the various areas of the jobsite where Work was
performed and any problems or conditions that were encountered.
c. In the event the Contractor fails to provide a daily log and/or construction progress
log, the County may impose damages against the Contractor in the amount of fifty
dollars ($50.00) for each log and deduct from the Contractor’s payment request, for
each day the Contractor does not provide the documentation.
6. County may suspend Contractor operations if no Contractor Superintendent is observed.
All delays caused by the suspension will be the responsibility of the Contractor. No time
extension or claims for cost(s) associated with the suspension will be granted by the
County.
E. Changed Work
Changed Work (all added or deleted Work), as it pertains to the approved Detailed Scope of
Work included in a specific Job Order, shall be either changes directed by the County or
unforeseen site conditions, which were not evident during the Initial Joint Scope Meeting. This

C011987 Page 38 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

additional Work will be considered a subsequent Job Order, for that specific project, and will be
ordered, approved and executed as per the procedures set forth in this Contract.
A credit for Tasks that have been deleted from the Detailed Scope of Work will be given at
100% of the value at which they were included in the original Quote. Credits for Pre-Priced and
Non Pre-Priced Tasks shall be calculated at the pre-set Unit Prices and multiplied by the
appropriate Adjustment Factors. A Supplemental Job Order will be issued detailing the credit(s)
due the County.
F. Project Completion
The Contractor agrees to schedule a final job walk with the County. If required, the County will
prepare a list of incomplete items, the “Punch List”. The Contractor agrees to complete the
“Punch List” corrections and schedule a final project completion job walk. The County will sign
the “Punch List” as completed when determined, the project is finished. The Contractor agrees
to submit the following along with its final payment request:
1. “Punch List” signed by the County;
2. Completed building inspection card;
3. All required warranties and maintenance requirements;
4. All record drawings or as-built drawings,
5. All required operation and maintenance manuals;
6. All keys and security entry cards;
7. Any other closeout items.

V. CONTRACTS AND ORDER OF PRECEDENCE:


In the event that any provision(s) in any component part of the Contract conflicts with any provision(s)
of any other component part, the following order of precedence among the Contracts component parts
shall govern:
A. Job Orders (including Scope of Work)
B. County - Contractor Contract
C. Project manual
D. Construction Task Catalog®
E. County Standard Plans
F. Technical Specifications
G. Green Book

VI. PERMITS, BUSINESS LICENSES, INSPECTIONS AND WARRANTY:


A. Except as noted, the Contractor agrees to obtain and pay for all permits required for the Work.
Further, the Contractor agrees to obtain and pay for all permits incidental to the Work or made
necessary by Contractor's operation. The Contractor agrees to obtain all building permits. The
Contractor will be reimbursed for all direct costs of permits without mark-up. The Contractor
must submit the direct cost of all permits and inspection in the Quote as a Non-Pre-Priced Task.
Any permit and/or inspection fees not included in the Quote will not be reimbursed by the
County. The County is not responsible for any re-inspection(s) required due to the Contractor’s
failure to pass initial inspection(s).

C011987 Page 39 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

B. The Contractor will be required to obtain a city business license to perform the Work in the
appropriate city, as specific in the Job Order.
C. To comply with Section 3800 of the Labor Code of the State of California, the Contractor and all
Subcontractors requiring a permit (building, plumbing, grading, and electrical, etc.) agree to file
a workers' compensation certificate with the County.
D. Exclusive of off-site inspection specified to be the County's responsibility, the Contractor agrees
to arrange and pay for all off-site inspection of the Work including certification thereof required
by the specifications, drawings, or by governing authorities.
E. The County will provide on-site inspection of the Work and will arrange for off-site inspection
when specified in the Detailed Scope of Work. All other required inspections will be the
responsibility of the Contractor.
F. The County will inspect the Work for code compliance as part of permits pulled. The County
will provide this inspection at no additional cost for the first inspection and for re-inspection. If
the Contractor is unable to correct defective Work after one re-inspection, the County may
charge the Contractor for additional re-inspection.
G. In addition to any other warranties in this Contract, or those provided by manufactures the
Contractor warrants that Work performed under this Contract conforms to the Contract
requirements and is free of any defect in equipment, material, or workmanship performed by the
Contractor or any Subcontractor or supplier at any tier.
H. Corrections to Work may be required during the Work or the warranty period. The County is
expressly authorized at County's option to apply any sums withheld from progress payments
toward the cost of such corrections.
I. This warranty shall continue for a period of one year from the date listed on the Notice of
Completion for the specific Job Order. If the County takes occupancy of any part of the Work
before Final Acceptance, a warranty covering that specific portion of the Work shall begin for a
period of one year from the date the County takes occupancy. The County will notify the
Contractor in writing of the scope of any partial occupancy and the specific items under
warranty.
J. The County will not pay any costs for licenses required in the performance of the Work. The
Contractor agrees to assume this responsibility in total.
K. As required by the Detailed Scope of Work for a specific Job Order, the County may be required
to enter into Contracts with other Local, State and Federal Agencies to accomplish the subject
Scope of Work. Agencies may include but are not limited California Department of Fish and
Game, US. Army Corps of Engineers, California Regional Water Quality Control Board. The
Contractor will be required to comply with the requirements set forth within the permit.
L. Best Management Practices (BMPs) may be required for specific Job Orders, which will be
indentified in the Detailed Scope of Work. All California Storm Water Quality Association
(CASQA) Construction BMPs may be viewed at www.cabmphandbooks.com. It is the
Contractors responsibility to pay for all costs incurred by the specific BMPs. The County will
not reimburse these costs.
M. As required by the Detailed Scope of Work, per a specific Job Order the following permits may
apply and will be provided by the County:
1. NPDES Dewatering Permit

C011987 Page 40 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

2. NPDS Municipal Storm Water Sewer System Permit


3. NPDES General Construction Permit
4. Any site specific permits identified by County
N. If applicable, the NPDES Watering Permit shall be provided in accordance with the following:
1. Construction Related Dewatering & De Minimus Discharges, Santa Ana Region:
a. The County has been issued Municipal NPDES Permit No. CAS618030, Order No.
R8-2009-0030, from the California Regional Water Quality Control Board, Santa
Ana Region. Section III.3.ii. of this permit authorizes de minimus types of
discharges listed in the Santa Ana Regional Board’s General De Minimus Permit for
Discharges to Surface Waters, Order No. R8-2009-0003, from County owned and/or
operated facilities and activities (including construction), outside of the Newport
Bay watershed.
b. A copy of the County’s Municipal NPDES Permit (Order No. R8-2009-0030) may
be found on the internet at:
http://www.waterboards.ca.gov/santaana/board_decisions/adopted_orders/orders/2
009/09_030_oc_stormwater_ms4_permit.pdf
c. A copy of the Santa Ana Regional Board’s General De Minimus Permit for
Discharges to Surface Waters (Order No. R8-2009-0003) may be found on the
internet at:
http://www.waterboards.ca.gov/santaana/board_decisions/adopted_orders/orders/2
009/09_003_deminimus_permit_wdr.pdf
d. For de minimus discharges outside of the Newport Bay Watershed, the Contractor is
hereby directed to read and thoroughly comply with the language in Section III.3.ii.
of the County’s Municipal NPDES Permit (Order No. R8-2009-0030) and to consult
the General De Minimus Permit (Order No. R8-2009-0003) for the types of de
minimus discharges which are covered.
O. National Pollutant Discharge Elimination System (NPDES) General Permit For Storm Water
Discharges Associated With Construction And Land Disturbance Activities Water Quality Order
2009-0009-Dwq (CGP):
1. On September 2, 2009, the State Water Resources Control Board adopted Order No. 2009-
0009-DWQ (Waste Discharge Requirements for Discharges of Storm Water Runoff
Associated with Construction Activities and Land Disturbance Activities). Effective July
1, 2010, all dischargers are required to obtain coverage under the Construction General
Permit Order 2009-0009-DWQ (CGP). Construction sites shall obtain permit coverage at
the appropriate Risk Level as determined by the Risk Assessment Procedures described in
subsection f below. The Regional Water Boards have the authority to require Risk
Determination to be performed on projects currently covered under Water Quality Order
No. 99-08-DWQ where they deem necessary.
A copy of these documents may be found on the internet at:
http://www.waterboards.ca.gov/water_issues/programs/stormwater/docs/constpermits/wq
o_2009_0009_complete.pdf
2. Prior to commencing Work, the Contractor shall submit the required PRDs (Permit

C011987 Page 41 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

Registration Documents) to the County Project Manager. If any of the required items are
missing, the PRD submittal is considered incomplete and will be rejected. Upon receipt
and acceptance of a complete PRD submittal, the County Project Manager will
electronically submit these documents to State Water Board through the California
Integrated Water Quality System (CIWQS) Project’s Storm water Multi-Application
Reporting and Tracking (SMART) system to obtain coverage under the General Permit.
3. Standard PRD Requirements
1. Notice of Intent
2. Risk Assessment (Standard or Site-Specific)
3. Site Map
4. SWPPP
5. Annual Fee
6. Signed Certification Statement
4. Additional Permit Registration Document (PRD) Requirements Related To Construction
Type
1. If Contractor proposes to implement an Active Treatment System (ATS) on a
Specific Job Order, Contractor shall submit:
i. Complete ATS Plan in accordance with Attachment F of the CGP at least 14
days prior to the planned operation of the ATS and a paper copy shall be
available onsite during ATS operation.
ii. Certification proof that the preparation and design was accomplished by a
qualified professional in accordance with Attachment F of the CGP.
2. Dischargers who are proposing an alternate Risk Justification shall submit:
i. Particle Size Analysis.
5. Exception to Standard PRD Requirements
1. Construction sites with less than one (1) acre of disturbance or an R value less than
five (5) as determined in the CGP Risk Assessment from the Revised Universal Soil
Loss Equation (RUSLE) are not required to submit a SWPPP.
6. Description of PRDs
1. Notice of Intent (NOI) or Notice of Construction Activity (NOCA)
The Notice of Intent or Notice of Construction Activity must be filled out
electronically on-line through the State’s SMART System. Contractor shall
coordinate with the County Project Manager to provide the required information to
fill out the NOI on-line form. Upon receipt of all required information (including all
items required below), County staff will electronically submit the Project
information through the SMART system.
2. Site Map(s) Includes
i. The project’s surrounding area (vicinity)
ii. Site layout
iii. Construction site boundaries

C011987 Page 42 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

iv. Drainage areas


v. Discharge locations
vi. Sampling locations
vii. Areas of soil disturbance (temporary or permanent)
viii. Active areas of soil disturbance (cut or fill)
ix. Locations of all runoff BMPs
x. Locations of all erosion control BMPs
xi. Location of all sediment control BMPs
xii. ATS locations (if applicable)
xiii. Location of sensitive habitats, watercourses, or other features which are not to
be disturbed
xiv. Locations of all post construction BMPs
xv. Location of storage areas for waste, vehicles, service, loading/unloading of
materials, access (entrance/exits) points to construction site, fueling and water
storage, water transfer for dust control and compaction practices
3. Storm Water Pollution Prevention Plan (SWPPP)
The Contractor will need to submit a site-specific SWPPP for review, approval, and
certification by the County prior to submittal to the State’s SMART system and prior
to start of mobilization and construction activity and will comply with the approved
SWPPP and with any subsequent amendments to the SWPPP.
NO CONSTRUCTION ACTIVITY CAN BE ALLOWED UNTIL THE COUNTY
RECEIVES A “WDID” NUMBER FROM THE REGIONAL BOARD.
Full compensation for conforming to the requirements of this section shall be
considered as included in the Adjustment Factor and no additional compensation
will be allowed therefor.
The Contractor must amend the SWPPP from time to time during the course of
Work to reflect actual construction progress and construction practices.
The SWPPP shall not be construed to be a waiver of the Contractor’s obligation to
review and understand the CGP before submitting a bid. By submitting a bid, the
Contractor acknowledges that he has read and understands the requirements of the
CGP and will fully comply with the requirements of the CGP.
4. Annual Fee (if applicable)
The annual fees are established through regulations adopted by the State Water
Board. The total annual fee is the current base fee plus applicable surcharges for the
total acreage to be disturbed during the life of the Project. Annual fees are subject to
change by regulation. The County will be not invoiced annually until the Project is
complete and the Notice of Termination (NOT) submitted to the Regional Board.
The cost per acre fee is based upon a table provided at the following website:
http://www.waterboards.ca.gov/water_issues/programs/stormwater/docs/sw_feesche
dules2008.pdf
The Contractor shall be responsible for paying the CGP permit fees until the Project
NOT has been filed and accepted by the Regional Board. The Contractor shall be
responsible for determination of the permit fees based upon his proposed

C011987 Page 43 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

construction operations and total disturbed areas. Contractor shall submit permit
fees to the County Project Manager for verification, and County will submit the fee
to the Regional Board.
5. A Signed Certification Statement must be submitted by the Legally Responsible
Party (LRP). The County Project Manager will coordinate with the Contractor to
acquire relevant information for the certification. The County will submit the
certification statement.
6. Risk Assessment
The Contractor shall use the Risk Assessment procedure as describe in the CGP
Appendix 1.
i. The Standard Risk Assessment includes utilization of the following:
1) Receiving water Assessment Interactive map
2) EPA Rainfall Erosivity Factor Calculator Website
3) Sediment Risk interactive map
4) Sediment sensitive water bodies list
ii. The site-specific Risk Assessment includes the completion of the hand
calculated R value Risk Calculator in the Revised Universal Soil Loss
Equation (RUSLE).
7. Post Construction Water Balanced Calculator (if applicable)
The Contractor shall complete the Water Balance Calculator (in Appendix 2 of the
General Permit) in accordance with the instructions when subject to this
requirement. (Note to Engineer: This paragraph will only apply when DISTRICT
or the County does not have a current MS4 (Municipal) permit in place.)
8. ATS Design Document and Certification
The Contractor using ATS must submit electronically their system design (as well as
any supporting documentation) and proof that the system was designed by a
qualified ATS design professional (See Attachment F of the General Permit).
P. Best Management Practices (PMF9.2S)
Contractor and all of Contractor’s, subcontractors, agents, employees and contractors shall
conduct operations under this Contract so as to assure that pollutants do not enter municipal
storm drain systems which systems are comprised of, but are not limited to curbs and gutters that
are part of the street systems ("Stormwater Drainage System"), and to ensure that pollutants do
not directly impact "Receiving Waters" (as used herein, Receiving Waters include, but are not
limited to, rivers, creeks, streams, estuaries, lakes, harbors, bays and oceans).
Contractor shall comply with all water quality ordinances, permits and regulations. If Work
identified under a Specific Job Order does not fall within statewide Painting Permit, Contactor
shall implement appropriate BMPs consistent with County’s DAMP/LIP.
Contractor may propose alternative BMPs that meet or exceed the pollution prevention
performance of the BMP specified in DAMP/LIP. Any such alternative BMPs shall be
submitted to the County Project Manager for review and approval prior to implementation.

C011987 Page 44 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

VII. GENERAL REQUIREMENTS:


A. Contractor must ensure all precautions for safety are taken. Contract comply will all Federal,
State and Local requirements, codes, and laws.
B. Contract shall secure Contractor vehicles parked on site at all times.
C. Contractor shall furnish, install, and maintain all signage, warning devices, barricades, cones,
etc; to protect the public, OC Public Works Staff, and its workers during the performance of this
Contract.
D. All tools and materials shall remain in Contractor’s possession at all times.
E. Contract shall assure that all materials that could inflict injury shall be continuously cleaned up
as Work progresses.
F. Contractor shall secure all Work areas prior to the end of each workday.
G. Contractor shall ensure all employees are to smoke only in designated areas and are not to use
profanity or other inappropriate language while on site.
H. The Contractor shall possess a current State of California C-36 Contractor’s license issued by the
California State Contractor’s License Board.
I. Contract shall warranty all labor and materials used in the Work for a period of one (1) year after
completion and acceptance of Work, for each specific Job Order
J. Contractor shall meet all insurance and bond requirements to perform Work for OC Public
Works.
K. Contractor shall dispose all removed material in accordance with Local, State and Federal
regulations.
L. Contractor shall protect property and facilities adjacent to the construction area and all property
and facilities within the construction area which are shown on the plans to be protected. After
project completion, the construction area shall be in a clean and presentable condition. All
public or privately owned improvements and facilities shall be restored to their original
condition and location. If improvements or facilities are damaged, they shall be replaced with
new materials which are at least equal to the original materials. Nothing herein shall be
construed to entitle the Contractor to the exclusive use of any public street, way, or parking area
during performance of the Contract Work. Contractor shall conduct its operations so as not to
interfere with the authorized Work of utility companies or other agencies in such streets, ways or
parking areas.
M. Contractor shall be responsible for investigating conditions of available public and private roads
and of clearances, restrictions and other limitations affecting transportation and ingress and
egress to the site of the Work. Use of equipment will be minimized during any Stage II or Stage
III smog alerts. All equipment will meet emissions standards. Contract specifications require
dust control. All proper public safety measures are to be used during construction, including
barriers, flagmen and signing. Equipment usage should be limited to Normal Working Hours, in
accordance with the Contract specifications. Equipment must conform with all applicable noise
regulations.
N. Contractor shall comply with all County of Orange and local sound control and noise level rules,
regulations and ordinances which apply to any Work performed pursuant to the Contract, and
shall make every effort to control any undue noise resulting from the construction operation.
Each internal combustion engine used for any purpose on the job or related to the job shall be
equipped with a muffler of a type recommended by the manufacturer. No internal combustion

C011987 Page 45 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

engine shall be operated on the project without said muffler. The noise level from the
Contractor's operations between the hours of 8 p.m. and 7 a.m. on weekdays, including Saturday,
or at any time on Sunday or a Federal holiday, shall be in accordance with the County ordinance
covering "Noise Control." This requirement in no way relieves the Contractor of responsibility
for complying with local ordinances regulating noise level. Said noise level requirement shall
apply to all equipment on the job or related to the job, including but not limited to trucks, transit
mixers or transient equipment that may or may not be owned by the Contractor. The use of loud
sound signals shall be avoided in favor of light warnings, except those required by safety laws
for the protection of personnel.
O. Construction Area: Contractor shall protect property and facilities adjacent to the construction
area and all property and facilities within the construction area which are shown on the plans are
to be protected. After project completion, the construction area shall be in a clean and
presentable condition. All public or privately owned improvements and facilities shall be
restored to their original condition and location. If improvements or facilities are damaged, they
shall be replaced with new materials which are at least equal to the original materials. Nothing
herein shall be construed to entitle the Contractor to the exclusive use of any public street, way,
or parking area during performance of the Work. Contractor shall conduct its operations so as
not to interfere with the authorized Work of utility companies or other agencies in such streets,
ways or parking areas. The Contractor shall be responsible for investigating conditions of
available public and private roads and of clearances, restrictions and other limitations affecting
transportation and ingress and egress to the site of the Work. Use of equipment will be
minimized during any Stage II or Stage III smog alerts. All equipment will meet emissions
standards. Dust Control is required at all times. All proper public safety measures are to be used
during construction, including barriers, flagmen and signing. Equipment must conform to all
applicable noise regulations.
P. Contractor shall, whenever possible, minimize the use of water during project construction.
Watering equipment shall be kept in good working order. Water leaks shall be repaired
promptly. Washing of equipment, except when necessary for the safety or for the protection of
equipment, shall be discouraged. Water curing of concrete improvements as specified in Section
303-1.10, "Curing" of the Standard Specifications for Public Works Construction, shall not be
allowed unless specifically permitted by these Special Provisions or directed by the Project
Manager. Nothing in this section, "Water Conservation," shall be construed as relieving the
Contractor of furnishing sufficient water as required for the proper construction of this project in
accordance with the Standard Specifications for Public Works Construction and these Special
Provisions.
Q. Contractor shall anticipate that storm, surface and possible ground or other waters will be
encountered at various times and locations during the Work. Such waters may interfere with
Contractor's operations and may cause damage to adjacent or down-stream private and/or public
property by flooding, lateral erosion, sedimentation, or pollution if not properly controlled by the
Contractor. The Contractor, by submitting a bid, assumes all of said risk and the Contractor
acknowledges that its bid was prepared accordingly.
The Contractor shall conduct its operations in such a manner that storm or other waters may
proceed without diversion or obstruction along existing street and drainage courses. Drainage of
water from existing or proposed catch basins shall be maintained at all times. Diversion of water
for short reaches in order to protect construction in progress will be permitted if public or private
properties are not damaged or, in the opinion of the Project Manager, are not subject to the
probability of damage. Contractor shall at no cost to County obtain written permission from the
appropriate public agency or property owner before any diversion of water will be permitted by
the Project Manager.

C011987 Page 46 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

During the course of water control the Contractor shall conduct construction operations to
protect waters from being polluted with fuels, oils, bitumens or other harmful materials, and
shall be responsible for removing said materials in the event protective measures are not
effective.
Construction site shall be maintained in such a condition that an anticipated storm does not carry
wastes or pollutants off site.
Discharges of material other than stormwater are allowed only when necessary for performance
and completion of construction practices and where they do not: cause or contribute to a
violation of any water quality standard; cause or threaten to cause pollution, contamination, or
nuisance; or contain a hazardous substance in a quantity reportable under Federal Regulations 40
CFR Parts 117 and 302, or any other law or applicable regulation.
Potential pollutants include but are not limited to: vehicle/equipment fuels, oils, lubricants, and
hydraulic, radiator or battery fluids; vehicle/equipment wash water and concrete mix wash water;
concrete, detergent or floatable wastes; wastes from any engine/equipment steam cleaning or
chemical degreasing; solid or liquid chemical spills; wastes from sealants, limes, and solvents;
and superchlorinated potable water line flushings.
During construction, disposal of such materials should occur in a specified and controlled
temporary area on-site, physically separated from potential storm water run-off, with ultimate
disposal in accordance with local, state, and federal requirements.
Notwithstanding the above, management of stormwater shall be done with all applicable statutes,
ordinances, permits, regulations and provisions of this Contract governing stormwater.

VIII. STOP WORK:

The County may, at any time, by written stop Work order to the Contractor, require the Contractor to
stop all or any part of the Work, as per a specific Job Order, for a period of 90 days after the stop Work
order is delivered to the Contractor and for any further period to which the Parties may agree. The stop
Work order shall be specifically identified as such and shall indicate it is issued under this clause.
Upon receipt of the stop Work order, the Contractor shall immediately comply with its terms and take
all reasonable steps to minimize the incurrence of costs allocable to the Work covered by the stop
Work order during the period of Work stoppage. Within a period of 90 days after a stop Work order is
delivered to the Contractor or within any extension of that period to which the Parties shall have
agreed, the County shall either:
A. Cancel the stop Work order; or
B. Cancel the Job Order immediately in whole or in part in writing as soon as feasible.

IX. COMPUTER AND SOFTWARE REQUIREMENTS:


A. Computer
The Contractor shall maintain at its office for its use a computer with, at a minimum, a 1 GHz
processor and an internet connection. The Contractor shall maintain individual email accounts
for each of its project managers.
B. Software
1. Job Order Contracting Software

The COUNTY selected The Gordian Group’s (Consultant) Job Order Contracting

C011987 Page 47 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

(“JOC”) Solution (Gordian JOC Solution) for their JOC program. The Gordian JOC
Solution includes Consultant’s proprietary eGordian® JOC application (JOC
Applications) and construction cost data (Construction Task Catalog®), which shall
be used by the CONTRACTOR to prepare and submit Price Proposals,
subcontractor lists, and other requirements specified by the COUNTY.

CONTRACTOR is required to use Gordian’s JOC Solution to receive task orders


from the COUNTY under this AGREEMENT. This requires CONTRACTOR to
enter into Consultant’s JOC System License, with Consultant as licensor and
CONTRACTOR as licensee, and comply with all applicable terms of that license,
including that payment of applicable license fees to Consultant for use of its Gordian
JOC Solution. The CONTRACTOR’s use, in whole or in part, of the Consultant’s
JOC Applications, Construction Task Catalog® and other proprietary material
provided by the Consultant (Consultant Materials) is subject to Consultant’s JOC
System License, and CONTRACTOR may not use Consultant Materials for any
purpose other than to execute work under this AGREEMENT for the COUNTY.
The CONTRACTOR hereby agrees to take all actions necessary to maintain access
to the Gordian JOC Solution by complying with Consultant’s JOC System License
during the Term of this AGREEMENT.

A copy of Consultant’s most recent JOC System License is attached hereto as Exhibit “A” for
CONTRACTOR’s reference.

C011987 Page 48 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
([KLELW$
/LFHQVHDQG8VHU$JUHHPHQW


7KLV &OLFN7KURXJK $JUHHPHQW WKH ³$JUHHPHQW´  FRQWDLQV WKH WHUPV DQG FRQGLWLRQV XSRQ ZKLFK 7KH
*RUGLDQ *URXS ,QF D *HRUJLD FRUSRUDWLRQ ³*RUGLDQ´  JUDQWV WR \RX ³/LFHQVHH´  D OLPLWHG OLFHQVH WR
SHUIRUP\RXUREOLJDWLRQVSXUVXDQWWRWKH&OLHQW&RQWUDFW DVGHILQHGEHORZ 3OHDVHUHDGWKLV$JUHHPHQW
FDUHIXOO\%\FOLFNLQJ³,$FFHSW´\RXDFNQRZOHGJHWKDW\RXKDYHUHDGDQGDFFHSWWKHWHUPVDQGFRQGLWLRQV
RIWKLV$JUHHPHQWLQLWVHQWLUHW\

,)<28$5((17(5,1*,1727+,6$*5((0(17:,7+,17+(6&23(2)<285(03/2<0(1725
,1 &211(&7,21 :,7+ <285 (1*$*(0(17 $6 $1 ,1'(3(1'(17 &2175$&725 7+(1 7+(
7(50³/,&(16((´,1&/8'(6<285(03/2<(52535,1&,3$/&2175$&725$6$33/,&$%/(
$1'<28:$55$17$1'5(35(6(1772*25',$17+$7<28$5($87+25,=('72$&&(37
7+,6$*5((0(172168&+(03/2<(5¶62535,1&,3$/&2175$&725¶6%(+$/)

:+(5($6SXUVXDQWWRWKHWHUPVDQGFRQGLWLRQVRIDFRQWUDFWEHWZHHQ*RUGLDQDQGRQHRUPRUHPXWXDO
FOLHQWV RI *RUGLDQ DQG /LFHQVHH WKDW KDV FRQWUDFWHG ZLWK /LFHQVHH IRU FRQVWUXFWLRQ VHUYLFHV ³&OLHQW
&RQWUDFW´  *RUGLDQ KDV DJUHHG WR SURYLGH /LFHQVHH ZLWK D OLPLWHG OLFHQVH WR *RUGLDQ¶V -RE 2UGHU
&RQWUDFWLQJV\VWHP ³-2&6\VWHP´ DQG

12:7+(5()25(*RUGLDQDQG/LFHQVHHDJUHHWRWKHWHUPVDQGFRQGLWLRQVRIWKHIROORZLQJ

*RUGLDQKHUHE\JUDQWVWR/LFHQVHHDQG/LFHQVHHKHUHE\DFFHSWVIURP*RUGLDQIRUWKHWHUPRIWKH&OLHQW
&RQWUDFWDQRQH[FOXVLYHDQGQRQWUDQVIHUDEOHULJKWSULYLOHJHDQGOLFHQVHWR*RUGLDQ¶VSURSULHWDU\-2&
6\VWHPDQGRWKHUUHODWHGSURSULHWDU\PDWHULDOV FROOHFWLYHO\UHIHUUHGWRDV³3URSULHWDU\,QIRUPDWLRQ´ WREH
XVHGIRUWKHVROHSXUSRVHRIH[HFXWLQJWKH/LFHQVHH¶VUHVSRQVLELOLWLHVXQGHUWKH&OLHQW&RQWUDFWIRUZKLFK
/LFHQVHH LV XWLOL]LQJ WKH -2& V\VWHP ³/LPLWHG 3XUSRVH´  /LFHQVHH KHUHE\ DJUHHV WKDW WKH 3URSULHWDU\
,QIRUPDWLRQ VKDOO LQFOXGH EXW LV QRW OLPLWHG WR *RUGLDQ¶V H*RUGLDQŠ -2& LQIRUPDWLRQ PDQDJHPHQW
DSSOLFDWLRQVDQGVXSSRUWGRFXPHQWDWLRQ&RQVWUXFWLRQ7DVN&DWDORJŠDQGDQ\FRQVWUXFWLRQFRVWGDWDDQG
FRS\ULJKWHGPDWHULDOVFRQWDLQHGWKHUHLQWUDLQLQJPDWHULDOVDQGDQ\RWKHUSURSULHWDU\PDWHULDOVSURYLGHGWR
/LFHQVHH E\ *RUGLDQ HLWKHU HOHFWURQLFDOO\ RU WKURXJK DQ DOWHUQDWLYH PHDQV RI GHOLYHU\ ,Q WKH HYHQW WKH
DSSOLFDEOH&OLHQW&RQWUDFWH[SLUHVRUWHUPLQDWHVWKLV-2&6\VWHP/LFHQVHVKDOOWHUPLQDWHDQG/LFHQVHH
VKDOOUHWXUQDOO3URSULHWDU\,QIRUPDWLRQLQLWVSRVVHVVLRQWR*RUGLDQ

/LFHQVHH DFNQRZOHGJHV WKDW *RUGLDQ VKDOO UHWDLQ H[FOXVLYH RZQHUVKLS RI DOO SURSULHWDU\ ULJKWV WR WKH
3URSULHWDU\,QIRUPDWLRQLQFOXGLQJDOO86DQGLQWHUQDWLRQDOLQWHOOHFWXDOSURSHUW\DQGRWKHUULJKWVVXFKDV
SDWHQWVWUDGHPDUNVFRS\ULJKWVDQGWUDGHVHFUHWV/LFHQVHHVKDOOKDYHQRULJKWRULQWHUHVWLQDQ\SRUWLRQRI
WKH3URSULHWDU\,QIRUPDWLRQH[FHSWWKHULJKWWRXVHWKH3URSULHWDU\,QIRUPDWLRQIRUWKH/LPLWHG3XUSRVHVHW
IRUWKKHUHLQ([FHSWLQIXUWKHUDQFHRIWKH/LPLWHG3XUSRVH&RQWUDFWRUVKDOOQRWGLVWULEXWHGLVFORVHFRS\
UHSURGXFHGLVSOD\SXEOLVKWUDQVPLWDVVLJQVXEOLFHQVHWUDQVIHUSURYLGHDFFHVVWRXVHRUVHOOGLUHFWO\RU
LQGLUHFWO\ LQFOXGLQJLQHOHFWURQLFIRUP DQ\SRUWLRQRIWKH3URSULHWDU\,QIRUPDWLRQ

/LFHQVHHKHUHE\DJUHHVWRSD\*RUGLDQDOLFHQVHIHHRIRIWKHYDOXHRIZRUNSURFXUHGIURP/LFHQVHH
E\&OLHQW ³&RQWUDFWRU/LFHQVH)HH´ SXUVXDQWWRWKH&OLHQW&RQWUDFW/LFHQVHHIXUWKHUDJUHHVWRUHPLWWKH
&RQWUDFWRU/LFHQVH)HHWR*RUGLDQZLWKLQWHQ  GD\VRI/LFHQVHH¶VUHFHLSWRID-RE2UGHU3XUFKDVH
2UGHU RU RWKHU VLPLODU SXUFKDVLQJ GRFXPHQW SXUVXDQW WR WKH /LFHQVHH &RQWUDFW /LFHQVHH VKDOO PDNH
SD\PHQWVSD\DEOHWR7KH*RUGLDQ*URXS,QFDQGVKDOOPDLOWKHSD\PHQWVWR32%R[&KDUORWWH
1&$OOSD\PHQWVUHFHLYHGDIWHUWKHGXHGDWHVHWIRUWKDERYHZLOOLQFXUDODWHSD\PHQWFKDUJH
IURPVXFKGXHGDWHXQWLOSDLGDWDUDWHRISHUPRQWK

(LWKHU SDUW\ PD\ WHUPLQDWH WKLV $JUHHPHQW LQ WKH HYHQW RI   DQ\ EUHDFK RI D PDWHULDO WHUP RI WKLV
$JUHHPHQWE\WKHRWKHUSDUW\ZKLFKLVQRWUHPHGLHGZLWKLQWHQ  GD\VDIWHUZULWWHQQRWLFHWRWKHEUHDFKLQJ
SDUW\RU  WKHRWKHUSDUW\¶VPDNLQJDQDVVLJQPHQWIRUWKHEHQHILWRILWVFUHGLWRUVRUWKHILOLQJE\RUDJDLQVW
VXFKSDUW\RIDSHWLWLRQXQGHUDQ\EDQNUXSWF\RULQVROYHQF\ODZZKLFKLVQRWGLVFKDUJHGZLWKLQWKLUW\  
GD\VRIVXFKILOLQJ

/LFHQVHH DFNQRZOHGJHV DQG DJUHHV WR UHVSHFW WKH FRS\ULJKWV WUDGHPDUNV WUDGH VHFUHWV DQG RWKHU
SURSULHWDU\ULJKWVRI*RUGLDQLQWKH3URSULHWDU\,QIRUPDWLRQGXULQJDQGDIWHUWKHWHUPRIWKLV$JUHHPHQWDQG
VKDOODWDOOWLPHVPDLQWDLQFRPSOHWHFRQILGHQWLDOLW\ZLWKUHJDUGWRWKH3URSULHWDU\,QIRUPDWLRQSURYLGHGWR


DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
([KLELW$
/LFHQVHH VXEMHFW WR IHGHUDO VWDWH DQG ORFDO ODZV UHODWHG WR SXEOLF GLVFORVXUH  /LFHQVHH IXUWKHU
DFNQRZOHGJHVWKDWDEUHDFKRIDQ\RIWKHWHUPVRIWKLV$JUHHPHQWE\/LFHQVHHZLOOUHVXOWLQLUUHSDUDEOH
KDUP WR *RUGLDQ IRU ZKLFK PRQHWDU\ GDPDJHV ZRXOG EH DQ LQDGHTXDWH UHPHG\ DQG *RUGLDQ VKDOO EH
HQWLWOHGWRLQMXQFWLYHUHOLHI ZLWKRXWWKHQHFHVVLW\RISRVWLQJDERQG DVZHOODVDOORWKHUPRQHWDU\UHPHGLHV
DYDLODEOHDWODZRULQHTXLW\,QWKHHYHQWWKDWLWEHFRPHVQHFHVVDU\IRUHLWKHUSDUW\WRHQIRUFHWKHSURYLVLRQV
RI WKLV $JUHHPHQW RU WR REWDLQ UHGUHVV IRU WKH EUHDFK RU YLRODWLRQ RI DQ\ RI LWV SURYLVLRQV LQFOXGLQJ
QRQSD\PHQWRIDQ\&RQWUDFWRU/LFHQVH)HHVRZHGZKHWKHUE\OLWLJDWLRQDUELWUDWLRQRURWKHUSURFHHGLQJV
WKHSUHYDLOLQJSDUW\VKDOOEHHQWLWOHGWRUHFRYHUIURPWKHRWKHUSDUW\DOOFRVWVDQGH[SHQVHVDVVRFLDWHGZLWK
VXFKSURFHHGLQJVLQFOXGLQJUHDVRQDEOHDWWRUQH\¶VIHHV

7KLV$JUHHPHQWVKDOOEHFRQVWUXHGXQGHUWKHODZVRIWKH6WDWHRI6RXWK&DUROLQDZLWKRXWUHJDUGWRFKRLFH
RIODZSULQFLSOHV%RWKSDUWLHVLUUHYRFDEO\FRQVHQWWRWKHMXULVGLFWLRQDQGYHQXHRIWKHIHGHUDODQGVWDWH
FRXUWVORFDWHGLQWKH6WDWHRI6RXWK&DUROLQDIRUSXUSRVHVRIDQ\DFWLRQEURXJKWLQFRQQHFWLRQZLWKWKLV
$JUHHPHQWRUXVHRIWKH3URSULHWDU\,QIRUPDWLRQ

7KHSDUWLHVDJUHHWKDWLQWKHHYHQWRIDFRQIOLFWLQWHUPVDQGFRQGLWLRQVEHWZHHQWKLV$JUHHPHQWDQGDQ\
RWKHU WHUPV DQG FRQGLWLRQV RI WKH WKH &OLHQW &RQWUDFW RU DQ\ -RE 2UGHU 3XUFKDVH 2UGHU RU VLPLODU
SXUFKDVLQJGRFXPHQWLVVXHGWR/LFHQVHHDVLWUHODWHVWRWKHWHUPVVHWIRUWKKHUHLQWKLV$JUHHPHQWVKDOO
WDNHSUHFHGHQFH



DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

ATTACHMENT B
CONTRACTOR’S PRICING
I. COMPENSATION: This is an all-inclusive, usage Contract between the County and Contractor for
Plumbing Services, as set forth in Attachment “A” Scope of Work.
The Contractor agrees to accept the specified compensation as set forth in this Contract as full
remuneration for performing all services and furnishing all staffing, labor, insurance, bonds. prevailing
wage, vehicles, equipment, tools, materials, overhead, travel, etc. required, for any reasonably
unforeseen difficulties which may arise or be encountered in the execution of the services until
acceptance, for risks connected with the services, and for performance by the Contractor of all its
duties and obligations hereunder. The Contractor shall only be compensated as set forth herein below
for work performed in accordance with the Scope of Work. The County shall have no obligation to pay
any sum in excess of the Total Contract Amount specified herein below unless authorized by
amendment.
II. FEES AND CHARGES: County will pay the following in accordance with the provisions of this
Contract.

A. Adjustment Factors: The Contractor’s two Adjustment Factors that will be applied against the
prices set forth in the Contract Task Catalog®. These Adjustment Factors will be used to price
out fixed price Job Orders by multiplying the appropriate Adjustment Factor by the Unit Prices
and appropriate quantities.
i. FACTOR 1 - Unit Work requirements to be performed during Normal Working Hours
(7:00AM to 5:00PM) as ordered by the County in individual Job Orders against this
Contract.

1.0900
Normal Working Hours

ii. FACTOR 2 - Unit Work requirements to be performed during Other Than Normal
Working Hours (5:01PM to 6:59AM) as ordered by the County in individual Job Orders
against this Contract.

1.1300
Other Than Normal Working Hours

B. TOTAL CONTRACT AMOUNT SHALL NOT EXCEED: ...................................................$4,640,000

C011987 Page 49 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

II. PRICE INCREASES/DECREASES: No increases to the Adjustment Factors or to any line items
in the Construction Task Catalog® will be permitted during the term of this Contract.

III. CONTRACTOR’S EXPENSE: The Contractor will be responsible for all costs related to photo copying,
telephone communications and fax communications while on County sites during the performance of
Work and services under this Contract.

IV. PAYMENTS TERMS:

A. The County shall make payments upon the agreed upon price for a specific Job Order as listed in
the Notice to Proceed. The County will make progress payments monthly as the Work proceeds
on estimates approved by County Project Manager. The Contractor shall furnish a breakdown of
the total Contract price showing the amount included therein for each principal category of the
Work, to provide a basis for determining progress payments. The County will only pay for
actual Work in place.
B. Lump sum payment - if an individual Job Order is scheduled for Completion within 45 days or
less, the County will make one payment after 30 days of Work to the Contractor, exclusive of
retention. Contractor may request for one payment (including retention payment); however,
payment will be made after Final Acceptance of the Job Order.
C. Partial payment – the County will consider a request for partial payments for Job Orders
scheduled for a performance period of greater than 45 days.

D. Retention - When payments are made under this Contract, five percent (5%) of each requested
and approved payment will be retained. The retention will be released upon Final Acceptance of
the Work, and the County’s approval on the final payment request. A Notice of Completion for
each individual Job Order must be filed. Final payment is to be made 35 days subsequent to the
filing of the Notice of Completion.
E. Retention Release - The County’s release of the retention does not relieve the Contractor of its
responsibility to comply with both the proposed Scope of Work and the terms and conditions of
the Job Order and Contract for completed and warranty Work. The Contractor agrees that a
condition precedent to the County’s release of the five percent (5%) retention amount is in full
compliance with this provision herein. The Contractor must submit a completed invoice to the
County for approval. The Contractor agrees that the signature on the invoice certifies that it has
completed or submitted the following:
1. All warranties and maintenance requirements; and

2. All as-built prints and record drawings; and

3. All operation and maintenance manuals; and

4. All badges, keys and security entry cards; and

5. Conducted all required training for County Personnel;

6. All other items as applicable.

V. INVOICING INSTRUCTIONS:

C011987 Page 50 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

A. Invoices are to be submitted in arrears, after services have been provided, to the address specified
below. Payment will be net 30 days after receipt of an invoice in a format acceptable to the
County of Orange and verified and approved by the agency/department and subject to routine
processing requirements. The County’s Project Manager, or designee, is responsible for approval
of invoices and subsequent submittal of invoices to the Auditor-Controller for processing of
payment. The responsibility for providing an acceptable invoice to the County for payment rests
with the Contractor. Incomplete or incorrect invoices are not acceptable and will be returned to the
Contractor for correction.
B. The Contractor agrees that its signature on the invoice, as herein prescribed, constitutes a sworn
Statement. The Contractor agrees that its signature on the invoice requesting either partial or final
payment certifies that:
1. The specified percentage of Work has been completed and material supplied, and is
directly proportional to the amount of the payment currently requested.
2. The amount requested is only for performance in accordance with the specifications, terms
and conditions of the subject Contract.
3. Timely payments will be made to Subcontractor and suppliers from the proceeds of the
payment covered by this certification, in accordance with this Contract and their
subcontract agreements.
4. This request for payment does not include any amounts which the prime Contractor
intends to withhold or retain from a Subcontractor or supplier, except those amounts
withheld or retained in accordance with the terms and conditions of the subcontract.
5. Not less than the prevailing rates of wages as ascertained by the County have been paid to
laborers, workers and mechanics employed on the subject Work.
6. There has been no unauthorized substitution of Subcontractor, nor have any unauthorized
subcontracts been entered into.
7. No subcontract was assigned or transferred or performed by anyone other than the original
Subcontractor, except as provided in Sections 4100-4113, inclusive, of the Public Contract
Code.
8. Where applicable, payments to Subcontractor and suppliers have been made from previous
payments received under the Contract.
9. Request for final payment, the Contractor agrees that its signature on the invoice form
certifies that all Punch List items have been signed off as completed by the County, and
that all building inspection cards have been completed

C. The Contractor agrees that it is submitting a request for payment within one year of the
Completion of the project for which it is billing. If the Contractor does not submit a request for
payment within one year of the Completion of the project for which it is billing, it herein agrees to
forfeit that payment.

D. If the Contractor’s invoice is not approved, the County will issue a “Return of Invoice for
Correction” letter advising the Contractor of missing deliverables and/or information requiring
correction. After making the appropriate corrections, the Contractor agrees to submit a second, or
corrected, invoice.

C011987 Page 51 of 52
DocuSign Envelope ID: B098704B-6D2D-4B77-8D90-F00EF9465378
823B43F2-FC3C-4314-B965-73633FD9026E
Attachment J
County of Orange, OC Public Works MA-080-18010870
Harry H. Joh Construction, Inc.

E. The Contractor agrees that even though the County has approved payment, the County retains the
right to further inspect the Work and issue correction notices.

F. After the first payment and before making any other payment to the Contractor, the County will
require that the Contractor produce and deliver to the County satisfactory proof or evidence that all
labor performed and materials furnished up to the date of the preceding payment request have been
fully paid for, and that as of the said date, no claims exist if that is the case. This partial release of
claim must be executed with the same formality as this Contract.

G. Upon receipt of a stop notice, the County will withhold from the Contractor an amount of money
sufficient to cover the potential cost of the stop notice and the reasonable cost of any associated
litigation. In order to satisfy the requirements of a stop notice, the County will refuse to release
funds held in retention.

H. The Contractor will provide an invoice on Contractor’s letterhead for services rendered. Each
invoice will have a number and will include the following information:
1. Contractor’s name and address
2. Contractor’s remittance address (if different from 1 above)
3. Name of County department
4. County Contract number
5. Service date(s)
6. Service description
7. Contractor’s Federal I. D. number
8. Updated duration schedule
9. An updated schedule of values
10. Releases
11. Total

Invoices and support documentation shall be submitted to the following address:

OC Public Works/OC Facilities


Attn: Jennifer Carroll
1143 E. Fruit Street
Santa Ana, CA 92701

I. Contractor has the option of receiving payment directly to their bank account via an Electronic
Fund Transfer (EFT) process in lieu of a check payment. Payment made via EFT will also receive
Electronic Remittance Advice with the payment details via email. An email address will need to be
provided to the County via an EFT Authorization Form. To request a form, please contact the DPA

C011987 Page 52 of 52
7/28/2018 cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm

REGULAR MEETING OF THE BOARD OF SUPERVISORS


ORANGE COUNTY, CALIFORNIA

Tuesday, December 12, 2017, 9 : 3 0 A . M .

BOARD HEARING ROOM, FIRST FLOOR


333 W. Santa Ana Blvd., 10 Civic Center Plaza
Santa Ana, California

MICHELLE STEEL
CHAIRWOMAN
Second District

ANDREW DO TODD SPITZER


VICE CHAIR SUPERVISOR
First District Third District

SHAWN NELSON LISA A. BARTLETT


SUPERVISOR SUPERVISOR
Fourth District Fifth District

ATTENDANCE: Supervisors: Do, Spitzer, Nelson and Bartlett

EXCUSED: Supervisor Steel

PRESENT: COUNTY EXECUTIVE OFFICER Frank Kim


COUNTY COUNSEL Leon J. Page
CLERK OF THE BOARD Robin Stieler

INVOCATION: Supervisor Spitzer, Third District, gave the invocation

PLEDGE OF ALLEGIANCE: Supervisor Nelson, Fourth District, led the assembly in the Pledge of Allegiance

I. PRESENTATIONS/INTRODUCTIONS (None)

II. PUBLIC COMMENTS

Brigitte - Oral Re: County run tax fraud, 11/8/17 changes to public comment, Ilya & Robert Tseglin, 100 acre
parcel, quitclaim deed to Irvine City Council, Public Guardian lies to the public, Morro Bay property

Norris Nguyen - Oral Re: District 2, on way to check in with probation officer, Catholic confession and heard
Jesus's voice giving him instructions on what to do

David Duran - Oral Re: Board is complicit in homeless deaths in OC, increase spending on homeless, coercion,
discrimination and criminalization of homeless, resignation of board members, release of discretionary funds

Lou Noble - Oral Re: Homeless falsely arrested, extortion and robbery on homeless, kidnap of children by law
enforcement and separating families, the Tseglin's, drainage at water dispenser

Mike Robbins - Oral Re: Homeless "Night Before Christmas"

Jeanine Robbins - Oral Re: Extension of City Net contract for riverbed encampment, homeless living on riverbed
without showers or restrooms, outreach by Sheriff Deputies

http://cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm 1/10
7/28/2018 cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm

Cameraman - Oral Re: Filmed at Sheriff's department, Sergeant Simpson, refusing to ID yourself to law
enforcement

Ilya Tseglin - Oral Re: Nate Tseglin, OC Regional Center, profiteering at expense of innocent human lives, judges,
Adult Protective Services and law enforcement lying under oath, cover up, Supervisors Do and Spitzer's efforts to
clean up corruption

Robert Tseglin - Oral Re: Nate Tseglin, kidnapped by police three times and released on writs of habeas corpus, OC
Regional Center, conservatorship, placement in group home confinement, placed on drugs and psychotropic abuse,
cover up and Public Defender and judges concealing medical records

Bryan Kaye - Oral Re: Worked for Gary Meyton, Anaheim police department, photo of his mother at library,
labeling people as mentally ill, judges forged plea agreements

III. CONSENT CALENDAR (Items 1-13)

43251 APPROVED AS RECOMMENDED WITH THE EXCEPTION OF ITEM 12 WHICH WAS


X PULLED FOR DISCUSSION AND SEPARATE VOTE

ELECTED DEPARTMENT HEADS

1. Auditor-Controller - Approve Internal Audit Quarterly Activity Status Report for July - September 2017
- All Districts (Continued from 11/14/17, Item 4)

2. Sheriff-Coroner - Approve amendment 6 to renew contract MA-060-14010447 with VCA Yorba


Regional Animal Hospital, Inc. for veterinary and boarding services, 12/20/17 - 12/19/18 ($165,000;
cumulative total $686,000); and authorize County Procurement Officer or authorized Deputy to execute
amendment - All Districts

OC COMMUNITY RESOURCES

3. Approve amendment 1 to sponsor agreement OCP 14-003 with Orange County Conservation Corps for
maintenance of OC Parks, 2/1/18 - 1/31/19 - All Districts

4. Receive and file FY 2016-17 Housing Successor Agency Annual Report; and authorize Director or
designee to make any necessary adjustments, based on final Comprehensive Annual Financial Report -
All Districts

5. Approve amendment 2 to contract 16-23-0034 PFI with the City of Stanton for Public Facilities and
Improvement Community Development Block Grant, extending to 6/30/18; and authorize Director or
designee to execute amendment - District 2

6. Accept donation of $17,255 from Friends of the Aliso Viejo Library to offset cost of design and remodel
former cafe space into a Maker Space, Aliso Viejo Branch Library - District 5

OC PUBLIC WORKS

7. Receive bids and award contract MA-012-18010755 to PVL Signs & Graphics Inc. for
fabricate/installation of signage for OC Parks Sign Program ($350,000); and authorize Director or
designee to execute contract - All Districts

8. Receive and file FY 2016-17 Development Fee Deposit Balance Reports; and make related findings - All
Districts

9. Approve cooperative agreement C-7-1827 with Orange County Transportation Authority, City of Lake
Forest and City of Mission Viejo for El Toro Regional Traffic Signal Synchronization Project, ($11,968);
and make California Environmental Quality Act and other findings - Districts 3 and 5

http://cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm 2/10
7/28/2018 cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm

10. Acting as the Orange County Flood Control District - Approve offer and agreement to purchase real
property and quitclaim deed with Jack Daryl Smith and Gloria Kay Smith for sale of 918 square-foot
Orange County Flood Control District owned parcel ($16,065); and make California Environmental
Quality Act and other findings - District 3

SOCIAL SERVICES AGENCY

11. Approve non-financial Memorandum of Understanding with California Department of Child Support
Services for access to Child Support Enforcement System, 1/1/18 - 12/31/20 - All Districts

GENERAL ADMINISTRATION

12. Clerk of the Board - Adopt resolution approving list of recurring Board resolutions for 2018 and
authorizing the Chair or other Supervisor to draft and execute said resolutions - All Districts
35241 APPROVED AS AMENDED TO ADD DENIM DAY ON APRIL 25 AND APRIL AS SEXUAL
X ASSAULT AWARENESS MONTH
RESO: 17-148

13. County Executive Office - Acting as the Legislative Body of the Community Facilities Districts -
Receive and file Community Facilities Districts 2001-1, 2002-1, 2003-1, 2004-1, 2015-1 and 2016-1
Report, pursuant to Local Agency Special Tax and Accountability Act - District 5
END OF CONSENT CALENDAR

IV. DISCUSSION ITEMS (Items 14-S42F)

ELECTED DEPARTMENT HEADS

Sheriff-Coroner:

14. Approve contract MA-060-18010753 with Hunter Consulting, Inc. dba HCI Environmental &
Engineering Service for replacement and disposal of lead contaminated and bio-hazard filters, two
year term ($1,400,000); renewable for three additional one-year terms; and authorize County
Procurement Officer or authorized Deputy to execute contract - All Districts
43251 APPROVED AS RECOMMENDED
X

15. Approve contract MA-060-18010794 with Specialized Elevator Corporation for elevator and
escalator preventive maintenance and repair services, 12/12/17 - 12/11/20 ($1,600,000);
renewable for two additional one-year terms; and authorize County Procurement Officer or
authorized Deputy to execute contract - All Districts
35241 APPROVED AS RECOMMENDED
X

16. Receive and file status report and approve continuance of local emergency related to Canyon 2
Fire; and set review to determine need for continuing local emergency for 1/9/18, 9:30 a.m. and
every 30 days thereafter - All Districts (Continued from Special Meeting 10/12/17, Item 1;
10/17/17, S38C; 11/14/17, Item 16; 12/5/17, Item 30)
B.O. DELETED

17. Receive and file status report and approve continuance of local emergency related to Theo Lacy
Facility for repair to inoperable elevator used for public, legal visits and emergency egress for
inmates; set review to determine need for continuing local emergency for 1/9/18, 9:30 a.m. and
every regularly scheduled meeting thereafter until terminated - District 3 (4/5 vote of the members
present) (Continued from 9/26/17, Item S46E; 10/17/17, Item 22; 10/31/17, Item 13; 11/14/17,
Item 17; 12/5/17, Item 31)
http://cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm 3/10
7/28/2018 cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm

34251 APPROVED AS RECOMMENDED


X

18. Treasurer-Tax Collector - Consider second reading and adoption of "An Ordinance of the County of
Orange, California Adding Section 1-4-57 of the Codified Ordinances of the County of Orange,
Authorizing the Treasurer-Tax Collector to Cancel Supplemental Tax Bills Where the Tax is Fifty Dollars
or Less" - All Districts (Continued from 12/5/17, Item 33)
B.O. DELETED

HEALTH CARE AGENCY

19. Ratify grant agreement 17-10336 with California Department of Public Health for Immunization Local
Assistance Grant, 7/1/17 - 6/30/22 ($688,962; cumulative total $3,444,810); and authorize Director or
designee to execute agreement and related documents - All Districts
34251 APPROVED AS RECOMMENDED
X

20. Approve grant agreement 17-10711 with California Department of Public Health for Local Oral Health
Program, 1/1/18 - 6/30/22 ($749,810; cumulative total $3,749,050); authorize Director or designee to
execute agreement and related documents; approve contract MA-042-18010820 with Center for Oral
Health for Community Oral Health Needs Assessment, 1/15/18 - 6/30/20 ($450,000); renewable for two
additional one-year terms ($100,000 per year; cumulative total $650,000); and authorize County
Procurement Officer or authorized Deputy to execute contract and exercise cost contingency increase not
to exceed 10% under certain conditions - All Districts
45231 APPROVED AS RECOMMENDED
X

21. Approve amendment 3 to contract with Orange County Health Authority dba CalOptima for coordination
and provision of Behavioral Health Care Services, 1/1/18 - 12/31/20; renewable for two additional one-
year terms; and authorize Director or designee to execute amendment - All Districts
54231 APPROVED AS RECOMMENDED
X

OC COMMUNITY RESOURCES

22. Approve amendment 1 to contract 17-23-0045-PS with Kingdom Causes, Inc. dba City Net for Santa Ana
Flood Control Channel Engagement Initiative services, 7/1/17 - 6/30/18 ($720,000, cumulative total
$1,444,000); authorize Director or designee to execute amendment, related documents and exercise cost
contingency increase not to exceed 10% under certain conditions - All Districts
45231 APPROVED AS RECOMMENDED
X

23. Acting as the Orange County Housing Authority - Adopt Orange County Housing Authority
Administrative Plan; authorize Director of Orange County Housing Authority or designee to finalize and
transmit plan to U.S. Department of Housing and Urban Development; and authorize use of Fund 15F-
8050-HV17 for housing assistance payments - All Districts
45231 APPROVED AS RECOMMENDED
X

OC PUBLIC WORKS

24. Approve amendment 1 to contract MA-080-16010981 with West Coast Air Conditioning Company, Inc.
for Central Utility Facility Infrastructure Upgrades Project ($1,980,000; revised total $61,144,835);
authorize Director or designee to execute amendment; and authorize Chief Engineer to adopt plans,
specifications and working details for remaining phases - District 1
15234 APPROVED AS RECOMMENDED
X

http://cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm 4/10
7/28/2018 cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm

25. Award Job Order Contracts to Interlog Corporation dba Interlog Construction, SJD&B, Inc., MIK
Construction, Inc., Pub Construction, Inc., and Vincor Construction, Inc. for general contracting services,
Interlog Corporation dba Interlog Construction and Harry H. Joh Construction, Inc. for painting services,
Environmental Remediation Contractors, Inc. and Miller Environmental, Inc. for asbestos removal &
decontamination services, and Harry H. Joh Construction, Inc. for plumbing services, 12/13/17 - 12/12/18
($4,640,000 each); authorize Director or designee to execute contracts; and make California
Environmental Quality Act findings - All Districts
45231 APPROVED AS RECOMMENDED
X

26. Approve Design Phase Services contract MA-080-18010525 with West Coast Air Conditioning Company,
Inc. for construction manager at-risk services for OC Data Center Cooling Plant Refresh Project
($142,380.31); and authorize Director or designee to execute contract - District 1
13245 APPROVED AS RECOMMENDED
X

27. Authorize county staff to negotiate with Southern California Edison to purchase 1,767 streetlights within
unincorporated areas - All Districts
53241 APPROVED AS RECOMMENDED
X

28. Approve contracts MA-080-18010603 with Tetra Tech, Inc., and MA-080-18010604 with Pacific
Advanced Civil Engineering, Inc., MA-080-18010605 with Stantec Consulting Services, Inc., MA-080-
18010606 with HDR Engineering, Inc., MA-080-18010607 with Michael Baker International, Inc., MA-
080-18010608 with CH2M Hill Engineers, Inc., MA-080-18010609 with Moffatt & Nichol, Inc., MA-
080-18010778 with WRC Consulting Services, Inc., and MA-080-18010779 with David Evans and
Associates, Inc. for on-call flood control engineering services, three-year term ($2,500,000 each;
aggregate total $22,500,000) with option to renew two additional years; authorize Director or designee to
execute contracts; and make California Environmental Quality Act and other findings - All Districts
45231 APPROVED AS RECOMMENDED
X

29. Approve contracts MA-080-18010600 with HDR Engineering, Inc., MA-080-18010601 with Mark
Thomas and Company, Inc., and MA-080-18010602 with GHD Inc. for on-call road/bridge and traffic
engineering services, three-year term ($1,500,000 each; aggregate total $4,500,000) with option to renew
two additional years; authorize Director or designee to execute contracts; and make California
Environmental Quality Act and other findings - All Districts
45231 APPROVED AS RECOMMENDED
X

30. Approve contracts MA-080-18010598 with Kleinfelder, Inc., and MA-080-18010599 with GMU
Geotechnical, Inc. for architect-engineer on-call construction support services - geotechnical and materials
testing, three-year term ($1,500,000 each; aggregate total $3,000,000) with option to renew two additional
years; authorize Director or designee to execute contracts; and make California Environmental Quality
Act and other findings - All Districts
45231 APPROVED AS RECOMMENDED
X

31. Approve contracts MA-080-18010561 with Tetra Tech BAS, Inc., MA-080-18010562 with Geosyntec
Consultants, Inc., MA-080-18010563 with Geologic Associates, Inc., MA-080-18010565 with Advanced
Earth Sciences, Inc., and MA-080-18010566 with SWT Engineering, Inc. for architect-engineer on-call
landfill services, three-year term ($1,500,000 each; aggregate total $7,500,000) with option to renew two
additional years; authorize Director or designee to execute contracts; and make California Environmental
Quality Act and other findings - All Districts
45231 APPROVED AS RECOMMENDED
X

OC WASTE & RECYCLING


http://cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm 5/10
7/28/2018 cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm

32. Approve contract MA-299-18010702 with Paradigm Software, LLC for software support services,
purchase and installation of new credit card payment module, WeighPay and signature capture module,
customization services and continuation of software license of landfill fee collection system, 1/1/18 -
12/31/20 ($513,566.53); with option to renew for two additional one-year terms; and authorize County
Procurement Officer or authorized Deputy to execute contract - All Districts
53241 APPROVED AS RECOMMENDED
X

SOCIAL SERVICES AGENCY

33. Approve amendment 1 to agreement FKV1315 with The Raise Foundation, Children's Bureau of Southern
California, Human Options, Inc., and Mission Hospital Regional Medical Center for services promoting
safe and stable families at Families and Communities Together South Orange County Family Resource
Center, 7/1/15 - 6/30/20 ($109,221; cumulative total $2,489,686) - District 5
54231 APPROVED AS RECOMMENDED
X

34. Approve amendment 2 to contracts MA-063-18010734 with Staff4jobs LLC dba Lyneer Staffing
Solutions ($634,268; cumulative total $4,629,240) and MA-063-18010749 with Lloyd Staffing, Inc.
($797,951; cumulative total $3,344,453) for temporary help services, 2/1/18 - 1/31/19; and authorize
County Procurement Officer or authorized Deputy to execute amendments - All Districts
45231 APPROVED AS RECOMMENDED
X

35. Approve Memorandum of Understanding (MOU) WCD0817 with Pechanga Band of Luiseño Mission
Indians for Tribal Temporary Assistance to Needy Families program, 12/13/17 - 5/31/20; approve license
agreement for ease of access to services for impacted clients; authorize Director or designee to execute
MOU; authorize Chief Real Estate Officer or designee to execute amendments to license agreement under
certain conditions; and make California Environmental Quality Act and other findings - All Districts
54231 APPROVED AS RECOMMENDED
X

GENERAL ADMINISTRATION

County Executive Office:

36. Approve recommended positions on introduced or amended legislation and consider other
legislative subject matters - All Districts
54231 APPROVED AS RECOMMENDED
X

37. Approve grant applicants/awards submitted by Health Care Agency and OC Parks in 12/12/17
grants report and other actions as recommended - All Districts
53241 APPROVED AS RECOMMENDED
X

38. Acting as the Legislative Body of Community Facilities Districts 99-1, 2000-1 and 2001-1
(Ladera Ranch) - Adopt resolutions authorizing issuance of 2018 Special Tax Refunding Bonds
for Community Facilities District 99-1 ($16,500,000), Community Facilities District 2000-1
($21,500,000) and Community Facilities District 2001-1 ($27,000,000); and approve related
documents; Acting as the Board of Directors of the South Orange County Public Financing
Authority - Adopt resolution authorizing issuance of Special Tax Revenue Refunding Bonds in
one or more Series ($65,000,000); approve related documents; and approve related budget
adjustments - District 5 (RA 5 4/5 vote of the members present)
54231 APPROVED AS RECOMMENDED
X
RESO: 17-149 - 17-152
http://cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm 6/10
7/28/2018 cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm

39. Receive and file 2017 Strategic Financial Plan - All Districts
RECEIVED AND FILED

40. Adopt resolution authorizing issuance of a Pension Obligation Debenture, issuance and sale of
short-term Taxable Pension Obligation Bonds, 2018 Series A ($406,000,000); and execution and
delivery of Eighth Supplemental Trust agreement and Bond Purchase agreement; and authorizing
Public Finance Director to execute all related documents; approve related budget adjustments and
related payments; and make related findings - All Districts (RA 2 4/5 vote of the members
present)
45231 APPROVED AS RECOMMENDED
X
RESO: 17-153

41. Adopt resolutions declaring intention to levy reassessments and issue refunding bonds and
reassessment report for Reassessment District 17-1R (Newport Coast Phase IV); and adopt
resolution authorizing issuance of ($32,055,000) County of Orange Reassessment District No. 17-
1R (Newport Coast Phase IV) Limited Obligation Improvement Refunding Bonds; and approving
execution and delivery of Indenture of Trust, Escrow agreement, Bond Purchase agreement and
Continuing Disclosure Certificate; approve related budget adjustments; and make related findings
- District 2 (RA 4 4/5 vote of the members present)
13245 APPROVED AS RECOMMENDED
X
RESO: 17-154 - 17-156

42. Human Resource Services - Approve contract MA-017-18010683 with William C. McCaughey dba
Innovative TDM Solutions for County's Commuter Assistance Program services, 1/1/18 - 12/31/20
($764,397); renewable for two additional one-year terms; and authorize County Procurement Officer or
authorized Deputy to execute contract - All Districts
51234 APPROVED AS RECOMMENDED
X

Supervisor Spitzer:

S42A. Orange County Cemetery District - Reappoint William E. Nelson, Villa Park, for term ending
1/3/22
31245 APPROVED AS RECOMMENDED
X

S42B. North Tustin Advisory Committee - Reappoint Michael J. Holmes, North Tustin; Gail J.
Michelsen, Santa Ana and Peter Schneider, North Tustin, for terms ending 3/31/20
31245 APPROVED AS RECOMMENDED
X

PUBLIC PROTECTION

S42C. Probation - Approve contract MA-057-18010650 with Community Service Programs, Inc. for
Restorative Justice Program services, 12/15/17 - 12/14/20 ($555,000); renewable for two additional one-
year terms; authorize Chief Probation Officer or designee exercise cost contingency increase not to exceed
10% under certain conditions - All Districts (Continued from 12/5/17, Item 42)
B.O. CONTINUED TO 1/9/18, 9:30 A.M.

ELECTED DEPARTMENT HEADS

S42D. Assessor Department - Approve amendment 6 to agreement MA-002-13010579 with Brainsharp Inc. for
Assessment Tax System (ATS) ongoing maintenance and support, 1/1/18- 6/30/18 ($500,000; cumulative
total $7,480,110); and authorize County Procurement Officer or authorized Deputy to execute amendment
- All Districts
http://cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm 7/10
7/28/2018 cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm

54123 APPROVED AS RECOMMENDED


X

GENERAL ADMINISTRATION

S42E. Supervisor Spitzer and Sheriff-Coroner - Receive and file Stepping Up Initiative Report
RECEIVED AND FILED

PUBLIC PROTECTION

S42F. Probation - Approve amendment 1 to contract MA-057-16011911 with American Justice Solutions, Inc.
dba CorrectiveSolutions for collection of Supervised Electronic Confinement Participant Fees to only
those who are 21 years of age and older; and authorize Chief Probation Officer or designee to execute
amendment - All Districts
54123 APPROVED AS RECOMMENDED
X

V. PUBLIC HEARINGS (Item 43)

OC PUBLIC WORKS

43. Public Hearing to consider reading and adoption of "An Uncodified Ordinance of the County of Orange,
State of California Adopting Zone Change 16-04 and Rezoning Certain Land from the AR-20000
Agricultural Residential District to the AR-10000 (PD-10000) Agricultural Residential District with
Planned Development Overlay District"; adopt resolution to certifying Final Environmental Impact Report
No. 629 and making other findings; and adopt resolution approving Use Permit PA160051 for planned
development and making related findings - District 3
B.O. CLOSED PUBLIC HEARING

31245 APPROVED RECOMMENDED ACTIONS #1 THROUGH #6 AND CONTINUED


X RECOMMENDED ACTION #7 TO 2/6/18, 9:30 A.M.
RESO: 17-157
ORD: 17-012

VI. CLOSED SESSION (Items CS-1-SCS5)

GENERAL ADMINISTRATION

CS-1. Human Resource Services - CONFERENCE WITH LABOR NEGOTIATOR - Pursuant to Government
Code Section 54957.6:Agency Negotiator: Brenda DiederichsEmployee Organizations: Association of
County Law Enforcement Management (ACLEM), American Federation of State, County and Municipal
Employees (AFSCME), Association of Orange County Deputy Sheriffs (AOCDS), International
Brotherhood of Teamsters, Local 952, In-Home Supportive Services (IHSS), International Union of
Operating Engineers (IUOE), Orange County Attorneys Association (OCAA), Orange County Employees
Association (OCEA), Orange County Managers Association (OCMA) and other non-represented
employeesRE: Terms and Conditions of Employment
B.O. DELETED

County Counsel:

SCS2. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION - Pursuant to


Government Code Section 54956.9(d)(1):
Name of Case: City of San Clemente, etc. v. Foothill/Eastern Transportation Corridor Agency,
etc., et al., Orange County Superior Court Case No. 30-2017-00934703-CU-PT-CXC
B.O. HELD, COUNTY COUNSEL READ: THE BOARD BY A VOTE OF 4 TO 0,
SUPERVISORS DO, SPITZER, NELSON AND BARTLETT VOTING IN FAVOR,
SUPERVISOR STEEL BEING ABSENT, APPROVED A PROPOSED SETTLEMENT IN

http://cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm 8/10
7/28/2018 cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm

THE MATTER OF CITY OF SAN CLEMENTE V. FOOTHILL/EASTERN


TRANSPORTATION CORRIDOR AGENCY. THE SETTLEMENT AGREEMENT
REMAINS SUBJECT TO THE FINAL APPROVAL OF OTHERS. WHEN THE
AGREEMENT IS FINALIZED COPIES WILL BE MADE AVAILABLE IN THE OFFICE
OF COUNTY COUNSEL TO ANY PERSON WHO INQUIRES.

SCS3. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION - Pursuant to


Government Code Section 54956.9(d)(1):
Name of Case: Elaine Christian v. County of Orange, et al. Superior Court Case No. 30-2009-
00297758
B.O. HELD, COUNTY COUNSEL READ: THE BOARD BY A VOTE OF 3 TO 1,
SUPERVISORS DO, SPITZER AND NELSON VOTING IN FAVOR, SUPERVISOR
BARTLETT VOTING AGAINST, SUPERVISOR STEEL BEING ABSENT, APPROVED
A PROPOSED SETTLEMENT IN THE MATTER OF ELAINE CHRISTIAN V. COUNTY
OF ORANGE. THE SETTLEMENT AGREEMENT REMAINS SUBJECT TO THE
FINAL APPROVAL OF OTHERS. WHEN THE AGREEMENT IS FINALIZED COPIES
WILL BE MADE AVAILABLE IN THE OFFICE OF CEO/RISK MANAGEMENT TO
ANY PERSON WHO INQUIRES.

SCS4. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION - Pursuant to


Government Code Section 54956.9(d)(1):
Name of Case: Zion v County of Orange, Deputy Higgins District Court Case No. 8:14-cv-
01134-JVS-RNB
B.O. HELD, COUNTY COUNSEL READ: THE BOARD BY A VOTE OF 4 TO 0,
SUPERVISORS DO, SPITZER, NELSON AND BARTLETT VOTING IN FAVOR,
SUPERVISOR STEEL BEING ABSENT, AUTHORIZED LEGAL COUNSEL TO FILE A
PETITION FOR CERTIORARI WITH THE U.S. SUPREME COURT IN THE MATTER
OF ZION V. COUNTY OF ORANGE, DEPUTY HIGGINS.

SCS5. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION - Pursuant to


Government Code Section 54956.9(d)(1):
Name of Case: City of Newport Beach, California v. Federal Aviation Administration (County of
Orange, Intervenor), Case No. 17-1008, United States Court of Appeals for the District of
Columbia Circuit; and County of Orange, California v. Federal Aviation Administration, Case No.
17-1009, United States Court of Appeals for the District of Columbia Circuit.
B.O. HELD, NO REPORTABLE ACTION

VII. CEO, BOARD COMMENTS & ADJOURNMENT

COUNTY EXECUTIVE OFFICER COMMENTS:


None

BOARD COMMENTS:
Supervisor Bartlett - Oral Re: Thanked OC Parks and Dana Point Harbor staff for their efforts with 43rd Annual
Dana Point Harbor Boat Parade of Lights and Merry Movie Night at Baby Beach

Vice Chair Do - Oral Re: Thanked his colleagues on the Board for their courtesy with his first time chairing a Board
meeting

ADJOURNED: 4:14 P.M.


14235 Adjourned in memory of Bishop Dominic Mai Thanh Luong
X

14235 Adjourned in memory Dr. Alan Edwards


X

http://cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm 9/10
7/28/2018 cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm

*** KEY ***


Left Margin Notes

1. = Supervisor Do A. = Abstained
2. = Supervisor Steel X. = Excused
3. = Supervisor Spitzer N. = No
4. = Supervisor Nelson BO = Board Order
5. = Supervisor Bartlett

ORD. = Ordinance
RESO. = Resolution

Above numbers refer to Supervisorial Districts (1st number = Moved by; 2nd number = Seconded by)

Chair, Orange County Board of Supervisors

Orange County Clerk of the Board

http://cams.ocgov.com/Web_Publisher_Sam/Sam12_12_2017.htm 10/10
7/28/2018 cams.ocgov.com/Web_Publisher/agenda04_10_2018.htm

A G E N D A
REGULAR MEETING OF THE BOARD OF SUPERVISORS
ORANGE COUNTY, CALIFORNIA

Tuesday, April 10, 2018


9:00 A.M. Presentations
9:30 A.M. Regular Business

BOARD HEARING ROOM, FIRST FLOOR


333 W. Santa Ana Blvd., 10 Civic Center Plaza
Santa Ana, California

ANDREW DO
CHAIRMAN
First District

SHAWN NELSON MICHELLE STEEL


VICE CHAIRMAN SUPERVISOR
Fourth District Second District

TODD SPITZER LISA A. BARTLETT


SUPERVISOR SUPERVISOR
Third District Fifth District

COUNTY EXECUTIVE OFFICER COUNTY COUNSEL CLERK OF THE BOARD


Frank Kim Leon J. Page Robin Stieler
This agenda contains a brief description of each item to be considered. Except as provided by law, no action
shall be taken on any item not appearing in the agenda. To speak on an item, complete a Speaker Request
Form(s) identifying the item(s) and deposit the completed form(s) in the box to the left of the podium. To speak
on a matter not appearing in the agenda, but under the jurisdiction of the Board of Supervisors, you may do so
during Public Comments at the end of the meeting. Speaker request forms must be deposited prior to the
beginning of the consent calendar, the reading of the individual agenda items, the opening of the public hearing
and/or the beginning of Public Comments. When addressing the Board, it is requested that you state your name
and city of residence for the record. Members of the public desiring to speak should address the Board as a
whole through the Chair. Comments to individual Supervisors or staff are not permitted. Speakers may address
the Board on up to three occasions, with three minutes allotted to the speaker per occasion. PowerPoint and
video presentations must be requested in advance of the meeting through the Clerk.
Supporting documentation is available for review in the Clerk of the Board of Supervisors office in the Hall of
Administration, 333 W. Santa Ana Blvd., Room 465, Santa Ana, 92701 8:00 am - 5:00 pm, Monday-Friday.
The Agenda is available online at: http://ocgov.com/gov/bos/agenda
Meetings are broadcast live at http://bos.ocgov.com/video/video.html
------------------------------------------------------------------------------------------------------------------------------
In compliance with the Americans with Disabilities Act, those requiring accommodations for this meeting
should notify the Clerk of the Board's Office 72 hours prior to the meeting at (714) 834-2206
-------------------------------------------------------------------------------------------------------------------------------
INVOCATION: Supervisor Spitzer, Third District

PLEDGE OF ALLEGIANCE: Supervisor Nelson, Fourth District

I. PRESENTATIONS/INTRODUCTIONS (9:00 A.M.)


http://cams.ocgov.com/Web_Publisher/agenda04_10_2018.htm 1/7
7/28/2018 cams.ocgov.com/Web_Publisher/agenda04_10_2018.htm

Supervisor Bartlett will be presenting a proclamation to Ryan Hickman in recognition of his outstanding
environmentalism and recycling efforts
(Continued from 2/6/18)

Chairman Do will be presenting a resolution proclaiming April as Black April Month

Chairman Do will be presenting a resolution proclaiming April 8-14, 2018 as "Crime Victims' Rights Week"

(Regular Business of the Board of Supervisors will commence at 9:30 A.M. or after)

II. CONSENT CALENDAR (Items 1-13)

All matters are approved by one motion unless pulled by a Board Member for discussion or separate action. At this time,
any member of the public may ask the Board to be heard on any item on the Consent Calendar.

BOARD APPOINTMENTS

1. Supervisor Spitzer - Orange County Waste Management Commission - Appoint Dr. Beth Haney, Yorba
Linda, to complete term ending 1/18/20

ELECTED DEPARTMENT HEADS

Sheriff-Coroner:

2. Approve amendment 1 to contract MA-060-16011987 with Goodwill Industries of Orange County


for packaging food and personal care items for jail commissary operations, 5/18/18 - 5/17/19
($169,000; cumulative total $507,000); renewable for two additional one-year terms; and
authorize County Procurement Officer or authorized Deputy to execute amendment - All Districts

3. Ratify amended agreement with State of California Commission on Peace Officer Standards and
Training for coroner training courses, 7/1/17 - 6/30/18 ($91,091 reduction; new total $77,280);
accept reduction in funding; and authorize Captain of the Coroner Division to execute amendment
- All Districts

HEALTH CARE AGENCY

4. Adopt resolution approving designations of Huntington Beach Hospital and Children's Hospital of Orange
County for involuntary detention, evaluation and treatment facility of Mentally Disordered individuals;
approve withdrawal of designation of Los Alamitos Medical Center; and direct Health Care Agency to
submit designations and withdrawal of designation to State Department of Health Care Services - Districts
2 and 3

JOHN WAYNE AIRPORT

5. Approve plans and specifications and set bid opening for 5/9/2018, 2:00 p.m., for Pavement Maintenance
and Repair project; authorize Director or designee to extend bid opening date up to 60 days if necessary;
and make California Environmental Quality Act and other findings - District 2

OC COMMUNITY RESOURCES

6. Approve proposed Aliso Creek Trail Slope Repair Project to restore bike trail and reduce future erosion of
the creek; and consider adoption of Initial Study/Mitigated Negative Declaration No. IP 17-248 and other
findings - District 5

7. Approve amendment 1 to agreement 13-23-629465 with Abrazar, Inc. for continued operations at Midway
City Community Center, 7/1/18 - 6/30/20; authorize Director or designee to execute amendment and

http://cams.ocgov.com/Web_Publisher/agenda04_10_2018.htm 2/7
7/28/2018 cams.ocgov.com/Web_Publisher/agenda04_10_2018.htm

related documents; and make California Environmental Quality Act and other findings - District 1

OC PUBLIC WORKS

8. Accept Grant Deeds from DMB San Juan Investment North, LLC and RMV PA2 Development, LLC, Cow
Camp Road Segment 2a and 2b.; authorize Director or designee to accept minor interests in real estate
needed for road right-of-way under certain conditions; and consider application of prior Final
Environmental Impact Reports 584 and 589 and other findings - District 5

9. Approve plans, specifications and bid documents; and set bid opening for 5/16/18, 2:00 p.m. for portable
restrooms and showers units project, The Courtyard - District 1

10. Approve Assignment, Novation and Consent agreements MA-080-16012253 and MA-080-16012254 from
HR Green California Inc. to HR Green Pacific, Inc. for architect-engineer on-call general services and on-
call land development expedited processing services, at no cost to County, effective 1/23/18 and 1/24/18;
and authorize Director or designee to execute agreements - All Districts

11. Approve contract MA-080-18011369 with EnergyCAP, Inc. for Utility Management & Billing System
services, 5/1/18 - 4/30/21 ($340,671); option to renew for two additional two year terms; authorize County
Procurement Officer or authorized Deputy to execute contract; and make California Environmental Quality
Act and other findings - All Districts

12. Acting as the Orange County Flood Control District - Approve plans, specifications and bid documents;
set bid opening for 5/9/18, 2:00 p.m. for F05 San Diego Creek sediment removal project - District 3

13. Acting as the Board of Supervisors and Orange County Flood Control District - Approve Cooperative
Agreement MA-080-18011125 with Southern California Regional Rail Authority to procure design of San
Juan Creek Bridge Underpass to serve as a maintenance road, public bikeway and trail along easterly levee
of San Juan Creek Channel; authorize Auditor-Controller or designee to issue payment of $225,060 under
certain conditions; and authorize Director or designee to exercise cost contingency increase not to exceed
15%, carry out terms, and execute related documents under certain conditions - District 5
END OF CONSENT CALENDAR

III. DISCUSSION ITEMS (Items 14-37)

At this time, members of the public may ask the Board to be heard on the following items as those items are called.

ELECTED DEPARTMENT HEADS

14. Auditor-Controller - Approve agreement MA-003-18011477 with IntelliTime Systems Corporation for
VTI technical support services, 4/16/18 - 4/15/21 ($787,617); and authorize County Procurement Officer or
authorized Deputy to execute agreement - All Districts

Sheriff-Coroner:

15. Ratify amendment 3 to contract MA-060-15011312 with Hampton Tedder Electric Company Inc.
for maintenance and repair of high and medium voltage equipment, 3/3/18 - 3/2/19 ($300,000;
cumulative total $1,100,000); renewable for one additional year; and authorize County
Procurement Officer or authorized Deputy to execute amendment - All Districts

16. Approve amendment 4 to renew contract MA-060-14011108 with Siemens Industry, Inc. for
preventive maintenance, certification and full parts coverage of energy management system/fume
hoods, 4/23/18 - 4/22/19 ($35,000; cumulative total $172,176); and authorize County
Procurement Officer or authorized Deputy to execute amendment - All Districts

http://cams.ocgov.com/Web_Publisher/agenda04_10_2018.htm 3/7
7/28/2018 cams.ocgov.com/Web_Publisher/agenda04_10_2018.htm

17. Approve contract MA-060-18011472 with Traditional Funeral Services, Inc. for body
transportation services, 4/15/18 - 4/14/20 ($850,000); renewable for three additional one-year
terms; and authorize County Procurement Officer or authorized Deputy to execute contract - All
Districts

18. Ratify retroactive amendments 1 through 4 to contract MA-060-14011544 with DLT Solutions,
LLC dba DLT Solutions for annual subscription of Autodesk Building Design Suite Standard and
Autodesk Building Design Suite Premium, 5/30/14 - 5/29/18 ($32,771.19); approve amendment 5
to contract MA-060-14011544 with DLT Solutions, LLC dba DLT Solutions for annual
subscription of Autodesk Building Design Suite Standard and Autodesk Building Design Suite
Premium, 5/30/18 - 5/29/19 ($5,700; cumulative $38,471.19); and authorize County Procurement
Officer or authorized Deputy to execute amendments - All Districts

19. Receive and file status report and approve continuance of local emergency related to Theo Lacy
Facility for repair to inoperable elevator used for public, legal visits and emergency egress for
inmates; set review to determine need for continuing local emergency for 4/24/18, 9:30 a.m. and
every regularly scheduled meeting thereafter until terminated - District 3 (4/5 vote of the members
present) (Continued from 9/26/17, Item S46E; 10/17/17, Item 22; 10/31/17, Item 13; 11/14/17,
Item 17; 12/5/17, Item 31; 12/12/17, Item 17; 1/9/18, Item 9; 1/23/18, Item 21; 2/6/18, Item 12;
2/27/18, Item 15; 3/13/18, Item 11; 3/27/18, Item 5)

HEALTH CARE AGENCY

20. Approve agreement with OneOC for administrative support services for Waste Not OC Coalition, 7/1/18 -
6/30/19 ($225,000); and authorize Director or designee to execute agreement - District 1

21. Approve selection of and agreements with Child Guidance Center, Inc. ($23,199,219), Olive Crest
($6,920,724), Pathways Community Services, LLC ($4,682,016), Seneca Family of Agencies
($13,707,945), South Coast Children's Society, Inc., dba South Coast Community Services ($3,314,301),
Wayfinders Supportive Solutions ($3,101,091) and Western Youth Services ($31,314,072) for Behavioral
Health Outpatient services for Children and Youth, 7/1/18 - 6/30/21; and authorize Director or designee to
exercise cost contingency increase not to exceed 10% under certain conditions and to execute agreements -
All Districts

22. Approve amendment 3 to master agreement with various providers of recuperative care services, 7/1/17 -
12/31/20 ($3,483,627; revised cumulative total $8,386,517); and authorize Director or designee to execute
individual amendments - All Districts

23. Approve participation agreement with California Mental Health Services Authority for Mental Health
Services Act Innovation program, 4/27/18 - 6/30/22 ($24,000,000); authorize Director or designee to
execute agreement; and direct Auditor-Controller to distribute funds to California Mental Health Services
Authority upon approval and subsequent to approval by Mental Health Services Oversight and
Accountability Commission - All Districts

OC PUBLIC WORKS

24. Approve contracts MA-080-18011103 with Digital Mapping, Inc. and MA-080-18011104 with Quantum
Spatial, Inc. for architect-engineer contracts for on-call aerial surveying services, three-year term
($1,500,000 each; aggregate total $3,000,000) with option to renew for two additional years; authorize
Director or designee to execute contracts; direct Department to return to the Board on a quarterly basis
with a progress report at the end of the second year; and make California Environmental Quality Act and
other findings - All Districts

25. Approve contracts MA-080-18011097 with David Evans and Associates, Inc., MA-080-18011099 with
Johnson-Frank & Associates, Inc., MA-080-18011100 with Huitt-Zollars, Inc., MA-080-18011101 with
Michael Baker International, Inc., and MA-080-18011102 with Psomas for architect-engineer contracts for
on-call land surveying services, three-year term ($1,500,000 each; aggregate total $7,500,000) with option

http://cams.ocgov.com/Web_Publisher/agenda04_10_2018.htm 4/7
7/28/2018 cams.ocgov.com/Web_Publisher/agenda04_10_2018.htm

to renew for two additional years; authorize Director or designee to execute contracts; direct Department
to return to the Board on a quarterly basis with a progress report at the end of the second year; and make
California Environmental Quality Act and other findings - All Districts

26. Approve contracts MA-080-18011183 with Moffatt & Nichol, MA-080-18011184 with Noble Consultants,
Inc., MA-080-18011185 with Anchor QEA, LLC, MA-080-18011354 with GHD, Inc. and MA-080-
18011355 with Environmental Science Associates for architect-engineer on-call coastal engineering
services, three-year term ($750,000 each; aggregate total $3,750,000); with option to renew for two
additional years; authorize Director or designee to execute contracts; direct Department to return to the
Board on a quarterly basis with a progress report at the end of the second year; and make California
Environmental Quality Act and other findings - All Districts

27. Approve job order contracts MA-080-18011459 with Wreck Age Demolition, Inc. and MA-080-18011460
with Exbon Development, Inc. for demolition services, MA-080-18011441 with Baker Electric, Inc. and
MA-080-18011442 with Exbon Development, Inc. for electrical services, MA-080-18011452 with
Thomasville Construction, Inc., MA-080-18011453 with Harry H. Joh Construction, Inc., MA-080-
18011454 with Exbon Development, Inc. and MA-080-18011455 with Applied Air Conditioning, Inc. for
heating, ventilation and air conditioning services, MA-080-18011439 with Exbon Development, Inc. and
MA-080-18011440 with Best Contracting Services, Inc. for roofing services, MA-080-18011444 with All
American Asphalt and MA-080-18011445 with PALP, Inc. dba Excel Paving Company for slurry and
paving services, 4/12/18 - 4/11/19 ($4,640,000 each; aggregate total $55,680,000); authorize Director or
designee to execute contracts under certain conditions; and make California Environmental Quality Act
and other findings - All Districts

28. Acting as the Orange County Flood Control District - Approve change order 10 to contract MA-080-
15012058 with Tobo Construction, Inc. for liquidated damages assessed to Glassell Yard Campus
Stormwater Low-Impact Development Retrofit project ($306,000); and authorize Auditor-Controller to
make related payments - District 3

OC WASTE & RECYCLING

29. Approve Fourth Cycle Regional Recycling and Waste Reduction Funding Agreement with OneOC; and
authorize Director or designee to execute agreement - All Districts (Continued RA 4 from 2/27/18, Item
25; 3/13/18, Item 24)

30. Approve contract MA-299-18011418 with Tetra Tech BAS, Inc. for landfill gas operation and maintenance
services, Central Region Landfills, 4/10/18 - 4/9/21 ($7,500,000); with option to renew for two additional
one-year terms ($2,500,000 per year); authorize County Procurement Officer or authorized Deputy to
execute contract; and make California Environmental Quality Act and other findings - Districts 2 and 3

SOCIAL SERVICES AGENCY

31. Accept retroactive grant award $288,062 from Governor's California Office of Emergency Services for
Child Abuse Treatment Program for continued therapy, advocacy and support to child victims of abuse and
neglect, 10/1/17 - 9/30/18 - All Districts

GENERAL ADMINISTRATION

32. County Counsel - Adopt resolution directing County public officials to seek County Counsel legal advice
on mass mailing items and prohibiting use of County funds for certain mass mailings and requiring 2/3
vote for future amendments to the resolution; and receive and file mass mailing best practices, checklist
and mass mailing training materials - All Districts (Continued from 3/13/18, Item S29F)

County Executive Office:

33. Approve recommended positions on introduced or amended legislation and consider other
legislative subject matters - All Districts

http://cams.ocgov.com/Web_Publisher/agenda04_10_2018.htm 5/7
7/28/2018 cams.ocgov.com/Web_Publisher/agenda04_10_2018.htm

34. Approve contracts 017-18001MA with KNN Public Finance, LLC, 017-18002MA with Fieldman,
Rolapp & Associates, Inc., and 017-18003MA with CSG Advisors Inc. for on-call general
municipal advisory services, 4/23/18 - 4/22/21 (not to exceed $150,000 each, per year) with
option to renew for two additional one-year terms; and authorize Public Finance Director to
execute contracts - All Districts

35. Approve contracts 017-18001BC with Orrick, Herrington & Sutcliffe LLP, 017-18002BC with
Norton Rose Fulbright US LLP, and 017-18003BC with Stradling Yocca Carlson & Rauth for
general on-call legal services, 4/23/18 - 4/22/21 (not to exceed $150,000 each, per year) with
option to renew for two additional one-year terms; and authorize Public Finance Director to
execute contracts - All Districts

36. Approve grant applications/awards submitted in 4/10/18 grants report and other actions as
recommended - All Districts

37. Human Resource Services - Approve amendment 1 to contract with The StayWell Company, LLC for
administration of health management program, 5/13/18 - 5/12/20 ($3,330,200); and authorize Chief
Human Resources Officer or designee to execute amendment - All Districts

IV. PUBLIC HEARINGS (Items 38-40)

OC PUBLIC WORKS

38. Public Hearing to consider joint appeal filed regarding Red Rock Gardens Planning Application PA080053,
and either (a) approve or disapprove Planning Commission's decision, (b) add, modify or delete conditions,
(c) deny appeals and approve a modified Planning Application PA080053, or (d) provide direction and
refer the matter back to Planning Commission - District 3 (Continued from 3/13/18, Item 32)

39. Public Hearing to consider adopting resolution approving 2018 Weed Abatement Program; and direct OC
Public Works to report back to the Board on 7/31/18 and 8/6/19 with itemized cost reports - All Districts

40. Public Hearing to consider reading and adoption of "An Uncodified Ordinance of the County of Orange,
State of California Adopting Zone Change ZC 17-01 and Rezoning Certain Land from the A1 General
Agricultural District to the AR Agricultural Residential District for the Preserve at San Juan"; receive
Orange County Planning Commission Resolution No. 18-01; adopt resolution considering certification of
Final Environmental Impact Report No. 618 and other findings; adopt resolution approving General Plan
Amendment Land Use Element 17-01; and adopt resolution approving Area Plan PA130026 - District 5

V. CLOSED SESSION (Item CS-1)

The Board will break for lunch at approximately 12:00 PM and may consider closed session matters during that break.
The Board will then resume to handle any remaining business if necessary.

GENERAL ADMINISTRATION

CS-1. Human Resource Services - CONFERENCE WITH LABOR NEGOTIATOR - Pursuant to Government
Code Section 54957.6:
Agency Negotiator: Brenda Diederichs
Employee Organizations: Association of County Law Enforcement Management (ACLEM), American
Federation of State, County and Municipal Employees (AFSCME), Association of Orange County Deputy
Sheriffs (AOCDS), International Brotherhood of Teamsters, Local 952, In-Home Supportive Services
(IHSS), International Union of Operating Engineers (IUOE), Orange County Attorneys Association
(OCAA), Orange County Employees Association (OCEA), Orange County Managers Association
(OCMA) and other non-represented employees
RE: Terms and Conditions of Employment

http://cams.ocgov.com/Web_Publisher/agenda04_10_2018.htm 6/7
7/28/2018 cams.ocgov.com/Web_Publisher/agenda04_10_2018.htm

VI. PUBLIC, CEO, BOARD COMMENTS & ADJOURNMENT

PUBLIC COMMENTS:

At this time, members of the public may address the Board of Supervisors regarding any off-agenda items within the
subject matter jurisdiction of the Board of Supervisors provided that NO action may be taken on off-agenda items unless
authorized by law. Comments shall be limited to three minutes per person, unless different time limits are set by the
Chairman subject to the approval of the Board.

COUNTY EXECUTIVE OFFICER COMMENTS:

BOARD COMMENTS:

At this time, members of the Board of Supervisors may comment on agenda or non-agenda matters and ask questions of or
give directions to staff; provided that NO action may be taken on off-agenda items unless authorized by law.

ADJOURNED:

NEXT MEETINGS:
April 17, 2018 No Scheduled Meeting
April 24, 2018 Regular Meeting
May 1, 2018 No Scheduled Meeting

http://cams.ocgov.com/Web_Publisher/agenda04_10_2018.htm 7/7
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

JOB ORDER CONTRACT MA-080-18011453


FOR
HVAC SERVICES

THIS Job Order Contract MA-080-18011453 for HVAC Services (hereinafter referred to as
“Contract”) is made and entered into as of the date fully executed by and between County of Orange, a
political subdivision of the State of California, (hereinafter referred to as “County”) and Harry H. Joh
Construction, Inc., (hereinafter referred to as “Contractor”), which are sometimes individually
referred to as (“Party”), or collectively referred to as (“Parties”).
RECITALS
WHEREAS, County and Contractor are entering into this Contract for HVAC Services
under a Usage Contract; and,
WHEREAS, County solicited HVAC Services as set forth herein, and Contractor has
represented that it is qualified and capable to provide HVAC Services to the County as further set forth
herein; and,
WHEREAS, Contractor agrees to provide HVAC Services to the County as further set forth
in the Scope of Work, attached hereto as Attachment A and incorporated herein; and,
WHEREAS, County agrees to pay Contractor the fees as further set forth in Contractor’s
Pricing, attached hereto as Attachment B and incorporated herein;
NOW, THEREFORE, the Parties mutually agree as follows:
DEFINITIONS
DEFINITIONS: The following terms shall have the definitions as set forth below:
1. Adjustment Factor: The Bidder’s competitively bid price adjustment to the unit prices published
in the Construction Task Catalog®.
2. Brief Scope of Work: The initial scope of Work developed by the County Project Manager, and
is utilized to provide adequate information to schedule the Joint Scope Meeting.
3. Best Management Practices (BMPs): As used herein, a BMP is defined as a technique, measure,
or structural control that is used for a given set of conditions to manage the quantity and improve
the quality of stormwater runoff in a cost effective manner. Specific BMPs are found within the
County’s LIP in the form of Model Maintenance Procedures and BMP Fact Sheets (the Model
Maintenance Procedures and BMP Fact Sheets contained in the DAMP/LIP shall be referred to
hereinafter collectively as "BMP Fact Sheets") and contain pollution prevention and source
control techniques to eliminate non-stormwater discharges and minimize the impact of pollutants
on stormwater runoff.
4. Construction Task Catalog® (CTC): comprehensive listing of specific construction related tasks
identified by the County together with a specified unit of measurement and unit price. The price
published in the CTC for a specific construction or construction-related task. The unit prices are
fixed for the Term of this Contract. Each unit price is comprised of the labor, equipment and
materials costs to accomplish that specific task.
5. DAMP/LIP: To assure compliance with the Stormwater Permits and water quality ordinances,
the County Parties have developed a Drainage Area Management Plan (DAMP) which includes

C019413 Page 1 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

a Local Implementation Plan (LIP) for each jurisdiction that contains Best Management
Practices (BMPs) that parties using properties within Orange County must adhere to.
6. Detailed Scope of Work: The complete description of services to be provided by the Contractor
under an individual Job Order. Developed by the Contractor, after the Joint Scope Meeting and
submitted for approval to the County Project Manager.
7. Final Acceptance: All Work as been completed and accepted by the County. The Contractor
has provided all required close-out documentation and items as required by the Detailed Scope
of Work for the specific Job Order, and these items and have accepted and approved by the
County
8. Job Order Authorization (JOA): Issued upon acceptance of quote and the duration schedule,
stating that the quote is a firm fixed price. Must be issued prior to issuance of a Notice to
Proceed.
9. Job Order Notice To Proceed (NTP): The document prepared by the County, based on the
approved Job Order Quote, and issued to the Contractor which provides the specific instructions,
specific bid items, and the duration to complete the approved Detailed Scope of Work.
10. Job Order Quote (Quote): Contractor’s irrevocable offer to perform Work associated with a Job
Order and refers to the Contractor prepared document quoting a firm fixed-price and schedule
for the completion of a specific Scope of Work. The Contractor’s Quote must be on forms
provided by the County and in an electronic version compatible with the County’s systems. The
Quote may also contain approved drawings, Work schedule, permits, or other such
documentation as the County might require for a specific Job Order.
11. Joint Scope Meeting: A meeting at the Job Order location, attended by the Contractor and
County and any other interested parties to outline the Scope of Work for the Task.
12. Non-Pre-Priced (NPP) Tasks: The units of Work that are not included in the CTC but are still
within the general Scope of Work requested by the County under the Contract.
13. Normal Working Hours: means between the hours of 7:00 AM to 5:00 PM, Monday through
Friday, inclusive. Saturdays, Sundays, and County holidays are excluded.
14. Other Than Normal Working Hours: means Work done between the hours of 5:00 PM to 7:00
AM, on week days and any times during Saturday, Sunday, and County holidays.
15. Project: The Work to be performed by Contractor on behalf of County pursuant to this Contract
as described in individual Job Orders.
16. Request for Quote (RFQ): The County’s Request for Quote for a specific Job Order.
17. Stormwater Permit: The Santa Ana and San Diego Regional Water Quality Control Boards have
issued National Pollutant Discharge Elimination System permits ("Stormwater Permits") to the
County of Orange, the Orange County Flood Control District and cities within Orange County,
as co-permittees (hereinafter collectively referred to as "County Parties") which regulate the
discharge of urban runoff from areas within the County of Orange, including from all County
facilities on which Work within Contract is being performed. These permits are referred to as
Stormwater Permits.
18. Work: The Work shall include, without limitation, all labor, materials, apparatus, supplies,
services, facilities, utilities, transportation, manuals, warranties, training, and the like, necessary
for the Contractor to faithfully perform and complete all of its obligations under the Contract.

C019413 Page 2 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

ARTICLES
1. Scope of Contract: This Contract, including Attachments, specifies the contractual terms and
conditions by which the Contractor will provide HVAC Services under a Usage Contract, as set
forth in the Scope of Work identified as Attachment A to this Contract.
2. Term: This Contract shall become effective April 12, 2018 if all necessary signatures have been
executed by that date, or upon execution of all necessary signatures if execution occurs after
April 12, 2018, and shall continue for one (1) year from said date or execution, whichever is
later, or until the total Contract amount is reached, or unless otherwise terminated as provided
herein. Dates are in accordance with prior year’s contract expiration
3. Contingency of Funds: Contractor acknowledges that funding or portions of funding for this
Contract may be contingent upon state budget approval; receipt of funds from, and/or obligation
of funds by, the state of California to County; and inclusion of sufficient funding for the services
hereunder in the budget approved by County’s Board of Supervisors for each fiscal year covered
by this Contract. If such approval, funding or appropriations are not forthcoming, or are
otherwise limited, County may immediately terminate or modify this Contract without penalty.
4. County's Representatives:
A. The Contract will be under the general direction of the Board of Supervisors. OC Public
Works is the authorized representative of the Board of Supervisors and, under the Board of
Supervisors, has complete charge of the Contract, and shall exercise full control of the
Contract, so far as it affects the interest of the County.
B. The provisions in this Article or elsewhere in this Contract regarding approval or direction
by the County, Board of Supervisors, or OC Public Works, or action taken pursuant
thereto are not intended to and shall not relieve the Contractor of responsibility for the
accomplishment of the Work, either as regards sufficiency or the time of performance,
except as expressly otherwise provided herein.
C. County’s Contract Administrator is the County's exclusive contact agent to the Contractor
with respect to this Contract during construction and until the completion of the Contract.
The County will assign Project Managers for individual Job Orders. The County may
utilize the services of an Architect in relation to some, but not all Job Orders.
D. The County's communications with the Contractor and Architect shall be exclusively
through the County's Project Manager.
E. County Project Manager shall at all times have access to the Work whenever it is in
preparation or progress. The Contractor shall provide safe facilities for such access.
F. The County and County Project Manager shall not be responsible for or have control or
charge of the construction means, methods, techniques, sequences or procedures, or for
safety precautions and programs in connection with the Work, and will not be responsible
for the Contractor's failure to carry out the Work in accordance with the Contract
documents.
G. The County and County Project Manager shall not be responsible for the failure of the
Contractor to plan, schedule, and execute the Work in accordance with the approved
schedule or the failure of the Contractor to meet the Contract completion dates or the
failure of the Contractor to schedule and coordinate the Work of his own trades and
subcontractors or to coordinate with others separate Contractors.

C019413 Page 3 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

H. The County will not be responsible for the acts or omissions of the Contractor, or any
subcontractor, or any Contractor's or subcontractor's agents or employees, or any other
persons performing any of the Work.
I. County Project Manager has the authority to disapprove or reject Work on behalf of the
County when, in the County Project Manager’s opinion, the Work does not conform to the
Contract documents.
J. Whenever, in County Project Manager’s reasonable opinion, it is considered necessary or
advisable to insure the proper implementation of the intent of the Contract documents,
County Project Manager has the authority to require special inspection or testing of any
Work in accordance with the provisions of the Contract documents whether or not such
Work shall then be fabricated, installed or completed.
K. County Project Manager has the authority to require special inspection or testing of the
Work. However, neither County Project Manager’s authority nor any decision made by
the Project Manager in good faith whether to exercise or not to exercise such authority
shall give rise to any duty or responsibility of the County to the Contractor, or any
subcontractor, or any of their agents, or employees, or any other person performing any
portion of the Work.
L. County Project Manager has the authority and discretion to call, schedule, and conduct job
meetings to be attended by the Contractor, representatives of his subcontractors and the
Architect and his consultants, to discuss such matters as procedures, progress, problems,
and scheduling.
M. County Contract Administrator will establish procedures to be followed for processing all
submittals, Change Orders, Invoices, other project reports, documentation and test reports.
N. County Project Manager will issue Job Order if required.
O. County Project Manager will review and process all Invoices by the Contractor.
5. Contractor:
A. Composition: If the Contractor is comprised of more than one legal entity, each such
entity shall be jointly and severally liable hereunder.
B. Superintendence: The Contractor shall maintain on site, at all times during the
construction activities, a dedicated competent Superintendent. In addition to a General
Superintendent and other administrative and supervisory personnel required for the
performance of the Work, the Contractor shall provide specific coordinating personnel as
reasonably required for interfacing of all the Work required for the total project, all
satisfactory to County Project Manager. The superintendent shall not be changed except
with consent of County Project Manager, unless the superintendent proves to be
unsatisfactory to the Contractor and ceases to be in his employ, in which case he shall be
replaced within 24 hours by a superintendent acceptable to County Project Manager. The
superintendent shall represent the Contractor in his absence and all directions given to him
shall be binding as if given to the Contractor.
C. Licenses and Certificates: Contractor shall, at all times during the term of this Contract,
maintain in full force and effect such licenses as may be required by the State of California
or any other governmental entity for Contractor to perform the duties specified herein and
provide the services required pursuant to this Contract. Contractor shall strictly adhere to,

C019413 Page 4 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

and obey, all governmental rules and regulations now in effect or as subsequently enacted
or modified, as promulgated by any local, state, or federal governmental entities.
D. Superintendence and Project Manager: The Contractor shall provide County Project
Manager with complete Work history profiles of management staff associated with this
Project for County Project Manager review.
6. Usage: Unless otherwise specified herein, no guarantee is given by the County to the Contractor
regarding usage of this Contract. Usage figures, if provided, are approximate, based upon the
last usage. The Contractor agrees to supply services and/or commodities requested, as needed by
the County of Orange, at prices listed in the Contract, regardless of quantity requested.
7. Child Support Enforcement Requirements: Contractor is required to comply with the child
support enforcement requirements of the County. Failure of the Contractor to comply with all
federal, state, and local reporting requirements for child support enforcement or to comply with
all lawfully served Wage and Earnings Assignment Orders and Notices of Assignment shall
constitute a material breach of the Contract. Failure to cure such breach within 60 calendar days
of notice from the County shall constitute grounds for termination of the Contract.
8. Reports/Meetings: The Contractor shall develop reports and any other relevant documents
necessary to complete the services and requirements as set forth in this Contract. The County’s
Project Manager and the Contractor’s Project Manager will meet at a County designated location
to discuss the Contractor’s performance and progress under this Contract, at the request of the
County’s Project Manager. If requested by County, the Contractor’s Project Manager and other
project personnel shall attend all meetings. The Contractor shall provide such information that is
requested by the County for the purpose of monitoring progress under this Contract.
9. Conflict of Interest: The Contractor shall exercise reasonable care and diligence to prevent any
actions or conditions that could result in a conflict with the best interests of the County. This
obligation shall apply to the Contractor; the Contractor’s employees, agents, and relatives;
subcontractors; and third parties associated with accomplishing work and services hereunder.
The Contractor’s efforts shall include, but not be limited to establishing precautions to prevent
its employees or agents from making, receiving, providing or offering gifts, entertainment,
payments, loans or other considerations which could be deemed to appear to influence
individuals to act contrary to the best interests of the County.
10. Ownership of Documents: The County has permanent ownership of all directly connected and
derivative materials produced under this Contract by the Contractor. All documents, reports and
other incidental or derivative Work or materials furnished hereunder shall become, and remain,
the sole property of the County and may be used by the County as it may require without
additional cost to the County. None of the documents, reports and other incidental or derivative
Work or furnished materials shall be used by the Contractor without the express written consent
of the County.
11. Title to Data: All materials, documents, data or information obtained from the County data files
or any County medium furnished to the Contractor in the performance of this Contract will at all
times remain the property of the County. Such data or information may not be used or copied
for direct or indirect use by the Contractor after completion or termination of this Contract
without the express written consent of the County. All materials, documents, data or
information, including copies, must be returned to the County at the end of this Contract.
12. Contractor’s Personnel: Contractor warrants that all Contractor personnel engaged in the
performance of Work under this Contract shall possess sufficient experience and/education to

C019413 Page 5 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

perform the services requested by the County. County expressly retains the right to have any of
the Contractor personnel removed from performing services under this Contract. Contractor
shall effectuate the removal of the specified Contractor personnel from providing any services to
the County under this Contract within one business day of notification by County. County shall
submit the request in writing to the Contractor’s Project Manager. The County is not required to
provide any reason, rationale or additional factual information if it elects to request any specific
Contractor personnel be removed from performing services under this Contract.
13. Publication: No copies of sketches, schedules, written documents, computer based data,
photographs, maps or graphs, including graphic art Work, resulting from performance or
prepared in connection with this Contract, are to be released by Contractor and/or anyone acting
under the supervision of Contractor to any person, partnership, company, corporation, or agency,
without prior written approval by the County, except as necessary for the performance of the
services of this Contract. All press contacts, including graphic display information to be
published in newspapers, magazines, etc., are to be administered only after County approval.
14. News/Information Release: The Contractor agrees that it will not issue any news releases or
make any contact with the media in connection with either the award of this Contract or any
subsequent amendment of, or effort under this Contract. Contractors must first obtain review and
approval of said media contact from the County through the County’s Project Manager. Any
requests for interviews or information received by the media should be referred directly to the
County. Contractors are not authorized to serve as a media spokespersons for County projects
without first obtaining permission from the County Project Manager.
15. Errors and Omissions: All reports, files and other documents prepared and submitted by
Contractor shall be complete and shall be carefully checked by the professional(s) identified by
Contractor as Project Manager and key personnel attached hereto, prior to submission to the
County. Contractor agrees that County review is discretionary and Contractor shall not assume
that the County will discover errors and/or omissions. If the County discovers any errors or
omissions prior to approving Contractor's reports, files and other written documents, the reports,
files or documents will be returned to Contractor for correction. Should the County or others
discover errors or omissions in the reports, files or other written documents submitted by
Contractor after County approval thereof, County approval of Contractor's reports, files or
documents shall not be used as a defense by Contractor in any action between the County and
Contractor, and the reports, files or documents will be returned to Contractor for correction.
16. Audits/Inspections: Contractor agrees to permit the County’s Auditor-Controller or the Auditor-
Controller’s authorized representative (including auditors from a private auditing firm hired by
the County) access during normal working hours to all books, accounts, records, reports, files,
financial records, supporting documentation, including payroll and accounts payable/receivable
records, and other papers or property of Contractor for the purpose of auditing or inspecting any
aspect of performance under this Contract. The inspection and/or audit will be confined to those
matters connected with the performance of the Contract including, but not limited to, the costs of
administering the Contract. The County will provide reasonable notice of such an audit or
inspection.
The County reserves the right to audit and verify the Contractor’s records before final payment is
made.
Contractor agrees to maintain such records for possible audit for a minimum of three years after
final payment, unless a longer period of records retention is stipulated under this Contract or by
law. Contractor agrees to allow interviews of any employees or others who might reasonably
have information related to such records. Further, Contractor agrees to include a similar right to

C019413 Page 6 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

the County to audit records and interview staff of any subcontractor related to performance of
this Contract.
Should the Contractor cease to exist as a legal entity, the Contractor’s records pertaining to this
Contract shall be forwarded to the surviving entity in a merger or acquisition or, in the event of
liquidation, to the County’s Project Manager.
17. State Funds- Audits: When and if state funds are used in whole or part to pay for the goods
and/or services under this Contract, the Contractor agrees to allow the Contractor’s financial
records to be audited by auditors from the state of California, the County of Orange, or a private
auditing firm hired by the state or the County. The County or state shall provide reasonable
notice of such audit.
Pursuant to and in accordance with Section 8546.7 of the California Government Code, in the
event that this Contract involves expenditures of Public funds aggregating in excess of Ten
Thousand Dollars ($l0,000), the parties shall be subject to the examination and audit of the
Auditor General of the State of California for a period of three (3) years after final payment
under this Contract.
The Contractor shall maintain records for all costs connected with the performance of this
Contract including, but not limited to, the costs of administering the Contract, materials, labor,
equipment, rentals, permits, insurance, bonds, etc., for audit or inspection by County, State, or
any other appropriate governmental agency during the three (3) year period.
18. Hazardous Conditions: Whenever the Contractor’s operations create a condition hazardous to
traffic or to the public, the Contractor shall provide flagmen and furnish, erect and maintain
control devices as are necessary to prevent accidents or damage or injury to the public at
Contractor’s expense and without cost to the County. The Contractor shall comply with County
directives regarding potential hazards.
Emergency lights and traffic cones must also be readily available at all times and must be used in
any hazardous condition. Emergency traffic cones must be placed in front of and behind
vehicles to warn oncoming traffic.
Signs, lights, flags, and other warning and safety devices shall conform to the requirements set
forth in Chapter 5 of the current traffic manual, Traffic Control for Construction and
Maintenance Work Zones, published by the state of California Department of Transportation.
The Contractor shall take proper safety and health precautions to protect the Work, the workers,
the public, and the property of others. The Contractor shall also be responsible for all materials
delivered and Work performed until completion and acceptance of the entire construction Work,
except for any completed unit of construction thereof which theretofore may have been accepted.
19. Conditions Affecting the Work: The Contractor shall be responsible for having taken steps
reasonably necessary to ascertain the nature and location of the Work, and the general and local
conditions, which can affect the Work or the cost thereof for any Job Order. Any failure by the
Contractor to do so will not relieve him from responsibility for successfully performing the
Work without additional expense to the County. The County assumes no responsibility for any
understanding or representations concerning conditions made by any of its officers or agents
prior to the execution of this Contract, unless such understanding or representations by the
County are expressly stated in the Contract.
20. County's Property On Site: All fixtures, crops, trees, and all other personal property of the
County located at the job site which are removed in the course of construction of the project

C019413 Page 7 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

remain the property of the County unless express provision to the contrary is made in the
Contract between the Parties, and the Contractor shall exercise reasonable care to prevent loss or
damage to said property and shall deliver promptly such property to the place designated by the
County.
21. Protection: The Contractor shall take proper safety and health precautions to protect the Work,
the workers, the public, and the property of others. He shall comply with the provisions of the
Construction Safety Orders issued by the State Division of Occupational Safety & Health. He
shall also be responsible for all materials delivered and Work performed until completion and
acceptance of the entire construction Work, except for any completed unit of construction
thereof which until completion and acceptance of the entire construction Work, except for any
completed unit of construction thereof which theretofore may have been accepted.
The Contractor shall maintain continuously adequate protection of all his Work from damage
and shall protect the County's property from injury or loss arising in connection with this
Contract. He shall make good any such damage, injury or loss, except such as may be directly
due to errors in the Contract documents or caused by agents or representatives of the County. He
shall adequately protect adjacent property as provided by law and the Contract documents, and
shall maintain reasonable security of the site at all times. He shall limit visitors to the site to
those necessary for construction and inspections. Visitors for other purposes shall be referred to
OC Public Works. Contractor's and subcontractors' employees shall possess means of
identification at all times as required by OC Public Works while on the job site.
In an emergency affecting the safety of life or of the Work or of adjoining property, the
Contractor, without special instruction or authorization from the A-E or County, is hereby
permitted to act at his discretion to prevent such threatened loss or injury. He shall so act if
directed or instructed by OC Public Works. Any dispute as to compensation claimed by the
Contractor on account of emergency Work shall be determined by agreement as hereinafter set
forth.
OC Public Works may notify the Contractor of any noncompliance with the foregoing provisions
and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct
such conditions. Such notices, when delivered to the Contractor or his representative at the site
of the Work, shall be deemed sufficient for said purpose. Failure of receipt of such notice from
OC Public Works shall not relieve the Contractor of responsibility.
If the Contractor fails or refuses to comply promptly, OC Public Works may issue an order
stopping all or part of the Work until satisfactory corrective action has been taken. No part of
the time lost due to any such stop order shall be made the subject of claim for extension of time
or for excess costs or damages to the Contractor. The Contractor will be responsible for
ensuring that his subcontractors comply with the provisions of this Clause.
22. Responsibility For Damages Or Injury: The County its elected and appointed officials,
officers, employees, agents and those special districts and agencies which County’s Board of
Supervisors acts as the governing Board (“County Indemnitees”) shall not be answerable or
accountable in any manner: for any loss or damage that may happen to the Project or any part
thereof; for any loss or damage to any of the materials or other things used or employed in
performing the Project; for injury to or death of any person either workers or the public; or for
damage to property from any cause which might have been prevented by the Contractor, or his
workers, or anyone employed by him.
The Contractor shall be responsible for any liability imposed by law and for injuries to or death
of any person or damage to property resulting from defects or obstructions or from any cause

C019413 Page 8 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

whatsoever during the progress of the Project or at any time before its completion and final
acceptance.
The Contractor shall indemnify, defend with counsel approved in writing by County and save
harmless the County Indemnitees from all claims, suits or actions of every name, kind and
description, brought for, or on account of, injuries to or death of any person or damage to
property resulting from the construction of the Project or by or in consequence of any negligence
in guarding the Project; use of improper materials in construction of the Project; or by or on
account of any act or omission by the Contractor or his agents during the progress of the Work or
at any time before the completion and final acceptance of the Project.
In addition to any remedy authorized by law, so much of the money due the Contractor under
and by virtue of the Contract as shall be considered necessary by the County may be retained by
it until disposition has been made of such suits or claims for damages as aforesaid.
If judgment is entered against Contractor and County by a court of competent jurisdiction
because of the concurrent active negligence of County and County Indemnitees, Contractor and
County agree that liability will be apportioned as determined by the court. Neither Party shall
request a jury apportionment.
Notwithstanding anything stated above, nothing contained herein shall relieve Contractor of any
insurance requirements of obligations created elsewhere in this Contract.
23. Other Contracts: The Board of Supervisors may undertake or award other contracts for
additional Work, and the Contractor shall fully cooperate with such other contractors and County
employees and carefully fit his own Work to such additional Work as may be directed by OC
Public Works. The Contractor shall not commit or permit any act, which will interfere with the
performance of Work by any other contractor or by County employees.
24. Breach of Contract: The failure of the Contractor to comply with any of the provisions,
covenants or conditions of this Contract, shall constitute a material breach of this Contract. In
such event the County may, and in addition to any other remedies available at law, in equity, or
otherwise specified in this Contract:
i. Afford the Contractor written notice of the breach and ten calendar days or such shorter
time that may be specified in this Contract within which to cure the breach;
ii. Discontinue payment to the Contractor for and during the period in which the Contractor
is in breach and offset against any monies billed by the Contractor but yet unpaid by the
County those monies disallowed pursuant to the above.
iii. Terminate the Contract immediately without penalty.
25. Orderly Termination: Upon termination or other expiration of this Contract, each Party shall
promptly return to the other Party all papers, materials, and other properties of the other held by
each for purposes of execution of the Contract. In addition, each Party will assist the other Party
in orderly termination of this Contract and the transfer of all assets, tangible and intangible, as
may be necessary for the orderly, non-disruptive business continuation of each Party.
26. Wage Rates: Pursuant to the provisions of Section 1773 of the Labor Code of the state of
California, the Contractor shall comply with the general prevailing rates of per diem wages and
the general prevailing rates for holiday and overtime wages in this locality for each craft,
classification, or type of worker needed to execute this Contract. The rates are available from
the Director of the Department of Industrial Relations at the following website:

C019413 Page 9 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

http://www.dir.ca.gov/dlsr/DpreWageDetermination.htm. The Contractor shall post a copy of


such wage rates at the jobsite and shall pay the adopted prevailing wage rates. The Contractor
shall comply with the provisions of Sections 1775 and 1813 of the Labor Code.
Travel and subsistence payments to each workman needed to execute the Work shall be made as
such travel and subsistence payments are defined in the applicable collective bargaining
agreements filed in accordance with Section 1773.8 of the Labor Code.
The County will not recognize any claim for additional compensation because of the payment by
the Contractor of any wage rate in excess of the prevailing wage rate set forth in the Contract.
The possibility of wage increases is one of the elements to be considered by the Contractor in
determining his bid, and will not under any circumstances be considered as the basis of a claim
against the County on the Contract.

Pursuant to Section 1725.5 of the Labor Code, a contractor shall be registered 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.

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.

The County will not accept a bid nor enter any contract or subcontract without proof of the
contractor or subcontractor’s current registration to perform public work pursuant to Section
1725.5.

Any job orders issued under this Contract may be subject to compliance monitoring and
enforcement by the Department of Industrial Relations. The prime contractor shall post job site
notices, as prescribed by regulation. Each contractor and subcontractor shall furnish the records
specified in Section 1776 directly to the Labor Commissioner.
The Contractor and subcontractors shall comply with Section 1777.6 which stipulates that it
shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices
solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age, except
as provided in Section 3077.
27. Wage Rate Penalty: Pursuant to the provisions of the Labor Code Section 1775, the Contractor
shall forfeit to the County, as a penalty, the sum of Twenty-five Dollars ($25) for each calendar
day, or portion thereof, for each laborer, worker, or mechanic employed, paid less than the
stipulated prevailing rates for Work done under this Contract, by Contractor or by
subcontractors, in violation of the provisions of this Contract.

28. Payroll Records: CONTRACTOR and any Subcontractor(s) shall comply with the
requirements of Labor Code Section 1776. Such compliance includes the obligation to furnish
the records specified in Section 1776 directly to the Labor Commissioner in an electronic format,
or other format as specified by the Commissioner, in the manner provided by Labor Code
Section 1771.4.

The requirements of Labor Code Section 1776 provide in part:

C019413 Page 10 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

1.1.1. CONTRACTOR and any Subcontractor(s) performing any portion of the work under
this Contract shall keep an accurate record, 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 CONTRACTOR or any Subcontractor(s) in connection
with the work.
1.1.2. 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:
(a) The information contained in the payroll record is true and correct.
(b) The employer has complied with the requirements of Labor Code Sections 1771,
1811, and 1815 for any work performed by his or her employees in connection with
the Contract.
1.1.3. The payroll records shall be certified and shall be available for inspection at the principal
office of CONTRACTOR on the basis set forth in Labor Code Section 1776.
1.1.4. CONTRACTOR shall inform COUNTY of the location of the payroll records, including
the street address, city and county, and shall, within five working days, provide a notice
of any change of location and address of the records.
1.1.5. Pursuant to Labor Code Section 1776, CONTRACTOR and any Subcontractor(s) shall
have 10 days in which to provide a certified copy of the payroll records subsequent to
receipt of a written notice requesting the records described herein. In the event that
CONTRACTOR or any Subcontractor fails to comply within the 10-day period, he or
she shall, as a penalty to COUNTY, forfeit $100, or a higher amount as provided by
Section 1776, for each calendar day, or portion thereof, for each worker to whom the
noncompliance pertains, until strict compliance is effectuated. CONTRACTOR
acknowledges that, without limitation as to other remedies of enforcement available to
COUNTY, upon the request of the Division of Apprenticeship Standards or the Division
of Labor Standards Enforcement of the California Department of Industrial Relations,
such penalties shall be withheld from progress payments then due CONTRACTOR.
CONTRACTOR is not subject to a penalty assessment pursuant to this section due to the
failure of a Subcontractor to comply with this section.

CONTRACTOR and any Subcontractor(s) shall comply with the provisions of Labor Code
Sections 1771 et seq., and shall pay workers employed on the Contract not less than the general
prevailing rates of per diem wages and holiday and overtime wages as determined by the
Director of Industrial Relations. CONTRACTOR shall post a copy of these wage rates at the job
site for each craft, classification, or type of worker needed in the performance of this Contract, as
well as any additional job site notices required by Labor Code Section 1771.4(b). Copies of
these rates are on file at the principal office of COUNTY’s representative, or may be obtained
from the State Office, Department of Industrial Relations (“DIR”) or from the DIR’s website at
www.dir.ca.gov. If the Contract is federally funded, CONTRACTOR and any Subcontractor(s)
shall not pay less than the higher of these rates or the rates determined by the United States
Department of Labor.
29. Work Hour Penalty: Eight hours of labor constitute a legal day's Work, and forty hours
constitute a legal week's Work. Pursuant to Section 1813 of the Labor Code of the State of
California, the Contractor shall forfeit to the County Twenty Five Dollars ($25) for each worker
employed in the execution of this Contract by the Contractor or by any subcontractor for each

C019413 Page 11 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

calendar day during which such worker is required or permitted to Work more than the legal
day's or week's Work, except that Work performed by employees of said Contractor and
subcontractors in excess of the legal limit shall be permitted without the foregoing penalty upon
the payment of compensation to the workers for all hours worked in excess of eight hours per
day of not less than 1-1/2 times the basic rate of pay.

30. Registration of Contractors: Contractor and all subcontractors must comply with the
requirements of labor code section 1771.1(a), pertaining to registration of contractors pursuant to
section 1725.5. Registration and all related requirements of those sections must be maintained
throughout the performance of the Contract.
31. Withholding of Wage Differentials: The County may withhold from the Contractor as much of
any accrued payments as may be necessary to pay laborers, craft workmen and mechanics
employed on the Project any difference between the rate of wages required to be paid pursuant to
California law and the rate of wages actually paid to such laborers, craft workmen and
mechanics.
32. Craft Labor Time Records: The Contractor shall keep full, true and accurate records of the
names and actual hours worked by the respective workers and laborers employed under this
Contract in accordance with California Labor Code and shall allow access to the same any
reasonable hour to the County, its agents or representatives and to any person having the
authority to inspect the same as contemplated under the provisions of said California Labor
Code, or when requested by the County.
Eight (8) hours of labor shall constitute a legal day’s Work. The Contractor shall comply with
Labor Code regarding legal day’s Work and overtime.
33. Non-Discrimination: In the performance of the terms of this Contract, Contractor agrees that
he will not engage in nor permit such subcontractors as he may employ to engage in
discrimination against any employee or applicant for employment on the basis of race, sex,
color, religion, ancestry, national origin, marital status, age or as an otherwise qualified
handicapped individual. This prohibition shall pertain to employment, upgrading, demotion, or
transfer; recruitment advertising; layoff or termination; rates of pay and other forms of
compensation; selection for training, including apprenticeship; and any other action or inaction
pertaining to employment matters.
34. Assignment Of Antitrust Actions: In accordance with Public Contract Code, Section 7103.5,
by entering into this Contract or into a subcontract to supply goods, services, or materials
pursuant to this Contract, the Contractor, or subcontractor, offers and agrees to assign to the
County all rights, title, and interest in and to all causes of action it may have under Section 4 of
the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 [commencing with
Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from
purchases of goods, services, or materials pursuant to this Contract or the subcontract. This
assignment shall be made and become effective at the time the County tenders final payment to
the Contractor, without further acknowledgment by the parties. The Contractor shall cause to be
inserted in any such subcontract stipulations to effectuate this Clause and the provisions of
Public Contract Code, Section 7103.5.
35. Substituted Security: In accordance with Section 22300 of the Public Contract Code, the
County will, at the request and expense of the Contractor, accept securities equivalent to any
amount withheld by the County to ensure performance under this Contract, including, but not
limited to, the amount withheld under Attachment B, Paragraph IV of the Contract. Such
substituted security must meet the requirements of said Section 22300, and shall be deposited

C019413 Page 12 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

with a California or federally chartered bank as escrow agent. The security shall be held by the
escrow agent subject to a written escrow agreement between County, Contractor, and escrow
agent, which Contract shall be in a for substantially similar to that contained in Public Contract
Code, Section 22300.
36. Apprentices: The Contractor shall familiarize himself with the provisions of Section 1777.5 of
the Labor Code regarding employment of apprentices, and shall be responsible for compliance
therewith, including compliance by his subcontractors.
Contractor agrees to comply with the provisions of Labor Code Section 1777.5 and any other
applicable laws or regulations, including but not limited to, 8 California Code of Regulations,
Section 230.1(A), pertaining to apprentices. Section 1777.5 shall 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).
Contractor and subcontractor shall comply with Section 1777.6 of the Labor Code which
stipulates that an employer or a labor union shall not refuse to accept otherwise qualified
employees as registered apprentices on any public works on any basis listed in subdivision (a) of
Section 12940 of the Government Code, as those bases are defined in Sections 12926 and
12926.1 of the Government Code, except as provided in Section 3077 of the Labor Code and
Section 12940 of the Government Code.
37. Liquidated Damages: Timely Completion of services provided under this Contract is of the
essence. Should the Contractor fail to substantially complete the Work specified in the Job Order
in accordance with the approved construction schedule, and provided the Contractor has not
previously obtained a written extension of time from the County in accordance with this
Contract, a sum appropriate with the following schedule may be deducted from each succeeding
request for payment as liquidated damages on each Job Order if applicable.
Schedule for Liquidated Damages
Job Order price Liquidated damages per day
Up to $100,000 $500
Greater Than $100,000 $1,000
A. The applicability of liquidated damages shall be clearly noted on the Request for Quote for
each Job Order. No liquidated damages shall apply if not noted on the Request for Quote.
If the Contractor fails to complete any part of the Work in accordance with the Work
duration schedule, the County agrees to have the right to complete that part of the Work it
deems necessary in order to maintain the Work duration schedule. All direct and indirect
costs of such Work shall be paid by the Contractor.
38. Material, Workmanship, and Acceptance:
A. Where materials are specified by reference to standard specifications of the American
Society for Testing Materials (A.S.T.M.), Federal Specifications, or others, all applicable
provisions of the designated specifications shall be considered as forming a part of the
Contract documents to the same force and effect as if repeated therein.
B. All Work under this Contract shall be performed in a skillful and workmanlike manner.
OC Public Works may, in writing, require the Contractor to remove from the Work any

C019413 Page 13 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

employee County Project Manager deems incompetent, careless, or otherwise


objectionable.
C. The Contractor shall, without charge, replace any material or correct any workmanship
found by OC Public Works not to conform to the Contract requirements, unless in the
public interest OC Public Works consents to accept such material or workmanship with an
appropriate adjustment in Contract price. The Contractor shall promptly segregate and
remove rejected material from the premises.
D. If the Contractor does not promptly replace rejected material or correct rejected
workmanship, the County (1) may, by Contract or otherwise, replace such material or
correct such workmanship and charge the cost thereof to the Contractor, or (2) may
terminate the Contractor's right to proceed.
E. Unless otherwise provided in this Contract, acceptance by the County shall be
accomplished by recordation of Notice of Completion which shall be made as promptly as
practicable after completion and inspection of all Work required by this Contract.
Acceptance shall be final and conclusive except as regards latent defects, fraud, or such
gross mistakes as may amount to fraud, or as regards the County's rights under any
warranty or guarantee. Informal procedures such as "punch lists" are not to be deemed
final or conditional acceptance.
39. Subcontracts:
A. List of Subcontractors: Contractor shall list all Subcontractors, as part of the Quote, as
provided for in Attachment A, ordering procedures.
B. Licensed Subcontractors: Each subcontractor selected for the Work shall be licensed in
the State of California in his particular field.
C. Transactions: Transactions with subcontractors shall be made through the Contractor
except when in emergency situations the General Contractor is not readily available, in
which case detailed instructions will be transmitted to subcontractors directly.
D. Responsibility: Contractor shall be fully responsible to the County for the acts and
omissions of subcontractors and all persons directly or indirectly employed by them as he
is for the acts and omissions of himself and of persons-directly or indirectly employed by
him and shall pay each subcontractor promptly the amount allowed Contractor on account
of such subcontractor's Work to the extent of such subcontractor's interest therein.
E. Contractual Relations: Nothing contained in this Contract shall create any contractual
relations between County and a subcontractor.
40. Drawings And Specifications:
A. Checking: The Contractor shall check all drawings and owner supplied specifications
furnished him immediately, for individual Job Orders, upon their receipt and shall
promptly notify the County of any discrepancies. Figures marked on drawings shall in
general be followed in preference to scale measurements. Large-scale drawings shall in
general govern small-scale drawings. Door, finish hardware; etc., schedules shall govern
over drawings. The Contractor shall compare all drawings and verify the figures before
laying out the Work and will be responsible for any errors, which might have been avoided
thereby. When measurements are affected by conditions already established, the
Contractor shall take measurements notwithstanding the giving of scale or figure

C019413 Page 14 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

dimensions in the drawings. Anything mentioned in the specifications and not shown on
the drawings, or shown on the drawings and not mentioned in the specifications, shall be
of like effect as if shown or mentioned in both.
B. Omissions and Mis-descriptions: Omissions from the drawings or specifications, or the
mis-description of details of Work which are manifestly necessary to carry out the intent of
the drawings and specifications, or which are customarily performed, shall be called to the
attention of the County as soon as possible. The County shall promptly notify the
Contractor of the correction or addition to be made. In the event the omission or
misdirection is substantial and the custom of the trade or industry does not require the
Contractor to perform the Work without issuance of an additional Job order. Any
adjustment by the Contractor without written determination shall be at Contractor’s own
risk and expense.
C. Conflicting Information: In case of conflict between sections of the specifications and/or
the drawings, the Contractor shall call this to attention of the County and ask for
clarification, which is to be documented within the Job Order.
D. Drawings and Specifications at the Site: The Contractor shall keep available at the site for
ready reference a complete set of all Contract drawings, details, supplementary drawings,
approved shop drawings, a complete copy of the specifications with all addenda, bulletins,
amendments, and copies of project correspondence. The Contractor shall maintain on the
site a complete "as-built" record set of drawings. In addition, the Contractor shall keep on
the site a copy of each manufacturer's current printed recommendations. Contractor shall
also submit a copy to the County.
E. Deviations: Deviations from the drawings and the dimensions therein given, whether or
not error is believed to exist, shall be made only after written authority is obtained from
the County, and shall be documented within the Detailed Scope of Work for the specific
Job Order.
F. Technical Specifications: The Technical Specifications furnished on the CD are intended
to establish the standards for quality, performance and technical requirements for all labor,
workmanship, material, methods and equipment necessary to complete the Work. When
specifications and drawings are provided or referenced by the County, these are to be
considered part of the Scope of Work, and to be specifically documented in the Detailed
Scope of Work. For convenience, the County supplied specifications, if any, and the
Technical Specifications furnished on the CD.
41. Division of the Specifications:
A. For convenience, these specifications are arranged in several divisions and sections, but
such separations shall not be considered as the limits of the Work required for any
subcontract or trade; the terms and conditions of such limitations are wholly between the
Contractor and his subcontractors, and the County will not be responsible for any division
of Work by subcontractors. The Contractor will be solely responsible for all subcontract
arrangements of Work regardless of the location of provisions in the specifications.
B. Schedules of Work included in the sections, where listed, are given for convenience only,
and shall not be considered as a comprehensive list of items or Work necessary to
complete the Work of any section.

C019413 Page 15 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

C. Where devices or items or parts thereof are referred to in the singular, it is intended that
such reference shall apply to as many such devices, items, or parts as are required to
properly complete the Work.
D. Each section of the specifications is covered by applicable requirements of the Contract
documents and other related sections as if therein written.
42. Site Conditions:
A. Existing Site Conditions: Information with respect to the site of the Work given in
drawings or specifications has been obtained by County's representatives and is believed to
be reasonably correct, but the County does not warrant either the completeness or accuracy
of such information, and it is the responsibility of the Contractor to verify all such
information.
B. Changed Conditions: The Contractor shall promptly, and before such conditions are
disturbed, notify the County Project Manager in writing of:
i. Subsurface or latent physical conditions at the site differing materially from those
indicated in this Contract, or
ii. Unknown physical conditions at the site, of an unusual nature, differing materially
from those ordinarily encountered and generally recognized as inherent in Work of
the character provided for in this Contract.
iii. Material that the Contractor believes may be material that is hazardous waste, as
defined in Section 25117 of the Health and Safety Code that is required to be
removed to a Class I, Class II or Class III disposal site in accordance with provisions
of existing law.
iv. County Project Manager will promptly investigate the conditions, and if, as a result,
finds that such conditions do so materially differ and cause an increase or decrease
in the Contractor's cost of, or the time required or performance of this Contract, an
equitable adjustment in accordance with section 17 above, and Articles 32 and 46,
shall be made and the Contract modified in writing accordingly. Any claim of the
Contractor for adjustment hereunder shall not be allowed unless he has given notice
as above required.
In the event that a dispute arises between the County and the Contractor whether the
conditions materially differ, or involve hazardous waste, or cause a decrease or
increase in the Contractor’s cost of, or, time required for, performance of any part of
the Work, the Contractor shall not be excused from any scheduled completion date
provided for by the Contract, but shall proceed with all Work to be performed under
the Contract. The Contractor shall retain any and all rights provided either by
Contract or by law which pertain to the resolution of disputes and protests between
the contracting parties.
C. Public Utility Facilities on Project Site: Pursuant to Government Code, Section 4215, the
Contractor shall be compensated for the costs of locating and repairing damage not due to
failure of Contractor to exercise reasonable care, and removing, relocating existing or
protecting existing main or trunkline utility facilities located on the Contract construction
site and not identified in the plans or specifications with reasonable accuracy. This will be
accomplished by the issuance of a separate Job Order. The payment of this is full
compensation for all Contractor’s cost.

C019413 Page 16 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

D. Space at Site: The Contractor shall be allowed reasonable space at the site of the Work as
available and access thereto and shall confine his operations to the space assigned. The
Work shall be done without interference with the ordinary use of streets, berthing places,
fairways, and passages. The Contractor shall cooperate with other Contractors of the
County and shall not commit or permit any act which will interfere with the performance
of Work by any other Contractor or employees of the County whether at the site or not.
E. Facility Security: Contractor shall keep all doors locked while working in any buildings
on the site. Keys shall not be left in the doors. Contractor shall not admit any person into
the building that is not a direct employee of the Contractor and not actively engaged in
performance of the Work. Contractor shall restrict access to the areas of the facility not
specifically included in this Contract for construction services. The Contractor shall check
all windows and doors for proper closure and locking, extinguish all lights except master
security lighting, and then reactivate the security system (if applicable) prior to leaving the
facility.
F. Security System: The site and the Work area may be protected by limited access security
systems. An initial access code number will be issued to the Contractor by the County.
Thereafter, all costs for changing the access code due to changes in personnel or required
substitution of contracts shall be paid by the Contractor and may be deducted from
payments due or to become due to the Contractor. Furthermore, any alarms originating
from the Contractor’s operations shall also be paid by the Contractor and may be deducted
from payments due or to become due to the Contractor.
G. Secured Facilities: For specific Job Orders, the work may be conducted at secured County
facilities. As a requirement to work in these Facilities, all Contractor employees, including
all subcontractor employees, must obtain a security clearance. If security clearances are
required, this will be discussed at the Joint Scope meeting. At the Joint Scope meeting, all
requirements and forms will be provided by the County Project Manager. Also, the
requirement to obtain the clearances will be incorporated in the Job Order Schedule. All
costs to obtain clearances are the responsibility of the Contractor.
H. Employee Acceptability: If required by a specific Job Order, prior to commencing any
construction at the site, Contractor shall obtain security clearances of all persons and/or
entities it intends to employ. During the life of a Job Order, Contractor shall remove and
replace any employee working on this project when requested to do so by the County.
43. Beneficial Occupancy:
A. The County may, at any time, and from time to time, during the performance of the Work,
enter the structure for the purpose of installing any necessary Work by County labor of
other contracts, and for any other purpose in connection with the installation of facilities.
In doing so, the County shall endeavor not to interfere with the Contractor and the
Contractor shall not interfere with other Work being done by or on behalf of the County.
B. If, prior to completion and Final Acceptance of all the Work under a specific Job Order,
the County takes possession of any structure (whether completed or otherwise) comprising
a portion of that Project with the intent of retaining possession thereof (as distinguished
from temporary possession contemplating the return to the Contractor), then, while the
County is in possession of the same, the Contractor, notwithstanding its normal
responsibilities, shall be relieved of liability for loss or damage to structure other than that
resulting from the Contractor's fault or negligence. Such taking of possession by the
County shall not relieve the Contractor from any provisions of this Contract respecting

C019413 Page 17 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

such structure, other than to the extent specified in the preceding sentence, nor constitute a
final acceptance of such structure.
44. Contract Disputes:
A. In the event of a dispute between the Parties as to performance of the Work, the
interpretation of this Contract, or payment or nonpayment for Work performed, the parties
shall attempt to resolve the dispute. Pending resolution of the dispute, the Contractor shall
continue the Work diligently to completion as directed by OC Public Works. If the dispute
is not resolved, the Contractor agrees he will neither rescind this Contract nor stop the
progress of the Work.
B. For this section a “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 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; 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; payment
of an amount that is disputed by the public entity.
Pursuant to Public Contract Code Section 9204:

(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

C019413 Page 18 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

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.

(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 his or her 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.

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.

C019413 Page 19 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

C. All construction claims of Three Hundred Seventy Five Thousand Dollars ($375,000) or
less between the Contractor and the County shall be resolved in accordance with the
provisions of Division 2, Part 3, Chapter 1, Article 1.5 of the Public Contract Code of the
State of California. Contractor's sole remedy for construction claims of more than Three
Hundred Seventy Five Thousand Dollars ($375,000) will be to submit such controversy to
determination by a court of the State of California in Orange County, California, having
competent jurisdiction of the dispute, after the project has been completed and not before.
D. Notwithstanding the foregoing, with respect to any dispute involving a claim by the
Contractor for additional compensation, Contractor shall submit such claim in writing to
OC Public Works promptly as the alleged facts giving rise to, or the alleged bases for, the
claim become known to the Contractor; any such claim not promptly so submitted to OC
Public Works shall be deemed waived; and in no event shall a claim for additional
compensation be asserted or be assertable after completion or cessation of the Work.
45. Notices: Any and all notices, requests demands and other communications contemplated, called
for, permitted, or required to be given hereunder shall be in writing, except through the course of
the County’s Project Manager and Contractor’s Project Manager routine exchange of
information and cooperation during the terms of the Work and services. Any written
communications shall be deemed to have been duly given upon actual in-person delivery, if
delivery is by direct hand, or upon delivery on the actual day of receipt or no greater than four
calendar days after being mailed by US certified or registered mail, return receipt requested,
postage prepaid, whichever occurs first. The date of mailing shall count as the first day. All
communications shall be addressed to the appropriate Party at the address stated herein or such
other address as the Parties hereto may designate by written notice from time to time in the
manner aforesaid.
County: Jennifer Carroll, Contract Administrator
1143 E. Fruit St
Santa Ana, CA 92701
(714)667-4942
Jennifer.Carroll@ocpw.ocgov.com

cc: OC Public Works/ Procurement Services


Attn: Carlos Corona
300 N. Flower Street, 8th Floor
Santa Ana, CA 92703
(714) 667-9694
Carlos.Corona@ocpw.ocgov.com
Contractor: Harry H. Joh Construction, Inc.
Attn: Harry Joh
7303 Somerset Blvd.
Paramount, CA 90723
(562) 630-3348
Harry@hjconst.com

46. Governing Law and Venue: This Contract has been negotiated and executed in the State of
California and shall be governed by and construed under the laws of the State of California. In
the event of any legal action to enforce or interpret this Contract, the sole and exclusive venue

C019413 Page 20 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

shall be a court of competent jurisdiction located in Orange County, California, and the Parties
hereto agree to and do hereby submit to the jurisdiction of such court, notwithstanding Code of
Civil Procedure section 394. Furthermore, the Parties specifically agree to waive any and all
rights to request that an action be transferred for trial to another County.
47. Entire Contract: This Contract, including Attachments, which are attached hereto and
incorporated herein by this reference, when accepted by the Contractor either in writing or by the
shipment of any article or other commencement of performance hereunder, contains the entire
Contract between the Parties with respect to the matters herein and there are no restrictions,
promises, warranties or undertakings other than those set forth herein or referred to herein. No
exceptions, alternatives, substitutes or revisions are valid or binding on County unless authorized
by County in writing. Electronic acceptance of any additional terms, conditions or supplemental
Contracts by any County employee or agent, including but not limited to installers of software,
shall not be valid or binding on County unless accepted in writing County’s Purchasing Agent or
his designee.
48. Amendments: No alteration or variation of the terms of this Contract shall be valid unless made
in writing and signed by the Parties; no oral understanding or agreement not incorporated herein
shall be binding on either of the Parties; and no exceptions, alternatives, substitutes or revisions
are valid or binding on County unless authorized by County in writing.
49. Taxes: Unless otherwise provided herein or by law, price quoted does not include California
state sales or use tax.
50. Warranty Work: Failure by the Contractor to take corrective action within twenty four (24)
hours after personal or telephonic notice by the County's OC Public Works on items affecting
essential use of the facility, safety or the preservation of property, and within ten (10) calendar
days following written notice on other deficiencies, will result in the County taking whatever
corrective action it deems necessary. All costs resulting from such action by the County will be
claimed against Contractor or, if necessary, the Contractor's Performance Bond.
51. Patent Infringement:
A. The Contractor shall report to OC Public Works, promptly and in reasonable detail, each
notice or claim of patent infringement based on the performance of this Contract of which
the Contractor has knowledge.
B. In the event of any suit against the County, or any claim against the County made before
suit has been instituted, on account of any alleged patent infringement arising out of the
performance of this Contract, or out of the use of any supplies furnished or Work or
services performed hereunder, the Contractor shall, at his own expense, furnish to the
County, upon request, all evidence and information in possession of the Contractor
pertaining to such suit or claim. The Contractor further agrees to indemnify, defend with
counsel approved in writing by County and hold harmless the County against any and all
claims or lawsuits based upon such patent infringement, to defend such suits, and to pay
any judgment rendered against County, its employees, or the Board of Supervisors.
52. Assignment: Neither the Contract nor any portion thereof may be assigned by the Contractor
without the expressed permission of the County. Claims for monies due or to become due the
Contractor from the County under this Contract may be assigned, with the written consent of the
County Purchasing Agent or designee, to a bank, trust company, or other financing institution
and may thereafter be further assigned or reassigned to any such institution. To effect such
assignments, the Contractor, or his assignee, shall submit a written request to the County Project

C019413 Page 21 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

Manager enclosing a letter from the proposed assignee indicating that it will accept such
assignment. Any attempted assignment contrary to the provisions of this paragraph shall be
void.
53. Termination For Cause & Damages For Delay:
A. If the Contractor refuses or fails to prosecute the Work with such diligence as will insure
its completion within the time specified in this Contract or any extension thereof, or fails
to complete said Work within such time, the County Project Manager may, by written
notice to the Contractor, terminate his right to proceed with the Project or such part of the
Project as to which there has been delay. In such event, the County may take over the
Project and prosecute the same to completion, by Contract or otherwise, and may take
possession of and utilize in completing the Project such materials, appliances, and plant as
may be on the site of the Project and necessary therefore. Whether or not the Contractor's
right to proceed with the Project is terminated, he and his sureties shall be liable for any
damage to the County resulting from his refusal or failure to complete the Project within
the specified time.
B. If fixed and agreed liquidated damages are provided in the Contract and if the County
takes over the Project or otherwise incurs damages as a result of Contractor’s default, the
resulting damage will consist of such liquidated damages until such reasonable time as
may be required for final completion of the Project together with any increased costs
occasioned the Project in completing the Project as well as any other damages incurred by
County.
C. The Contractor's right to proceed shall not be so terminated nor the Contractor charged
with resulting damage if:
i. The delay in the completion of the Project arises from causes beyond the control and
without the fault or negligence of the Contractor, including, but not restricted to, acts
of God, acts of the public enemy, acts of the County, acts of another contractor in
the performance of a Contract with the County, fires, floods, epidemics, quarantine
restrictions, strikes, freight embargoes, other than normal weather, or delays of
subcontractors or suppliers arising from causes beyond the control and without the
fault or negligence of both the Contractor and such subcontractors or suppliers; and
ii. The Contractor, within ten days from the beginning of any such delays (unless OC
Public Works grants a further period of time before the date of final payment under
the Contract), notifies OC Public Works in writing of the causes of delay.
iii. OC Public Works shall ascertain the facts and the extent of the delay and extend the
time for completing the Project when, in its judgment, the delay is justified. OC
Public Works shall make written findings, and the findings of fact shall be final and
conclusive on the parties, subject only to as the procedures provided in Article 43 of
these Articles.
D. The rights and remedies of the County provided in this Clause are in addition to any other
rights and remedies provided by law or under this Contract.
54. Termination for Convenience of the County: Notwithstanding any other provision of the
Contract, the County may, at any time, and without cause, terminate this Contract in whole or in
part, upon not less than seven (7) days' written notice to the Contractor. Such termination shall
be effected by delivery to the Contractor of a notice of termination specifying the effective date

C019413 Page 22 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

of the termination and the extent of the Work to be terminated. The Contractor shall
immediately stop Work in accordance with the notice and comply with any other direction as
may be specified in the notice or as provided subsequently by the County. The County shall pay
the Contractor for the Work completed prior to the effective date of the termination and such
other payment Contractor is entitled to under Attachment A, section III. “Performance
Requirements” and such payment shall be Contractor's sole remedy under this Contract. Under
no circumstances will the Contractor be entitled to anticipatory or unearned profits,
consequential damages, or other damages of any sort as a result of a termination or partial
termination under this Paragraph. The Contractor shall insert in all subcontracts that the sub-
consultant shall stop Work on the date of and to the extent specified in a notice of termination,
and shall require sub-consultant’s to insert the same condition in any lower tier subcontracts.
55. Consent to Breach Not Waiver: No term or provision of this Contract shall be deemed waived
and no breach excused, unless such waiver or consent shall be in writing and signed by the Party
claimed to have waived or consented. Any consent by any Party to, or waiver of, a breach by the
other, whether express or implied, shall not constitute consent to, waiver of, or excuse for any
other different or subsequent breach.
56. Remedies Not Exclusive: The remedies for breach set forth in this Contract are cumulative as
to one another and as to any other provided by law, rather than exclusive; and the expression of
certain remedies in this Contract does not preclude resort by either Party to any other remedies
provided by law.
57. Independent Contractor: Contractor shall be considered an independent Contractor and
neither the Contractor, its subcontractors, employees, nor anyone working for Contractor under
this Contract shall be considered an agent or an employee of County. Neither the Contractor,
employees nor anyone working for the Contractor under this Contract shall qualify for workers’
compensation or other fringe benefits of any kind through County.
58. Performance: Contractor shall perform all Work under this Contract, taking necessary steps
and precautions to perform the Work to County’s satisfaction. Contractor shall be responsible
for the professional quality, technical assurance, timely completion and coordination of all
documentation and other goods/services furnished by the Contractor under this Contract.
Contractor shall perform all Work diligently, carefully, and in a good and workman-like manner;
shall furnish all labor, supervision, machinery, equipment, materials, and supplies necessary
therefore; shall at its sole expense obtain and maintain all permits and licenses required by public
authorities, including those of County required in its governmental capacity, in connection with
performance of the Work; and, if permitted to subcontract, shall be fully responsible for all Work
performed by subcontractors.

59. Insurance Provisions: Prior to the provision of services under this Contract, CONTRACTOR
agrees to purchase all required insurance at CONTRACTOR’s expense, including all
endorsements required herein, necessary to satisfy OWNER that the insurance provisions of this
Contract have been complied with. CONTRACTOR agrees to keep such insurance coverage,
Certificates of Insurance, and endorsements on deposit with OWNER during the entire term of
this Contract. In addition, all Subcontractors performing work on behalf of CONTRACTOR
pursuant to this Contract shall obtain insurance subject to the same terms and conditions as set
forth herein for CONTRACTOR. OWNER reserves the right to request the declarations pages
showing all endorsements and a complete certified copy of the policy. All Subcontractors
performing work on behalf of CONTRACTOR pursuant to this Contract shall obtain insurance
subject to the same terms and conditions as set forth herein for CONTRACTOR.

C019413 Page 23 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

CONTRACTOR shall ensure that all Subcontractors performing work on behalf of


CONTRACTOR pursuant to this Contract shall be covered under Contractor's insurance as an
additional insured or maintain insurance subject to the same terms and conditions as set forth
herein for CONTRACTOR. CONTRACTOR shall not allow Subcontractors to work if
Subcontractors have less than the level of coverage required by OWNER from CONTRACTOR
under this Contract. It is the obligation of CONTRACTOR to provide notice of the insurance
requirements to every Subcontractor and to receive proof of insurance prior to allowing any
Subcontractor to begin work. Such proof of insurance must be maintained by Contractor
through the entirety of this Contract for inspection by County representative(s) at any reasonable
time.

All self-insured retentions (SIRs) shall be clearly stated on the Certificate of Insurance. . Any
self-insured retention (SIR) in an amount in excess of Fifty Thousand Dollars ($50,000) shall
specifically be approved by the County’s Risk Manager, or designee, upon review of
Contractor’s current audited financial report. If Contractor’s SIR is approved, Contractor, in
addition to, and without limitation of, any other indemnity provision(s) in this Contract, agrees to
all of the following:

1) In addition to the duty to indemnify and hold the County harmless against any and all
liability, claim, demand or suit resulting from Contractor’s, its agents, employee’s or
subcontractor’s performance of this Contract, Contractor shall defend the County at its sole cost
and expense with counsel approved by Board of Supervisors against same; and

2) Contractor’s duty to defend, as stated above, shall be absolute and irrespective of any duty to
indemnify or hold harmless; and

3) The provisions of California Civil Code Section 2860 shall apply to any and all actions to
which the duty to defend stated above applies, and the Contractor’s SIR provision shall be
interpreted as though the Contractor was an insurer and the County was the insured.

Upon notice of any actual or alleged claim or loss arising out of subcontractor’s work hereunder,
subcontractor shall immediately satisfy in full the SIR provisions of the policy in order to trigger
coverage for the Contractor and Additional Insureds.

If CONTRACTOR fails to maintain insurance acceptable to OWNER for the full term of this
Contract, the County may terminate the contract.

Qualified Insurer

The policy or policies of insurance must be issued by an insurer with a minimum rating of A-
(Secure A.M. Best's Rating) and VIII (Financial Size Category as determined by the most
current edition of the Best's Key Rating Guide/Property-Casualty/United States or ambest.com).
It is preferred, but not mandatory, that the insurer be licensed to do business in the state of
California (California Admitted Carrier).

If the insurance carrier does not have an A.M. Best Rating of A-/VIII, the CEO/Office of Risk
Management retains the right to approve or reject a carrier after a review of the company's
performance and financial ratings.

The policy or policies of insurance maintained by the Contractor shall provide the minimum
limits and coverage as set forth below:

C019413 Page 24 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

Coverage Minimum Limits


Commercial General Liability $3,000,000 per occurrence
$3,000,000 aggregate

Automobile Liability including coverage $1,000,000 per occurrence


for owned, non-owned and hired vehicles

Workers’ Compensation Statutory


Employers’ Liability Insurance $1,000,000 per occurrence

Required Coverage Forms


The Commercial General Liability coverage shall be written on Insurance Services Office (ISO)
form CG 00 01, or a substitute form providing liability coverage at least as broad.
The Business Auto Liability coverage shall be written on ISO form CA 00 01, CA 00 05, CA 00
12, CA 00 20, or a substitute form providing liability coverage as broad.
Required Endorsements
The Commercial General Liability policy shall contain the following endorsements, which shall
accompany the Certificate of Insurance:
1)An Additional Insured endorsement using ISO form CG 2010 or CG 2033 or a form at least as
broad naming the County of Orange, its elected and appointed officials, officers, employees
and agents as Additional Insureds, or provide blanket coverage which shall state AS
REQUIRED BY WRITTEN CONTRACT.
2)A primary non-contributing endorsement evidencing that the Contractor’s insurance is primary
and any insurance or self-insurance maintained by the County of Orange shall be excess and
non-contributing.
3)A Products and Completed Operations endorsement using ISO Form CG2037 (ed. 10/01) or a
form at least as broad, or an acceptable alternative is the ISO from CG2010 (ed. 11/85).
The Workers’ Compensation policy shall contain a waiver of subrogation endorsement waiving
all rights of subrogation against the County of Orange, its elected and appointed officials,
officers, employees and agents or provide blanket coverage which shall state AS REQUIRED
BY WRITTEN CONTRACT.
All insurance policies required by this Contract shall waive all rights of subrogation against the
County of Orange, its elected and appointed officials, officers, employees and agents when
acting within the scope of their appointment or employment
Contractor shall notify County in writing within thirty (30) days of any policy cancellation and
ten (10) days for non-payment of premium and provide a copy of the cancellation notice to
County. Failure to provide written notice of cancellation may constitute a material breach of the
Contract, upon which the County may suspend or terminate this Contract.
The Commercial General Liability policy shall contain a severability of interests clause (standard
in the ISO CG 001 policy).
Insurance certificates should be forwarded to the agency/department address listed on the
solicitation.
If the Contractor fails to provide the insurance certificates and endorsements within seven (7)
days of the notification by CEO/Purchasing or the agency/department purchasing division, award
may be made to the next qualified Contractor.

C019413 Page 25 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

County expressly retains the right to require Contractor to increase or decrease insurance of any
of the above insurance types throughout the term of this Contract. Any increase or decrease in
insurance will be as deemed by County of Orange Risk Manager as appropriate to adequately
protect County.

County shall notify Contractor in writing of changes in the insurance requirements. If


Contractor does not deposit copies of acceptable certificates of insurance and endorsements
with County incorporating such changes within thirty days of receipt of such notice, this
Contract may be in breach without further notice to Contractor, and County shall be entitled
to all legal remedies.

The procuring of such required policy or policies of insurance shall not be construed to limit
Contractor's liability hereunder nor to fulfill the indemnification provisions and requirements
of this Contract, nor in any way to reduce the policy coverage and limits available from the
insurer.

60. Bonds: The Contractor shall furnish, at time of signing the Contract, one surety bond which
shall protect the laborers and material men and shall be for $500,000, in accordance with Section
9554 of the Civil Code, and one surety bond in the amount of $500,000, guaranteeing the faithful
performance of the Contract. If at any time the value of the total task orders is expected to
exceed $500,000, the Contractor shall furnish, in a manner acceptable to the County, evidence
that the Contractor is bonded to the expected total value of outstanding task orders for both the
faithful performance and laborers and material men bonds. Contractor shall not be entitled to,
nor shall County authorize, task orders when the total outstanding value of the task orders under
this contract exceeds the bond values for which the County is an obligee. Said bonds to be
approved by the office of the County Counsel and the County Executive Office of Orange
County. Such bonds shall be the forms provided in these specifications and issued and executed
by an admitted surety insurer (authorized to transact surety insurance in California). (e.g., if the
bonds are issued through a surplus line broker, both the surplus line broker and the insurer with
whom he is doing business for purposes of this project must be licensed in California to issue
such bonds.)

The faithful performance bond shall be issued by a Surety company with a minimum insurance
rating of A- (Secure Best’s Rating) and VIII (Financial Size Category) as determined by the
most current edition of the Best’s Key Rating Guide/Property-Casualty/United States or
ambest.com. The Surety Company must also be authorized to write in California by the
Department of the Treasury, and must be listed on the most current edition of the Department of
Treasury’s Listing of Approved Securities.

If any surety upon any bond furnished in connection with this Contract becomes unacceptable to
the County, or if any such surety fails to furnish reports as to his financial condition from time to
time as requested by OC Public Works, the Contractor shall promptly furnish such additional
security as may be required by OC Public Works or the Board of Supervisors from time to time
to protect the interests of the County and of persons supplying labor or materials in the
prosecution of the Work contemplated by this Contract.

If the County increases the total Contract amount the Contractor is to provide a new bond for the
new total Contract amount or a bond for the difference.

C019413 Page 26 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

61. Charges, Fines, Penalties and Assessments: Contractor shall be responsible for any and all
charges, fines, penalties, and/or assessments levied against the County by any governmental
entity, administrative or regulatory agency having jurisdiction, resulting from any action or
omission of the Contractor, Contractor's subcontractor, suppliers, and/or employees, unless due
to the sole and active negligence of the County. County is authorized to deduct any such charge,
fine penalty, or assessment from any payment County is otherwise required to make to
Contractor.
If any such charge, fine, penalty, or assessment is levied against the County subsequent to the
completion of the Contract as a result of any action or omission as set forth above, Contractor
shall nevertheless be responsible to the County for the entire sum of such charge, fine, penalty,
or assessment and agrees to pay the full amount due within sixty (60) calendar days of receiving
an invoice from the County.
Contractor shall be liable to the County for attorney's fees and costs incurred by the County in
enforcing the provisions of this paragraph.
62. Bills and Liens: Contractor shall pay promptly all indebtedness for labor, materials and
equipment used in performance of the Work. Contractor shall not permit any lien or charge to
attach to the Work or the premises, but if any does so attach, Contractor shall promptly procure
its release and, in accordance with the requirements of Article 22 above, indemnify, defend, and
hold County harmless and be responsible for payment of all costs, damages, penalties and
expenses related to or arising from or related thereto.
63. Changes: The County may, at any time, by written order, and without notice to the sureties,
make changes in accordance with the terms and conditions of this Contract.
64. Change of Ownership: Contractor agrees that if there is a change or transfer in ownership of
Contractor’s business prior to completion of this Contract, the new owners shall be required
under terms of sale or other transfer to assume Contractor’s duties and obligations contained in
this Contract and complete them to the satisfaction of County.
65. Force Majeure: Contractor shall not be assessed with liquidated damages or unsatisfactory
performance penalties during any delay beyond the time named for the performance of this
Contract caused by any act of God, war, civil disorder, employment strike or other cause beyond
its reasonable control, provided Contractor gives written notice of the cause of the delay to
County within 36 hours of the start of the delay and Contractor avails himself of any available
remedies.
66. Confidentiality: Contractor agrees to maintain the confidentiality of all County and County and
County-related records and information pursuant to all statutory laws relating to privacy and
confidentiality that currently exist or exist at any time during the term of this Contract. All such
records and information shall be considered confidential and kept confidential by Contractor and
Contractor’s staff, agents and employees.
67. Compliance with Laws: Contractor represents and warrants that services to be provided under
this Contract shall fully comply, at Contractor’s expense, with all standards, laws, statutes,
restrictions, ordinances, requirements, and regulations (collectively “laws”), including, but not
limited to those issued by County in its governmental capacity and all other laws applicable to
the services at the time services are provided to and accepted by County. Contractor
acknowledges that County is relying on Contractor to ensure such compliance, and pursuant to
the requirements of Article 22 above, Contractor agrees that it shall defend, indemnify and hold

C019413 Page 27 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

County and County Indemnitees harmless from all liability, damages, costs and expenses arising
from or related to a violation of such laws.
68. Pricing: The Contract price, as more fully set forth in Attachment B, shall include full
compensation for providing all required goods in accordance with required specifications, or
services as specified herein or when applicable, in the Scope of Work attached to this Contract,
and no additional compensation will be allowed therefore, unless otherwise provided for in this
Contract.
69. Intentionally left blank.
70. Terms and Conditions: Contractor acknowledges that it has read and agrees to all terms and
conditions included in this Contract.
71. Headings: The various headings and numbers herein, the grouping of provisions of this
Contract into separate clauses and paragraphs, and the organization hereof are for the purpose of
convenience only and shall not limit or otherwise affect the meaning hereof.
72. Severability: If any term, covenant, condition or provision of this Contract is held by a court of
competent jurisdiction to be invalid, void or unenforceable, the remainder of the provisions
hereof shall remain in full force and effect and shall in no way be affected, impaired or
invalidated thereby.
73. Calendar Days: Any reference to the word “day” or “days” herein shall mean calendar day or
calendar days, respectively, unless otherwise expressly provided.
74. Attorneys Fees: In any action or proceeding to enforce or interpret any provision of this
Contract, or where any provision hereof is validly asserted as a defense, each Party shall bear its
own attorney’s fees, costs and expenses.
75. Authority: The Parties to this Contract represent and warrant that this Contract has been duly
authorized and executed and constitutes the legally binding obligation of their respective
organization or entity, enforceable in accordance with its terms.
76. Employee Eligibility Verification: The Contractor warrants that it fully complies with all
Federal and State statutes and regulations regarding the employment of aliens and others and that
all its employees performing Work under this Contract meet the citizenship or alien status
requirement set forth in Federal statues and regulations. The Contractor shall obtain, from all
employees performing Work hereunder, all verification and other documentation of employment
eligibility status required by Federal or State statutes and regulations including, but not limited
to, the Immigration Reform and Control Act of 1986, 8 U.S.C. §1324 et seq., as they currently
exist and as they may be hereafter amended. The Contractor shall retain all such documentation
for all covered employees for the period prescribed by the law. The Contractor shall indemnify,
defend with counsel approved in writing by County, and hold harmless, the County, its agents,
officers, and employees from employer sanctions and any other liability which may be assessed
against the Contractor or the County or both in connection with any alleged violation of any
Federal or State statutes or regulations pertaining to the eligibility for employment of any
persons performing Work under this Contract.
77. Indemnification: Contractor agrees to indemnify, defend with counsel approved in writing by
County, and hold County, its elected and appointed officials, officers, employees, agents and
those special districts and agencies which County’s Board of Supervisors acts as the governing
Board (“County Indemnitees”) harmless from any claims, demands or liability of any kind or
nature, including but not limited to personal injury or property damage, arising from or related to

C019413 Page 28 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

the services, products or other performance provided by Contractor pursuant to this Contract. If
judgment is entered against Contractor and County by a court of competent jurisdiction because
of the concurrent active negligence of County or County Indemnitees, Contractor and County
agree that liability will be apportioned as determined by the court. Neither Party shall request a
jury apportionment. Notwithstanding anything stated above, nothing contained herein shall
relieve Contractor of any insurance requirements of obligations created elsewhere in this
Contract.
78. Waiver of Claims: Unless a shorter time is specified elsewhere in this Contract, on or before
making his final request for payment, Contractor shall submit to County, in writing, all claims
for compensation under or arising out of this Contract; the acceptance by Contractor of the final
payment shall constitute a waiver of all claims against County under or arising out of this
Contract except those previously made in writing and identified by Contractor as unsettled at the
time of his final request for payment.
79. Cultural/Scientific Resource Finds: If the Contractor's operations uncover or Contractor’s
employees find any burial grounds or remains, ceremonial objects, petroglyphs, and
archaeological or paleontological or other artifacts of like nature within the construction area,
Contractor shall immediately notify the County of Contractor’s findings and shall modify
construction operations so as not to disturb the findings pending receipt of notification as to
determination of the final disposition of such finding from the County. Should the findings, or
notification as to disposition of findings, require additional work, a Job Order will be issued at
the County’s discretion.
Any findings of a cultural/scientific resource nature shall remain the property of the County and
not become the property of the person or persons making the discovery.

C019413 Page 29 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

IN WITNESS WHEREOF, the PARTIES hereto have executed this CONTRACT on the
dates opposite their respective signatures:
HARRY H. JOH CONSTRUCTION, INC.,
a California Corporation

Date: ___________ By___________________________________
Signature

 
___________________________________
Print Name & Title

(If a corporation, the document must be signed by two corporate officers. The 1st must be either
Chairman of the Board, President or any Vice President.)


Date: ___________ By____________________________________
Signature
 
  
____________________________________
Print Name & Title

(If a corporation, the 2nd signature must be either the Secretary, an Assistant Secretary, the
Chief Financial Officer, or any Assistant Treasurer.)

COUNTY OF ORANGE,
a political subdivision of the State of California

Date: ___________ By__________________________________

Print
Name________________________________

Title ________________________________

APPROVED AS TO FORM
Office of the County Counsel
Orange County, California

By:________________________

   

C019413 Page 30 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

ATTACHMENT A
SCOPE OF WORK

I. SCOPE OF WORK: Contractor shall provide all labor, materials, tools, equipment, utilities, vehicles,
and transportation services required to provide HVAC Services under this Contract. Services may be
provided, but may not be limited to, any facility or property which is owned, operated, or maintained
by the County. HVAC Services shall be provided in accordance with the following, which are
incorporated herein by this reference.
A. Construction Task Catalog® & Technical Specifications Titled: Job Order Contracting; Dated
October 2017 (to be distributed at Pre-Bid Meeting).
B. All other requirements identified specifically in A Job Order Detailed Scope of Work, which
include but not limited to drawings, additional specifications, as-built records, sketches, written
scope narratives, standard specification from other local, state and federal agencies.
C. California Building Code and other codes, ordinances, rules, regulations, orders and legal
requirements of Agency Having Jurisdiction which bear on the performance of the work.
D. Secured Facilities: The Contractor may be required to have their employees, subcontractors
and/or suppliers submit applications and complete security clearances prior to commencing any
work in a secured County facility. Contractor employees, subcontractors and/or suppliers will be
required to submit to fingerprinting and personal background checks as part of the security
clearance process.

II. PERFORMANCE REQUIREMENTS:


A. There is no guaranteed minimum amount of work which will be ordered under this Contract.
B. The total Contract amount will not exceed $4,640,000.
C. This is a Contract for work specified in individual Job Orders. Work ordered prior to but not
completed by the expiration of the Contract period, and any additional work required as a result
of unforeseen conditions encountered during construction up to six (6) months after the contract
expiration date, will be completed with all provisions of this Contract still in force. Performance
time for each Job Order issued under this Contract will be determined in accordance with the
Contract. This performance time will be determined and agreed upon by both Parties for each
individual Job Order. Contractor must self-perform 20% of the Work under this Contract for ‘A’
and ‘B’ licenses. Contractor must self-perform 75% of the Work under this Contract, unless
otherwise approved by the County, for ‘C’ licenses.
D. This is an indefinite-quantity Contract for the supplies or services specified and effective for the
period stated. Work or performance shall be made only as authorized by Job Orders issued in
accordance with the ordering procedures clause. The Contractor agrees to furnish to the County
when and if ordered, the supplies or services specified in the Contract up to and including the
quantity designated in the Job Orders issued as the maximum designated in the Contract.

III. ORDERING PROCEDURES:


A. Joint Scope Meeting and Job Order Development:
The County will issue, for each individual project, a Brief Scope of Work and joint scope
invitation requesting the Contractor’s Superintendent and/or the County’s end user
representative, to meet at the project site. Upon receipt of this notification, the Contractor agrees
to respond to the County within two (2) working days by establishing verbal contact with the
County. The County, Contractor and other necessary parties will visit the proposed Work site

C019413 Page 31 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

and participate in a joint scope meeting, which will include discussion and establishment of the
following:
Detailed Scope of Work
Definition and refinement of requirements
Existing site conditions
Methods and alternatives for accomplishing Work
Requirements for plans, sketches, shop drawing(s), submittals, etc.
Tentative duration Work schedule
Preliminary quantity assumptions/estimates
Staging areas and site access
Special conditions regarding unique facility operations
Safety requirements
Hazardous Materials or site conditions
Other project requirements

As part of the required Joint Scope Meeting, the Contractor and the County will agree on a
sequence of Work; means of access to the premises and building; space for storage of materials
and equipment; Work and materials and use of approaches; use of corridors, stairways, elevators,
and means of communications and the location of partitions, eating spaces, and restrooms for the
Contractor, for individual Job Orders. The Contractor agrees to be responsible for taking these
factors into account when developing its Quotation.
The Detailed Scope of Work will be completed by the Contractor and submitted to the County
for approval, prior to issuance of a Request for Quote. This Detailed Scope of Work must be
submitted within forty-eight (48) hours or a mutually agreed upon time of the joint scope
meeting. If consultant services are required to clarify project requirements, they will be
completed and submitted with the Scope of Work for County approval before a Request for
Quote will be issued.
Unless waived in writing, the Contractor agrees to provide all documentation required to fully
establish the Scope of Work including, but not limited to, shop drawings, sketches and/or
specifications that comply with the Contract specifications and relate to the proposed project.
This documentation will be provided for the purpose of defining scope, obtaining permits, and
assisting the County in determining the best possible solution for repair and refurbishment
issues. If the County requests a change in the proposed Scope of Work, the Contractor agrees to
submit a revised Scope of Work reflecting all requested changes within forty-eight (48) hours.

B. Request for Quote


Once the project development stage and joint scope meeting have produced a County approved
Detailed Scope of Work, the County will issue a Request for Quote (RFQ) to the Contractor.
The RFQ will include the Scope of Work approved by the County and other pertinent
information with regards to scheduling, submittals, shop drawings and sketch requirements. The
Contractor agrees to prepare and submit a Quote of Work.

C. Quote Development
The Contractor Quote agrees to be comprised of the following elements:
1. Detailed Cost Quote
a. Pre-Priced Work requirements: Pre-Priced Work requirements will identify the type

C019413 Page 32 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

and number of Work tasks required from the CTC. The price per unit set forth in the
CTC shall serve as the base price for the purpose of the operation of this article. The
Contractor’s Quote shall include support documentation to indicate that adequate
engineering and planning for the requirement has been done, and that the Work tasks
proposed are reasonable for the Scope of Work. Documentation to be submitted
with the Quote shall include, but not be limited to, shop drawings, calculations,
Catalog® cuts, and specifications.
b. The total extended price for Pre-Priced Work requirements will be determined by
multiplying the price per unit by the quantity required. The price offered in the
Quote will be determined by multiplying the total extended price by the appropriate
Adjustment Factor.

2. Non-Pre-Priced Task Requirements


a. Units of Work not included in the CTC, but within the general scope and intent of
this Contract, may be negotiated into this Contract as needs arise. Such Work
requirements shall be incorporated into and made a part of this Contract for the Job
Order to which they pertain, and may be incorporated into the CTC if determined
appropriate by the County at the negotiated price. Non-Pre-Priced Tasks shall be
separately identified and submitted in the Quote. Whether a Work requirement is
Pre-Priced or Non-Pre-Priced is a final determination by the County, binding and
conclusive on the Contractor.
b. Information submitted in support of Non-Pre-Priced Tasks agree to include, but not
be limited to, the following: complete specifications and technical data, including
Work unit content, Work unit cost data, schedule requirements; quality control and
inspection requirements. Pricing data submitted in support of Non-Pre-Priced Tasks
include a cost or price analysis report establishing the basis for selecting the
approach proposed to accomplish the requirements. Unless otherwise directed by the
County, cost data shall be submitted demonstrating that the Contractor solicited and
received three (3) bids. The Contractor shall not submit a quote or bid from any
supplier or subcontractor that the Contractor is not prepared to use. The County
may require additional quotes and bids if the suppliers or subcontractors are not
acceptable for if the prices are not reasonable. The Contractor agrees to provide an
installed unit price (or demolition price if appropriate), which shall include all costs
required to accomplish the Non-Pre-Priced Task.
c. The final price submitted for Non-Pre-Priced (NPP) Tasks shall be calculated
according to the following formula:

Contractor performed duties


A= The hourly rate for each trade classification not in the Construction Task
Catalog® multiplied by the quantity;
B= The rate for each piece of Equipment not in the Construction Task Catalog®
multiplied by the quantity;
C= Lowest of three (3) independent quotes for all materials.
Total for a Non Pre-Priced Task performed with Contractor’s Own Forces =
(A+B+C) x Factor of 1.00

Subcontractor performed duties

C019413 Page 33 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

If the Non Pre-Priced Task is to be subcontracted, the Contractor must submit three
(3) independent quotes for the Work.
D= Lowest of three (3) Subcontractor quotes.

Total cost of Non-Pre-Priced Tasks performed by Subcontractors = D x Factor of


1.00.
After being used on three separate Job Orders, the unit price for the Non-Pre-Priced
Task may become fixed as a permanent Pre-Priced item, which will no longer
require price justification.
The County’s determination as to whether a task is a Pre-Priced Task or a Non Pre-
Priced Task shall be final, binding and conclusive.

3. Total Fixed Cost of the Quote


The total fixed cost of the Quote shall be determined by adding the total Quote price
offered for Pre-Priced and Non-Pre-Priced Work units.

4. Submittals
All documents, shop drawings, and “As-Built” drawings shall be prepared such that the
drawings meet all the requirements of Local, State, and Federal regulations, codes and
directives. The Contractor agrees to also provide as necessary, the forms, studies, and
other documentation required by applicable codes and agencies.
The Contractor agrees to ensure that all engineering solutions conform strictly to the
guides and criteria outlined in Contract specifications. In case of uncertainty of detail or
procedure, the Contractor agrees to request additional instruction from the County. The
Contractor is responsible for producing complete, competent, properly coordinated, and
thoroughly checked documents.
At the Contractor’s expense, as part of their Adjustment Factors, the documentation noted
above, shall be prepared and reviewed as necessary to ensure its compliance with all
applicable laws and regulations.

5. Work Duration Schedule


With each quote, the Contractor agrees to furnish a Gantt chart Work duration schedule
showing the order in which the Contractor proposes to perform the Work, the durations in
which the Contractor is to perform the Work, and the relative dates on which the
Contractor contemplates starting and completing project tasks, including the acquisition of
materials, fabrication, and equipment. The County may determine the level of detail and
number of tasks required to be included on the schedule. Unless otherwise specified, the
schedule shall be in the form of a Gantt chart Work duration schedule of suitable scale to
indicate appropriately the percentage of Work scheduled for Completion. At the discretion
of the County, the Contractor may be required to furnish a Critical Path Method (CPM)
schedule.
The purpose of the Work Duration Schedule is to ensure adequate planning, coordination
and execution of the Work, and to evaluate the progress of the Work. The schedule
indicates the dates for starting and completing various aspects of the Work including, but
not limited to, on-site construction activities as well as the submittal, approval,
procurement, fabrication, and delivery of major items, materials and equipment. The

C019413 Page 34 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

schedule indicates phasing of Work activities as required. The schedule provides the
Contractor’s initial plan for the Work based on its understanding of the Detailed Scope of
Work, with the critical path highlighted.
a. Schedule Approval; all project schedules will be subject to the County’s review and
approval. The use of any particular scheduling system shall be subject to the
approval of the County.
b. Schedule Updates; the Contractor agrees to maintain the Work duration schedule
updates on an ongoing basis and, when the County requests it, include the updates in
its payment request. The Contractor may be required to submit a narrative report
with each monthly update which shall include a description of current and
anticipated problem areas, delaying factors and their impact, and an explanation of
corrective action taken or proposed. Failure to do so may be considered a material
breach of the Contract. Any additional or unanticipated costs or expense required to
maintain the schedules shall be solely the Contractor’s obligation and Contractor
agrees not to charge the County.
c. Adjustment of the Work duration schedule; the Contractor agrees that whenever it
becomes apparent to the County, from the current monthly status review meeting or
the schedule, that phasing or Job Order milestone dates will not be met, it will take
some or all of the following actions at no additional cost to the County.
1. Increase construction manpower in such quantities and crafts as will eliminate
the backlog of Work.
2. Increase the number of working hours per shift, shifts per working day.
3. Reschedule the Work under the Job Order in conformance with all other
requirements. The Contractor agrees to be liable for any additional cost
incurred by the County for the adjustment of project schedules.
4. Prior to proceeding with any of the above actions, the Contractor agrees to
notify and obtain approval from the County’s Project Manager for the
proposed schedule changes. If such actions are approved, the Contractor
agrees to incorporate the revisions into the schedule.
6. Subcontractor’s List
The Quote represents the Contractor’s offer to do Work, and as such, in accordance with
Sections 4100 to 4114, inclusive, of the Public Contract Code of the State of California,
the Contractor agrees to list, on the Subcontractor listing report, the name, business
location and the California Contractor License number of each Subcontractor that will
perform Work, labor or render service on the Work in excess of one-half of one percent
(1/2%) of the total Quote amount. Contractors and Subcontractor which have been
debarred from public works projects by the Labor Commissioner may not perform Work
under this Contract. The Contractor agrees to list project percentage of proposed
Subcontractor and percentage of the project to be self-performed.
Contractor agrees to advise the County of any Subcontractor substitution(s) prior to
commencement of subcontract Work and to only substitute Subcontractor as authorized
under Public Contract Code sections 4100 et seq. Contractor may be subject to penalties
in accordance to the above referenced sections for illegal Subcontractor substitution.
7. Electronic Quote
The Contractor agrees to transmit an electronic copy of the Quote, using the County

C019413 Page 35 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

furnished software, to the County.


8. Complete Quote
By submitting a signed Quote, the Contractor is agreeing to accomplish the Work outlined
in the RFQ and the Detailed Scope of Work for that particular Job Order. It is the
Contractor’s responsibility to include the necessary line items in the Quote prior to
submitting it to the County. Errors and omissions in the Quotes shall be the responsibility
of the Contractor. All costs associated with preparing Quotes shall be the responsibility of
the Contractor. The County makes no commitment as to the award of individual Job
Orders.
D. Quote Review
Each Quote received from the Contractor will be reviewed in detail for appropriateness of
quantities and tasks selected. Submittals will be reviewed, as well as the Work duration
schedule and list of Subcontractor. The County will evaluate the proposed Work units and may
compare them with the independent County estimate of the same tasks to determine the
reasonableness of approach, including the nature and number of Work units proposed. The
County will determine whether the Contractor’s Quote is acceptable.
E. Project Approval
The County may issue a Job Order Authorization for the Work, to include the firm-fixed-price of
the Job Order and the project duration. Contractor agrees that all clauses of this Contract are
applicable to any Job Order issued hereunder.
The County reserves the right to reject a Contractor’s Quote based on unjustifiable quantities
and/or methods, performance periods, inadequate documentation, or other inconsistencies or
deficiencies on the Contractor’s part in the sole opinion of the County.
The County reserves the right to issue a unilateral Job Order authorization for the Work if a
Quote price cannot be mutually agreed upon. This is based upon unjustifiable quantities in the
sole opinion of the County.
The County also reserves the right to not issue a Job Order Authorization if the County’s
requirement is no longer valid or the project is not funded. In these instances, the Contractor has
no right of claim to recover Quote expenses. The County may pursue continuing valid
requirements by other means where Contract was not reached with the Contractor.
F. Quote Time Requirements
1. Quote Submittal
The Contractor agrees to respond to a Request for Quote within forty-eight (48) hours.
Contractor’s response shall confirm receipt of the Request for Quote, and a mutually
agreed upon date for submittal of Contractor’s detailed price Quote.
The Contractor agrees to make a thorough analysis of each Request for Quote and submit
all requests for information to the County, in writing. All requests for information and the
responses are to be documented in the Detailed Scope of Work. The requests shall include
supporting sketches or information necessary to properly convey requested information.
Contractor shall submit recommended solution(s) review and consideration. The requests
for information shall not extend the Quote due date unless mutually agreed to by the
County.
2. Quote Review
The Contractor’s project manager or agent agrees to be available for Quote review

C019413 Page 36 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

meetings within twenty-four (24) hours of being notified by the County (via fax, e-mail,
telephone, etc). After review of the Quote, the Contractor agrees to remove all
inapplicable line items and adjust quantities as directed by the County.
3. Quote Modification
The Contractor will be granted only one opportunity to add new, valid line items that may
have been omitted from its first Quote by submitting a second, revised Quote. The
Contractor agrees to submit the revised Quote within forty-eight (48) hours of the initial
Quote review meeting, unless otherwise specified in writing. Upon review of the revised
Quote, the Contractor agrees to remove all line items or adjust quantities deemed
inappropriate by the County, and re-submit its Quote within twenty-four (24) hours. No
new line items may be added to the revised Quote, nor may quantities be increased, nor
modifiers added unless specifically agreed to in writing by the County’s subsequent Quote
review.
4. Enforcement of Time Requirements
The Quote time requirements contained herein will be strictly enforced. Failure to comply
may result in the Contractor being deemed non-responsive to the Request for Quote. The
County may cancel the Request for Quote from the Contractor and solicit another
Contractor. The County may also deem the Contractor ineligible for any future JOC
contracts.

IV. APPROVAL AND CONSTRUCTION PROCEDURES:

A. Job Order Authorization (JOA)


Upon approval of the Scope of Work and the Contractor’s Quote, the County will issue a Job
Order Authorization to the Contractor. The Job Order Authorization will include the firm fixed
price of the Job Order and the project duration. Once the Job Order Authorization has been
issued the Contractor agrees to:
1. Initiate submission of required shop drawings and submittals to the County for review and
approval.
2. Prepare a detailed Work duration schedule.
3. The Contractor agrees to not begin construction prior to the construction start date
identified in the Notice to Proceed (NTP).
4. Upon issuance of the NTP, the County agrees to have the right to direct the Contractor to
withhold actual commencement of a Job Order in part or in whole, and the Contractor
agrees to comply with such instructions. The Contractor agrees to be granted an extension
of the completion time of the Job Order equal to the number of working days delay caused
to County pursuant to Contractor's compliance with such instructions. The Contractor will
not be entitled to any additional compensation due to the subject extension of the
Completion time. The only compensation would be if a Job Order is delayed in part, after
Work has commenced, and the Contractor is required to perform additional Work to make
the Work area safe or to perform additional scope as directed by the County. This
additional Work will be considered additional Work and ordered as a separate Job Order.

B. Notice to Proceed (NTP)


Following the JOA and purchase order issuance, the County will issue a Notice to Proceed
(NTP) that will provide the construction start date, the Work duration period, and the Substantial

C019413 Page 37 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

Completion date. The Contractor agrees to begin and complete construction within the dates
specified on the NTP. The County must approve all extensions of time in writing.
The County may also issue an Emergency Notice to Proceed (NTP). In the event the County
requires the Contractor to respond to an immediate request for work, a Job Order will be created
and an Emergency NTP will be issued. The Contractor will be required to perform the Scope of
Work included with the Emergency NTP as directed by the County’s Project Manager or
designee. The Detailed Scope of Work, Quotation, Subcontractor Listing, Shop Drawings and
required Non Pre-priced backup documentation will be submitted upon completion of the
emergency work in accordance with the Ordering Procedures detailed in Section III above.

C. Pre-Construction Meeting
No more than seven (7) days from the issuance of the NTP, unless the County grants additional
time, the County will conduct a pre-construction meeting with the Contractor’s project manager,
Subcontractors, and the end-user to determine the actual project schedule, project access
requirements and to address and resolve any customer concerns.

D. Project Construction
The Contractor agrees to provide continuous on-site supervision on each Job Order, while
progress on the project is being accomplished. The Contractor’s Project Manager will ensure:
1. Coordination and providing supervision to all Subcontractor and workers;
2. Posting of the prevailing wage scale;
3. Maintaining a copy of the Contractors safety program manual made available to all
construction personnel;
4. Conducting weekly on-site safety meetings;
5. Completing the daily labor and construction progress log on a daily basis and submit
copies to the County on a daily basis. Copies of the previous day’s reports must be
submitted by 9:00AM of the following day.
a. Daily labor log is to include a listing of Subcontractor(s) and a count of workers by
trade providing services for the day.
b. Construction progress log is to include a narrative of the Work provided by trade(s).
Narrative agrees to include the various areas of the jobsite where Work was
performed and any problems or conditions that were encountered.
c. In the event the Contractor fails to provide a daily log and/or construction progress
log, the County may impose damages against the Contractor in the amount of fifty
dollars ($50.00) for each log and deduct from the Contractor’s payment request, for
each day the Contractor does not provide the documentation.
6. County may suspend Contractor operations if no Contractor Superintendent is observed.
All delays caused by the suspension will be the responsibility of the Contractor. No time
extension or claims for cost(s) associated with the suspension will be granted by the
County.
E. Changed Work
Changed Work (all added or deleted Work), as it pertains to the approved Detailed Scope of
Work included in a specific Job Order, shall be either changes directed by the County or
unforeseen site conditions, which were not evident during the Initial Joint Scope Meeting. This

C019413 Page 38 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

additional Work will be considered a subsequent Job Order, for that specific project, and will be
ordered, approved and executed as per the procedures set forth in this Contract.
A credit for Tasks that have been deleted from the Detailed Scope of Work will be given at
100% of the value at which they were included in the original Quote. Credits for Pre-Priced and
Non Pre-Priced Tasks shall be calculated at the pre-set Unit Prices and multiplied by the
appropriate Adjustment Factors. A Supplemental Job Order will be issued detailing the credit(s)
due the County.
F. Project Completion
The Contractor agrees to schedule a final job walk with the County. If required, the County will
prepare a list of incomplete items, the “Punch List”. The Contractor agrees to complete the
“Punch List” corrections and schedule a final project completion job walk. The County will sign
the “Punch List” as completed when determined, the project is finished. The Contractor agrees
to submit the following along with its final payment request:
1. “Punch List” signed by the County;
2. Completed building inspection card;
3. All required warranties and maintenance requirements;
4. All record drawings or as-built drawings,
5. All required operation and maintenance manuals;
6. All keys and security entry cards;
7. Any other closeout items.

V. CONTRACTS AND ORDER OF PRECEDENCE:


In the event that any provision(s) in any component part of the Contract conflicts with any provision(s)
of any other component part, the following order of precedence among the Contracts component parts
shall govern:
A. Job Orders (including Scope of Work)
B. County - Contractor Contract
C. Project manual
D. Construction Task Catalog®
E. County Standard Plans
F. Technical Specifications
G. Green Book

VI. PERMITS, BUSINESS LICENSES, INSPECTIONS AND WARRANTY:


A. Except as noted, the Contractor agrees to obtain and pay for all permits required for the Work.
Further, the Contractor agrees to obtain and pay for all permits incidental to the Work or made
necessary by Contractor's operation. The Contractor agrees to obtain all building permits. The
Contractor will be reimbursed for all direct costs of permits without mark-up. The Contractor
must submit the direct cost of all permits and inspection in the Quote as a Non-Pre-Priced Task.
Any permit and/or inspection fees not included in the Quote will not be reimbursed by the
County. The County is not responsible for any re-inspection(s) required due to the Contractor’s
failure to pass initial inspection(s).

C019413 Page 39 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

B. The Contractor will be required to obtain a city business license to perform the Work in the
appropriate city, as specific in the Job Order.
C. To comply with Section 3800 of the Labor Code of the State of California, the Contractor and all
Subcontractors requiring a permit (building, plumbing, grading, and electrical, etc.) agree to file
a workers' compensation certificate with the County.
D. Exclusive of off-site inspection specified to be the County's responsibility, the Contractor agrees
to arrange and pay for all off-site inspection of the Work including certification thereof required
by the specifications, drawings, or by governing authorities.
E. The County will provide on-site inspection of the Work and will arrange for off-site inspection
when specified in the Detailed Scope of Work. All other required inspections will be the
responsibility of the Contractor.
F. The County will inspect the Work for code compliance as part of permits pulled. The County
will provide this inspection at no additional cost for the first inspection and for re-inspection. If
the Contractor is unable to correct defective Work after one re-inspection, the County may
charge the Contractor for additional re-inspection.
G. In addition to any other warranties in this Contract, or those provided by manufactures the
Contractor warrants that Work performed under this Contract conforms to the Contract
requirements and is free of any defect in equipment, material, or workmanship performed by the
Contractor or any Subcontractor or supplier at any tier.
H. Corrections to Work may be required during the Work or the warranty period. The County is
expressly authorized at County's option to apply any sums withheld from progress payments
toward the cost of such corrections.
I. This warranty shall continue for a period of one year from the date listed on the Notice of
Completion for the specific Job Order. If the County takes occupancy of any part of the Work
before Final Acceptance, a warranty covering that specific portion of the Work shall begin for a
period of one year from the date the County takes occupancy. The County will notify the
Contractor in writing of the scope of any partial occupancy and the specific items under
warranty.
J. The County will not pay any costs for licenses required in the performance of the Work. The
Contractor agrees to assume this responsibility in total.
K. As required by the Detailed Scope of Work for a specific Job Order, the County may be required
to enter into Contracts with other Local, State and Federal Agencies to accomplish the subject
Scope of Work. Agencies may include but are not limited California Department of Fish and
Game, US. Army Corps of Engineers, California Regional Water Quality Control Board. The
Contractor will be required to comply with the requirements set forth within the permit.
L. Best Management Practices (BMPs) may be required for specific Job Orders, which will be
indentified in the Detailed Scope of Work. All California Storm Water Quality Association
(CASQA) Construction BMPs may be viewed at www.cabmphandbooks.com. It is the
Contractors responsibility to pay for all costs incurred by the specific BMPs. The County will
not reimburse these costs.
M. As required by the Detailed Scope of Work, per a specific Job Order the following permits may
apply and will be provided by the County:
1. NPDES Dewatering Permit

C019413 Page 40 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

2. NPDS Municipal Storm Water Sewer System Permit


3. NPDES General Construction Permit
4. Any site specific permits identified by County
N. If applicable, the NPDES Watering Permit shall be provided in accordance with the following:
1. Construction Related Dewatering & De Minimus Discharges, Santa Ana Region:
a. The County has been issued Municipal NPDES Permit No. CAS618030, Order No.
R8-2009-0030, from the California Regional Water Quality Control Board, Santa
Ana Region. Section III.3.ii. of this permit authorizes de minimus types of
discharges listed in the Santa Ana Regional Board’s General De Minimus Permit for
Discharges to Surface Waters, Order No. R8-2009-0003, from County owned and/or
operated facilities and activities (including construction), outside of the Newport
Bay watershed.
b. A copy of the County’s Municipal NPDES Permit (Order No. R8-2009-0030) may
be found on the internet at:
http://www.waterboards.ca.gov/santaana/board_decisions/adopted_orders/orders/2
009/09_030_oc_stormwater_ms4_permit.pdf
c. A copy of the Santa Ana Regional Board’s General De Minimus Permit for
Discharges to Surface Waters (Order No. R8-2009-0003) may be found on the
internet at:
http://www.waterboards.ca.gov/santaana/board_decisions/adopted_orders/orders/2
009/09_003_deminimus_permit_wdr.pdf
d. For de minimus discharges outside of the Newport Bay Watershed, the Contractor is
hereby directed to read and thoroughly comply with the language in Section III.3.ii.
of the County’s Municipal NPDES Permit (Order No. R8-2009-0030) and to consult
the General De Minimus Permit (Order No. R8-2009-0003) for the types of de
minimus discharges which are covered.
O. National Pollutant Discharge Elimination System (NPDES) General Permit For Storm Water
Discharges Associated With Construction And Land Disturbance Activities Water Quality Order
2009-0009-Dwq (CGP):
1. On September 2, 2009, the State Water Resources Control Board adopted Order No. 2009-
0009-DWQ (Waste Discharge Requirements for Discharges of Storm Water Runoff
Associated with Construction Activities and Land Disturbance Activities). Effective July
1, 2010, all dischargers are required to obtain coverage under the Construction General
Permit Order 2009-0009-DWQ (CGP). Construction sites shall obtain permit coverage at
the appropriate Risk Level as determined by the Risk Assessment Procedures described in
subsection f below. The Regional Water Boards have the authority to require Risk
Determination to be performed on projects currently covered under Water Quality Order
No. 99-08-DWQ where they deem necessary.
A copy of these documents may be found on the internet at:
http://www.waterboards.ca.gov/water_issues/programs/stormwater/docs/constpermits/wq
o_2009_0009_complete.pdf
2. Prior to commencing Work, the Contractor shall submit the required PRDs (Permit

C019413 Page 41 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

Registration Documents) to the County Project Manager. If any of the required items are
missing, the PRD submittal is considered incomplete and will be rejected. Upon receipt
and acceptance of a complete PRD submittal, the County Project Manager will
electronically submit these documents to State Water Board through the California
Integrated Water Quality System (CIWQS) Project’s Storm water Multi-Application
Reporting and Tracking (SMART) system to obtain coverage under the General Permit.
3. Standard PRD Requirements
1. Notice of Intent
2. Risk Assessment (Standard or Site-Specific)
3. Site Map
4. SWPPP
5. Annual Fee
6. Signed Certification Statement
4. Additional Permit Registration Document (PRD) Requirements Related To Construction
Type
1. If Contractor proposes to implement an Active Treatment System (ATS) on a
Specific Job Order, Contractor shall submit:
i. Complete ATS Plan in accordance with Attachment F of the CGP at least 14
days prior to the planned operation of the ATS and a paper copy shall be
available onsite during ATS operation.
ii. Certification proof that the preparation and design was accomplished by a
qualified professional in accordance with Attachment F of the CGP.
2. Dischargers who are proposing an alternate Risk Justification shall submit:
i. Particle Size Analysis.
5. Exception to Standard PRD Requirements
1. Construction sites with less than one (1) acre of disturbance or an R value less than
five (5) as determined in the CGP Risk Assessment from the Revised Universal Soil
Loss Equation (RUSLE) are not required to submit a SWPPP.
6. Description of PRDs
1. Notice of Intent (NOI) or Notice of Construction Activity (NOCA)
The Notice of Intent or Notice of Construction Activity must be filled out
electronically on-line through the State’s SMART System. Contractor shall
coordinate with the County Project Manager to provide the required information to
fill out the NOI on-line form. Upon receipt of all required information (including all
items required below), County staff will electronically submit the Project
information through the SMART system.
2. Site Map(s) Includes
i. The project’s surrounding area (vicinity)
ii. Site layout
iii. Construction site boundaries

C019413 Page 42 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

iv. Drainage areas


v. Discharge locations
vi. Sampling locations
vii. Areas of soil disturbance (temporary or permanent)
viii. Active areas of soil disturbance (cut or fill)
ix. Locations of all runoff BMPs
x. Locations of all erosion control BMPs
xi. Location of all sediment control BMPs
xii. ATS locations (if applicable)
xiii. Location of sensitive habitats, watercourses, or other features which are not to
be disturbed
xiv. Locations of all post construction BMPs
xv. Location of storage areas for waste, vehicles, service, loading/unloading of
materials, access (entrance/exits) points to construction site, fueling and water
storage, water transfer for dust control and compaction practices
3. Storm Water Pollution Prevention Plan (SWPPP)
The Contractor will need to submit a site-specific SWPPP for review, approval, and
certification by the County prior to submittal to the State’s SMART system and prior
to start of mobilization and construction activity and will comply with the approved
SWPPP and with any subsequent amendments to the SWPPP.
NO CONSTRUCTION ACTIVITY CAN BE ALLOWED UNTIL THE COUNTY
RECEIVES A “WDID” NUMBER FROM THE REGIONAL BOARD.
Full compensation for conforming to the requirements of this section shall be
considered as included in the Adjustment Factor and no additional compensation
will be allowed therefor.
The Contractor must amend the SWPPP from time to time during the course of
Work to reflect actual construction progress and construction practices.
The SWPPP shall not be construed to be a waiver of the Contractor’s obligation to
review and understand the CGP before submitting a bid. By submitting a bid, the
Contractor acknowledges that he has read and understands the requirements of the
CGP and will fully comply with the requirements of the CGP.
4. Annual Fee (if applicable)
The annual fees are established through regulations adopted by the State Water
Board. The total annual fee is the current base fee plus applicable surcharges for the
total acreage to be disturbed during the life of the Project. Annual fees are subject to
change by regulation. The County will be not invoiced annually until the Project is
complete and the Notice of Termination (NOT) submitted to the Regional Board.
The cost per acre fee is based upon a table provided at the following website:
http://www.waterboards.ca.gov/water_issues/programs/stormwater/docs/sw_feesche
dules2008.pdf
The Contractor shall be responsible for paying the CGP permit fees until the Project
NOT has been filed and accepted by the Regional Board. The Contractor shall be
responsible for determination of the permit fees based upon his proposed

C019413 Page 43 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

construction operations and total disturbed areas. Contractor shall submit permit
fees to the County Project Manager for verification, and County will submit the fee
to the Regional Board.
5. A Signed Certification Statement must be submitted by the Legally Responsible
Party (LRP). The County Project Manager will coordinate with the Contractor to
acquire relevant information for the certification. The County will submit the
certification statement.
6. Risk Assessment
The Contractor shall use the Risk Assessment procedure as describe in the CGP
Appendix 1.
i. The Standard Risk Assessment includes utilization of the following:
1) Receiving water Assessment Interactive map
2) EPA Rainfall Erosivity Factor Calculator Website
3) Sediment Risk interactive map
4) Sediment sensitive water bodies list
ii. The site-specific Risk Assessment includes the completion of the hand
calculated R value Risk Calculator in the Revised Universal Soil Loss
Equation (RUSLE).
7. Post Construction Water Balanced Calculator (if applicable)
The Contractor shall complete the Water Balance Calculator (in Appendix 2 of the
General Permit) in accordance with the instructions when subject to this
requirement. (Note to Engineer: This paragraph will only apply when DISTRICT
or the County does not have a current MS4 (Municipal) permit in place.)
8. ATS Design Document and Certification
The Contractor using ATS must submit electronically their system design (as well as
any supporting documentation) and proof that the system was designed by a
qualified ATS design professional (See Attachment F of the General Permit).
P. Best Management Practices (PMF9.2S)
Contractor and all of Contractor’s, subcontractors, agents, employees and contractors shall
conduct operations under this Contract so as to assure that pollutants do not enter municipal
storm drain systems which systems are comprised of, but are not limited to curbs and gutters that
are part of the street systems ("Stormwater Drainage System"), and to ensure that pollutants do
not directly impact "Receiving Waters" (as used herein, Receiving Waters include, but are not
limited to, rivers, creeks, streams, estuaries, lakes, harbors, bays and oceans).
Contractor shall comply with all water quality ordinances, permits and regulations. If Work
identified under a Specific Job Order does not fall within statewide Painting Permit, Contactor
shall implement appropriate BMPs consistent with County’s DAMP/LIP.
Contractor may propose alternative BMPs that meet or exceed the pollution prevention
performance of the BMP specified in DAMP/LIP. Any such alternative BMPs shall be
submitted to the County Project Manager for review and approval prior to implementation.

C019413 Page 44 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

VII. GENERAL REQUIREMENTS:


A. Contractor must ensure all precautions for safety are taken. Contract comply will all Federal,
State and Local requirements, codes, and laws.
B. Contract shall secure Contractor vehicles parked on site at all times.
C. Contractor shall furnish, install, and maintain all signage, warning devices, barricades, cones,
etc; to protect the public, OC Public Works Staff, and its workers during the performance of this
Contract.
D. All tools and materials shall remain in Contractor’s possession at all times.
E. Contract shall assure that all materials that could inflict injury shall be continuously cleaned up
as Work progresses.
F. Contractor shall secure all Work areas prior to the end of each workday.
G. Contractor shall ensure all employees are to smoke only in designated areas and are not to use
profanity or other inappropriate language while on site.
H. The Contractor shall possess a current State of California C-20 Contractor’s license issued by the
California State Contractor’s License Board.
I. Contract shall warranty all labor and materials used in the Work for a period of one (1) year after
completion and acceptance of Work, for each specific Job Order
J. Contractor shall meet all insurance and bond requirements to perform Work for OC Public
Works.
K. Contractor shall dispose all removed material in accordance with Local, State and Federal
regulations.
L. Contractor shall protect property and facilities adjacent to the construction area and all property
and facilities within the construction area which are shown on the plans to be protected. After
project completion, the construction area shall be in a clean and presentable condition. All
public or privately owned improvements and facilities shall be restored to their original
condition and location. If improvements or facilities are damaged, they shall be replaced with
new materials which are at least equal to the original materials. Nothing herein shall be
construed to entitle the Contractor to the exclusive use of any public street, way, or parking area
during performance of the Contract Work. Contractor shall conduct its operations so as not to
interfere with the authorized Work of utility companies or other agencies in such streets, ways or
parking areas.
M. Contractor shall be responsible for investigating conditions of available public and private roads
and of clearances, restrictions and other limitations affecting transportation and ingress and
egress to the site of the Work. Use of equipment will be minimized during any Stage II or Stage
III smog alerts. All equipment will meet emissions standards. Contract specifications require
dust control. All proper public safety measures are to be used during construction, including
barriers, flagmen and signing. Equipment usage should be limited to Normal Working Hours, in
accordance with the Contract specifications. Equipment must conform with all applicable noise
regulations.
N. Contractor shall comply with all County of Orange and local sound control and noise level rules,
regulations and ordinances which apply to any Work performed pursuant to the Contract, and
shall make every effort to control any undue noise resulting from the construction operation.
Each internal combustion engine used for any purpose on the job or related to the job shall be
equipped with a muffler of a type recommended by the manufacturer. No internal combustion

C019413 Page 45 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

engine shall be operated on the project without said muffler. The noise level from the
Contractor's operations between the hours of 8 p.m. and 7 a.m. on weekdays, including Saturday,
or at any time on Sunday or a Federal holiday, shall be in accordance with the County ordinance
covering "Noise Control." This requirement in no way relieves the Contractor of responsibility
for complying with local ordinances regulating noise level. Said noise level requirement shall
apply to all equipment on the job or related to the job, including but not limited to trucks, transit
mixers or transient equipment that may or may not be owned by the Contractor. The use of loud
sound signals shall be avoided in favor of light warnings, except those required by safety laws
for the protection of personnel.
O. Construction Area: Contractor shall protect property and facilities adjacent to the construction
area and all property and facilities within the construction area which are shown on the plans are
to be protected. After project completion, the construction area shall be in a clean and
presentable condition. All public or privately owned improvements and facilities shall be
restored to their original condition and location. If improvements or facilities are damaged, they
shall be replaced with new materials which are at least equal to the original materials. Nothing
herein shall be construed to entitle the Contractor to the exclusive use of any public street, way,
or parking area during performance of the Work. Contractor shall conduct its operations so as
not to interfere with the authorized Work of utility companies or other agencies in such streets,
ways or parking areas. The Contractor shall be responsible for investigating conditions of
available public and private roads and of clearances, restrictions and other limitations affecting
transportation and ingress and egress to the site of the Work. Use of equipment will be
minimized during any Stage II or Stage III smog alerts. All equipment will meet emissions
standards. Dust Control is required at all times. All proper public safety measures are to be used
during construction, including barriers, flagmen and signing. Equipment must conform to all
applicable noise regulations.
P. Contractor shall, whenever possible, minimize the use of water during project construction.
Watering equipment shall be kept in good working order. Water leaks shall be repaired
promptly. Washing of equipment, except when necessary for the safety or for the protection of
equipment, shall be discouraged. Water curing of concrete improvements as specified in Section
303-1.10, "Curing" of the Standard Specifications for Public Works Construction, shall not be
allowed unless specifically permitted by these Special Provisions or directed by the Project
Manager. Nothing in this section, "Water Conservation," shall be construed as relieving the
Contractor of furnishing sufficient water as required for the proper construction of this project in
accordance with the Standard Specifications for Public Works Construction and these Special
Provisions.
Q. Contractor shall anticipate that storm, surface and possible ground or other waters will be
encountered at various times and locations during the Work. Such waters may interfere with
Contractor's operations and may cause damage to adjacent or down-stream private and/or public
property by flooding, lateral erosion, sedimentation, or pollution if not properly controlled by the
Contractor. The Contractor, by submitting a bid, assumes all of said risk and the Contractor
acknowledges that its bid was prepared accordingly.
The Contractor shall conduct its operations in such a manner that storm or other waters may
proceed without diversion or obstruction along existing street and drainage courses. Drainage of
water from existing or proposed catch basins shall be maintained at all times. Diversion of water
for short reaches in order to protect construction in progress will be permitted if public or private
properties are not damaged or, in the opinion of the Project Manager, are not subject to the
probability of damage. Contractor shall at no cost to County obtain written permission from the
appropriate public agency or property owner before any diversion of water will be permitted by
the Project Manager.

C019413 Page 46 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

During the course of water control the Contractor shall conduct construction operations to
protect waters from being polluted with fuels, oils, bitumens or other harmful materials, and
shall be responsible for removing said materials in the event protective measures are not
effective.
Construction site shall be maintained in such a condition that an anticipated storm does not carry
wastes or pollutants off site.
Discharges of material other than stormwater are allowed only when necessary for performance
and completion of construction practices and where they do not: cause or contribute to a
violation of any water quality standard; cause or threaten to cause pollution, contamination, or
nuisance; or contain a hazardous substance in a quantity reportable under Federal Regulations 40
CFR Parts 117 and 302, or any other law or applicable regulation.
Potential pollutants include but are not limited to: vehicle/equipment fuels, oils, lubricants, and
hydraulic, radiator or battery fluids; vehicle/equipment wash water and concrete mix wash water;
concrete, detergent or floatable wastes; wastes from any engine/equipment steam cleaning or
chemical degreasing; solid or liquid chemical spills; wastes from sealants, limes, and solvents;
and superchlorinated potable water line flushings.
During construction, disposal of such materials should occur in a specified and controlled
temporary area on-site, physically separated from potential storm water run-off, with ultimate
disposal in accordance with local, state, and federal requirements.
Notwithstanding the above, management of stormwater shall be done with all applicable statutes,
ordinances, permits, regulations and provisions of this Contract governing stormwater.

VIII. STOP WORK:

The County may, at any time, by written stop Work order to the Contractor, require the Contractor to
stop all or any part of the Work, as per a specific Job Order, for a period of 90 days after the stop Work
order is delivered to the Contractor and for any further period to which the Parties may agree. The stop
Work order shall be specifically identified as such and shall indicate it is issued under this clause.
Upon receipt of the stop Work order, the Contractor shall immediately comply with its terms and take
all reasonable steps to minimize the incurrence of costs allocable to the Work covered by the stop
Work order during the period of Work stoppage. Within a period of 90 days after a stop Work order is
delivered to the Contractor or within any extension of that period to which the Parties shall have
agreed, the County shall either:
A. Cancel the stop Work order; or
B. Cancel the Job Order immediately in whole or in part in writing as soon as feasible.

IX. COMPUTER AND SOFTWARE REQUIREMENTS:


A. Computer
The Contractor shall maintain at its office for its use a computer with, at a minimum, a 1 GHz
processor and an internet connection. The Contractor shall maintain individual email accounts
for each of its project managers.
B. Software
1. Job Order Contracting Software

The COUNTY selected The Gordian Group’s (Consultant) Job Order Contracting

C019413 Page 47 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

(“JOC”) Solution (Gordian JOC Solution) for their JOC program. The Gordian JOC
Solution includes Consultant’s proprietary eGordian® JOC application (JOC
Applications) and construction cost data (Construction Task Catalog®), which shall
be used by the CONTRACTOR to prepare and submit Price Proposals,
subcontractor lists, and other requirements specified by the COUNTY.

CONTRACTOR is required to use Gordian’s JOC Solution to receive task orders


from the COUNTY under this AGREEMENT. This requires CONTRACTOR to
enter into Consultant’s JOC System License, with Consultant as licensor and
CONTRACTOR as licensee, and comply with all applicable terms of that license,
including that payment of applicable license fees to Consultant for use of its Gordian
JOC Solution. The CONTRACTOR’s use, in whole or in part, of the Consultant’s
JOC Applications, Construction Task Catalog® and other proprietary material
provided by the Consultant (Consultant Materials) is subject to Consultant’s JOC
System License, and CONTRACTOR may not use Consultant Materials for any
purpose other than to execute work under this AGREEMENT for the COUNTY.
The CONTRACTOR hereby agrees to take all actions necessary to maintain access
to the Gordian JOC Solution by complying with Consultant’s JOC System License
during the Term of this AGREEMENT.

A copy of Consultant’s most recent JOC System License is attached hereto


as Exhibit “A” for CONTRACTOR’s reference.

C019413 Page 48 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment
([KLELW$ F
/LFHQVHDQG8VHU$JUHHPHQW


7KLV &OLFN7KURXJK $JUHHPHQW WKH ³$JUHHPHQW´  FRQWDLQV WKH WHUPV DQG FRQGLWLRQV XSRQ ZKLFK 7KH
*RUGLDQ *URXS ,QF D *HRUJLD FRUSRUDWLRQ ³*RUGLDQ´  JUDQWV WR \RX ³/LFHQVHH´  D OLPLWHG OLFHQVH WR
SHUIRUP\RXUREOLJDWLRQVSXUVXDQWWRWKH&OLHQW&RQWUDFW DVGHILQHGEHORZ 3OHDVHUHDGWKLV$JUHHPHQW
FDUHIXOO\%\FOLFNLQJ³,$FFHSW´\RXDFNQRZOHGJHWKDW\RXKDYHUHDGDQGDFFHSWWKHWHUPVDQGFRQGLWLRQV
RIWKLV$JUHHPHQWLQLWVHQWLUHW\

,)<28$5((17(5,1*,1727+,6$*5((0(17:,7+,17+(6&23(2)<285(03/2<0(1725
,1 &211(&7,21 :,7+ <285 (1*$*(0(17 $6 $1 ,1'(3(1'(17 &2175$&725 7+(1 7+(
7(50³/,&(16((´,1&/8'(6<285(03/2<(52535,1&,3$/&2175$&725$6$33/,&$%/(
$1'<28:$55$17$1'5(35(6(1772*25',$17+$7<28$5($87+25,=('72$&&(37
7+,6$*5((0(172168&+(03/2<(5¶62535,1&,3$/&2175$&725¶6%(+$/)

:+(5($6SXUVXDQWWRWKHWHUPVDQGFRQGLWLRQVRIDFRQWUDFWEHWZHHQ*RUGLDQDQGRQHRUPRUHPXWXDO
FOLHQWV RI *RUGLDQ DQG /LFHQVHH WKDW KDV FRQWUDFWHG ZLWK /LFHQVHH IRU FRQVWUXFWLRQ VHUYLFHV ³&OLHQW
&RQWUDFW´  *RUGLDQ KDV DJUHHG WR SURYLGH /LFHQVHH ZLWK D OLPLWHG OLFHQVH WR *RUGLDQ¶V -RE 2UGHU
&RQWUDFWLQJV\VWHP ³-2&6\VWHP´ DQG

12:7+(5()25(*RUGLDQDQG/LFHQVHHDJUHHWRWKHWHUPVDQGFRQGLWLRQVRIWKHIROORZLQJ

*RUGLDQKHUHE\JUDQWVWR/LFHQVHHDQG/LFHQVHHKHUHE\DFFHSWVIURP*RUGLDQIRUWKHWHUPRIWKH&OLHQW
&RQWUDFWDQRQH[FOXVLYHDQGQRQWUDQVIHUDEOHULJKWSULYLOHJHDQGOLFHQVHWR*RUGLDQ¶VSURSULHWDU\-2&
6\VWHPDQGRWKHUUHODWHGSURSULHWDU\PDWHULDOV FROOHFWLYHO\UHIHUUHGWRDV³3URSULHWDU\,QIRUPDWLRQ´ WREH
XVHGIRUWKHVROHSXUSRVHRIH[HFXWLQJWKH/LFHQVHH¶VUHVSRQVLELOLWLHVXQGHUWKH&OLHQW&RQWUDFWIRUZKLFK
/LFHQVHH LV XWLOL]LQJ WKH -2& V\VWHP ³/LPLWHG 3XUSRVH´  /LFHQVHH KHUHE\ DJUHHV WKDW WKH 3URSULHWDU\
,QIRUPDWLRQ VKDOO LQFOXGH EXW LV QRW OLPLWHG WR *RUGLDQ¶V H*RUGLDQŠ -2& LQIRUPDWLRQ PDQDJHPHQW
DSSOLFDWLRQVDQGVXSSRUWGRFXPHQWDWLRQ&RQVWUXFWLRQ7DVN&DWDORJŠDQGDQ\FRQVWUXFWLRQFRVWGDWDDQG
FRS\ULJKWHGPDWHULDOVFRQWDLQHGWKHUHLQWUDLQLQJPDWHULDOVDQGDQ\RWKHUSURSULHWDU\PDWHULDOVSURYLGHGWR
/LFHQVHH E\ *RUGLDQ HLWKHU HOHFWURQLFDOO\ RU WKURXJK DQ DOWHUQDWLYH PHDQV RI GHOLYHU\ ,Q WKH HYHQW WKH
DSSOLFDEOH&OLHQW&RQWUDFWH[SLUHVRUWHUPLQDWHVWKLV-2&6\VWHP/LFHQVHVKDOOWHUPLQDWHDQG/LFHQVHH
VKDOOUHWXUQDOO3URSULHWDU\,QIRUPDWLRQLQLWVSRVVHVVLRQWR*RUGLDQ

/LFHQVHH DFNQRZOHGJHV WKDW *RUGLDQ VKDOO UHWDLQ H[FOXVLYH RZQHUVKLS RI DOO SURSULHWDU\ ULJKWV WR WKH
3URSULHWDU\,QIRUPDWLRQLQFOXGLQJDOO86DQGLQWHUQDWLRQDOLQWHOOHFWXDOSURSHUW\DQGRWKHUULJKWVVXFKDV
SDWHQWVWUDGHPDUNVFRS\ULJKWVDQGWUDGHVHFUHWV/LFHQVHHVKDOOKDYHQRULJKWRULQWHUHVWLQDQ\SRUWLRQRI
WKH3URSULHWDU\,QIRUPDWLRQH[FHSWWKHULJKWWRXVHWKH3URSULHWDU\,QIRUPDWLRQIRUWKH/LPLWHG3XUSRVHVHW
IRUWKKHUHLQ([FHSWLQIXUWKHUDQFHRIWKH/LPLWHG3XUSRVH&RQWUDFWRUVKDOOQRWGLVWULEXWHGLVFORVHFRS\
UHSURGXFHGLVSOD\SXEOLVKWUDQVPLWDVVLJQVXEOLFHQVHWUDQVIHUSURYLGHDFFHVVWRXVHRUVHOOGLUHFWO\RU
LQGLUHFWO\ LQFOXGLQJLQHOHFWURQLFIRUP DQ\SRUWLRQRIWKH3URSULHWDU\,QIRUPDWLRQ

/LFHQVHHKHUHE\DJUHHVWRSD\*RUGLDQDOLFHQVHIHHRIRIWKHYDOXHRIZRUNSURFXUHGIURP/LFHQVHH
E\&OLHQW ³&RQWUDFWRU/LFHQVH)HH´ SXUVXDQWWRWKH&OLHQW&RQWUDFW/LFHQVHHIXUWKHUDJUHHVWRUHPLWWKH
&RQWUDFWRU/LFHQVH)HHWR*RUGLDQZLWKLQWHQ  GD\VRI/LFHQVHH¶VUHFHLSWRID-RE2UGHU3XUFKDVH
2UGHU RU RWKHU VLPLODU SXUFKDVLQJ GRFXPHQW SXUVXDQW WR WKH /LFHQVHH &RQWUDFW /LFHQVHH VKDOO PDNH
SD\PHQWVSD\DEOHWR7KH*RUGLDQ*URXS,QFDQGVKDOOPDLOWKHSD\PHQWVWR32%R[&KDUORWWH
1&$OOSD\PHQWVUHFHLYHGDIWHUWKHGXHGDWHVHWIRUWKDERYHZLOOLQFXUDODWHSD\PHQWFKDUJH
IURPVXFKGXHGDWHXQWLOSDLGDWDUDWHRISHUPRQWK

(LWKHU SDUW\ PD\ WHUPLQDWH WKLV $JUHHPHQW LQ WKH HYHQW RI   DQ\ EUHDFK RI D PDWHULDO WHUP RI WKLV
$JUHHPHQWE\WKHRWKHUSDUW\ZKLFKLVQRWUHPHGLHGZLWKLQWHQ  GD\VDIWHUZULWWHQQRWLFHWRWKHEUHDFKLQJ
SDUW\RU  WKHRWKHUSDUW\¶VPDNLQJDQDVVLJQPHQWIRUWKHEHQHILWRILWVFUHGLWRUVRUWKHILOLQJE\RUDJDLQVW
VXFKSDUW\RIDSHWLWLRQXQGHUDQ\EDQNUXSWF\RULQVROYHQF\ODZZKLFKLVQRWGLVFKDUJHGZLWKLQWKLUW\  
GD\VRIVXFKILOLQJ

/LFHQVHH DFNQRZOHGJHV DQG DJUHHV WR UHVSHFW WKH FRS\ULJKWV WUDGHPDUNV WUDGH VHFUHWV DQG RWKHU
SURSULHWDU\ULJKWVRI*RUGLDQLQWKH3URSULHWDU\,QIRUPDWLRQGXULQJDQGDIWHUWKHWHUPRIWKLV$JUHHPHQWDQG
VKDOODWDOOWLPHVPDLQWDLQFRPSOHWHFRQILGHQWLDOLW\ZLWKUHJDUGWRWKH3URSULHWDU\,QIRUPDWLRQSURYLGHGWR


DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment
([KLELW$ F
/LFHQVHH VXEMHFW WR IHGHUDO VWDWH DQG ORFDO ODZV UHODWHG WR SXEOLF GLVFORVXUH  /LFHQVHH IXUWKHU
DFNQRZOHGJHVWKDWDEUHDFKRIDQ\RIWKHWHUPVRIWKLV$JUHHPHQWE\/LFHQVHHZLOOUHVXOWLQLUUHSDUDEOH
KDUP WR *RUGLDQ IRU ZKLFK PRQHWDU\ GDPDJHV ZRXOG EH DQ LQDGHTXDWH UHPHG\ DQG *RUGLDQ VKDOO EH
HQWLWOHGWRLQMXQFWLYHUHOLHI ZLWKRXWWKHQHFHVVLW\RISRVWLQJDERQG DVZHOODVDOORWKHUPRQHWDU\UHPHGLHV
DYDLODEOHDWODZRULQHTXLW\,QWKHHYHQWWKDWLWEHFRPHVQHFHVVDU\IRUHLWKHUSDUW\WRHQIRUFHWKHSURYLVLRQV
RI WKLV $JUHHPHQW RU WR REWDLQ UHGUHVV IRU WKH EUHDFK RU YLRODWLRQ RI DQ\ RI LWV SURYLVLRQV LQFOXGLQJ
QRQSD\PHQWRIDQ\&RQWUDFWRU/LFHQVH)HHVRZHGZKHWKHUE\OLWLJDWLRQDUELWUDWLRQRURWKHUSURFHHGLQJV
WKHSUHYDLOLQJSDUW\VKDOOEHHQWLWOHGWRUHFRYHUIURPWKHRWKHUSDUW\DOOFRVWVDQGH[SHQVHVDVVRFLDWHGZLWK
VXFKSURFHHGLQJVLQFOXGLQJUHDVRQDEOHDWWRUQH\¶VIHHV

7KLV$JUHHPHQWVKDOOEHFRQVWUXHGXQGHUWKHODZVRIWKH6WDWHRI6RXWK&DUROLQDZLWKRXWUHJDUGWRFKRLFH
RIODZSULQFLSOHV%RWKSDUWLHVLUUHYRFDEO\FRQVHQWWRWKHMXULVGLFWLRQDQGYHQXHRIWKHIHGHUDODQGVWDWH
FRXUWVORFDWHGLQWKH6WDWHRI6RXWK&DUROLQDIRUSXUSRVHVRIDQ\DFWLRQEURXJKWLQFRQQHFWLRQZLWKWKLV
$JUHHPHQWRUXVHRIWKH3URSULHWDU\,QIRUPDWLRQ

7KHSDUWLHVDJUHHWKDWLQWKHHYHQWRIDFRQIOLFWLQWHUPVDQGFRQGLWLRQVEHWZHHQWKLV$JUHHPHQWDQGDQ\
RWKHU WHUPV DQG FRQGLWLRQV RI WKH WKH &OLHQW &RQWUDFW RU DQ\ -RE 2UGHU 3XUFKDVH 2UGHU RU VLPLODU
SXUFKDVLQJGRFXPHQWLVVXHGWR/LFHQVHHDVLWUHODWHVWRWKHWHUPVVHWIRUWKKHUHLQWKLV$JUHHPHQWVKDOO
WDNHSUHFHGHQFH



DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

ATTACHMENT B
CONTRACTOR’S PRICING
I. COMPENSATION: This is an all-inclusive, usage Contract between the County and Contractor for
HVAC Services, as set forth in Attachment “A” Scope of Work.
The Contractor agrees to accept the specified compensation as set forth in this Contract as full
remuneration for performing all services and furnishing all staffing, labor, insurance, bonds. prevailing
wage, vehicles, equipment, tools, materials, overhead, travel, etc. required, for any reasonably
unforeseen difficulties which may arise or be encountered in the execution of the services until
acceptance, for risks connected with the services, and for performance by the Contractor of all its
duties and obligations hereunder. The Contractor shall only be compensated as set forth herein below
for work performed in accordance with the Scope of Work. The County shall have no obligation to pay
any sum in excess of the Total Contract Amount specified herein below unless authorized by
amendment.
II. FEES AND CHARGES: County will pay the following in accordance with the provisions of this
Contract.

A. Adjustment Factors: The Contractor’s two Adjustment Factors that will be applied against the
prices set forth in the Contract Task Catalog®. These Adjustment Factors will be used to price
out fixed price Job Orders by multiplying the appropriate Adjustment Factor by the Unit Prices
and appropriate quantities.
i. FACTOR 1 - Unit Work requirements to be performed during Normal Working Hours
(7:00AM to 5:00PM) as ordered by the County in individual Job Orders against this
Contract.

0.8900
Normal Working Hours

ii. FACTOR 2 - Unit Work requirements to be performed during Other Than Normal
Working Hours (5:01PM to 6:59AM) as ordered by the County in individual Job Orders
against this Contract.

0.8902
Other Than Normal Working Hours

B. TOTAL CONTRACT AMOUNT SHALL NOT EXCEED: ...................................................$4,640,000

C019413 Page 49 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

III. PRICE INCREASES/DECREASES: No increases to the Adjustment Factors or to any line items in the
Construction Task Catalog® will be permitted during the term of this Contract.

IV. CONTRACTOR’S EXPENSE: The Contractor will be responsible for all costs related to photo copying,
telephone communications and fax communications while on County sites during the performance of
Work and services under this Contract.

V. PAYMENTS TERMS:

A. The County shall make payments upon the agreed upon price for a specific Job Order as listed in
the Notice to Proceed. The County will make progress payments monthly as the Work proceeds
on estimates approved by County Project Manager. The Contractor shall furnish a breakdown of
the total Contract price showing the amount included therein for each principal category of the
Work, to provide a basis for determining progress payments. The County will only pay for
actual Work in place.
B. Lump sum payment - if an individual Job Order is scheduled for Completion within 45 days or
less, the County will make one payment after 30 days of Work to the Contractor, exclusive of
retention. Contractor may request for one payment (including retention payment); however,
payment will be made after Final Acceptance of the Job Order.
C. Partial payment – the County will consider a request for partial payments for Job Orders
scheduled for a performance period of greater than 45 days.

D. Retention - When payments are made under this Contract, five percent (5%) of each requested
and approved payment will be retained. The retention will be released upon Final Acceptance of
the Work, and the County’s approval on the final payment request. A Notice of Completion for
each individual Job Order must be filed. Final payment is to be made 35 days subsequent to the
filing of the Notice of Completion.
E. Retention Release - The County’s release of the retention does not relieve the Contractor of its
responsibility to comply with both the proposed Scope of Work and the terms and conditions of
the Job Order and Contract for completed and warranty Work. The Contractor agrees that a
condition precedent to the County’s release of the five percent (5%) retention amount is in full
compliance with this provision herein. The Contractor must submit a completed invoice to the
County for approval. The Contractor agrees that the signature on the invoice certifies that it has
completed or submitted the following:
1. All warranties and maintenance requirements; and

2. All as-built prints and record drawings; and

3. All operation and maintenance manuals; and

4. All badges, keys and security entry cards; and

5. Conducted all required training for County Personnel;

6. All other items as applicable.

C019413 Page 50 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

VI. INVOICING INSTRUCTIONS:


A. Invoices are to be submitted in arrears, after services have been provided, to the address specified
below. Payment will be net 30 days after receipt of an invoice in a format acceptable to the
County of Orange and verified and approved by the agency/department and subject to routine
processing requirements. The County’s Project Manager, or designee, is responsible for approval
of invoices and subsequent submittal of invoices to the Auditor-Controller for processing of
payment. The responsibility for providing an acceptable invoice to the County for payment rests
with the Contractor. Incomplete or incorrect invoices are not acceptable and will be returned to the
Contractor for correction.
B. The Contractor agrees that its signature on the invoice, as herein prescribed, constitutes a sworn
Statement. The Contractor agrees that its signature on the invoice requesting either partial or final
payment certifies that:
1. The specified percentage of Work has been completed and material supplied, and is
directly proportional to the amount of the payment currently requested.
2. The amount requested is only for performance in accordance with the specifications, terms
and conditions of the subject Contract.
3. Timely payments will be made to Subcontractor and suppliers from the proceeds of the
payment covered by this certification, in accordance with this Contract and their
subcontract agreements.
4. This request for payment does not include any amounts which the prime Contractor
intends to withhold or retain from a Subcontractor or supplier, except those amounts
withheld or retained in accordance with the terms and conditions of the subcontract.
5. Not less than the prevailing rates of wages as ascertained by the County have been paid to
laborers, workers and mechanics employed on the subject Work.
6. There has been no unauthorized substitution of Subcontractor, nor have any unauthorized
subcontracts been entered into.
7. No subcontract was assigned or transferred or performed by anyone other than the original
Subcontractor, except as provided in Sections 4100-4113, inclusive, of the Public Contract
Code.
8. Where applicable, payments to Subcontractor and suppliers have been made from previous
payments received under the Contract.
9. Request for final payment, the Contractor agrees that its signature on the invoice form
certifies that all Punch List items have been signed off as completed by the County, and
that all building inspection cards have been completed

C. The Contractor agrees that it is submitting a request for payment within one year of the
Completion of the project for which it is billing. If the Contractor does not submit a request for
payment within one year of the Completion of the project for which it is billing, it herein agrees to
forfeit that payment.

D. If the Contractor’s invoice is not approved, the County will issue a “Return of Invoice for
Correction” letter advising the Contractor of missing deliverables and/or information requiring

C019413 Page 51 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

correction. After making the appropriate corrections, the Contractor agrees to submit a second, or
corrected, invoice.

E. The Contractor agrees that even though the County has approved payment, the County retains the
right to further inspect the Work and issue correction notices.

F. After the first payment and before making any other payment to the Contractor, the County will
require that the Contractor produce and deliver to the County satisfactory proof or evidence that all
labor performed and materials furnished up to the date of the preceding payment request have been
fully paid for, and that as of the said date, no claims exist if that is the case. This partial release of
claim must be executed with the same formality as this Contract.

G. Upon receipt of a stop notice, the County will withhold from the Contractor an amount of money
sufficient to cover the potential cost of the stop notice and the reasonable cost of any associated
litigation. In order to satisfy the requirements of a stop notice, the County will refuse to release
funds held in retention.

H. The Contractor will provide an invoice on Contractor’s letterhead for services rendered. Each
invoice will have a number and will include the following information:
1. Contractor’s name and address
2. Contractor’s remittance address (if different from 1 above)
3. Name of County department
4. County Contract number
5. Service date(s)
6. Service description
7. Contractor’s Federal I. D. number
8. Updated duration schedule
9. An updated schedule of values
10. Releases
11. Total

Invoices and support documentation shall be submitted to the following address:

OC Public Works/OC Facilities


Attn: Jennifer Carroll
1143 E. Fruit Street
Santa Ana, CA 92701

I. Contractor has the option of receiving payment directly to their bank account via an Electronic
Fund Transfer (EFT) process in lieu of a check payment. Payment made via EFT will also receive
Electronic Remittance Advice with the payment details via email. An email address will need to be
provided to the County via an EFT Authorization Form. To request a form, please contact the DPA

C019413 Page 52 of 52
Attachment M

BID SUMMARY
JOC Master List
Bid Openings on 2/21/18
AWARDED CONTRACTORS

BID NUMBER: 080‐C019411‐CL
JOC FOR DEMOLITION SERVICES
2 ‐ RESPONSIVE BIDS RECEIVED
Wreck Age  Exbon Development, 
Respondent Name Demotion, Inc.  Inc.
Ranking: 1 2
Line Bid Line Description Quantity Quantity
1 Normal Working  0.6800 0.9800
2 Other Than Normal  0.7700 0.9900
3 Composite Factor  0.6980 0.9820

Respondent Telephone 909‐393‐6937 714‐539‐2222


Comments

BID NUMBER: 080‐C019415‐CL
JOC FOR SLURRY AND PAVING 
5 ‐ RESPONSIVE BIDS RECEIVED

Palp Inc. DBA Excel  Exbon Development, 
All American Asphalt R.J Noble SJD&B, Inc. 
Paving Company. Inc.
Respondent Name
Ranking: 1 2 3 4 5
Line Bid Line Description Quantity Quantity Quantity Quantity Quantity
1 Normal Working  0.8180 0.9430 0.9800 0.9900 1.0100
2 Other Than Normal  0.9180 1.1515 1.0500 1.0300 1.0300
3 Composite Factor  0.8380 0.9847 0.9900 0.9980 1.0140

Respondent Telephone 951‐736‐7600 562‐599‐5841 714‐637‐1550 714‐539‐2222 909‐481‐0001


Comments

Page 1 of 3
Attachment M

BID NUMBER: 080‐C019412‐NM
JOC FOR ELECTRICAL SERVICES
6‐ RESPONSIVE BIDS RECEIVED
Southern 
Exbon Development  Angeles Contractor  M.B. Herzog Electric, 
Baker Electric Telenet VoIP Inc Contracting 
Inc. Inc. Inc
Respondent Name Company
Ranking: 1 2 3 4 5 6
Line Bid Line Description Factor Factor Factor Factor Factor Factor
1 Normal Working  0.8021 0.9300 1.1000 1.1600 1.1500 1.2500
2 Other Than Normal  0.8305 0.9400 1.2000 1.3600 1.5400 1.4400
3 Composite Factor  0.8078 0.9320 1.1200 1.2000 1.2280 1.2880

Respondent Telephone 760‐745‐2001 714‐539‐2222 626‐923‐3800 310‐253‐9000 562‐531‐2002 760‐744‐0760


Comments

BID NUMBER: 080‐C019414‐RE
JOC FOR ROOFING SERVICES
3 ‐ RESPONSIVE BIDS RECEIVED
Exbon Development,  Best Contracting  Angeles Contractor, 
Respondent Name Inc. Services, Inc. Inc.
Ranking: 1 2 3
Line Bid Line Description Quantity Quantity Quantity
1 Normal Working  0.9200 1.0650 1.1800
2 Other Than Normal  0.9300 1.1150 1.2000
3 Composite Factor  0.9220 1.0750 1.1840

Respondent Telephone 714‐539‐2222 310‐328‐6969 626‐923‐3800


Comments

Page 2 of 3
Attachment M

BID NUMBER: 080‐C019413‐CC
JOC FOR HVAC SERVICES
9 ‐ RESPONSIVE BIDS RECEIVED
EMCOR Services, 
Thomasville  Harry H Joh  Exbon Development,  Applied Air  Pan Pacific  MTM Construction,  ABM Building  Acco Engineered 
Mesa Energy 
Construction, Inc. Construction, Inc. Inc. Conditioning  Mechanical  Inc.  Solutions LLC Systems, Inc. 
Respondent Name Systems, Inc. 
Ranking: 1 2 3 4 5 6 7 8 9
Line Bid Line Description Quantity Quantity Quantity Quantity Quantity Quantity Quantity Quantity Quantity
1 Normal Working  0.7000 0.8900 0.9500 1.0111 1.0500 1.0800 1.0800 1.0998 1.1500
2 Other Than Normal  1.0000 0.8902 0.9600 1.1254 1.0500 1.0900 1.2312 1.1696 1.2500
3 Composite Factor  0.7600 0.8900 0.9520 1.0340 1.0500 1.0820 1.1102 1.1138 1.1700

Respondent Telephone 626‐224‐8359 562‐630‐3348 714‐539‐2222 714‐545‐1917 949‐474‐9170 626‐934‐1112 949‐460‐0460 949‐330‐1550 818‐244‐6571

Corrected composite 
factor based on 
Factors 1 & 2 
Comments provided by bidder

Page 3 of 3
REGULAR MEETING OF THE BOARD OF SUPERVISORS
ORANGE COUNTY, CALIFORNIA

Tuesday, April 10, 2018, 9:00 A . M .

BOARD HEARING ROOM, FIRST FLOOR


333 W. Santa Ana Blvd., 10 Civic Center Plaza
Santa Ana, California

ANDREW DO
CHAIRMAN
First District

SHAWN MICHELLE
NELSON STEEL
VICE SUPERVISOR
CHAIRMAN Second District
Fourth District

TODD SPITZER LISA A.


SUPERVISOR BARTLETT
Third District SUPERVISOR
Fifth District
ATTENDANCE: All Present

EXCUSED: None

PRESENT: COUNTY EXECUTIVE OFFICER Frank Kim


COUNTY COUNSEL Leon J. Page
CLERK OF THE BOARD Robin Stieler

INVOCATION: Supervisor Spitzer, Third District, gave the invocation

PLEDGE OF ALLEGIANCE: Supervisor Nelson, Fourth District, led the assembly in the Pledge of
Allegiance

I. PRESENTATIONS/INTRODUCTIONS

Supervisor Bartlett presented a proclamation to Ryan Hickman in recognition of his outstanding


environmentalism and recycling efforts

Chairman Do presented a resolution proclaiming April as Black April Month

Chairman Do will be presenting a resolution proclaiming April 8-14, 2018 as "Science and Engineering
Week"
DELETED

Chairman Do presented a resolution proclaiming April 8-14, 2018 as "Crime Victims' Rights Week"
Supervisor Steel presented a resolution recognizing "Armenian Genocide Remembrance Day"

II. CONSENT CALENDAR (Items 1-13)

34251 APPROVED AS RECOMMENDED

BOARD APPOINTMENTS

1. Supervisor Spitzer - Orange County Waste Management Commission - Appoint Dr. Beth
Marie Haney, Yorba Linda, to complete term ending 1/18/20

ELECTED DEPARTMENT HEADS

Sheriff-Coroner:

2. Approve amendment 1 to contract MA-060-16011987 with Goodwill Industries of


OrangeCounty for packaging food and personal care items for jail commissary
operations, 5/18/18 - 5/17/19 ($169,000; cumulative total $507,000); renewable for two
additional one-year terms; and authorize County Procurement Officer or authorized
Deputy to execute amendment - All Districts

3. Ratify amended agreement with State of California Commission on Peace Officer


Standards and Training for coroner training courses, 7/1/17 - 6/30/18 ($91,091
reduction; new total $77,280); accept reduction in funding; and authorize Captain of the
Coroner Division to execute amendment - All Districts

HEALTH CARE AGENCY

4. Adopt resolution approving designations of Children's Hospital of Orange County for


involuntarydetention, evaluation and treatment facility of Mentally Disordered individuals;
approve withdrawal of designation of Los Alamitos Medical Center; and direct Health Care
Agency to submit designations and withdrawal of designation to State Department of Health
Care Services - Districts 2 and 3
RESO: 18-022

JOHN WAYNE AIRPORT

5. Approve plans and specifications and set bid opening for 5/9/2018, 2:00 p.m., for
Pavement Maintenance and Repair project; authorize Director or designee to extend bid
opening date up to 60 days if necessary; and make California Environmental Quality Act and
other findings - District 2

OC COMMUNITY RESOURCES

6. Approve proposed Aliso Creek Trail Slope Repair Project to restore bike trail and reduce future
erosion of the creek; and consider adoption of Initial Study/Mitigated Negative Declaration No.
IP 17-248 and other findings - District 5

7. Approve amendment 1 to agreement 13-23-629465 with Abrazar, Inc. for continued operations
atMidway City Community Center, 7/1/18 - 6/30/20; authorize Director or designee to execute
amendment and related documents; and make California Environmental Quality Act and other
findings - District 1

OC PUBLIC WORKS

8. Accept Grant Deeds from DMB San Juan Investment North, LLC and RMV PA2 Development,
LLC,Cow Camp Road Segment 2a and 2b.; authorize Director or designee to accept minor
interests in real estate needed for road right-of-way under certain conditions; and consider
application of prior Final Environmental Impact Reports 584 and 589 and other findings -
District 5

9. Approve plans, specifications and bid documents; and set bid opening for 5/16/18, 2:00 p.m.
for portable restrooms and showers units project, The Courtyard - District 1

10. Approve Assignment, Novation and Consent agreements MA-080-16012253 and MA-080-
16012254from HR Green California Inc. to HR Green Pacific, Inc. for architect-engineer on-
call general services and on-call land development expedited processing services, at no cost to
County, effective 1/23/18 and 1/24/18; and authorize Director or designee to execute
agreements - All Districts

11. Approve contract MA-080-18011369 with EnergyCAP, Inc. for Utility Management & Billing
Systemservices, 5/1/18 - 4/30/21 ($340,671); option to renew for two additional two year terms;
authorize County Procurement Officer or authorized Deputy to execute contract; and make
California Environmental Quality Act and other findings - All Districts

12. Acting as the Orange County Flood Control District - Approve plans, specifications and
biddocuments; set bid opening for 5/9/18, 2:00 p.m. for F05 San Diego Creek sediment removal
project - District 3

13. Acting as the Board of Supervisors and Orange County Flood Control District -
ApproveCooperative Agreement MA-080-18011125 with Southern California Regional Rail
Authority to procure design of San Juan Creek Bridge Underpass to serve as a maintenance
road, public bikeway and trail along easterly levee of San Juan Creek Channel; authorize
Auditor-Controller or designee to issue payment of $225,060 under certain conditions; and
authorize Director or designee to exercise cost contingency increase not to exceed 15%, carry
out terms, and execute related documents under certain conditions - District 5
END OF CONSENT CALENDAR

III. DISCUSSION ITEMS (Items 14-S37C)

ELECTED DEPARTMENT HEADS

14. Auditor-Controller - Approve agreement MA-003-18011477 with IntelliTime Systems


Corporation for VTI technical support services, 4/16/18 - 4/15/21 ($787,617); and authorize
County Procurement Officer or authorized Deputy to execute agreement - All Districts
23451 APPROVED AS RECOMMENDED

Sheriff-Coroner:
15. Ratify amendment 3 to contract MA-060-15011312 with Hampton Tedder Electric
Company Inc. for maintenance and repair of high and medium voltage equipment,
3/3/18 - 3/2/19 ($300,000; cumulative total $1,100,000); renewable for one additional
year; and authorize County Procurement Officer or authorized Deputy to execute
amendment - All Districts
42351 APPROVED AS RECOMMENDED

16. Approve amendment 4 to renew contract MA-060-14011108 with Siemens Industry,


Inc. forpreventive maintenance, certification and full parts coverage of energy
management system/fume hoods, 4/23/18 - 4/22/19 ($35,000; cumulative total
$172,176); and authorize County Procurement Officer or authorized Deputy to execute
amendment - All Districts
54231 APPROVED AS RECOMMENDED

17. Approve contract MA-060-18011472 with Traditional Funeral Services, Inc. for
bodytransportation services, 4/15/18 - 4/14/20 ($850,000); renewable for three
additional one-year terms; and authorize County Procurement Officer or authorized
Deputy to execute contract - All Districts
35241 APPROVED AS RECOMMENDED

18. Ratify retroactive amendments 1 through 4 to contract MA-060-14011544 with


DLT Solutions, LLC dba DLT Solutions for annual subscription of Autodesk Building
Design Suite Standard and Autodesk Building Design Suite Premium, 5/30/14 - 5/29/18
($32,771.19); approve amendment 5 to contract MA-060-14011544 with DLT
Solutions, LLC dba DLT Solutions for annual subscription of Autodesk Building
Design Suite Standard and Autodesk Building Design Suite Premium, 5/30/18 - 5/29/19
($5,700; cumulative $38,471.19); and authorize County Procurement Officer or
authorized Deputy to execute amendments - All Districts
45231 APPROVED AS RECOMMENDED

19. Receive and file status report and approve continuance of local emergency related to
Theo LacyFacility for repair to inoperable elevator used for public, legal visits and
emergency egress for inmates; set review to determine need for continuing local
emergency for 4/24/18, 9:30 a.m. and every regularly scheduled meeting thereafter until
terminated - District 3 (4/5 vote of the members present) (Continued from 9/26/17, Item
S46E; 10/17/17, Item 22; 10/31/17, Item 13; 11/14/17, Item 17; 12/5/17, Item 31;
12/12/17, Item 17; 1/9/18, Item 9; 1/23/18, Item 21; 2/6/18, Item 12; 2/27/18, Item 15;
3/13/18, Item 11; 3/27/18, Item 5)
32451 APPROVED AS RECOMMENDED

HEALTH CARE AGENCY

20. Approve agreement with OneOC for administrative support services for Waste Not OC
Coalition, 7/1/18 - 6/30/19 ($225,000); and authorize Director or designee to execute
agreement - District 1
15234 APPROVED AS RECOMMENDED

21. Approve selection of and agreements with Child Guidance Center, Inc. ($23,199,219), Olive
Crest($6,920,724), Pathways Community Services, LLC ($4,682,016), Seneca Family of
Agencies ($13,707,945), South Coast Children's Society, Inc., dba South Coast Community
Services ($3,314,301), Wayfinders Supportive Solutions ($3,101,091) and Western Youth
Services ($31,314,072) for Behavioral Health Outpatient services for Children and Youth,
7/1/18 - 6/30/21; and authorize Director or designee to exercise cost contingency increase not
to exceed 10% under certain conditions and to execute agreements - All Districts
41235 CONTINUED TO 4/24/18, 9:30 A.M.

22. Approve amendment 3 to master agreement with various providers of recuperative care
services, 7/1/17 - 12/31/20 ($3,483,627; revised cumulative total $8,386,517); and authorize
Director or designee to execute individual amendments - All Districts
35241 APPROVED AS RECOMMENDED

23. Approve participation agreement with California Mental Health Services Authority for Mental
HealthServices Act Innovation program, 4/27/18 - 6/30/22 ($24,000,000); authorize Director or
designee to execute agreement; and direct Auditor-Controller to distribute funds to California
Mental Health Services Authority upon approval and subsequent to approval by Mental Health
Services Oversight and Accountability Commission - All Districts
51234 APPROVED AS RECOMMENDED
N

OC PUBLIC WORKS

24. Approve contracts MA-080-18011103 with Digital Mapping, Inc. and MA-080-18011104
with Quantum Spatial, Inc. for architect-engineer contracts for on-call aerial surveying services,
three-year term ($1,500,000 each; aggregate total $3,000,000) with option to renew for two
additional years; authorize Director or designee to execute contracts; direct Department to
return to the Board on a quarterly basis with a progress report at the end of the second year; and
make California Environmental Quality Act and other findings - All Districts
54231 APPROVED AS RECOMMENDED

25. Approve contracts MA-080-18011097 with David Evans and Associates, Inc., MA-080-
18011099 with Johnson-Frank & Associates, Inc., MA-080-18011100 with Huitt-Zollars, Inc.,
MA-080-18011101 with Michael Baker International, Inc., and MA-080-18011102 with
Psomas for architect-engineer contracts for on-call land surveying services, three-year term
($1,500,000 each; aggregate total $7,500,000) with option to renew for two additional years;
authorize Director or designee to execute contracts; direct Department to return to the Board
on a quarterly basis with a progress report at the end of the second year; and make California
Environmental Quality Act and other findings - All Districts
45231 APPROVED AS RECOMMENDED

26. Approve contracts MA-080-18011183 with Moffatt & Nichol, MA-080-18011184 with
NobleConsultants, Inc., MA-080-18011185 with Anchor QEA, LLC, MA-080-18011354 with
GHD, Inc. and MA-080-18011355 with Environmental Science Associates for architect-
engineer on-call coastal engineering services, three-year term ($750,000 each; aggregate total
$3,750,000); with option to renew for two additional years; authorize Director or designee to
execute contracts; direct Department to return to the Board on a quarterly basis with a progress
report at the end of the second year; and make California Environmental Quality Act and other
findings - All Districts
54231 APPROVED AS RECOMMENDED

27. Approve job order contracts MA-080-18011459 with Wreck Age Demolition, Inc. and MA-
080-18011460 with Exbon Development, Inc. for demolition services, MA-080-18011441 with
Baker Electric, Inc. and MA-080-18011442 with Exbon Development, Inc. for electrical
services, MA-080-18011452 with Thomasville Construction, Inc., MA-080-18011453 with
Harry H. Joh Construction, Inc., MA-080-18011454 with Exbon Development, Inc. and MA-
080-18011455 with Applied Air Conditioning, Inc. for heating, ventilation and air conditioning
services, MA-080-18011439 with Exbon Development, Inc. and MA-080-18011440 with Best
Contracting Services, Inc. for roofing services, MA-080-18011444 with All American Asphalt
and MA-080-18011445 with PALP, Inc. dba Excel Paving Company for slurry and paving
services, 4/12/18 - 4/11/19 ($4,640,000 each; aggregate total $55,680,000); authorize Director
or designee to execute contracts under certain conditions; and make California Environmental
Quality Act and other findings - All Districts
52341 APPROVED AS RECOMMENDED

28. Acting as the Orange County Flood Control District - Approve change order 10 to contract
MA-080-15012058 with Tobo Construction, Inc. for liquidated damages assessed to Glassell
Yard Campus Stormwater Low-Impact Development Retrofit project ($306,000); and authorize
Auditor-Controller to make related payments - District 3
32451 APPROVED AS RECOMMENDED

OC WASTE & RECYCLING

29. Approve Fourth Cycle Regional Recycling and Waste Reduction Funding Agreement with
OneOC; and authorize Director or designee to execute agreement - All Districts (Continued RA
4 from 2/27/18, Item 25; 3/13/18, Item 24)
52341 APPROVED AS RECOMMENDED

30. Approve contract MA-299-18011418 with Tetra Tech BAS, Inc. for landfill gas operation
andmaintenance services, Central Region Landfills, 4/10/18 - 4/9/21 ($7,500,000); with option
to renew for two additional one-year terms ($2,500,000 per year); authorize County
Procurement Officer or authorized Deputy to execute contract; and make California
Environmental Quality Act and other findings - Districts 2 and 3
32451 APPROVED AS RECOMMENDED

SOCIAL SERVICES AGENCY

31. Accept retroactive grant award $288,062 from Governor's California Office of Emergency
Services forChild Abuse Treatment Program for continued therapy, advocacy and support to
child victims of abuse and neglect, 10/1/17 - 9/30/18 - All Districts
32451 APPROVED AS RECOMMENDED

GENERAL ADMINISTRATION

32. County Counsel - Adopt resolution directing County public officials to seek County Counsel
legal advice on mass mailing items and prohibiting use of County funds for certain mass
mailings and requiring 2/3 vote for future amendments to the resolution; and receive and file
mass mailing best practices, checklist and mass mailing training materials - All Districts
(Continued from 3/13/18, Item S29F)
54231 APPROVED AS RECOMMENDED
RESO: 18-023

County Executive Office:


33. Approve recommended positions on introduced or amended legislation and consider
otherlegislative subject matters - All Districts
52341 APPROVED AS RECOMMENDED

34. Approve contracts 017-18001MA with KNN Public Finance, LLC, 017-18002MA
withFieldman, Rolapp & Associates, Inc., and 017-18003MA with CSG Advisors Inc.
for on-call general municipal advisory services, 4/23/18 - 4/22/21 (not to exceed
$150,000 each, per year) with option to renew for two additional one-year terms; and
authorize Public Finance Director to execute contracts - All Districts
52341 APPROVED AS RECOMMENDED

35. Approve contracts 017-18001BC with Orrick, Herrington & Sutcliffe LLP, 017-
18002BC with Norton Rose Fulbright US LLP, and 017-18003BC with Stradling Yocca
Carlson & Rauth for general on-call legal services, 4/23/18 - 4/22/21 (not to exceed
$150,000 each, per year) with option to renew for two additional one-year terms; and
authorize Public Finance Director to execute contracts - All Districts
34251 APPROVED AS RECOMMENDED

36. Approve grant applications/awards submitted by Sheriff-Coroner and Health Care


Agency andratify retroactive grant applications/awards submitted by Health Care
Agency in 4/10/18 grant report and other actions as recommended; adopt resolutions
authorizing HCA Director or designee to submit and execute application, related
documents and amendments to State Department of Resources Recycling and Recovery
(CalRecycle) for Local Enforcement Agency - All Districts
32451 APPROVED AS RECOMMENDED
RESO: 18-024 - 18-025

37. Human Resource Services - Approve amendment 1 to contract with The StayWell Company,
LLC foradministration of health management program, 5/13/18 - 5/12/20 ($3,330,200); and
authorize Chief Human Resources Officer or designee to execute amendment - All Districts
45231 APPROVED AS RECOMMENDED

S37A. Supervisor Spitzer - Direct the Office of Independent Review, Executive Director Kevin
Rogan, toanalyze the lawsuit against the District Attorney and Sheriff Department and prepare
an analysis to present to the Board of Supervisors in closed session
NO ACTION TAKEN

S37B. County Executive Office - Receive and file investigative report "Review of the Initial
Response toCanyon 2 Fire"; and direct staff as necessary - All Districts
RECEIVED AND FILED

S37C. Chairman Do - Discussion of proper use of Board staff when conducting constituent outreach
outside of district
DISCUSSED; NO ACTION TAKEN

IV. PUBLIC HEARINGS (Items 38-40)

OC PUBLIC WORKS

38. Public Hearing to consider joint appeal filed regarding Red Rock Gardens Planning
ApplicationPA080053, and either (a) approve or disapprove Planning Commission's decision,
(b) add, modify or delete conditions, (c) deny appeals and approve a modified Planning
Application PA080053, or (d) provide direction and refer the matter back to Planning
Commission - District 3 (Continued from 3/13/18, Item 32)
B.O. CLOSED PUBLIC HEARING

35241 APPROVED RECOMMENDED ACTIONS #1, 2 AND 3 AND SELECTED


RECOMMENDED ACTION 4(a); DIRECTED TO ENTER INTO THE RECORD THE
SIGNED COPY AND RELEASE BY MR. SAMAAN OF HIS INDEMNIFICATION
AGREEMENT WITH THE COUNTY WITH RESPECT TO ATTORNEY'S FEES;
DIRECTED TO ADD CONDITION #32 TO ATTACHMENT H: "ANY AND ALL
NOISE, AMBIENT OR AS OTHERWISE MANUFACTURED FROM THE SITE,
CANNOT EXCEED THE NOISE STANDARDS AS PRESENTED IN ORANGE
COUNTY CODIFIED ORDINANCES SECTIONS4-6-1, ET. SEQ. THE PERMIT
HOLDER MUST HAVE AT ALL TIMES A NOISE MONITORING DEVICE IN USE
AT EVENTS IN COMPLIANCE WITH ORANGE COUNTY CODIFIED ORDINANCE
SECTION 4-6-3. NOISE MONITORING DATA MEASURED AT THE MOST NOISE
IMPACTED POINT OF THE SUBJECT SITE'S PROPERTY LINE SHALL BE
PRESENTED TO OC DEVELOPMENT SERVICES FOLLOWING EACH EVENT.";
DIRECTED TO ADD AS THE 2ND SENTENCE IN CONDITION #11: "NO EVENT
SHALL BE APPROVED OR AUTHORIZED BY THE DIRECTOR, OC
DEVELOPMENT SERVICES, IF THERE IS A SUSTAINED FINDING OF ANY CODE
VIOLATION, UNTIL THAT CODE VIOLATION IS CORRECTED, AND
SUFFICIENT EVIDENCE HAS BEEN PROVIDED TO THE DIRECTOR, OC
DEVELOPMENT SERVICES THAT THE VIOLATION WILL NOT RE-OCCUR."

39. Public Hearing to consider adopting resolution approving 2018 Weed Abatement Program; and
direct OC Public Works to report back to the Board on 7/31/18 and 8/6/19 with itemized cost
reports - All Districts
B.O. CLOSED PUBLIC HEARING

52341 APPROVED AS RECOMMENDED


RESO: 18-026

40. Public Hearing to consider reading and adoption of "An Uncodified Ordinance of the County
of Orange, State of California Adopting Zone Change ZC 17-01 and Rezoning Certain Land
from the A1 General Agricultural District to the AR Agricultural Residential District for the
Preserve at San Juan"; receive Orange County Planning Commission Resolution No. 18-01;
adopt resolution considering certification of Final Environmental Impact Report No. 618 and
other findings; adopt resolution approving General Plan Amendment Land Use Element 17-01;
and adopt resolution approving Area Plan PA130026 - District 5
B.O. CLOSED PUBLIC HEARING

53241 APPROVED AS RECOMMENDED


RESO: 18-027 - 18-029
ORD: 18-001

V. CLOSED SESSION (Items CS-1-SCS3)

GENERAL ADMINISTRATION

CS-1. Human Resource Services - CONFERENCE WITH LABOR NEGOTIATOR - Pursuant


to Government Code Section 54957.6:
Agency Negotiator: Brenda Diederichs
Employee Organizations: Association of County Law Enforcement Management (ACLEM),
American Federation of State, County and Municipal Employees (AFSCME), Association of
Orange County Deputy Sheriffs (AOCDS), International Brotherhood of Teamsters, Local 952,
In-Home Supportive Services (IHSS), International Union of Operating Engineers (IUOE),
Orange County Attorneys Association (OCAA), Orange County Employees Association
(OCEA), Orange County Managers Association (OCMA) and other non-represented employees
RE: Terms and Conditions of Employment
B.O. HELD, NO REPORTABLE ACTION

County Counsel:

SCS2. CONFERENCE WITH LEGAL COUNSEL - ANTICIPATED LITIGATION -


INITIATION OF LITIGATION - Pursuant to Government Code Section
54956.9(d)(4):
Number of Cases: One Case
B.O. HELD, NO REPORTABLE ACTION

SCS3. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION - Pursuant


toGovernment Code Section 54956.9(d)(1):
Name of Case: Orange County Catholic Worker, et al. v. County of Orange, et al.,
United States District Court Case No. 8:18-cv-00155-DOC-JDE
David Ramirez, et al. v. County of Orange, United States District Court Case No.8:18-
cv-0220-DOC-JDE
B.O. HELD, NO REPORTABLE ACTION

VI. PUBLIC, CEO, BOARD COMMENTS & ADJOURNMENT

PUBLIC COMMENTS:

Kenneth Batiste - Oral re: Changes to agenda and speaker time limits for general public comments,
homeless situation

Bryan Kaye - Oral re: Comments by Bryan Kaye at previous Board meeting, unreported crimes and
mental health professionals, Sheriff, District Attorney and Public Defender forging documents, falsifying
reports and placing innocent people in jail who are not mentally ill

Ilya Tseglin - Oral re: Ilya Tseglin, Robert Tseglin and Michael Klubnikin attend every meeting to plead
for Nate Tseglin's life from being exterminated, OC Regional Center profiteering from public funding,
Probate Case, Probate mental family court is a fraud, Judges, Public Defender

Robert Tseglin - Oral re: Nate Tseglin kidnapped by Irvine Police Department, placed in home, almost
overdosed and transferred to Fairview Development Center, OC Regional Center removed services
provided to Nate, placed in Cerritos Medical Center, psychotropic drugs and seizures, Public Defender,
Probate case

Lou Noble - Oral re: Mental Health Services and drug experimentation of Nate Tseglin, criminalization
of the homeless and fearmongering, mental problems of the homeless comes from depression and
oppression, unlawful foreclosure causes stress and mental problems, oppression by law enforcement,
more social workers and housing is needed for the homeless
COUNTY EXECUTIVE OFFICER COMMENTS:
None

BOARD COMMENTS:
Supervisor Spitzer - Oral re: Congratulated and thanked OC Waste & Recycling regarding closed landfill
at Yorba and Chapman and the 55 Freeway and opening of Orange Dog Park on Saturday, April 7, 2018

ADJOURNED: 4:05 P.M.


51234 Adjourned in memory of Carolyn McInerney

51234 Adjourned in memory of Santa Ana Police Chief Ray Davis

51234 Adjourned in memory of Melvyn E. Gruben

51234 Adjourned in memory of William King, Jr.

*** KEY ***


Left Margin Notes

1.  Supervisor Do A.  Abstained
2.  Supervisor Steel X.  Excused
3.  Supervisor Spitzer N.  No
4.  Supervisor Nelson BO  Board Order
5.  Supervisor Bartlett

ORD. = Ordinance
RESO. = Resolution

Above numbers refer to Supervisorial Districts (1st number = Moved by; 2nd number = Seconded by)

Chair, Orange County Board of Supervisors

Orange County Clerk of the Board


Attachment K

Bid Summary
BID OPENING DATE: 11/8/17
BID NUMBER: 080-C017028-NM Awarded Contractors
JOC FOR PAINTING SERVICES
4- RESPONSIVE BIDS RECEIVED
Interlog Corporation DBA Interlog CTG Construction, Inc. DBA
Respondent Name Construction Harry H. Joh Construction, Inc. C.T. Georgiou Painint Co. AJ Fistes Corporation
Ranking: 1 2 3 4
Line Bid Line Description Factor Factor Factor Factor
1 Normal Working 0.6050 0.7000 0.9000 0.8999
2 Other Than Normal 0.6051 0.7000 0.9500 1.1000
3 Composite Factor 0.6050 0.7000 0.9100 0.9399

Respondent Telephone 714-529-1130 562-630-3348 310-834-8015 562-424-2230


Comments

Contractor Name Registration Number License Number Registration Date Expiration Date Trade

Harry H. Joh Construction, Inc. 1000001675 469845 5/15/2017 6/30/2018 Painting

Interlog Corporation dba Interlog


1000004696 946823 6/16/2017 6/30/2018 Painting
Consturction

Page 1 of 5
Attachment K

BID OPENING DATE: 11/8/17


BID NUMBER: 080-C017018-CC Awarded Contractors
JOC FOR GENERAL CONTRACTING
10 - RESPONSIVE BIDS RECEIVED
Interlog Corporation DBA Interlog Vincor Construction, Harry H. Joh
Respondent Name Construction SJD & B, Inc. MIK Construction Inc. Pub Constrction, Inc. Inc. Construction
Ranking: 1 2 3 4 5 6
Line Bid Line Description Factor Factor Factor Factor Factor Factor
1 Normal Working 0.6200 0.6200 0.7800 0.7840 0.8000 0.9000
2 Other Than Normal 0.6201 0.6300 0.8000 0.7841 0.8500 0.9000
3 Composite Factor 0.6200 0.6220 0.7840 0.7840 0.8100 0.9000

Respondent Telephone
Comments

CTG Construction, Inc. dba C.T. Thomasville Construction,


Respondent Name (con't) Georgiou Painting Co. Archico Design Build, Inc. MTM Construction, Inc. Inc. MW Services Inc.
Ranking: 7 8 9 10 11
Line Bid Line Description Factor Factor Factor Factor Factor
1 Normal Working 0.9000 0.9393 0.9500 0.9714 1.0800
2 Other Than Normal 0.9500 0.9696 1.1000 1.0806 1.2000
3 Composite Factor 0.9100 0.9454* 0.9800 0.9932 1.1040
*Corrected Composite
Respondent Telephone
Comments

Page 2 of 5
Attachment K

Contractor Name Registration Number License Number Registration Date Expiration Date Trade
Interlog Corporation DBA Interlog General Contracting
1000004696 946823 6/16/2017 6/30/2018
Construction Services
General Contracting
SJD & B, Inc. 1000030237 1001950 5/8/2017 6/30/2018
Services
General Contracting
MIK Construction Inc. 1000003181 921766 5/8/2017 6/30/2018
Services
General Contracting
Pub Constrction, Inc. 1000005407 788668 5/4/2017 6/30/2018
Services
General Contracting
Vincor Construction, Inc. 1000009803 763743 5/11/2017 6/30/2018
Services

Page 3 of 5
Attachment K

BID OPENING DATE: 11/8/17


BID NUMBER: 080-C011989-CM Awarded Contractors
JOC FOR ASBESTOS REMOVAL &
DECONTAMINATION SERVICES
2 - RESPONSIVE BIDS RECEIVED
Environmental Remediation
Respondent Name Contractors, Inc. Miller Environmental, Inc.
Ranking: 1 2
Line Bid Line Description Factor Factor
1 Normal Working 0.8230 0.7992
2 Other Than Normal 0.8500 0.9400
3 Composite Factor 0.8284 0.8274

Respondent Telephone 714-202-8880 714-385-0099


Comments

Contractor Name Registration Number License Number Registration Date Expiration Date Trade
Environmental Remediation Contractors,
1000014579 803905 5/4/2017 6/30/2017 Asbestos
Inc.
Miller Environmental, Inc. 1000000628 772797 5/8/2017 6/30/2018 Asbestos

Page 4 of 5
Attachment K

BID OPENING DATE: 11/8/17


BID NUMBER: 080-C011987-CM Awarded Contractors
JOC FOR PLUMBING SERVICES
2 - RESPONSIVE BIDS RECEIVED

Respondent Name Harry H. Joh Construction, Inc. Thomasville Construction, Inc.


Ranking: 1 2
Line Bid Line Description Factor Factor
1 Normal Working 1.0900 1.0806
2 Other Than Normal 1.1300 1.1726
3 Composite Factor 1.0980 1.0990

Respondent Telephone 562-630-3348 626-224-8359


Comments

Contractor Name Registration Number License Number Registration Date Expiration Date Trade
Harry H. Joh Construction, Inc. 1000001675 469845 5/15/2017 6/30/2018 Plumbing

Page 5 of 5
REGULAR MEETING OF THE BOARD OF SUPERVISORS
ORANGE COUNTY, CALIFORNIA

Tuesday, October 6, 2015, 9 : 0 0 A . M .

BOARD HEARING ROOM, FIRST FLOOR


333 W. Santa Ana Blvd., 10 Civic Center Plaza
Santa Ana, California

TODD SPITZER
CHAIRMAN
Third District

LISA A. ANDREW DO
BARTLETT SUPERVISOR
VICE First District
CHAIRMAN
Fifth District

MICHELLE SHAWN NELSON


STEEL SUPERVISOR
SUPERVISOR Fourth District
Second District

ATTENDANCE: All Present

EXCUSED: None

PRESENT: COUNTY EXECUTIVE OFFICER Frank Kim


COUNTY COUNSEL Leon J. Page
DEPUTY CLERK OF THE BOARD Jamie Ross

INVOCATION: Supervisor Nelson, Fourth District, gave the invocation

PLEDGE OF ALLEGIANCE: Supervisor Steel, Second District, led the assembly in the Pledge of Allegiance

I. PRESENTATIONS/INTRODUCTIONS

Chairman Spitzer presented a resolution commending OC Community Services for earning the
Affordable Housing Award for Development of the Year

II. CONSENT CALENDAR (Items 1-15)

42153 APPROVED AS RECOMMENDED WITH THE EXCEPTION OF ITEM 10 WHICH


WAS DELETED; ITEM 5 WHICH WAS CONTINUED TO 10/27/15, 9:30 A.M.; AND
ITEM 3 WHICH WAS PULLED FOR DISCUSSION AND SEPARATE VOTE
BOARD APPOINTMENTS

1. Supervisor Steel - Airport Commission - Reappoint Chris A. Welsh, Newport Beach, for
term concurrent with 2nd District Supervisor's term of office

2. Supervisor Do - Airport Commission - Appoint John L. Wong, Rossmoor, for term concurrent
with 1stDistrict Supervisor's term of office

DEPARTMENT APPOINTMENTS

Health Care Agency:

3. Orange County Mental Health Board - Reappoint Judith Lewis, Huntington Beach, for
termending 7/20/18 - All Districts
45123 APPROVED AS RECOMMENDED

4. Alcohol and Drug Advisory Board - Appoint Margaret Fleitman, Mission Viejo, to
complete term ending 10/27/17; Geoffrey Henderson, Anaheim, to complete term
ending 3/6/17; Debra Kelsey, Westminster, and Frederick Williams, Jr., Irvine to
complete terms ending 10/28/17; and reappoint Stacy Deeble-Reynolds, Long Beach,
for term ending 6/3/18 - All Districts

ELECTED DEPARTMENT HEADS

District Attorney:

5. Approve model agreement for teachers in Orange and San Juan Capistrano School
Districts forGang Reduction and Intervention Partnership (GRIP) program tutorial
services, 9/28/15 - 7/31/16 ($457,500); renewable for one additional one-year term; and
authorize Purchasing Agent or authorized Deputy to execute individual agreements -
Districts 3 & 5 (Continued from 9/22/15, Item 16)
42153 CONTINUED TO 10/27/15, 9:30 A.M.

6. Adopt resolution approving amended FY 2014-15 Federal Equitable Sharing Agreement


andCertification Report - All Districts
RESO: 15-110

Sheriff-Coroner:

7. Approve amendment 3 to renew agreement MA-060-12010139 with Premier


Computing, Inc. for help desk support for Commissary operations system, 11/9/15 -
11/8/16 ($24,000; cumulative total $96,000); and authorize Purchasing Agent or
authorized Deputy to execute amendment - All Districts

8. Approve purchase order with Impex Technologies, Inc. for one-time purchase and
delivery ofcomputer hardware to increase storage of existing data system ($81,768.56);
and authorize Purchasing Agent or authorized Deputy to execute purchase order - All
Districts

9. Receive and file annual Inmate Welfare Fund Revenue and Expenditure Reports for FY
14-15 -All Districts
HEALTH CARE AGENCY

10. Approve agreement MA-042-15012267 with Freedom Imaging, Inc. for purchase of
unbudgeted digitalradiography equipment ($64,212); and authorize Purchasing Agent or
authorized Deputy to execute agreement - All Districts (4/5 vote of members present)
42153 DELETED

OC COMMUNITY RESOURCES

11. Approve agreement MA-012-16010499 with US eDirect Inc. for OC Parks reservations system,
10/9/15 - 10/8/16 ($160,000) with option to renew for four additional one-year periods; and
authorize Purchasing Agent or authorized Deputy to execute agreement - All Districts

12. Accept donation of $14,910.48 from Friends of the Library to offset cost of refurbishing chairs,
HeritagePark Branch Library - District 3

13. Acting as the Successor Agency to the Orange County Development Agency - Adopt
RecognizedObligation Payment Schedule (ROPS), 1/1/16 - 6/30/16; authorize staff to submit
ROPS to State Department of Finance and the State Controller's Office; direct staff to notify
Board of any changes made to ROPS by County Auditor-Controller, County's Oversight Board,
State Department of Finance, and/or State Controller's Office; and make California
Environmental Quality Act and other findings - All Districts

OC PUBLIC WORKS

14. Approve retroactive reimbursement agreement 15-0044 with California Department of Food
andAgriculture for reimbursement of inspection of high risk plant shipments, 7/1/15 - 6/30/16
($102,381); authorize Director or designee to execute agreement; and make California
Environmental Quality Act and other findings - All Districts

15. Acting as the Board of Supervisors and Orange County Flood Control District -
Approveamendment 1 to agreement D10-054 with Canyon Recreational Vehicle Park for a
one-time fee for water connection and power and water usage ($54,000) - District 3
END OF CONSENT CALENDAR
III. DISCUSSION ITEMS (Items 16-S34B)

ELECTED DEPARTMENT HEADS

16. Auditor-Controller - Approve agreement MA-003-16010046 with CGI Technologies and


Solutions Inc., for CAPS+ Advantage Finance/Procurement and Human Resources/Payroll
software system upgrade, ($5,767,823); and approve amendment 2 to agreement MA-003-
11012413 with CGI Technologies and Solutions Inc., for maintenance and support services for
bundled software added under agreement MA-003-16010046 ($30,412.21; new total
$11,659,827.83); and authorize Purchasing Agent or authorized Deputy to execute agreements -
All Districts (Continued from 9/22/15, Item 37)
52143 APPROVED AS RECOMMENDED

Sheriff-Coroner:

17. Approve amendment 1 to license agreement PM 1239-9-3-1 with County of Riverside


forcontinued lease of space, Ortega Communications Facility, extending term 30 years
to 10/4/45 ($839,155; cumulative total $888,018); and make California Environmental
Quality Act and other findings - District 5
52143 APPROVED AS RECOMMENDED

18. Approve amendment 1 to agreement MA-060-15011899 with CDCE Incorporated for


purchase of Getac Rugged Laptops, Tablets and Integrated Control Systems and adding
another invoicing location, 5/8/15 - 5/7/18 ($1,888,652.44; new total $2,501,817.93);
and authorize Purchasing Agent or authorized Deputy to execute amendment - All
Districts
14253 APPROVED AS RECOMMENDED

19. Treasurer-Tax Collector - Approve amendment 1 to agreement MA-074-11012506 with The


NorthernTrust Company for custody banking services, 10/20/15 - 10/19/16 ($121,500;
cumulative total $796,500); and authorize Treasurer-Tax Collector to execute amendment - All
Districts
15243 APPROVED AS RECOMMENDED

HEALTH CARE AGENCY

20. Approve selection of and agreement with College Community Services for Peer Mentoring
services forAdults and Older Adults, 11/1/15 - 6/30/17 ($2,914,452); and authorize Director or
designee to execute agreement - All Districts
51243 APPROVED AS RECOMMENDED

JOHN WAYNE AIRPORT

21. Approve amendment 1 to architect-engineer agreement for Project No. 280-280-1900-ENV2


with AMEC Foster Wheeler Environmental & Infrastructure, Inc., extending term to 9/9/16;
($480,000; new total $2,880,000) - District 2
21453 APPROVED AS RECOMMENDED

22. Approve Passenger Facility Charge amendment with Federal Aviation Administration
for reimbursements and funding of projects and authorize Director to execute amendment;
approve agreement with Swinerton Builders for terminal improvements project ($101,837,386);
and consider application of Final Environmental Impact Report No. 582, Addendum 582-1, and
Final Supplemental Environmental Impact Report 582, and other findings - District 2
21453 CONTINUED TO 10/20/15, 9:30 A. M.

23. Consider second reading and adoption of "An Ordinance of the County of Orange, California
AmendingSections 2-1-30.4 and 2-1-30.5 of the Codified Ordinances of the County of Orange
Pertaining to Noise Regulations and Decibel (dB) Limitations" - District 2 (First reading on
9/22/15, Item 42)
23145 APPROVED AS RECOMMENDED
ORD: 15-015

OC PUBLIC WORKS

24. Receive bids and award job order contracts MA-080-16010087 to National Demolition
Contractors andMA-080-1601058 to Environmental Remediation Contractors, Inc. for asbestos
removal and decontamination services support, 10/6/15 - 10/5/16 ($4,475,000 each) - All
Districts
51243 APPROVED AS RECOMMENDED

25. Approve agreement D15-004 with Santa Fe Pacific Pipeline, L.P. for relocation of petroleum
pipelines,La Pata Avenue widening - District 5
53124 APPROVED AS RECOMMENDED

26. Receive bids and award job order contracts MA-080-16010245 with Interlog
Construction, MA-080-16010246 with Harry H. Joh Construction and MA-080-16010247 with
MIK Construction for general contracting services, 10/6/15 - 10/5/16 ($4,475,000 each); and
make California Environmental Quality Act and other findings - All Districts
14253 APPROVED AS RECOMMENDED

27. Approve amendment 1 to agreement D13-085 with Hill International, Inc. for construction
managementof La Pata Avenue and Camino Del Rio Extension Project ($1,000,000 reduction;
new total $6,706,372) - District 5
51243 APPROVED AS RECOMMENDED

28. Approve agreement CT-080-16010222 with West Coast Air Conditioning Co., Inc. for
ConstructionManager At Risk general contractor design phase services for Central Utility
Facility Infrastructure Upgrades project ($796,540); and make California Environmental
Quality Act and other findings - District 1
14253 APPROVED AS RECOMMENDED

29. Acting as the Board of Supervisors and Orange County Flood Control District -
Approve acquisition contract with and accept grant deed from Bruce T. Mulhearn, Trustee of
the Grasmere Trust, for purchase of real property, Prado Dam Project, 7215 Pine Avenue,
Chino, California ($4,030,000); authorize Chief Real Estate Officer or designee to execute
related documents; and authorize Auditor-Controller to make related payments - All Districts
15243 APPROVED AS RECOMMENDED

GENERAL ADMINISTRATION

County Counsel:
30. Consider second reading and adoption of "An Ordinance of the County of Orange,
California,Amending Section 2-2-15 of the Codified Ordinances of the County of
Orange Regarding the Appointment of Members to the Orange County Parks
Commission" - All Districts (First reading on 9/22/15, Item 47)
14253 APPROVED AS RECOMMENDED
ORD: 15-016

31. Consider second reading and adoption of "An Ordinance of the County of Orange,
California,Amending Section 1-2-302 of the Codified Ordinances of the County of
Orange Regarding the Composition of the Housing and Community Development
Commission" - All Districts (First reading on 9/22/15, Item 48)
14253 APPROVED AS RECOMMENDED
ORD: 15-017

County Executive Office:

32. Approve recommended positions on introduced or amended legislation and consider


otherlegislative subject matters - All Districts
14253 APPROVED AS RECOMMENDED

33. Acting as the Legislative Body of Community Facilities Districts No. 2002-1 and 2004-
1 -Approve amendment 4 to Acquisition, Funding and Disclosure agreement for Series
A of 2003 Bonds, CFD 2002-1 and Series A of 2005 Bonds, CFD 2004-1 for purpose of
financing the La Pata extension project and related improvements; and authorize Public
Finance Manager to execute amendments; and make related budget adjustments -
District 5 (R.A. #4, 4/5 vote of members present and voting)
54123 APPROVED AS RECOMMENDED
N

34. Approve grant applications/awards submitted by District Attorney and OC


CommunityResources/Community Services in 10/6/15 grant report and other actions as
recommended; adopt resolution authorizing District Attorney or designee to execute
grant subaward amendment and additional amendments under certain conditions with
California Office of Emergency Services for Unserved/Underserved Victim Advocacy
and Outreach Services Program, 10/1/14 - 3/31/16 ($62,500; cumulative total
$192,233); and make California Environmental Quality Act and other findings - All
Districts
51243 APPROVED AS RECOMMENDED
RESO: 15-111

S34A. Chairman Spitzer and Supervisor Nelson - Relating to the establishment of a County
EthicsCommission, provide direction to County Counsel concerning amendments to the County
Charter, amendments to the County Campaign Reform Ordinance (TINCUP), an ordinance
establishing a County Ethics Commission, and amendments to the County Lobbyist
Registration and Reporting Ordinance; direct County Counsel to return to the Board on October
20, 2015, with final ordinance language and a proposed directive for placement of the
amendments to the County Charter and the County Campaign Reform Ordinance on the ballot
of the June 2016 statewide primary election
THE BOARD PROVIDED DIRECTION AND COMMENTS TO COUNTY COUNSEL
CONCERNING AMENDMENTS TO THE COUNTY CHARTER, AMENDMENTS TO
THE COUNTY CAMPAIGN REFORM ORDINANCE (TINCUP), AN ORDINANCE
ESTABLISHING A COUNTY ETHICS COMMISSION, AND AMENDMENTS TO
THE COUNTY LOBBYIST REGISTRATION AND REPORTING ORDINANCE.
STRAW VOTES WERE HELD ON THE FOLLOWING SPECIFIC ITEMS: ON THE
CHARTER AMENDMENT
o ARTICLE VI, SECTION 601: THE BOARD, ON A VOTE OF 4 TO 0,
SUPERVISORS BARTLETT, DO, NELSON, AND SPITZER VOTING YES, AND
SUPERVISOR STEEL ABSTAINING, APPROVED A RECOMMENDED
AMENDMENT TO CHANGE THE NAME OF THE COMMISSION FROM "FAIR
CAMPAIGN PRACTICES COMMISSION" TO "CAMPAIGN FINANCE AND
ETHICS COMMISSION"

ON THE CAMPAIGN REFORM ORDINANCE

 1-6-6(F):THE BOARD, ON A VOTE OF 4 TO 0, SUPERVISORS


BARTLETT, DO, NELSON, AND SPITZER VOTING YES, AND
SUPERVISOR STEEL ABSTAINING, APPROVED THE EXISTING
LANGUAGE IN S34A CONCERNING THE PRESUMPTION THAT A
CONTRIBUTION FROM A CHILD IS A CONTRIBUTION OF THE
PARENT;
 1-6-8: THE BOARD, ON A VOTE OF 4 TO 0, SUPERVISORS
BARTLETT, DO, NELSON, AND SPITZER VOTING YES, AND
SUPERVISOR STEEL ABSTAINING, INCLUDED LANGUAGE FROM
S34B CONCERNING THE PROHIBITION ON MULTIPLE CAMPAIGN
COMMITTEES;
 1-6-11: THE BOARD, ON A VOTE OF 4 TO 0, SUPERVISORS
BARTLETT, DO, NELSON, AND SPITZER VOTING YES, AND
SUPERVISOR STEEL ABSTAINING, INCLUDED LANGUAGE FROM
S34B CONCERNING THE ESTABLISHMENT OF A LEGAL DEFENSE
FUND;
 1-6-16: THE BOARD, ON A VOTE OF 4 TO 0, SUPERVISORS
BARTLETT, DO, NELSON, AND SPITZER VOTING YES, AND
SUPERVISOR STEEL ABSTAINING, DIRECTED THAT THIS
SECTION PERMITTING FPPC ENFORCEMENT BE DELETED IN ITS
ENTIRETY;
 1-6-32: THE BOARD, ON A VOTE OF 3 TO 1, SUPERVISORS
BARTLETT, NELSON, AND SPITZER VOTING YES, SUPERVISOR
DO VOTING NO, AND SUPERVISOR STEEL ABSTAINING,
DIRECTED THAT LANGUAGE BE ADDED CONSOLIDATING THE
PROPOSED TINCUP AMENDMENTS WITH THE CHARTER
AMENDMENT AND ORDINANCE ESTABLISHING AN ETHICS
COMMISSION, AND THAT LANGUAGE BE ADDED PERMITTING A
3/5 VOTE OF THE BOARD FOR MINISTERIAL CHANGES TO
TINCUP AND A 4/5 VOTE OF THE BOARD FOR SUBSTANTIAL
CHANGES TO TINCUP;

ON THE ORDINANCE ESTABLISHING AN ETHICS COMMISSION


 1-2-104: THE BOARD, ON A VOTE OF 4 TO 0, SUPERVISORS
BARTLETT, DO, NELSON, AND SPITZER VOTING YES, AND
SUPERVISOR STEEL ABSTAINING, APPROVED OF A 10 YEAR
PERIOD OF DISQUALIFICATION FROM SERVICE ON THE ETHICS
COMMISSION FOR CERTAIN SPECIFIED PERSONS, INCLUDING
PROPONENTS AND REGISTERED FEDERAL LOBBYISTS;
 1-2-105: THE BOARD, ON A VOTE OF 4 TO 0, SUPERVISORS
BARTLETT, DO, NELSON, AND SPITZER VOTING YES, AND
SUPERVISOR STEEL ABSTAINING, APPROVED THE EXISTING
LANGUAGE IN S34A CONCERNING THE REMOVAL OF
COMMISSIONERS FROM THE ETHICS COMMISSION;
 1-2-109(J): THE BOARD, ON A VOTE OF 4 TO 0, SUPERVISORS
BARTLETT, DO, NELSON, AND SPITZER VOTING YES, AND
SUPERVISOR STEEL ABSTAINING, INCLUDED LANGUAGE FROM
S34B CONCERNING THE RESPONSIBILITY OF THE EXECUTIVE
DIRECTOR TO INCLUDE COUNTY CONFLICT OF INTEREST CODE
AMENDMENTS;
 1-2-109(P): THE BOARD, ON A VOTE OF 3 TO 1, SUPERVISORS
BARTLETT, NELSON, AND SPITZER VOTING YES, SUPERVISOR
DO VOTING NO, AND SUPERVISOR STEEL ABSTAINING,
APPROVED THE EXISTING LANGUAGE IN S34A CONCERNING
THE RESPONSIBILITY OF THE EXECUTIVE DIRECTOR TO
PROVIDE ADVICE;
 1-2-110 TO 1-2-112: THE BOARD, ON A VOTE OF 4 TO 0,
SUPERVISORS BARTLETT, DO, NELSON, AND SPITZER VOTING
YES, AND SUPERVISOR STEEL ABSTAINING, APPROVED
NONSUBSTANTIVE TECHNICAL AMENDMENTS;
 1-2-112(C)(2): THE BOARD, ON A VOTE OF 4 TO 0, SUPERVISORS
BARTLETT, DO, NELSON, AND SPITZER VOTING YES, AND
SUPERVISOR STEEL ABSTAINING, APPROVED ADDING
LANGUAGE REQUIRING AN OFFER OF REMEDIAL MEASURES,
"WHEN FEASIBLE";
 1-2-112(E)(1): THE BOARD, ON A VOTE OF 4 TO 0, SUPERVISORS
BARTLETT, DO, NELSON, AND SPITZER VOTING YES, AND
SUPERVISOR STEEL ABSTAINING, APPROVED ADDING THE
WORD "DE NOVO." o 1-2-112(E)(4): THE BOARD, ON A VOTE OF 4
TO 0, SUPERVISORS BARTLETT, DO, NELSON, AND SPITZER
VOTING YES, AND SUPERVISOR STEEL ABSTAINING, APPROVED
THE DELETION OF THE WORDS "CORRECT THE VIOLATION" TO
AVOID DUPLICATION.
 1-2-112(E)(6): THE BOARD, ON A VOTE OF 4 TO 0, SUPERVISORS
BARTLETT, DO, NELSON, AND SPITZER VOTING YES, AND
SUPERVISOR STEEL ABSTAINING, APPROVED RECOMMENDED
TECHNICAL AMENDMENT TO DELETE "FIVE" AND INSERT
"FOUR";
 1-2-114 TO 1-2-117: THE BOARD, ON A VOTE OF 4 TO 0,
SUPERVISORS BARTLETT, DO, NELSON, AND SPITZER VOTING
YES, AND SUPERVISOR STEEL ABSTAINING, DIRECTED THAT
CONFORMING AMENDMENTS BE INCLUDED.

ON A VOTE OF 4 TO 0, SUPERVISORS BARTLETT, DO, NELSON, AND


SPITZER VOTING YES, AND SUPERVISOR STEEL ABSTAINING,
DIRECTED THAT CONFORMING AMENDMENTS BE INCLUDED.ON A
VOTE OF 4 TO 0, SUPERVISORS BARTLETT, DO, NELSON, AND SPITZER
VOTING YES, AND SUPERVISOR STEEL ABSTAINING, THE BOARD
DIRECTED COUNTY COUNSEL TO RETURN TO THE BOARD ON
OCTOBER 20, 2015, WITH FINAL ORDINANCE LANGUAGE AND A
PROPOSED DIRECTIVE FOR CONSOLIDATION OF (1) THE
AMENDMENTS TO THE COUNTY CHARTER; (2) THE AMENDMENTS TO
THE COUNTY CAMPAIGN REFORM ORDINANCE, AND (3) AN
ORDINANCE ESTABLISHING A COUNTY ETHICS COMMISSION INTO A
SINGLE MEASURE FOR PLACEMENT ON THE JUNE 2016 PRESIDENTIAL
PRIMARY ELECTION BALLOT.

S34B. Supervisor Do - Relating to the establishment of a County Ethics Commission, provide


direction toCounty Counsel concerning amendments to the County Charter, amendments to the
County Campaign Reform Ordinance (TINCUP), an ordinance establishing a County Ethics
Commission, and amendments to the County Lobbyist Registration and Reporting Ordinance;
direct County Counsel to return to the Board on October 20, 2015, with final ordinance
language and a proposed directive for placement of the amendments to the County Charter and
the County Campaign Reform Ordinance on the ballot of the June 2016 statewide primary
election
ITEM WITHDRAWN

IV. PUBLIC HEARINGS (Items 35-36)

OC PUBLIC WORKS

35. Public Hearing to consider adopting resolution approving General Plan Amendment Land Use
Element15-01 for elements that contain goals, policies and regulations that affect
unincorporated areas of Orange County; and consider adoption of Negative Declaration No. IP
15-115 and other findings - All Districts
B.O. CLOSED PUBLIC HEARING

45123 APPROVED AS RECOMMENDED


RESO: 15-112

36. Public Hearing to consider second reading and adoption of "An Ordinance of the Board of
Supervisors ofthe County of Orange Granting to SFPP, L.P., a Delaware Limited Partnership, a
Franchise for the Transportation & Distribution of Refined Petroleum Products in the County
of Orange for Ten (10) Years" - Districts 3, 4 & 5 (First reading on 9/22/15, Item 58)
54123 APPROVED AS RECOMMENDED
ORD: 15-018

V. CLOSED SESSION (Items CS-1-SCS5)

GENERAL ADMINISTRATION

County Counsel:

CS-1. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION - Pursuant


toGovernment Code Section 54956.9(d)(1):
Name of Case: James E. Dovey, etc., et al. v. Niguel Shores Community Association, et
al., Orange County Superior Court Case No. 30-2013-00651468-CU-OR-CJC
B.O. HELD, COUNTY COUNSEL READ: THE BOARD BY A UNANIMOUS VOTE,
APPROVED A PROPOSED SETTLEMENT IN THE CASE OF JAMES E.
DOVEY, ETC., ET AL. V. NIGUEL SHORES COMMUNITY ASSOCIATION,
ET AL. A COPY OF THE AGREEMENT IS AVAILABLE FROM THE OFFICE
OF CLERK OF THE BOARD.

CS-2. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION - Pursuant


toGovernment Code Section 54956.9(d)(1):
Name of Case: In re Arbitration between County of Orange v. Atos Governmental IT
Outsourcing Services, LLC
B.O. HELD, NO REPORTABLE ACTION

Human Resource Services:

CS-3. PUBLIC EMPLOYEE APPOINTMENT - Pursuant to Government Code Section


54957(b):
Title: Airport Director
(Continued from 9/22/15, Item CS-11)
B.O. HELD, NO REPORTABLE ACTION

CS-4. CONFERENCE WITH LABOR NEGOTIATOR - Pursuant to Government Code


Section54957.6:
Agency Negotiator: Robert O'Brien
Employee Organizations: Association of County Law Enforcement Management
(ACLEM), American Federation of State, County and Municipal Employees
(AFSCME), Association of Orange County Deputy Sheriffs (AOCDS), Alliance of
Orange County Workers (AOCW), In-Home Supportive Services Provider Unit (IHSS)
represented by United Domestic Workers of America (UDWA), International Union of
Operating Engineers (IUOE), Orange County Attorneys Association (OCAA), Orange
County Employees Association (OCEA), Orange County Managers Association
(OCMA) and other non-represented employees
RE: Terms and Conditions of Employment
B.O. HELD, NO REPORTABLE ACTION

SCS5. County Executive Office - CONFERENCE WITH REAL PROPERTY NEGOTIATOR -


Pursuant toGovernment Code Section 54956.8:
Property Location: Future County of Orange Property at Former MCAS Tustin, South of
Valencia Avenue and West of Armstrong Avenue & 1300 South Grand Avenue, Santa Ana,
CA
County Negotiator: Scott D. Mayer, Chief Real Estate Officer
Negotiating Party: South Orange County Community College District
Under Negotiation: Terms and Value of Future Acquisition or Lease
B.O. HELD, NO REPORTABLE ACTION

VI. PUBLIC, CEO, BOARD COMMENTS & ADJOURNMENT

PUBLIC COMMENTS:

Michael Klubnikin - Oral Re: Homeless shelter, Ethics Commission, Tseglins, Public Defender, Internal
Audit.

Stephanie Ellison, Jacqulyn Peter - Oral Re: No Kill Shelter Alliance; policies at OC Animal Care; need
forOversight Board; thanked those involved with saving Karma.

Nik Peter - Oral Re: No Kill Shelter Alliance; policies at OC Animal Care; need for Oversight Board;
thanked those involved with saving Karma; need for new shelter and needed repairs at current shelter.

Rose Tingle - Oral Re: OC Animal Care and the need for more than one shelter in Orange County.

COUNTY EXECUTIVE OFFICER COMMENTS:


None

BOARD COMMENTS:
Supervisor Do - Oral Re: Thanked OC Parks and OCCR staff for concert at Mile Square Park.

Vice Chair Bartlett - Oral Re: 20th Anniversary of Cal Optima celebration on 11/14/15. Requested
contact information of public speakers for their input on OC Animal Care (OCAC) policies. Wants to
look at possibly adding animal behaviorist at OCAC.

Chairman Spitzer - Oral Re: Holding Peters Canyon workshop 10/7/15, 5:30 - 7:30 p.m. at Orange
County Fire Authority. 1000 N. Kraemer workshop held last week regarding potential homeless shelter.
Directed CEO to look at possibly using alternate site for Board public hearing regarding 1000 N. Kraemer
shelter in order to accommodate public. Directed CEO to meet with OCFA staff regarding OCFA's
savings in Workers Compensation costs and alternative dispute resolution and return to the Board at a
later date.

ADJOURNED: 3:40 P.M.


53124 Adjourned in memory of Kim Dietz

*** KEY ***


Left Margin Notes

1.  Supervisor Do A.  Abstained
2.  Supervisor Steel X.  Excused
3.  Supervisor Spitzer N.  No
4.  Supervisor Nelson BO  Board Order
5.  Supervisor Bartlett
ORD. = Ordinance
RESO. = Resolution

Above numbers refer to Supervisorial Districts (1st number = Moved by; 2nd number = Seconded by)

Chair, Orange County Board of Supervisors

Interim Orange County Clerk of the Board


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

JOB ORDER CONTRACT AGREEMENT

This Job Order Contract Agreement MA-080-18010314, hereinafter referred to as

“AGREEMENT”, is made and entered into this ___________ day of__________________,

2017 by and between the County of Orange, a political subdivision of the State of California,

and the Orange County Flood Control District, a body corporate and politic, together,

hereinafter referred to as "COUNTY" and Harry H. Joh Construction, Inc., hereinafter

referred to as "CONTRACTOR," that COUNTY and CONTRACTOR. COUNTY and

CONTRACTOR are sometimes referred to herein as “PARTY” or collectively as “PARTIES.”

For considerations hereinafter named, the PARTIES mutually agree as follows:

l. CONTRACTOR shall accomplish to the satisfaction of ENGINEER, as defined in


Section B of the JOC Special Provisions, all work described in AGREEMENT and JOC
Special Provisions and shall provide and furnish all the labor, materials, necessary tools,
expendable equipment, and all utility and transportation services required for the:

Job Order Contract for


General Engineering, FY 2017-18

hereinafter referred to as PROJECT in accordance with this AGREEMENT. This


AGREEMENT includes the following documents and their provisions which are
incorporated herein by reference and made a part hereof as though fully set forth in full:

A. Notice Inviting Bids

B. Proposal Form

C. Proposal Requirements and Conditions (Section A of the JOC Special


Provisions).

D. Supplement to Part 1 of the Standard Specifications for Public Works


Construction (Section B of the JOC Special Provisions).

E. General Miscellaneous (Section C of the JOC Special Provisions).

F. Permit Requirements (Section D of the JOC Specifications).

G. Federal Requirements (Section E of the JOC Special Provisions).

C017030 JOCA-1 Page 1 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

H. Job Order Contract Details (Section F of the JOC Special Provisions).

I. JOC Unit Price Book, May 2017 OC Public Works/OC Construction Construction
Task Catalog®, hereafter referred to as CTC, and Technical Specifications.

2. The Contract is an indefinite-quantity contract for the maintenance repair and/or


refurbishment of items so ordered, with no minimum amount and a maximum amount of
$ 4.656 million. COUNTY agrees to pay and CONTRACTOR agrees to accept in full
payment for the work to be performed pursuant to AGREEMENT, the CTC, Technical
Specifications, and Adjustment Factors, as follows:

Normal Working Hours: 0.7840

Other Than Normal Working Hours: 0.7850

Subject to the conditions set forth in CONTRACTOR’s proposal in accordance with


AGREEMENT documents.

COUNTY will make one payment for all Task Orders that have a Task Order Completion
Time of 22 days or less, or a Task Order Price of $25,000 or less. For all other Task
Orders, the COUNTY may make partial, monthly payments based on a percentage of the
work completed.

Before submitting an Application for Payment (Final or Partial) the CONTRACTOR


shall reach an agreement with the COUNTY concerning the percentage complete of the
Detailed Scope of Work and the dollar value for which the Application for Payment may
be submitted.

When applicable, COUNTY agrees to make work progress payments in accordance with
the provisions of Section 9-3.2 "Partial and Final Payment" of the STANDARD
SPECIFICATIONS, which sums shall be computed from the prices set forth in the Task
Order Proposals submitted by CONTRACTOR.

Interest shall begin to accrue on any unpaid progress payment sixty (60) days after
ENGINEER’s approval of CONTRACTOR’s progress payment request. Interest shall be
equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of
Civil Procedure.

3. Term of Contract

This AGREEMENT is effective one year after award by the Board of Supervisors or the
achievement of maximum dollar value, whichever occurs first. Upon mutual consent, the
maximum value may be increased to the maximum legal value at any time.

4. CONTRACTOR agrees to commence construction of PROJECT within fourteen (14)


calendar days after receipt of a Task Order Notice to Proceed issued by ENGINEER or
his/her designee. CONTRACTOR shall notify ENGINEER at least five (5) working days

C017030 JOCA-2 Page 2 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

in advance of starting work and agrees to continue construction of PROJECT in strict


compliance with the Plans and Special Provisions, in a due and diligent workmanlike
manner without interruption, and to complete construction thereof within agreed upon
period from the date of commencement of work.

5. Liquidated Damages; Extension of Time

Timely completion of Task Orders issued under this AGREEMENT is of the essence. In
accordance with Government Code Section 53069.85, should CONTRACTOR fail to
complete the work specified in the Task Order in accordance with the approved
construction schedule, and provided CONTRACTOR has not previously obtained a
written extension of time from COUNTY according to the General Conditions, a sum
appropriate with the following schedule may be deducted from each succeeding request
for payment as liquidated damages on each Task Order if applicable.

Schedule for Liquidated Damages

Task Order Price Liquidated Damages per Day


Up to $100,000 $500
$100,001 to $500,000 $1,000
Over $500,000 $1,000 plus 0.2% of Task
Order Price over $500,000

The applicability of liquidated damages shall be automatic on each Task Order.


Liquidated Damages shall not apply if it is clearly noted on the Request for Proposal or
executed Task Order. If CONTRACTOR fails to complete any part of the work in
accordance with the work duration schedule, COUNTY agrees to have the right to
complete that part of the work it deems necessary in order to maintain the work duration
schedule. All direct and indirect costs of such work shall be paid by CONTRACTOR.
6. Change Orders

COUNTY, without invalidating the Task Order, may order changes in the work by
altering, adding to or deducting from the work in which the Task Order cost shall be
adjusted accordingly. All such changes shall be executed under the conditions of the
original Task Order. If additional work is necessary, a new Task Order will be issued.
For deduction of work scope, a change order shall be executed, deducting the amount
from the original Task Order cost. Credits for Pre-priced and Non Pre-priced Tasks shall
be calculated at the pre-set Unit Prices and multiplied by the appropriate Adjustment
Factors. The result is that a credit for Tasks that have been deleted from the Detailed
Scope of Work will be given at 100% of the value at which they were included in the
original Price Proposal. CONTRACTOR shall make no changes in the work or perform
any additional work without COUNTY’s specific written approval.

7. Wage Rates and Payroll Records

C017030 JOCA-3 Page 3 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

All contractors and subcontractors must comply with the requirements of Labor Code
Section 1771.1(a), pertaining to registration of contractors pursuant to Section 1725.5.
Bids cannot be accepted from unregistered contractors except as provided in Section
1771.1. This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations. After award of the contract, CONTRACTOR and
each Subcontractor shall furnish electronic payroll records directly to the Labor
Commissioner in the manner specified in Labor Code Section 1771.4.

Pursuant to the provisions of Section 1773 of the Labor Code of the State of California,
CONTRACTOR shall comply with the general prevailing rate of per diem wages and the
general prevailing rate for holiday and overtime wages in this locality for each craft,
classification or type of worker needed to execute the AGREEMENT. The rates are
available from the Director of the Department of Industrial Relations at the following
website: http://www.dir.ca.gov/dlsr/ DPreWageDetermination.htm. CONTRACTOR
shall post a copy of such wage rates at the jobsite, and shall pay the adopted prevailing
wage rates. CONTRACTOR shall comply with the provisions of Sections 1775 and 1813
of Labor Code.

Travel and subsistence payments to each workman needed to execute the work shall be
made as such travel and subsistence payments are defined in the applicable collective
bargaining agreements filed in accordance with Section 1773.8 of the Labor Code.

CONTRACTOR shall comply with the provisions of Section 1774 of the Labor Code.
Failure to comply with the subject section will subject CONTRACTOR to penalty and
forfeiture provisions of Section 1775 of the Labor Code.

COUNTY will not recognize any claim for additional compensation because of the
payment by CONTRACTOR of any wage rate in excess of the prevailing wage rate set
forth in AGREEMENT. The possibility of wage increases is one of the elements to be
considered by CONTRACTOR in determining his bid, and will not under any
circumstances be considered as the basis of a claim against COUNTY on AGREEMENT.

CONTRACTOR and any Subcontractor(s) shall comply with the provisions of Labor
Code Sections 1771 et seq., and shall pay workers employed on the Contract not less than
the general prevailing rates of per diem wages and holiday and overtime wages as
determined by the Director of Industrial Relations. CONTRACTOR shall post a copy of
these wage rates at the job site for each craft, classification, or type of worker needed in
the performance of this AGREEMENT, as well as any additional job site notices required
by Labor Code Section 1771.4(b). Copies of these rates are on file at the principal office
of COUNTY’s representative, or may be obtained from the State Office, Department of
Industrial Relations (“DIR”) or from the DIR’s website at www.dir.ca.gov. If the
Contract is federally funded, CONTRACTOR and any Subcontractor(s) shall not pay less
than the higher of these rates or the rates determined by the United States Department of
Labor.

CONTRACTOR and any Subcontractor(s) shall comply with the requirements of Labor
Code Section 1776. Such compliance includes the obligation to furnish the records

C017030 JOCA-4 Page 4 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

specified in Section 1776 directly to the Labor Commissioner in an electronic format, or


other format as specified by the Commissioner, in the manner provided by Labor Code
Section 1771.4.

The requirements of Labor Code Section 1776 provide in part:

CONTRACTOR and any Subcontractor(s) performing any portion of the work under this
AGREEMENT shall keep an accurate record, 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 CONTRACTOR or any Subcontractor(s) in connection with the
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:
(a) The information contained in the payroll record is true and correct.
(b) The employer has complied with the requirements of Labor Code Sections 1771,
1811, and 1815 for any work performed by his or her employees in connection with the
Contract.

The payroll records shall be certified and shall be available for inspection at the principal
office of CONTRACTOR on the basis set forth in Labor Code Section 1776.

CONTRACTOR shall inform COUNTY of the location of the payroll records, including
the street address, city and county, and shall, within five working days, provide a notice
of any change of location and address of the records.

Pursuant to Labor Code Section 1776, CONTRACTOR and any Subcontractor(s) shall
have 10 days in which to provide a certified copy of the payroll records subsequent to
receipt of a written notice requesting the records described herein. In the event that
CONTRACTOR or any Subcontractor fails to comply within the 10-day period, he or she
shall, as a penalty to COUNTY, forfeit $100, or a higher amount as provided by Section
1776, for each calendar day, or portion thereof, for each worker to whom the
noncompliance pertains, until strict compliance is effectuated. CONTRACTOR
acknowledges that, without limitation as to other remedies of enforcement available to
COUNTY, upon the request of the Division of Apprenticeship Standards or the Division
of Labor Standards Enforcement of the California Department of Industrial Relations,
such penalties shall be withheld from progress payments then due CONTRACTOR.
CONTRACTOR is not subject to a penalty assessment pursuant to this section due to the
failure of a Subcontractor to comply with this section.

8. Apprentices

CONTRACTOR shall familiarize himself with the provisions of Section 1777.5 of the
Labor Code regarding employment of apprentices, and shall be responsible for
compliance therewith, including compliance by his Subcontractors.

C017030 JOCA-5 Page 5 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

CONTRACTOR agrees to comply with the provisions of Labor Code Section 1777.5 and
any other applicable laws or regulations, including but not limited to, 8 California Code
of Regulations, Section 230.1(A), pertaining to apprentices. Section 1777.5 shall 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).

CONTRACTOR and Subcontractor shall comply with Section 1777.6 of the Labor Code
which stipulates that an employer or a labor union shall not refuse to accept otherwise
qualified employees as registered apprentices on any public works on any basis listed in
subdivision (a) of Section 12940 of the Government Code, as those bases are defined in
Sections 12926 and 12926.1 of the Government Code, except as provided in Section
3077 of the Labor Code and Section 12940 of the Government Code.

9. Antitrust Claims

In accordance with Public Contract Code Section 7103.5, by entering into a public works
contract or a subcontract to supply goods, services, or materials pursuant to a public
works contract, CONTRACTOR or Subcontractor offers and agrees to assign to the
awarding body all rights, title, and interest in and to all causes of action it may have
under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act,
Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and
Professions Code, arising from purchases of goods, services, or materials pursuant to the
public works contract or the subcontract. This assignment shall be made and become
effective at the time the awarding body tenders final payment to CONTRACTOR,
without further acknowledgment by the PARTIES. CONTRACTOR shall cause the
above requirement to be inserted in all agreements with Subcontractors.

10. Auditor - Controller Inspection

CONTRACTOR agrees to permit COUNTY’s Auditor-Controller, or his authorized


representative (including auditors from a private auditing firm hired by COUNTY) or
Director of OC Public Works, or his designee, herein referred to as “DIRECTOR”, access
during normal working hours to all books, accounts, records, reports, files and other
papers or property of CONTRACTOR for the purpose of auditing any aspect of
performance under AGREEMENT. CONTRACTOR agrees to maintain such records in
Orange County, California, for possible audit for a minimum of three (3) years after final
payment, unless a longer period of records retention is stipulated under this
AGREEMENT or by law. CONTRACTOR agrees to allow interviews of any employees
or others who might reasonably have information related to such records. Further,
CONTRACTOR agrees to include a similar right to COUNTY to audit records and
interview staff of any Subcontractor related to performance of AGREEMENT.

Should CONTRACTOR cease to exist as a legal entity, CONTRACTOR’s records


pertaining to this AGREEMENT shall be forwarded to the surviving entity in a merger or
acquisition, or in the event of liquidation, to the DIRECTOR.

C017030 JOCA-6 Page 6 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

11. Federally Assisted Contract

If AGREEMENT is funded in whole or in part by the Federal Government,


CONTRACTOR agrees to comply with the Federal labor standards provisions set forth in
the Special Provisions. If the Federal prevailing wage determinations differ from the
State's, CONTRACTOR shall not pay less than the higher of the two rates.

12. State Audit

Pursuant to and in accordance with Section 8546.7 of the California Government Code,
in the event that AGREEMENT involves expenditures of public funds aggregating in
excess of Ten Thousand Dollars ($10,000), the PARTIES shall be subject to the
examination and audit of the Auditor General of the State of California for a period of
three (3) years after final payment under AGREEMENT.

CONTRACTOR shall maintain records for all costs connected with the performance of
AGREEMENT including, but not limited to, the costs of administering the Contract,
materials, labor, equipment, rentals, permits, insurance, bonds, etc., for audit or
inspection by COUNTY, State, or any other appropriate governmental agency during the
three (3) year period.

13. Successors and Assigns

The terms and provisions of AGREEMENT shall be binding upon and inure to the
benefit of the PARTIES hereto and their successors and assigns.

14. Entirety

AGREEMENT contains the entire agreement between the PARTIES with respect to the
matters provided for herein.

15. Severability

If any part of AGREEMENT is held, determined, or adjudicated to be illegal, void, or


unenforceable by a court of competent jurisdiction, the remainder of AGREEMENT shall
be given effect to the fullest extent reasonably possible.

16. Governing Law and Venue

AGREEMENT has been negotiated and executed in the State of California and shall be
governed by and construed under the laws of the State of California. In the event of any
legal action to enforce or interpret AGREEMENT, the sole and exclusive venue shall be
a court of competent jurisdiction located in Orange County, California, and the PARTIES
hereto agree to and do hereby submit to the jurisdiction of such court, notwithstanding
Code of Civil Procedure, Section 394.

C017030 JOCA-7 Page 7 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

The PARTIES specifically agree that by soliciting and entering into and performing
services under AGREEMENT, CONTRACTOR shall be deemed to constitute doing
business within Orange County from the time of solicitation of work, through the period
when all work under AGREEMENT is completed, and continuing until the expiration of
any applicable limitations period. Furthermore, the PARTIES have specifically agreed,
as part of the consideration given and received for entering into AGREEMENT, to waive
any and all rights to request that an action be transferred for trial to another County under
Code of Civil Procedure, Section 394.

17. Child Support Enforcement Requirements

In order to comply with child support enforcement requirements of COUNTY, within


thirty (30) days of notification of selection for award of CONTRACT but prior to official
award of CONTRACT, CONTRACTOR agrees to furnish to DIRECTOR the following:

A. In the case of an individual CONTRACTOR, his/her name, date of birth, Social


Security number, and residence address;

B. In the case of a CONTRACTOR doing business in a form other than as an


individual, the name, date of birth, Social Security Number, and residence address
of each individual who owns an interest of ten (10) percent or more in
CONTRACTOR’s contracting entity;

C. A certification that CONTRACTOR has fully complied with all the applicable
federal and state reporting requirements regarding its employees; and

D. A certification that CONTRACTOR has fully complied with all lawfully served
Wage and Earnings Assignment Orders and Notices of Assignment and will
continue to so comply.

It is expressly understood that this data will be transmitted by COUNTY to governmental


agencies charged with the establishment and enforcement of child support orders.

Failure of CONTRACTOR to timely submit the data and/or certifications required above
or to comply with all Federal and State reporting requirements for child support
enforcement or to comply with all lawfully served Wage and Earnings Assignment
Orders and Notices of Assignment may result in the Contract being awarded to another
Contractor, or, in the event a Contract has been issued, shall constitute a material breach
of the Contract. Failure to cure such breach within sixty (60) calendar days of notice
from COUNTY shall constitute grounds for termination of the Contract.

18. Charges, Fines, Penalties and Assessments

CONTRACTOR shall be responsible for any and all charges, fines, penalties, and/or
assessments levied against COUNTY by any governmental entity, administrative or
regulatory agency having jurisdiction, resulting from any action or omission of
CONTRACTOR, CONTRACTOR’s Subcontractor, suppliers, and/or employees, unless

C017030 JOCA-8 Page 8 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

due to the sole and active negligence of COUNTY. COUNTY is authorized to deduct
any such charge, fine penalty, or assessment from any payment COUNTY is otherwise
required to make to CONTRACTOR.

If any such charge, fine, penalty, or assessment is levied against COUNTY subsequent to
the completion of PROJECT as a result of any action or omission as set forth above,
CONTRACTOR shall nevertheless be responsible to COUNTY for the entire sum of
such charge, fine, penalty, or assessment and agrees to pay the full amount due within
sixty (60) calendar days of receiving an invoice from COUNTY.

CONTRACTOR shall be liable to COUNTY for attorney's fees and costs incurred by
COUNTY in enforcing the provisions of this paragraph.

19. Amendments

No alteration or variation of the terms and conditions of AGREEMENT shall be valid


unless made in writing and signed by the PARTIES; no oral understanding or agreement
not incorporated herein shall be binding on either of the PARTIES; and no exceptions,
alternatives, substitutes or revisions are valid or binding on COUNTY unless authorized
by COUNTY in writing.

The 1997 amendments to the State Public Works Contract Code Section 201285 provide
that the maximum value for each Job Order Contract may be adjusted on an annual basis
based on California Consumer Price Index (CPI).

In December 1997, the applicable CPI for Los Angeles-Riverside-Orange County Area
was 161.2 and in December 2016, the applicable CPI was 250.169. The applicable CPI
has increased by a net 55.19 percent from 1997 to 2016; thus increasing the annual
maximum limit for each Job Order Contract from $3,000,000 in 1997 to $4,656,000 in
2017.

Increasing the annual limit will enable OC Public Works to keep up with the rising cost
of construction and maintain the viability of JOC as an alternative constructing method.
When the Contract reaches the maximum allowed amount before expiration, as the
results of emergency repairs or unforeseen urgent maintenance or restoration, the
amended increases will be effective only after COUNTY accepts CONTRACTOR’s
additional bonds (Performance Bond and Payment Bond) to cover 100 percent of the
increased amount.

The DIRECTOR may increase the annual maximum limited to $25,000 per change for
the Contracts in excess of $250,000, plus 5 percent of the original annual maximum
contract amount in excess of the $250,000 up to a maximum Contract approved by the
State Legislature in accordance with Public Works Contract Code Section 20142. The
Board of Supervisors shall approve all changes over the amounts specified above. In any
event, the cumulative limit cannot exceed $4.656 million.

20. Acceptance

C017030 JOCA-9 Page 9 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

Unless otherwise agreed to in writing by COUNTY acceptance shall not be deemed


complete unless in writing and until all the services have actually been received,
inspected, and tested to the satisfaction of COUNTY.

21. Non-Discrimination

In the performance of AGREEMENT, CONTRACTOR agrees that it will comply with


the requirements of Section 1735 of the California Labor Code and not engage nor permit
any Subcontractors to engage in discrimination in employment of persons because of the
race, religious creed, color, national origin, ancestry, physical disability, mental
disability, medical condition, marital status, or sex of such persons. CONTRACTOR
acknowledges that a violation of this provision shall subject CONTRACTOR to all the
penalties imposed for a violation of Section 1720 et seq. of the California Labor Code.

22. Termination for Cause

A. If CONTRACTOR refuses or fails to prosecute the work with such diligence as


will insure its completion within the time specified in AGREEMENT or any
extension thereof, or fails to complete said work within such time, the Board of
Supervisors may and in accordance with Paragraph 44 below (Breach of Contract)
by written notice to CONTRACTOR, terminate his right to proceed with the work
or such part of the work as to which there has been delay. In such event,
COUNTY may take over the work and prosecute the same to completion, by
contract or otherwise, and may take possession of and utilize in completing the
work such materials, appliances, and plant as may be on the site of the work and
necessary therefor. Whether or not CONTRACTOR’s right to proceed with the
work is terminated, he and his sureties shall be liable for any damage to
COUNTY resulting from his refusal or failure to complete the work within the
specified time.

B. If fixed and agreed liquidated damages are provided in AGREEMENT and if


COUNTY is required to complete all or portion of the work under AGREEMENT
pursuant to Paragraph 23A above or because of the default by CONTRACTOR as
specified in Paragraph 45 (Default), the resulting damage will include, but not be
limited to, such liquidated damages until such reasonable time as may be required
for final completion of the work together with any increased costs occasioned by
COUNTY in completing the work.

C. CONTRACTOR’s right to proceed shall not be so terminated nor


CONTRACTOR charged with resulting damage if:

1) The delay in the completion of the work arises from causes beyond the
control and without the fault or negligence of CONTRACTOR,
including, but not limited to, acts of God, acts of the public enemy, acts
of COUNTY, acts of another contractor in the performance of a contract

C017030 JOCA-10 Page 10 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

with COUNTY, fires, floods, epidemics, quarantine restrictions, strikes,


freight embargoes, other than normal weather, and

2) CONTRACTOR, within ten (10) days from the beginning of any such
delays (unless DIRECTOR grants in writing a further period of time
before the date of final payment under AGREEMENT), notifies
DIRECTOR in writing of the causes of delay.

DIRECTOR shall ascertain the facts and the extent of the delay and extend
the time for completing the work when, in his judgment, the delay is
justified. DIRECTOR shall make written findings, and the findings of fact
shall be final and conclusive on the PARTIES, subject only to appeal as
provided by law.

D. The rights and remedies of COUNTY provided in this Section are in addition to
any other rights and remedies provided by law or under AGREEMENT.

23. Termination for Convenience

Notwithstanding any other provision of AGREEMENT, COUNTY may, at any time, and
without any cause, terminate this AGREEMENT in whole or in part, upon not less than
seven (7) days’ written notice to CONTRACTOR. Such termination shall be effected by
delivery to CONTRACTOR of a notice of termination specifying the effective date of the
termination and the extent of the work to be terminated. CONTRACTOR shall
immediately stop work in accordance with the notice and comply with any other direction
as may be specified in the notice or as provided subsequently by COUNTY. COUNTY
shall pay CONTRACTOR for the work completed prior to the effective date of the
termination, and such payment shall be CONTRACTOR’s sole remedy under
AGREEMENT. Under no circumstances will CONTRACTOR be entitled to anticipatory
or unearned profits, consequential damages, or other damages of any sort as a result of a
termination or partial termination under this Paragraph. CONTRACTOR shall insert in
all subcontracts that the sub-consultant shall stop work on the date of and to the extent
specified in a notice of termination, and shall require sub-consultants to insert the same
condition in any lower tier subcontracts.

24. Consent to Breach Not Waiver

No term or provision of AGREEMENT shall be deemed waived and no breach excused,


unless such waiver or consent shall be in writing and signed by the PARTY claimed to
have waived or consented. Any consent by any PARTY to, or waiver of, a breach by the
other, whether express or implied, shall not constitute consent to, waiver of, or excuse for
any other different or subsequent breach.

25. Remedies Not Exclusive

The remedies for breach set forth in AGREEMENT are cumulative as to one another and
as to any other remedy provided by law, rather than exclusive; and the expression of

C017030 JOCA-11 Page 11 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

certain remedies in AGREEMENT does not preclude resort by either PARTY from
resorting to any other remedies provided by law.

26. Independent Contractor

CONTRACTOR shall be considered an independent CONTRACTOR and neither


CONTRACTOR, its employees, nor anyone working under CONTRACTOR shall be
considered an agent or an employee of COUNTY. Neither CONTRACTOR, its
employees nor anyone working under CONTRACTOR shall qualify for workers’
compensation or other fringe benefits of any kind through COUNTY.

27. Indemnification

CONTRACTOR agrees to indemnify, defend with counsel approved in writing by


COUNTY, and hold COUNTY, their elected and appointed officials, officers, employees,
agents and those special districts and agencies which the County of Orange Board of
Supervisors acts as the governing Board (“COUNTY INDEMNITEES”) harmless from
any claims, demands or liability of any kind or nature, including but not limited to
personal injury or property damage, arising from or related to the services, products or
other performance provided by CONTRACTOR pursuant to AGREEMENT. If
judgment is entered against CONTRACTOR and COUNTY by a court of competent
jurisdiction because of the concurrent active negligence of COUNTY or COUNTY
INDEMNITEES, CONTRACTOR and COUNTY agree that liability will be apportioned
as determined by the court. Neither PARTY shall request a jury apportionment.
Notwithstanding anything stated above, nothing contained herein shall relieve
CONTRACTOR of any insurance requirements of obligations created elsewhere in
AGREEMENT.

28. Bills and Liens

CONTRACTOR shall pay promptly all indebtedness for labor, materials and equipment
used in performance of the work. CONTRACTOR shall not permit any lien or charge to
attach to the work or the premises, but if any does so attach, CONTRACTOR shall
promptly procure its release and, in accordance with the requirements of the
indemnification paragraph above, indemnify, defend, and hold COUNTY harmless and
be responsible for payment of all costs, damages, penalties and expenses related to or
arising from or related thereto.

29. Time Extension

CONTRACTOR shall provide a time extension request on completion of Task Order for
delays caused by others (Permitting Agencies, COUNTY or Contract Cities, or
unforeseen conditions such as inclement weather, etc.) and at no fault by
CONTRACTOR, subject to approval by COUNTY. COUNTY will review the request
and determine in its sole discretion whether the situation warrant a time extension at no-
cost or with costs. If CONTRACTOR completes the Task Order beyond the stipulated
completion date without COUNTY’s specific written approval for time extension,

C017030 JOCA-12 Page 12 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

CONTRACTOR will be subject to liquidated damages and may be construed as non-


responsive, which may affect CONTRACTOR for considerations for future Task Orders
or projects.

30. Changes of Ownership

CONTRACTOR agrees that if there is a change or transfer in ownership of


CONTRACTOR’s business prior to completion of AGREEMENT, the new owners shall
be required under terms of sale or other transfer to assume CONTRACTOR’s duties and
obligations contained in AGREEMENT and complete them to the satisfaction of
COUNTY.

31. Force Majeure

CONTRACTOR shall not be assessed with liquidated damages or unsatisfactory


performance penalties during any delay beyond the time named for the performance of
AGREEMENT caused by any act of God, war, civil disorder, employment strike or other
cause beyond its reasonable control, provided CONTRACTOR gives written notice of the
cause of the delay to COUNTY within thirty-six (36) hours of the start of the delay and
CONTRACTOR avails himself of any available remedies.

32. Confidentiality

CONTRACTOR agrees to maintain the confidentiality of all COUNTY and COUNTY -


related records and information pursuant to all statutory laws relating to privacy and
confidentiality that currently exist or exist at any time during the term of AGREEMENT.
All such records and information shall be considered confidential and kept confidential
by CONTRACTOR and CONTRACTOR’s staff, agents and employees.

33. Compliance with Laws

CONTRACTOR represents and warrants that services to be provided under


AGREEMENT shall fully comply, at CONTRACTOR’s expense, with all standards,
laws, statutes, restrictions, ordinances, requirements, and regulations (collectively
“laws”), including, but not limited to those issued by COUNTY in its governmental
capacity and all other laws applicable to the services at the time services are provided to
and accepted by COUNTY. CONTRACTOR acknowledges that COUNTY is relying on
CONTRACTOR to ensure such compliance, and pursuant to the requirements of the
indemnification paragraph above, CONTRACTOR agrees that it shall defend, indemnify
and hold COUNTY and COUNTY INDEMNITEES harmless from all liability, damages,
costs and expenses arising from or related to a violation of such laws.

34. RESERVED

RESERVED

35. Terms and Conditions

C017030 JOCA-13 Page 13 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

CONTRACTOR acknowledges that it has read and agrees to all terms and conditions
included in AGREEMENT.

36. Headings

The various headings and numbers herein, the grouping of provisions of AGREEMENT
into separate clauses and paragraphs, and the organization hereof are for the purpose of
convenience only and shall not limit or otherwise affect the meaning hereof.

37. Calendar Days

Any reference to the word “day” or “days” herein means calendar day or calendar days,
respectively, unless otherwise expressly provided.

38. Attorney Fees

In any action or proceeding to enforce or interpret any provision of AGREEMENT, or


where any provision hereof is validly asserted as a defense, each PARTY shall bear its
own attorney’s fees, costs and expenses.

39. Interpretation

AGREEMENT has been negotiated at arm’s length and between persons sophisticated
and knowledgeable in the matters dealt with in this AGREEMENT. In addition, each
PARTY has been represented by experienced and knowledgeable independent legal
counsel of their own choosing or has knowingly declined to seek such counsel despite
being encouraged and given the opportunity to do so. Each PARTY further
acknowledges that they have not been influenced to any extent whatsoever in executing
AGREEMENT by any other PARTY hereto or by any person representing them, or both.
Accordingly, any rule or law (including California Civil Code Section 1654) or legal
decision that would require interpretation of any ambiguities in AGREEMENT against
the PARTY that has drafted it is not applicable and is waived. The provisions of
AGREEMENT shall be interpreted in a reasonable manner to affect the purpose of the
PARTIES and AGREEMENT.

40. Limitation of Task Order’s Specific Design

The repair, remodeling, refurbishment or other repetitive work to be done according to


unit prices shall not include design or contract drawings. When the work scope for each
site specific or non-standard incidental design is required and is over $45,000 but less
than $175,000, the design plan and specifications must be approved by ENGINEER or
his designee. Unless otherwise directed by the ENGINEER, the CONTRACTOR shall
solicit bids for the work scope for the non-standard or site specific incidental design in
accordance with Public Works Contract Code Section 22032(b), unless these items have
been included in the CTC. When work scope requires detailed design by the
CONTRACTOR, the work scope and/or design shall not exceed $45,000 per Task Order.

C017030 JOCA-14 Page 14 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

41. Notices

Any and all notices, requests demands and other communications contemplated, called
for, permitted, or required to be given hereunder shall be in writing, except through the
course of the PARTIES’ project managers’ routine exchange of information and
cooperation during the terms of the work and services. Any written communications
shall be deemed to have been duly given upon actual in-person delivery, if delivery is by
direct hand, or upon delivery on the actual day of receipt or no greater than four calendar
days after being mailed by US certified or registered mail, return receipt requested,
postage prepaid, whichever occurs first. The date of mailing shall count as the first day.
All communications shall be addressed to the appropriate PARTY at the address stated
herein or such other address as the PARTIES hereto may designate by written notice
from time to time in the manner aforesaid.
For CONTRACTOR: Name: Harry H. Joh Construction, Inc.
Address: 7303 Somerset Blvd.
City: Paramount, CA 90723
Attn: Harry Joh
Phone: 562-630-3348
Email: harry@hjconst.com
For COUNTY: Name: OC Public Works/OC Construction
Address: 1152 E. Fruit Street, Building #6
City: Santa Ana, CA 92701
Attn: JOC Coordinator
Phone: 714-955-0212
E-mail Antonio.Pascual@ocpw.ocgov.com

42. Breach of Contract

The failure of CONTRACTOR to comply with any of the provisions, covenants or


conditions of AGREEMENT shall be a material breach of AGREEMENT. In such event,
COUNTY may, and in addition to any other remedies available at law, in equity, or
otherwise specified in AGREEMENT:
A. Afford CONTRACTOR written notice of the breach and three (3)calendar days or
such shorter time that may be specified in AGREEMENT within which to cure
the breach;
B. Discontinue payment to CONTRACTOR for and during the period in which
CONTRACTOR is in breach; and
C. Offset against any monies billed by CONTRACTOR but yet unpaid by COUNTY
those monies disallowed pursuant to the above.

43. Default

C017030 JOCA-15 Page 15 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

In the event any equipment or service furnished by CONTRACTOR in the performance


of AGREEMENT should fail to conform to the specifications therein within one (1)
calendar year from COUNTY’S acceptance of the equipment or service, or any
performance period specifically specified within the specifications or AGREEMENT,
whichever is greater, COUNTY may reject same, and it shall become the duty of
CONTRACTOR to reclaim and remove the items without expense to COUNTY and to
immediately replace all such rejected equipment or service with others conforming to
such specifications, provided that should CONTRACTOR fail, neglect or refuse to do so
within one hundred and twenty (120) calendar days, COUNTY shall have the right to
purchase on the open market a corresponding quantity of any such equipment or service
and to deduct from any monies due or that may thereafter become due to
CONTRACTOR the difference between the price specified in AGREEMENT and the
actual cost to the COUNTY.

In the event CONTRACTOR shall fail to make prompt delivery as specified of any
equipment or service, the same conditions as to the rights of COUNTY to purchase on the
open market and to reimbursement set forth above shall apply, except as otherwise
provided in AGREEMENT.

“Any loss or damage sustained by COUNTY in procuring any equipment or service


which CONTRACTOR agreed to supply under AGREEMENT but, by reason of the
default or breach by CONTRACTOR, failed to supply, shall he borne and paid for by
CONTRACTOR. Default shall include failure to carry out any of the requirements of
AGREEMENT, including, but not limited to not providing enough properly skilled
workers or proper materials, persistently disregarding laws and or ordinances, not
proceeding with the work as agreed to herein, or otherwise substantially violating any
provision of AGREEMENT."

44. Conflict of Interest Contractor Personnel

CONTRACTOR shall exercise reasonable care and diligence to prevent any actions or
conditions that could result in a conflict with the best interests of COUNTY. This
obligation shall apply to CONTRACTOR; CONTRACTOR’s employees, agents, and
relatives; sub-tier contractors; and third parties associated with accomplishing work and
services hereunder. CONTRACTOR’s efforts shall include, but not be limited to
establishing precautions to prevent its employees or agents from making, receiving,
providing or offering gifts, entertainment, payments, loans or other considerations which
could be deemed to appear to influence individuals to act contrary to the best interests of
COUNTY.

45. Non-Employment of COUNTY Personnel

CONTRACTOR agrees that no employee of COUNTY or COUNTY INDEMNITEES


who is involved in this PROJECT shall be given or offered employment by
CONTRACTOR during the life of AGREEMENT regardless of the assignments said
employee may be given or the days or hours employee may work. By accepting
AGREEMENT, CONTRACTOR agrees, for the duration of this AGREEMENT, not to

C017030 JOCA-16 Page 16 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

offer or discuss employment with any COUNTY or COUNTY INDEMNITEES


employee involved in the performance of AGREEMENT.

46. Ownership of Documents

COUNTY has permanent ownership of all directly connected and derivative materials
produced under AGREEMENT by CONTRACTOR. All documents, reports and other
incidental or derivative work or materials furnished hereunder shall become and remain
the sole properties of COUNTY and may be used by COUNTY as it may require without
additional cost to the COUNTY. None of the documents, reports and other incidental or
derivative work or furnished materials shall be used by CONTRACTOR without the
express written consent of COUNTY.

47. Title to Data

All materials, documents, data or information obtained from COUNTY data files or any
COUNTY medium furnished to CONTRACTOR in the performance of this
AGREEMENT will at all times remain the property of COUNTY. Such data or
information may not be used or copied for direct or indirect use by CONTRACTOR after
completion or termination of AGREEMENT without the express written consent of
COUNTY. All materials, documents, data or information, including copies furnished to
CONTRACTOR by COUNTY must be returned to COUNTY at the end of this
AGREEMENT unless otherwise authorized in writing by ENGINEER.

48. Availability of Funds

The obligation of COUNTY is subject to the availability of funds appropriated for this
purpose, and nothing herein shall be construed as obligating COUNTY to expend or as
involving COUNTY in any contract or other obligation for future payment of money in
excess of appropriations authorized by law.

49. Employee Eligibility Verification

CONTRACTOR warrants that it fully complies with all Federal and State statutes and
regulations regarding the employment of aliens and others and that all its employees
performing work under AGREEMENT meet the citizenship or alien status requirement
set forth in Federal statutes and regulations. CONTRACTOR shall obtain, from all
employees performing work hereunder, all verification and other documentation of
employment eligibility status required by Federal or State statutes and regulations
including, but not limited to, the Immigration Reform and Control Act of 1986, 8 U.S.C.
§1324 et seq., as they currently exist and as they may be hereafter amended.
CONTRACTOR shall retain all such documentation for all covered employees for the
period prescribed by the law. CONTRACTOR shall indemnify, defend with counsel
approved in writing by COUNTY, and hold harmless, COUNTY, its agents, officers, and
employees from employer sanctions and any other liability which may be assessed
against CONTRACTOR or COUNTY or both in connection with any alleged violation of

C017030 JOCA-17 Page 17 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

any Federal or State statutes or regulations pertaining to the eligibility for employment of
any persons performing work under this AGREEMENT.

50. Contingency of Funding

CONTRACTOR acknowledges that funding or portions of funding for AGREEMENT


may also be contingent upon receipt of funds from, and/or appropriation of funds by, the
public entities. If such funding and/or appropriations are not forthcoming, or are
otherwise limited, COUNTY may immediately terminate or modify AGREEMENT
without penalty.

51. Effective Duration of Task Order

CONTRACTOR shall acknowledge that all incomplete or pending Task Orders must be
completed and closed out within 180 days from the expiration of AGREEMENT.
COUNTY, however, may issue supplemental Task Orders to mitigate unforeseen
conditions that occur while completing work past the expiration date. COUNTY will
immediately terminate and close all pending and incomplete Task Orders on the 180th day
from the expiration of this AGREEMENT without penalty.

52. Application of JOC Contracts

JOC is a flexible, cost effective unit price contracting method used by OC Public Works
for the maintenance, repair, remodeling, and refurbishment of COUNTY facilities and
infrastructure. As required by the State Public Contract Code 20128.5, JOCs are
contracts of single year duration. The unit prices in the CTC provide installation costs
and demolition costs, along with quantity adjustments, owner supplied materials, position
of work (confined or restricted working spaces) and the full cost of CONTRACTOR
complying with all Federal and State requirements.

C017030 JOCA-18 Page 18 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

IN WITNESS WHEREOF, the PARTIES hereto have executed this AGREEMENT on


the dates opposite their respective signatures:
HARRY H. JOH CONSTRUCTION, INC.
a California Corporation

Date: ___________ By___________________________________
Signature

 
___________________________________
Print Name & Title

(If a corporation, the document must be signed by two corporate officers. The 1st must be
either Chairman of the Board, President or any Vice President.)


Date: ___________ By____________________________________
Signature
 
  
____________________________________
Print Name & Title

(If a corporation, the 2nd signature must be either the Secretary, an Assistant Secretary, the
Chief Financial Officer, or any Assistant Treasurer.)

COUNTY OF ORANGE,
a political subdivision of the State of California

Date: ___________ By___________________________________


County of Orange, California

ORANGE COUNTY FLOOD CONTROL


DISTRICT,
a body corporate and politic

Date: ___________ By___________________________________


County of Orange, California

APPROVED AS TO FORM
Office of the County Counsel
Orange County, California

By:________________________

C017030 JOCA-19 Page 19 of 20


DocuSign Envelope ID: D59B5F8B-78F2-45AD-856E-0813B6245F29
6E6606A0-E26B-4F7A-A93E-A90D2D2AC5BC
Attachment D
County of Orange, OC Public Works MA-080-18010314
Harry H. Joh Construction, Inc.

* Note: Pursuant to the requirements of the California Corporations Code Section 313, one of
the following two methods must be used by a corporation when it enters into a
contract:

1) Two people must sign the document. One of them must be the Chairman of
the Board, the President or any Vice-President. The other must be the
Secretary, any Assistant Secretary, the Chief Financial Officer or any
Assistant Treasurer.

2) One corporate officer may sign the document, providing that written evidence
of the officer’s authority to bind the corporation with only his or her signature
must be provided. This evidence would ideally by a corporate resolution.

C017030 JOCA-20 Page 20 of 20


REGULAR MEETING OF THE BOARD OF SUPERVISORS
ORANGE COUNTY, CALIFORNIA

Tuesday, September 26, 2017, 9 : 0 0 A . M .

BOARD HEARING ROOM, FIRST FLOOR


333 W. Santa Ana Blvd., 10 Civic Center Plaza
Santa Ana, California

MICHELLE STEEL
CHAIRWOMAN
Second District

ANDREW DO TODD SPITZER


VICE CHAIR SUPERVISOR
First District Third District

SHAWN LISA A.
NELSON BARTLETT
SUPERVISOR SUPERVISOR
Fourth District Fifth District

ATTENDANCE: All Present

EXCUSED: None

PRESENT: COUNTY EXECUTIVE OFFICER Frank Kim


COUNTY COUNSEL Leon J. Page
CLERK OF THE BOARD Robin Stieler

INVOCATION: Vice Chair Do, First District, gave the invocation

PLEDGE OF ALLEGIANCE: Supervisor Spitzer, Third District, led the assembly in the Pledge of Allegiance

I. PRESENTATIONS/INTRODUCTIONS

Chairwoman Steel will be presenting a resolution proclaiming October as "Crosswalk Safety Awareness
Month" and commending Steve Cienfuegos of City of Laguna Niguel's Planning Commission, in
recognition of their effort to increase awareness about crosswalk safety
DELETED

Supervisor Spitzer presented a resolution commending Dave Carlson on his retirement, Third District
appointee to the Audit Oversight Committee (AOC) and the longest serving member on the AOC

II. PUBLIC COMMENTS

Michael Klubnikin - Oral Re: The Tseglins; complaints filed with the County, Attorney General and
SenatorMoorlach regarding real estate tax frauds
Darrell Ferguson - Oral Re: Surfrider Foundation; coalition of Surfrider Foundation, Coast Keepers and
Sierra Club speaking to city representatives and storm water managers regarding trash provisions from
the State; Coastal Clean-Up Day on September 16th; coalition can be resource to reduce single use plastic
and keep trash out of the ocean; Ocean Friendly Restaurant Program; Cappy's Restaurant is participating
in program and is not providing straws to customers

Karl Seckel - Oral Re: Municipal Water District; supports Agenda Item #18

Steve Rocco - Oral Re: Case for the Ethics Commission regarding Judge Tam Nomoto-Schumann; aliases
of Judge Tam Nomoto-Schumann; murder, criminal cover up, and case dismissal by Judge Tam Nomoto-
Schumann; false testimony and evidence; Sheriff Department and Public Defender sent to his home

Linda Dimario - Oral Re: Vice President, Economic Development and Tourism, Greater Irvine Chamber;
supports Agenda Item S46B

Matt Buck - Oral Re: Supports Agenda Item S46B

Adam Wood - Oral Re: Building Industry Association; supports Agenda Item S46B

Hoiyin - Oral Re: Sierra Club; Coastal Clean up Day; suggests reducing trash at sewers and reducing use
of single use plastic; survey conducted by Sierra Club regarding use of plastic; reusable versus single use
plastics; Manhattan Beach 'Bring Your Own' campaign

Jeanine Robbins - Oral Re: Supervisor Spitzer's comments during Anaheim City Council meeting on
September 12 regarding sanitary needs for the homeless living on the Santa Ana Riverbed; need sufficient
drainage system by the water bottle filling station; Vector Control spraying near water filling stations for
West Nile virus; outbreak of Hepatitis A if sanitary systems are not provided; State of Emergency
declared in Orange County due to individuals waiting for Section 8 housing

Mike Robbins - Oral Re: City of Anaheim declaration of emergency, update regarding homeless; police
presence and arrest of 3 individuals; 33 deaths of homeless in Orange County in one month

Mohammed Aly - Oral Re: Lead away from podium in handcuffs during the September 12 Board meeting
when addressing the Board regarding insufficient services provided at the Courtyard; untrained,
insufficient guards with criminal records at the Courtyard; sexual and physical abuse and unsanitary
conditions at the Courtyard; allocation of funds for a shelter; was arrested at the riverbed for use of bleach
to clean the water filling stations; Fountain Valley encampment not being served; homeless veteran killed
in Huntington Beach

Jordan Hoiberg - Oral Re: County's augmented budget and placement of leftover funds be used for
permanent supportive housing; State funds to be received from real estate transaction tax fee; advocates
fixing drainage system by the water bottle filling station; commends Supervisor Spitzer and his comments
to the Anaheim City Council; Board needs to provide basic sanitation to individuals on the riverbed

Bruce Creel - Oral Re: Invocation and Pledge; ministers to the homeless at the riverbed; abuses of the
homeless; hotel rooms, group homes and temporary housing not solution for the homeless; Saddleback
Church opening in Yorba Linda; thanked Sheriff for patrolling the riverbed

Justin Samson - Oral Re: Candidate for State Legislature; conditions of residents at the riverbed; passing
of SB2 for low income housing; ending homelessness and providing housing to the homeless
Kimberly O'Neill - Oral Re: Homeless at the riverbed; safe housing and employment for the homeless;
suggested visiting and speaking to individuals at the riverbed and shelters; need to find solution to
address housing in Orange County; housing in Orange County is expensive

Lou Noble - Oral Re: Quotation from Thomas Jefferson; warned the Board of things to come; law
enforcement and criminalizing homeless is not the answer; need to find solution to help the homeless

Ken Inouye - Oral Re: Agenda Item #46; amendments to the Orange County Human Relations
Commission were drafted without input from the Commission or their staff despite the numerous requests
made to staff; request dialogue and discussion with the Commission staff and/or community groups
before approving amendments to the Orange County Human Relations Commission

Rusty Kennedy - Oral Re: Agenda Item #46; offered to work with County Counsel, the AdHoc
Committee, Commission, OC Community Resources and non-profit to discuss bylaws amendments and
bring back to the Board for approval

Peter DeMarco - Oral Re: Orange County Business Council; supports Agenda Item S46B

Sarah Gregory - Oral Re: Legal Aid Society of Orange County; concerns with Agenda Item #40 and
provisions in the policy permitting deletion of transitory emails and texts at any time at the discretion of
County officials or employees

Sheena Innocente - Oral Re: Social Worker and homeless provider; advocate for housing funding; speak
out on the arrest of Mohammed Aly on the riverbed; County's augmented budget and placement of
leftover funds be used for permanent supportive housing; shooting in Huntington Beach related to
homelessness and lack of sustainable housing; wages are stagnant in Orange County; several models
successfully delivering housing first services in Los Angeles but need funding; opposes Agenda Item #40

Bryan Kaye - Oral Re: OC Sheriff civilian employee's use of position to threaten people and influence
criminalproceedings; forged plea agreements; reporting lies and fraud

Margaret - Oral Re: Advocate for the homeless; does not support Mohammed Aly's arrest; opposes
Agenda Item #40; homeless issue is a State of Emergency and use of Fairview Development Center
facility; oversight of cities and affordable housing for the homeless

Luis Hernandez - Oral Re: Court case regarding custody of his children; needs help to get custody of his
children; requests the Board look at his court case

III. CONSENT CALENDAR (Items 1-18)

41352 APPROVED AS RECOMMENDED WITH THE EXCEPTION OF ITEM 10 WHICH


WAS DELETED; AND ITEM 18 WHICH WAS PULLED FOR DISCUSSION AND
SEPARATE VOTE

BOARD APPOINTMENTS

1. Supervisor Nelson - Assessment Appeals Board No. 4 - Reappoint Steven Douglas White,
Anaheim, for term ending 9/6/20

ELECTED DEPARTMENT HEADS


Auditor-Controller:

2. Authorize Auditor-Controller to delete damaged, destroyed, dismantled, missing,


obsolete, stolen and surplused equipment from department capital asset inventories - All
Districts

3. Receive and file Report of Refunds for FY 2016-17 - All Districts

4. Receive and file Semi-Annual Fund/Budget Control Report for FY 2016-17 - All
Districts

5. Receive and file Annual Reports of Cash Difference Funds, Cash Losses and Overage
Funds for FY 2016-17 - All Districts

6. Receive and file Annual Report of Revolving Funds for FY 2016-17 - All Districts

HEALTH CARE AGENCY

7. Approve PC 1000 Drug Program with various certified providers - All Districts

OC COMMUNITY RESOURCES

8. Approve amendment 3 to subordinate agreement MA-012-16012322 with AG Coast, Inc.


dba California Panther Security for unarmed security guard services for OC Community
Resources, Orange County Housing Authority and OC Animal Care for FY 2017-18
($129,521.70; cumulative total $205,401.70), effective upon Board approval; and authorize
County Procurement Officer or authorized Deputy to execute agreement - Districts 1 and 3

9. Approve amendment 2 to agreement MA-012-16010499 with US EDirect Inc. for OC


Parks reservation and point of sale system services, 11/1/17 - 10/31/18 ($138,000; cumulative
total $432,000); renewable for two additional years; and authorize County Procurement Officer
or authorized Deputy to execute amendment - All Districts

10. Approve appointment of County of Orange Director of Care Coordination or designee as the
Board ofSupervisors representative on the Bridges at Kraemer Place Community Advisory
Board - All Districts
41352 DELETED

OC PUBLIC WORKS

11. Approve Final Tract Map 17596; approve Subdivision Improvement Agreement S1707-220
with TheNew Home Company Southern California, LLC and accept bonds guaranteeing
construction; accept dedication of easement for public street and public utility purposes of
Topaz Street; and accept vehicular access rights to Esencia Drive and Suerte Street - District 5

12. Approve Easement Agreement with DMB San Juan Investment North, LLC, et al for revised
San JuanCreek Class I Bikeway; and approve quitclaim deeds to eliminate superseded portions
of the San Juan Creek Bikeway right-of-way - District 5

13. Acting as the Orange County Flood Control District - Approve Bikeways and Trails
agreement MA-080-18010066 with City of Placentia to operate and maintain existing and
future bikeways and pedestrian trails, 10-year term with automatic renewals up to total term of
50 years; authorize the Director or designee to carry out terms of agreement and to execute
future amendments under certain conditions; and make California Environmental Quality Act
and other findings - District 4

14. Acting as the Board of Supervisors and Orange County Flood Control District - Approve
fourEasement Deed and Agreement documents to Orange County Flood Control District; direct
Auditor-Controller to make journal voucher entries ($2,800); and authorize Director or
designee to execute related documents and perform related activities under certain conditions -
District 3

GENERAL ADMINISTRATION

County Executive Office:

15. Receive and file proposed Information Technology Sourcing Strategy - All Districts

16. Receive and file Report of Real Property Interests under Delegated Authority for
reporting period of 6/30/16 - 7/1/17 - All Districts

17. Receive and file Quarterly Information Technology Project Progress Detail Report for
FourthQuarter FY 2016-17 - All Districts

18. Chairwoman Steel - Adopt resolution supporting California EcoRestore and California
WaterFixPreferred Alternative
25134 APPROVED AS RECOMMENDED
NN
RESO: 17-113
END OF CONSENT CALENDAR

IV. DISCUSSION ITEMS (Items 19-S46E)

ELECTED DEPARTMENT HEADS

19. Auditor-Controller - Approve agreement MA-003-18010160 with Enterprise Services LLC


formodernization of the Legacy Property Tax System, 10/2/17 - 10/8/20 ($6,150,816.51); and
approve agreement MA-003-18010262 with ARK Technologies for technical services and
support for Property Tax System Modernization Project, 10/2/17 - 8/30/19 ($830,700); and
authorize County Procurement Officer or authorized Deputy to execute agreements - All
Districts
14352 APPROVED AS RECOMMENDED

20. Sheriff-Coroner - Ratify retroactive acceptance of grant award from California Office of
EmergencyServices for Paul Coverdell Forensic Science Improvement Program ($75,000); and
authorize Sheriff-Coroner or designee to execute related documents - All Districts
15342 APPROVED AS RECOMMENDED
HEALTH CARE AGENCY

21. Approve selection of and agreements for Nutrition Education and Obesity Prevention
Program Projects, with America On Track for Buena Park City Project ($300,000) and Santa
Ana City Project ($550,000) and with Community Action Partnership of Orange County for La
Habra City Project ($300,000) and Anaheim City Project ($550,000), 10/1/17 - 9/30/18; and
authorize Director or designee to exercise cost contingency increase not to exceed 10% under
certain conditions and execute agreements - Districts 1, 2 and 4
12345 APPROVED AS RECOMMENDED

22. Approve amendment 3 to agreement with AIDS Services Foundation Orange County
($292,435 annually; cumulative total $6,878,121) and amendment 1 to agreement with Special
Service for Groups, Inc. ($15,000 annually; cumulative total $420,000) for HIV Care Services,
3/1/16 - 2/28/19; and authorize Director or designee to exercise cost contingency increase not
to exceed 10% under certain conditions and execute amendments - All Districts
34152 APPROVED AS RECOMMENDED

23. Ratify amendment 3 to standard agreement 15-10073 A03 with California Department of
Public Healthfor Women, Infants and Children Supplemental Nutrition Program, 10/1/15 -
9/30/19 ($20,210,456) - All Districts
13452 APPROVED AS RECOMMENDED

24. Approve amendment 3 to agreement MA-042-14012216 with Healthy Communities


Institute Corporation for web-based software and services, 11/1/17 - 10/31/19 ($200,000;
cumulative total $509,100); and authorize County Procurement Officer or authorized Deputy to
execute amendment - All Districts
15342 APPROVED AS RECOMMENDED

25. Ratify standard agreement 17-10252 with California Department of Public Health for
Childhood LeadPoisoning Prevention Program, 7/1/17 - 6/30/20 ($3,849,707); and authorize
Director or designee to execute Certification Regarding Lobbying, Contractor's Release form
upon submission of final invoice and State's CCC-307 Certification Clauses form - All Districts
15342 APPROVED AS RECOMMENDED

26. Approve selection of and agreements with Olive Crest ($2,967,343) and National Alliance on
MentalIllness Orange County ($782,680) for Parent Education and Family Support services,
10/1/17 - 6/30/20; and authorize Director or designee to exercise cost contingency increase not
to exceed 10% under certain conditions and execute agreements - District 1
14352 APPROVED AS RECOMMENDED

JOHN WAYNE AIRPORT

27. Approve agreement with IDS Group, Inc., for design and construction support services, 704
day term($528,113); approve agreement with Swinerton Builders, as Construction Manager At-
Risk for design phase services, 240 day term ($88,937) for Airport Operations Center Project;
authorize negotiation of agreement with Swinerton Builders for construction phase services
(not to exceed $6,000,000) and authorize Director or designee to execute agreement under
certain conditions; and make California Environmental Quality Act and other findings - District
2
25134 APPROVED AS RECOMMENDED
28. Receive bids and award contract to Griffith Company for Taxiway "B" Rehabilitation Project,
140 dayterm ($4,369,000) - District 2
21345 APPROVED AS RECOMMENDED

OC COMMUNITY RESOURCES

29. Consider first reading of "An Ordinance of the County of Orange, California Amending
Sections 4-1-23 and 4-1-95 of the Codified Ordinances of the County of Orange to Amend the
Definitions Applicable to Potentially Aggressive Dogs in the County and Make Various Other
Amendments to Facilitate the Implementation of Safety Restrictions on Such Dogs"; and set
second reading and adoption for 10/17/17 - All Districts (Continued first reading from 8/22/17,
Item 39; 9/12/17, Item 22)
12345 APPROVED OPTION 1
N N

30. Approve selection of agreements 17-28-0002-DRPA with Orange County Human Relations
Council,($825,000), 17-28-0001-DRPA with Community Service Programs, Inc. ($550,000),
17-28-0008-DRPA with Chapman University ($275,000) for dispute resolution services,
10/1/17 - 6/30/20; renewable for two additional one-year terms; and authorize Director or
designee to execute agreements and exercise cost contingency increase not to exceed 10%
under certain conditions - Districts 1, 2, 3 and 4 (Continued from 9/12/17, Item 25)
12345 APPROVED AS RECOMMENDED

OC PUBLIC WORKS

31. Adopt resolutions approving rescissions, revisions and new Records Retention Schedules for
OC Public Works, Auditor-Controller, Health Care Agency, and OC Community Resources;
rescinding retention schedules 332A, 333A, 334A, 335A, 336A, 337A, 338A, 339A, 340A,
341A and 342A for OC Public Works and 53B, 54B, and 55B for Health Care Agency;
approving new and revised retention schedules 332B, 333B, 334B, 335B, 336B, 337B, 340B,
and 341B for OC Public Works, 319C and 322C superseding 319B and 322B for Auditor-
Controller, and 377, 378, 379, 380 and 381 for OC Community Resources; authorizing
continued disposition of records in accordance with the schedules; and making California
Environmental Quality Act and other findings - All Districts (4/5 vote of the members present
and voting)
31452 APPROVED AS RECOMMENDED
RESO: 17-114 - 17-115

32. Approve Records Retention Schedule 287B for County Executive Office - Public Finance
Section tosupersede Schedule 287A; and authorize continued disposition of records in
accordance with the schedule - All Districts (4/5 vote of the members present and voting)
54132 APPROVED AS RECOMMENDED

Acting as the Board of Supervisors and Orange County Flood Control District:

33. Award Job Order Contracts to Pub Construction, Inc., Sol Construction, Inc., SJD&B,
Inc., Harry H. Joh Construction, Inc., Exbon Development, Inc., HYM Engineering,
Inc., MIK Construction, Inc., Bitech Construction Company, Inc., PALP, Inc. dba Excel
Paving Company, and KEC Engineering for general engineering services, 10/25/17 -
10/24/18 ($4,656,000 each); and authorize Director or designee to execute contracts -
All Districts
15342 APPROVED AS RECOMMENDED

34. Award Job Order Contracts to PALP, Inc. dba Excel Paving Company, All American
Asphalt,Harry H. Joh Construction, Inc., R.J. Noble Company, Pavement Coatings Co.,
MIK Construction, Inc., and Sully-Miller Contracting Company for pavement
maintenance services, 9/26/217 - 9/25/18 ($4,656,000 each); and authorize Director or
designee to execute contracts - All Districts
51342 APPROVED AS RECOMMENDED

OC WASTE & RECYCLING

35. Approve agreement MA-299-18010214 with Tetra Tech BAS, Inc. for landfill gas operation
andmaintenance services, South Region Landfills, 10/1/17 - 9/30/20 ($8,250,000) with option
to renew for two additional years ($2,750,000 per year); authorize County Procurement Officer
or authorized Deputy to execute agreement; and make California Environmental Quality Act
and other findings - District 5
53142 APPROVED AS RECOMMENDED

36. Approve amendment 1 to renew agreement MA-299-15010501 with Ron Dietz, Inc. dba
DietzHydroseeding Company for hydroseeding services, 11/23/17 - 11/22/18 ($350,000;
cumulative total $1,290,000); authorize County Procurement Officer or authorized Deputy to
execute amendment; and make California Environmental Quality Act and other findings -
Districts 3, 4 and 5
35142 APPROVED AS RECOMMENDED

SOCIAL SERVICES AGENCY

37. Approve agreement MA-063-18010245 with BIT California LLC dba Document Fulfillment
Services for CalWIN client correspondence printing, postage and mailing services, 11/1/17 -
10/31/20 ($18,131,675); renewable for two additional one-year terms; and authorize County
Procurement Officer or authorized Deputy to execute agreement - All Districts
15342 APPROVED AS RECOMMENDED

GENERAL ADMINISTRATION

County Executive Office:

38. Approve recommended positions on introduced or amended legislation and consider


otherlegislative subject matters - All Districts
15342 APPROVED AS RECOMMENDED

39. Approve grant applications/awards submitted by OC Public Works, Health Care


Agency, Sheriff-Coroner and OC Community Resources/OC Parks in 9/26/17 grant
report and other actions as recommended; adopt resolutions authorizing Director of OC
Community Resources or designee to negotiate, execute and submit applications,
related documents and amendments to State Department of Parks and Recreation for
Habitat Conservation Fund Programs for Irvine Regional Park Natural Play Trail
project, Saddleback Gateway Meadow Discovery Area project and Healthy Planet,
Healthy People at Aliso and Woods Canyons project; Acting as Orange County Flood
Control District - Adopt resolution authorizing OC Public Works Director or designee
to execute grant applications and related documents with California Governor's Office
of Emergency Services for Federal Emergency Management Agency (FEMA) Hazard
Mitigation Grant Program and Pre-Disaster Mitigation Program for construction of
Fullerton Creek Channel and construction of East Garden Grove-Wintersburg Channel -
All Districts
31452 APPROVED AS RECOMMENDED
RESO: 17-116 - 17-119

40. Adopt resolution approving County Records Management Policy, effective 12/1/17,
to supersede County Archives Policy and County Records Management Program dated
7/17/07, Electronic Records Management Policy and Email Management Guidelines
dated 12/21/09, and any other records retention related documents; approving County
Standard Administrative Records Retention Schedule 16C to supersede Records Control
Schedule 16B; authorizing continuing disposition of records in accordance with
approved Records Management Policy and Standard Administration Records Retention
Schedule 16C; and authorizing County Executive Office to make immaterial changes to
the County Records Management Policy as necessary; and making California
Environmental Quality Act and other findings - All Districts (4/5 vote of the members
present and voting)
14352 APPROVED AS RECOMMENDED
RESO: 17-120

41. Approve amendment 1 to lease agreement with Civic Center, LLC for office space
for CEO/Risk Management Division, Santa Ana, for five years through 9/30/22;
authorize Chief Real Estate Officer or designee to execute subsequent lease
amendments for non-monetary and/or monetary changes under certain conditions; and
delegate Chief Real Estate Officer or designee ability to exercise any option to extend
term of lease - District 1
14352 APPROVED AS RECOMMENDED

42. Select Chapman Investment Company LP and Guardian Investment Capital, LLC as
primary and TAIT & Associates, Inc. as alternate for lease and development of the
closed Coyote Canyon Landfill at 20661 Newport Coast Drive, Newport Beach;
authorize negotiation of agreements for Board approval; and make California
Environmental Quality Act and other findings - District 2
21345 APPROVED AS RECOMMENDED

43. Approve in concept issuance of short-term Taxable Pension Obligation Bonds for
early payment of County's FY 2018-19 employer pension obligation; and select KNN
Public Finance as municipal advisor and Orrick Herrington & Sutcliffe, LLP as bond
counsel - All Districts
41352 APPROVED AS RECOMMENDED

44. Approve amendment 10 to master services agreement MA-017-13011864 with


ScienceApplications International Corporation for data center operations, service desk,
desktop support and applications services, five year term ($181,806 decrease; new
cumulative total $105,500,651); and authorize Chief Information Officer or designee to
execute amendment - All Districts
45132 APPROVED AS RECOMMENDED

45. Approve FY 2016-17 Fourth Quarter Budget Report and related budget adjustments;
approveproposed organizational change for OC Campaign Finance and Ethics
Commission; approve amended FY 2017-18 County Events Calendar; approve updated
classifications and pay grades for specified Audiovisual Specialist, Legal Secretary,
Environmental Resources Specialist, Veterans Claims, Procurement, Nurse Practitioner,
Pharmacy Technician, and Pharmacist positions; approve new classification
specifications and pay grades for Animal Control Assistant and Surveyor positions; and
approve and adopt Side Letter agreement with Orange County Employee Association,
effective 9/29/17 - All Districts (R.A. 1, 2, 3 & 4 4/5 vote of the members present and
voting)
14352 APPROVED AS RECOMMENDED

46. Chairwoman Steel and Vice Chair Do - Approve amended bylaws of the Orange County
HumanRelations Commission
21345 CONTINUED TO 10/31/17, 9:30 A.M.

ELECTED DEPARTMENT HEADS

S46A. District Attorney - Adopt resolution approving grant awards from State Office of Traffic
Safety forAlcohol and Drug Impaired Driver Vertical Prosecution Program, 10/1/17 - 9/30/18
($672,541) and Traffic Safety Resource Prosecutor Training Network, 10/1/17 - 9/30/18
($594,670); authorize District Attorney or designee to execute agreements and amendments
under certain conditions; and make California Environmental Quality Act and other findings -
All Districts
31452 APPROVED AS RECOMMENDED
RESO: 17-121

GENERAL ADMINISTRATION

S46B. Supervisor Spitzer - Adopt resolution supporting the City of Irvine in its bid to secure
AmazonHQ2
32145 APPROVED RESOLUTION AS AMENDED (COPY OF AMENDED RESOLUTION
ON FILE WITH THE CLERK OF THE BOARD)
RESO: 17-122

ELECTED DEPARTMENT HEADS

S46C. Auditor-Controller - Adopt resolution revising property tax rate for Newport-Mesa Unified
SchoolDistrict General Obligation Bonds, Election 2000, Series 2012 Refunding General
Obligation Bonds for FY 2017-18 - District 2
14352 APPROVED AS RECOMMENDED
RESO: 17-123

HEALTH CARE AGENCY

S46D. Approve Grant agreement with CalOptima for reimbursement of Recuperative Care services
providedthrough Whole Person Care Pilot Program, 10/1/17 - 12/31/20; and authorize Director
or designee to execute agreement - All Districts
54132 APPROVED AS RECOMMENDED

ELECTED DEPARTMENT HEADS

S46E. Sheriff-Coroner - Approve declaration of emergency and make findings pursuant to Public
ContractCode 22050(a)(1)(2) at Theo Lacy Facility for repair to inoperable elevator used for
public, legal visits and emergency egress for inmates; award contract to Specialized Elevator
Corporation; set review to determine need for continuing local emergency for 10/17/17, 9:30
a.m. and every regularly scheduled meeting thereafter until terminated; and make California
Environmental Quality Act and other findings - District 3 (4/5 vote of the members present)
34152 APPROVED AS RECOMMENDED

V. PUBLIC HEARINGS (Item 47)

HEALTH CARE AGENCY

47. Public Hearing to consider adopting resolution approving Driving Under the Influence Program
Feeupdate, $77 effective upon Board approval and $80 effective 7/1/18; superseding and
rescinding Resolution 12-159; authorizing HCA to make an annual fee adjustment effective
July 1 of each year, starting in 2019, that increases fee by an amount not to exceed the annual
percentage change in the Consumer Price Index; direct HCA to return to the Board if any fee
study indicates that actual costs have reduced to level below revenue generated; and making
California Environmental Quality Act and other findings - All Districts (Continued from
8/8/17, Item 27; 8/22/17, Item 56; 9/12/17, Item 37)
B.O. CLOSED PUBLIC HEAERING

51342 NO ACTION TAKEN; DIRECTED HEALTH CARE AGENCY TO WORK WITH CEO
IT AND TO RETURN TO THE BOARD WITH A PROPOSAL FOR A
COMBINATION OF AN AUTOMATED SYSTEM WITH APPROPRIATE STAFFING
LEVELS THAT WOULD INCLUDE ENROLLMENT AND TRACKING PROVISIONS

VI. CLOSED SESSION (Items CS-1-SCS8)

GENERAL ADMINISTRATION

CS-1. County Executive Office - CONFERENCE WITH REAL PROPERTY NEGOTIATOR -


Pursuant to Government Code Section 54956.8:
Property Location: 265 South Anita Drive, Orange, CA
County Negotiator: Scott D. Mayer, Chief Real Estate Officer
Negotiating Party: Fountain Valley School District
Under Negotiation: Terms and Value of Future Sale
B.O. HELD, NO REPORTABLE ACTION

CS-2. Human Resource Services - CONFERENCE WITH LABOR NEGOTIATOR - Pursuant


to Government Code Section 54957.6:
Agency Negotiator: Brenda Diederichs
Employee Organizations: Association of County Law Enforcement Management (ACLEM),
American Federation of State, County and Municipal Employees (AFSCME), Association of
Orange County Deputy Sheriffs (AOCDS), International Brotherhood of Teamsters, Local 952,
In-Home Supportive Services (IHSS), International Union of Operating Engineers (IUOE),
Orange County Attorneys Association (OCAA), Orange County Employees Association
(OCEA), Orange County Managers Association (OCMA) and other non-represented employees
RE: Terms and Conditions of Employment
B.O. HELD, NO REPORTABLE ACTION

County Counsel:
SCS3. CONFERENCE WITH LEGAL COUNSEL - ANTICIPATED LITIGATION -
INITIATION OF LITIGATION - Pursuant to Government Code Section
54956.9(d)(4):
Number of Cases: One Case
B.O. HELD, COUNTY COUNSEL READ: THE BOARD BY A UNANIMOUS VOTE,
APPROVED A PROPOSED SETTLEMENT WITH SILVERADO STAGES,
INC. THE PROPOSED SETTLEMENT REMAINS SUBJECT TO FINAL
APPROVAL OF OTHERS. AS SOON AS THE PROPOSED SETTLEMENT
BECOMES FINAL, DETAILS WILL BE MADE AVAILABLE IN THE OFFICE
OF COUNTY COUNSEL TO ANY PERSON WHO INQUIRES.

SCS4. CONFERENCE WITH LEGAL COUNSEL - ANTICIPATED LITIGATION -


INITIATION OF LITIGATION - Pursuant to Government Code Section
54956.9(d)(4):
Number of Cases: One Case
B.O. HELD, NO REPORTABLE ACTION

SCS5. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION - Pursuant


toGovernment Code Section 54956.9(d)(1):
Name of Case: Sharon Willard v. County of Orange, Workers' Compensation Appeals
Board Case No. ADJ2814714
B.O. HELD, COUNTY COUNSEL READ: THE BOARD BY A UNANIMOUS VOTE,
APPROVED A PROPOSED SETTLEMENT IN THE CASE OF SHARON
WILLARD V. COUNTY OF ORANGE. THE PROPOSED SETTLEMENT
REMAINS SUBJECT TO FINAL APPROVAL OF OTHERS. AS SOON AS THE
PROPOSED SETTLEMENT BECOMES FINAL, DETAILS WILL BE MADE
AVAILABLE IN THE OFFICE OF CEO/RISK MANAGEMENT TO ANY
PERSON WHO INQUIRES.

SCS6. County Executive Office - CONFERENCE WITH REAL PROPERTY NEGOTIATOR -


Pursuant to Government Code Section 54956.8:
Property Location: 1465 North Batavia, Orange, CA
County Negotiator Scott D. Mayer, Chief Real Estate Officer
Negotiating Party: Rancho Santiago Community College District
Under Negotiation: Terms and Value of Future Acquisition
B.O. HELD, NO REPORTABLE ACTION

County Counsel:

SCS7. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION - Pursuant


toGovernment Code Section 54956.9(d)(1):
Name of Case: Christine Richters v. County of Orange, etc., et al., Orange County
Superior Court Case No. 30-2017-00910955-CU-WT-CJC
B.O. HELD, COUNTY COUNSEL READ: THE BOARD BY A UNANIMOUS VOTE,
APPROVED A PROPOSED SETTLEMENT IN THE CASE OF CHRISTINE
RICHTERS V. COUNTY OF ORANGE. A COPY OF THE APPROVED
AGREEMENT CAN BE OBTAINED FROM THE CLERK OF THE BOARD BY
ANY PERSON WHO INQUIRES.

SCS8. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION - Pursuant


toGovernment Code Section 54956.9(d)(1):
Name of Case: Arnie Pike, Marilyn Pike, John Hislop v. County of Orange, Orange
County Superior Court Case No. 00784343 and 00784177
B.O. HELD, COUNTY COUNSEL READ: THE BOARD BY A UNANIMOUS VOTE,
APPROVED A PROPOSED SETTLEMENT IN THE CASE OF ARNIE PIKE,
MARILYN PIKE, JOHN HISLOP V. COUNTY OF ORANGE. THE PROPOSED
SETTLEMENT REMAINS SUBJECT TO FINAL APPROVAL OF
OTHERS. AS SOON AS THE PROPOSED SETTLEMENT BECOMES FINAL,
DETAILS WILL BE MADE AVAILABLE IN THE OFFICE OF CEO/RISK
MANAGEMENT TO ANY PERSON WHO INQUIRES.

VII. CEO, BOARD COMMENTS & ADJOURNMENT

COUNTY EXECUTIVE OFFICER COMMENTS:


None

BOARD COMMENTS:
None

ADJOURNED: 2:17 P.M.

*** KEY ***


Left Margin Notes

1.  Supervisor Do A.  Abstained
2.  Supervisor Steel X.  Excused
3.  Supervisor Spitzer N.  No
4.  Supervisor Nelson BO  Board Order
5.  Supervisor Bartlett

ORD. = Ordinance
RESO. = Resolution

Above numbers refer to Supervisorial Districts (1st number = Moved by; 2nd number = Seconded by)

Chair, Orange County Board of Supervisors

Orange County Clerk of the Board


Attachment K

Bid Summary
BID OPENING DATE: 11/8/17
BID NUMBER: 080-C017028-NM Awarded Contractors
JOC FOR PAINTING SERVICES
4- RESPONSIVE BIDS RECEIVED
Interlog Corporation DBA Interlog CTG Construction, Inc. DBA
Respondent Name Construction Harry H. Joh Construction, Inc. C.T. Georgiou Painint Co. AJ Fistes Corporation
Ranking: 1 2 3 4
Line Bid Line Description Factor Factor Factor Factor
1 Normal Working 0.6050 0.7000 0.9000 0.8999
2 Other Than Normal 0.6051 0.7000 0.9500 1.1000
3 Composite Factor 0.6050 0.7000 0.9100 0.9399

Respondent Telephone 714-529-1130 562-630-3348 310-834-8015 562-424-2230


Comments

Contractor Name Registration Number License Number Registration Date Expiration Date Trade

Harry H. Joh Construction, Inc. 1000001675 469845 5/15/2017 6/30/2018 Painting

Interlog Corporation dba Interlog


1000004696 946823 6/16/2017 6/30/2018 Painting
Consturction

Page 1 of 5
Attachment K

BID OPENING DATE: 11/8/17


BID NUMBER: 080-C017018-CC Awarded Contractors
JOC FOR GENERAL CONTRACTING
10 - RESPONSIVE BIDS RECEIVED
Interlog Corporation DBA Interlog Vincor Construction, Harry H. Joh
Respondent Name Construction SJD & B, Inc. MIK Construction Inc. Pub Constrction, Inc. Inc. Construction
Ranking: 1 2 3 4 5 6
Line Bid Line Description Factor Factor Factor Factor Factor Factor
1 Normal Working 0.6200 0.6200 0.7800 0.7840 0.8000 0.9000
2 Other Than Normal 0.6201 0.6300 0.8000 0.7841 0.8500 0.9000
3 Composite Factor 0.6200 0.6220 0.7840 0.7840 0.8100 0.9000

Respondent Telephone
Comments

CTG Construction, Inc. dba C.T. Thomasville Construction,


Respondent Name (con't) Georgiou Painting Co. Archico Design Build, Inc. MTM Construction, Inc. Inc. MW Services Inc.
Ranking: 7 8 9 10 11
Line Bid Line Description Factor Factor Factor Factor Factor
1 Normal Working 0.9000 0.9393 0.9500 0.9714 1.0800
2 Other Than Normal 0.9500 0.9696 1.1000 1.0806 1.2000
3 Composite Factor 0.9100 0.9454* 0.9800 0.9932 1.1040
*Corrected Composite
Respondent Telephone
Comments

Page 2 of 5
Attachment K

Contractor Name Registration Number License Number Registration Date Expiration Date Trade
Interlog Corporation DBA Interlog General Contracting
1000004696 946823 6/16/2017 6/30/2018
Construction Services
General Contracting
SJD & B, Inc. 1000030237 1001950 5/8/2017 6/30/2018
Services
General Contracting
MIK Construction Inc. 1000003181 921766 5/8/2017 6/30/2018
Services
General Contracting
Pub Constrction, Inc. 1000005407 788668 5/4/2017 6/30/2018
Services
General Contracting
Vincor Construction, Inc. 1000009803 763743 5/11/2017 6/30/2018
Services

Page 3 of 5
Attachment K

BID OPENING DATE: 11/8/17


BID NUMBER: 080-C011989-CM Awarded Contractors
JOC FOR ASBESTOS REMOVAL &
DECONTAMINATION SERVICES
2 - RESPONSIVE BIDS RECEIVED
Environmental Remediation
Respondent Name Contractors, Inc. Miller Environmental, Inc.
Ranking: 1 2
Line Bid Line Description Factor Factor
1 Normal Working 0.8230 0.7992
2 Other Than Normal 0.8500 0.9400
3 Composite Factor 0.8284 0.8274

Respondent Telephone 714-202-8880 714-385-0099


Comments

Contractor Name Registration Number License Number Registration Date Expiration Date Trade
Environmental Remediation Contractors,
1000014579 803905 5/4/2017 6/30/2017 Asbestos
Inc.
Miller Environmental, Inc. 1000000628 772797 5/8/2017 6/30/2018 Asbestos

Page 4 of 5
Attachment K

BID OPENING DATE: 11/8/17


BID NUMBER: 080-C011987-CM Awarded Contractors
JOC FOR PLUMBING SERVICES
2 - RESPONSIVE BIDS RECEIVED

Respondent Name Harry H. Joh Construction, Inc. Thomasville Construction, Inc.


Ranking: 1 2
Line Bid Line Description Factor Factor
1 Normal Working 1.0900 1.0806
2 Other Than Normal 1.1300 1.1726
3 Composite Factor 1.0980 1.0990

Respondent Telephone 562-630-3348 626-224-8359


Comments

Contractor Name Registration Number License Number Registration Date Expiration Date Trade
Harry H. Joh Construction, Inc. 1000001675 469845 5/15/2017 6/30/2018 Plumbing

Page 5 of 5
7/28/2018 cams.ocgov.com/Web_Publisher/agenda12_12_2017.htm

A G E N D A
REGULAR MEETING OF THE BOARD OF SUPERVISORS
ORANGE COUNTY, CALIFORNIA

Tuesday, December 12, 2017


9:30 A.M.

BOARD HEARING ROOM, FIRST FLOOR


333 W. Santa Ana Blvd., 10 Civic Center Plaza
Santa Ana, California

MICHELLE STEEL
CHAIRWOMAN
Second District

ANDREW DO TODD SPITZER


VICE CHAIR SUPERVISOR
First District Third District

SHAWN NELSON LISA A.


SUPERVISOR BARTLETT
Fourth District SUPERVISOR
Fifth District

COUNTY EXECUTIVE OFFICER COUNTY COUNSEL CLERK OF THE BOARD


Frank Kim Leon J. Page Robin Stieler
This agenda contains a brief description of each item to be considered. Except as provided by law, no action
shall be taken on any item not appearing in the agenda. To speak on an item, complete a Speaker Request
Form(s) and deposit the completed form in the box to the left of the podium. Prior to the Consent and Discussion
Calendars, and during the Public Comments portion of the meeting, a member of the public may address the
Board on any (or multiple) items on the agenda (excluding public hearings) or on any issue that is within the
subject matter jurisdiction of the Board. This is the only opportunity for public input except for scheduled public
hearing items. Speaker request forms must be deposited prior to the end of the public comments portion of the
meeting, or, in the event of a public hearing, prior to the start of the public hearing. When addressing the Board,
it is requested that you state your name and city of residence for the record. Members of the public desiring to
speak should address the Board as a whole through the Chair. Comments to individual Supervisors or staff are
not permitted. Speakers are allotted to speak no more than three (3) minutes during public comments and three
(3) minutes during a public hearing. Power Point and video presentations must be requested in advance of the
meeting through the Clerk.
Supporting documentation is available for review in the Clerk of the Board of Supervisors office in the Hall of
Administration, 333 W. Santa Ana Blvd., Room 465, Santa Ana, 92701 8:00 am - 5:00 pm, Monday-Friday.
The Agenda is available online at: http://ocgov.com/gov/bos/agenda
Meetings are broadcast live at http://bos.ocgov.com/video/video.html
------------------------------------------------------------------------------------------------------------------------------
In compliance with the Americans with Disabilities Act, those requiring accommodations for this meeting
should notify the Clerk of the Board's Office 72 hours prior to the meeting at (714) 834-2206
-------------------------------------------------------------------------------------------------------------------------------
INVOCATION: Supervisor Spitzer, Third District

PLEDGE OF ALLEGIANCE: Supervisor Nelson, Fourth District

http://cams.ocgov.com/Web_Publisher/agenda12_12_2017.htm 1/7
7/28/2018 cams.ocgov.com/Web_Publisher/agenda12_12_2017.htm

I. PRESENTATIONS/INTRODUCTIONS (None)

II. PUBLIC COMMENTS

At this time, members of the public may address the Board of Supervisors on any (or multiple) items on the agenda
(excluding public hearings) or on any issue that is within the subject matter jurisdiction of the Board. Comments shall be
limited to three minutes per person unless different time limits are set by the Chairman subject to the approval of the
Board.

III. CONSENT CALENDAR (Items 1-13)

All matters are approved by one motion unless pulled by a Board Member for discussion or separate action.

ELECTED DEPARTMENT HEADS

1. Auditor-Controller - Approve Internal Audit Quarterly Activity Status Report for July - September 2017 -
All Districts (Continued from 11/14/17, Item 4)

2. Sheriff-Coroner - Approve amendment 6 to renew contract MA-060-14010447 with VCA Yorba Regional
Animal Hospital, Inc. for veterinary and boarding services, 12/20/17 - 12/19/18 ($165,000; cumulative
total $686,000); and authorize County Procurement Officer or authorized Deputy to execute amendment -
All Districts

OC COMMUNITY RESOURCES

3. Approve amendment 1 to sponsor agreement OCP 14-003 with Orange County Conservation Corps for
maintenance of OC Parks, 2/1/18 - 1/31/19 - All Districts

4. Receive and file FY 2016-17 Housing Successor Agency Annual Report; and authorize Director or
designee to make any necessary adjustments, based on final Comprehensive Annual Financial Report - All
Districts

5. Approve amendment 2 to contract 16-23-0034 PFI with the City of Stanton for Public Facilities and
Improvement Community Development Block Grant, extending to 6/30/18; and authorize Director or
designee to execute amendment - District 2

6. Accept donation of $17,255 from Friends of the Aliso Viejo Library to offset cost of design and remodel
former cafe space into a Maker Space, Aliso Viejo Branch Library - District 5

OC PUBLIC WORKS

7. Receive bids and award contract MA-012-18010755 to PVL Signs & Graphics Inc. for
fabricate/installation of signage for OC Parks Sign Program ($350,000); and authorize Director or designee
to execute contract - All Districts

8. Receive and file FY 2016-17 Development Fee Deposit Balance Reports; and make related findings - All
Districts

9. Approve cooperative agreement C-7-1827 with Orange County Transportation Authority, City of Lake
Forest and City of Mission Viejo for El Toro Regional Traffic Signal Synchronization Project, ($11,968);
and make California Environmental Quality Act and other findings - Districts 3 and 5

10. Acting as the Orange County Flood Control District - Approve offer and agreement to purchase real
property and quitclaim deed with Jack Daryl Smith and Gloria Kay Smith for sale of 918 square-foot
Orange County Flood Control District owned parcel ($16,065); and make California Environmental
Quality Act and other findings - District 3

http://cams.ocgov.com/Web_Publisher/agenda12_12_2017.htm 2/7
7/28/2018 cams.ocgov.com/Web_Publisher/agenda12_12_2017.htm

SOCIAL SERVICES AGENCY

11. Approve non-financial Memorandum of Understanding with California Department of Child Support
Services for access to Child Support Enforcement System, 1/1/18 - 12/31/20 - All Districts

GENERAL ADMINISTRATION

12. Clerk of the Board - Adopt resolution approving list of recurring Board resolutions for 2018 and
authorizing the Chair or other Supervisor to draft and execute said resolutions - All Districts

13. County Executive Office - Acting as the Legislative Body of the Community Facilities Districts - Receive
and file Community Facilities Districts 2001-1, 2002-1, 2003-1, 2004-1, 2015-1 and 2016-1 Report,
pursuant to Local Agency Special Tax and Accountability Act - District 5
END OF CONSENT CALENDAR

IV. DISCUSSION ITEMS (Items 14-42)

ELECTED DEPARTMENT HEADS

Sheriff-Coroner:

14. Approve contract MA-060-18010753 with Hunter Consulting, Inc. dba HCI Environmental &
Engineering Service for replacement and disposal of lead contaminated and bio-hazard filters, two
year term ($1,400,000); renewable for three additional one-year terms; and authorize County
Procurement Officer or authorized Deputy to execute contract - All Districts

15. Approve contract MA-060-18010794 with Specialized Elevator Corporation for elevator and
escalator preventive maintenance and repair services, 12/12/17 - 12/11/20 ($1,600,000);
renewable for two additional one-year terms; and authorize County Procurement Officer or
authorized Deputy to execute contract - All Districts

16. Receive and file status report and approve continuance of local emergency related to Canyon 2
Fire; and set review to determine need for continuing local emergency for 1/9/18, 9:30 a.m. and
every 30 days thereafter - All Districts (Continued from Special Meeting 10/12/17, Item 1;
10/17/17, S38C; 11/14/17, Item 16; 12/5/17, Item 30)

17. Receive and file status report and approve continuance of local emergency related to Theo Lacy
Facility for repair to inoperable elevator used for public, legal visits and emergency egress for
inmates; set review to determine need for continuing local emergency for 1/9/18, 9:30 a.m. and
every regularly scheduled meeting thereafter until terminated - District 3 (4/5 vote of the members
present) (Continued from 9/26/17, Item S46E; 10/17/17, Item 22; 10/31/17, Item 13; 11/14/17,
Item 17; 12/5/17, Item 31)

18. Treasurer-Tax Collector - Consider second reading and adoption of "An Ordinance of the County of
Orange, California Adding Section 1-4-57 of the Codified Ordinances of the County of Orange,
Authorizing the Treasurer-Tax Collector to Cancel Supplemental Tax Bills Where the Tax is Fifty Dollars
or Less" - All Districts (Continued from 12/5/17, Item 33)

HEALTH CARE AGENCY

19. Ratify grant agreement 17-10336 with California Department of Public Health for Immunization Local
Assistance Grant, 7/1/17 - 6/30/22 ($688,962; cumulative total $3,444,810); and authorize Director or
designee to execute agreement and related documents - All Districts

http://cams.ocgov.com/Web_Publisher/agenda12_12_2017.htm 3/7
7/28/2018 cams.ocgov.com/Web_Publisher/agenda12_12_2017.htm

20. Approve grant agreement 17-10711 with California Department of Public Health for Local Oral Health
Program, 1/1/18 - 6/30/22 ($749,810; cumulative total $3,749,050); authorize Director or designee to
execute agreement and related documents; approve contract MA-042-18010820 with Center for Oral
Health for Community Oral Health Needs Assessment, 1/15/18 - 6/30/20 ($450,000); renewable for two
additional one-year terms ($100,000 per year; cumulative total $650,000); and authorize County
Procurement Officer or authorized Deputy to execute contract and exercise cost contingency increase not to
exceed 10% under certain conditions - All Districts

21. Approve amendment 3 to contract with Orange County Health Authority dba CalOptima for coordination
and provision of Behavioral Health Care Services, 1/1/18 - 6/30/18; renewable for four additional one-year
terms; and authorize Director or designee to execute amendment - All Districts

OC COMMUNITY RESOURCES

22. Approve amendment 1 to contract 17-23-0045-PS with Kingdom Causes, Inc. dba City Net for Santa Ana
Flood Control Channel Engagement Initiative services, 7/1/17 - 6/30/18 ($720,000, cumulative total
$1,444,000); authorize Director or designee to execute amendment, related documents and exercise cost
contingency increase not to exceed 10% under certain conditions - All Districts

23. Acting as the Orange County Housing Authority - Adopt Orange County Housing Authority
Administrative Plan; authorize Director of Orange County Housing Authority or designee to finalize and
transmit plan to U.S. Department of Housing and Urban Development; and authorize use of Fund 15F-
8050-HV17 for housing assistance payments - All Districts

OC PUBLIC WORKS

24. Approve amendment 1 to contract MA-080-16010981 with West Coast Air Conditioning Company, Inc.
for Central Utility Facility Infrastructure Upgrades Project ($1,980,000; revised total $61,144,835);
authorize Director or designee to execute amendment; and authorize Chief Engineer to adopt plans,
specifications and working details for remaining phases - District 1

25. Award Job Order Contracts to Interlog Corporation dba Interlog Construction, SJD&B, Inc., MIK
Construction, Inc., Pub Construction, Inc., and Vincor Construction, Inc. for general contracting services,
Interlog Corporation dba Interlog Construction and Harry H. Joh Construction, Inc. for painting services,
Environmental Remediation Contractors, Inc. and Miller Environmental, Inc. for asbestos removal &
decontamination services, and Harry H. Joh Construction, Inc. for plumbing services, 12/13/17 - 12/12/18
($4,640,000 each); authorize Director or designee to execute contracts; and make California Environmental
Quality Act findings - All Districts

26. Approve Design Phase Services contract MA-080-18010525 with West Coast Air Conditioning Company,
Inc. for construction manager at-risk services for OC Data Center Cooling Plant Refresh Project
($142,380.31); and authorize Director or designee to execute contract - District 1

27. Authorize county staff to negotiate with Southern California Edison to purchase 1,767 streetlights within
unincorporated areas - All Districts

28. Approve contracts MA-080-18010603 with Tetra Tech, Inc., and MA-080-18010604 with Pacific
Advanced Civil Engineering, Inc., MA-080-18010605 with Stantec Consulting Services, Inc., MA-080-
18010606 with HDR Engineering, Inc., MA-080-18010607 with Michael Baker International, Inc., MA-
080-18010608 with CH2M Hill Engineers, Inc., MA-080-18010609 with Moffatt & Nichol, Inc., MA-080-
18010778 with WRC Consulting Services, Inc., and MA-080-18010779 with David Evans and Associates,
Inc. for on-call flood control engineering services, three-year term ($2,500,000 each; aggregate total
$22,500,000) with option to renew two additional years; authorize Director or designee to execute
contracts; and make California Environmental Quality Act and other findings - All Districts

29. Approve contracts MA-080-18010600 with HDR Engineering, Inc., MA-080-18010601 with Mark
Thomas and Company, Inc., and MA-080-18010602 with GHD Inc. for on-call road/bridge and traffic

http://cams.ocgov.com/Web_Publisher/agenda12_12_2017.htm 4/7
7/28/2018 cams.ocgov.com/Web_Publisher/agenda12_12_2017.htm

engineering services, three-year term ($1,500,000 each; aggregate total $4,500,000) with option to renew
two additional years; authorize Director or designee to execute contracts; and make California
Environmental Quality Act and other findings - All Districts

30. Approve contracts MA-080-18010598 with Kleinfelder, Inc., and MA-080-18010599 with GMU
Geotechnical, Inc. for architect-engineer on-call construction support services - geotechnical and materials
testing, three-year term ($1,500,000 each; aggregate total $3,000,000) with option to renew two additional
years; authorize Director or designee to execute contracts; and make California Environmental Quality Act
and other findings - All Districts

31. Approve contracts MA-080-18010561 with Tetra Tech BAS, Inc., MA-080-18010562 with Geosyntec
Consultants, Inc., MA-080-18010563 with Geologic Associates, Inc., MA-080-18010565 with Advanced
Earth Sciences, Inc., and MA-080-18010566 with SWT Engineering, Inc. for architect-engineer on-call
landfill services, three-year term ($1,500,000 each; aggregate total $7,500,000) with option to renew two
additional years; authorize Director or designee to execute contracts; and make California Environmental
Quality Act and other findings - All Districts

OC WASTE & RECYCLING

32. Approve contract MA-299-18010702 with Paradigm Software, LLC for software support services,
purchase and installation of new credit card payment module, WeighPay and signature capture module,
customization services and continuation of software license of landfill fee collection system, 1/1/18 -
12/31/20 ($513,566.53); with option to renew for two additional one-year terms; and authorize County
Procurement Officer or authorized Deputy to execute contract - All Districts

SOCIAL SERVICES AGENCY

33. Approve amendment 1 to agreement FKV1315 with The Raise Foundation, Children's Bureau of Southern
California, Human Options, Inc., and Mission Hospital Regional Medical Center for services promoting
safe and stable families at Families and Communities Together South Orange County Family Resource
Center, 7/1/15 - 6/30/20 ($109,221; cumulative total $2,489,686) - District 5

34. Approve amendment 2 to contracts MA-063-18010734 with Staff4jobs LLC dba Lyneer Staffing Solutions
($634,268; cumulative total $4,629,240) and MA-063-18010749 with Lloyd Staffing, Inc. ($797,951;
cumulative total $3,344,453) for temporary help services, 2/1/18 - 1/31/19; and authorize County
Procurement Officer or authorized Deputy to execute amendments - All Districts

35. Approve Memorandum of Understanding (MOU) WCD0817 with Pechanga Band of Luiseño Mission
Indians for Tribal Temporary Assistance to Needy Families program, 12/13/17 - 5/31/20; approve license
agreement for ease of access to services for impacted clients; authorize Director or designee to execute
MOU; authorize Chief Real Estate Officer or designee to execute amendments to license agreement under
certain conditions; and make California Environmental Quality Act and other findings - All Districts

GENERAL ADMINISTRATION

County Executive Office:

36. Approve recommended positions on introduced or amended legislation and consider other
legislative subject matters - All Districts

37. Approve grant applicants/awards submitted in 12/12/17 grants report and other actions as
recommended - All Districts

38. Acting as the Legislative Body of Community Facilities Districts 99-1, 2000-1 and 2001-1
(Ladera Ranch) - Adopt resolutions authorizing issuance of 2018 Special Tax Refunding Bonds
for Community Facilities District 99-1 ($16,500,000), Community Facilities District 2000-1
($21,500,000) and Community Facilities District 2001-1 ($27,000,000); and approve related

http://cams.ocgov.com/Web_Publisher/agenda12_12_2017.htm 5/7
7/28/2018 cams.ocgov.com/Web_Publisher/agenda12_12_2017.htm

documents; Acting as the Board of Directors of the South Orange County Public Financing
Authority - Adopt resolution authorizing issuance of Special Tax Revenue Refunding Bonds in
one or more Series ($65,000,000); approve related documents; and approve related budget
adjustments - District 5 (RA 5 4/5 vote of the members present)

39. Receive and file 2017 Strategic Financial Plan - All Districts

40. Adopt resolution authorizing issuance of a Pension Obligation Debenture, issuance and sale of
short-term Taxable Pension Obligation Bonds, 2018 Series A ($406,000,000); and execution and
delivery of Eighth Supplemental Trust agreement and Bond Purchase agreement; and authorizing
Public Finance Director to execute all related documents; approve related budget adjustments and
related payments; and make related findings - All Districts (RA 2 4/5 vote of the members
present)

41. Adopt resolutions declaring intention to levy reassessments and issue refunding bonds and
reassessment report for Reassessment District 17-1R (Newport Coast Phase IV); and adopt
resolution authorizing issuance of ($32,055,000) County of Orange Reassessment District No. 17-
1R (Newport Coast Phase IV) Limited Obligation Improvement Refunding Bonds; and approving
execution and delivery of Indenture of Trust, Escrow agreement, Bond Purchase agreement and
Continuing Disclosure Certificate; approve related budget adjustments; and make related findings
- District 2 (RA 4 4/5 vote of the members present)

42. Human Resource Services - Approve contract MA-017-18010683 with William C. McCaughey dba
Innovative TDM Solutions for County's Commuter Assistance Program services, 1/1/18 - 12/31/20
($764,397); renewable for two additional one-year terms; and authorize County Procurement Officer or
authorized Deputy to execute contract - All Districts

1:30 P.M. TIME CERTAIN FOR ITEM 43

V. PUBLIC HEARINGS (Item 43)

OC PUBLIC WORKS

43. Public Hearing to consider reading and adoption of "An Uncodified Ordinance of the County of Orange,
State of California Adopting Zone Change 16-04 and Rezoning Certain Land from the AR-20000
Agricultural Residential District to the AR-10000 (PD-10000) Agricultural Residential District with
Planned Development Overlay District"; adopt resolution to certifying Final Environmental Impact Report
No. 629 and making other findings; and adopt resolution approving Use Permit PA160051 for planned
development and making related findings - District 3

VI. CLOSED SESSION (Item CS-1)

The Board will break for lunch at approximately 12:00 PM and may consider closed session matters during that break.
The Board will then resume to handle any remaining business if necessary.

GENERAL ADMINISTRATION

CS-1. Human Resource Services - CONFERENCE WITH LABOR NEGOTIATOR - Pursuant to Government
Code Section 54957.6:
Agency Negotiator: Brenda Diederichs
Employee Organizations: Association of County Law Enforcement Management (ACLEM), American
Federation of State, County and Municipal Employees (AFSCME), Association of Orange County Deputy
Sheriffs (AOCDS), International Brotherhood of Teamsters, Local 952, In-Home Supportive Services
(IHSS), International Union of Operating Engineers (IUOE), Orange County Attorneys Association
(OCAA), Orange County Employees Association (OCEA), Orange County Managers Association

http://cams.ocgov.com/Web_Publisher/agenda12_12_2017.htm 6/7
7/28/2018 cams.ocgov.com/Web_Publisher/agenda12_12_2017.htm

(OCMA) and other non-represented employees


RE: Terms and Conditions of Employment

VII. CEO, BOARD COMMENTS & ADJOURNMENT

COUNTY EXECUTIVE OFFICER COMMENTS:

BOARD COMMENTS:

At this time, members of the Board of Supervisors may comment on agenda or non-agenda matters and ask questions of or
give directions to staff; provided that NO action may be taken on off-agenda items unless authorized by law.

ADJOURNED:

NEXT MEETINGS:
December 19, 2017 No Scheduled Meeting
December 26, 2017 No Scheduled Meeting
January 2, 2018 No Scheduled Meeting

http://cams.ocgov.com/Web_Publisher/agenda12_12_2017.htm 7/7
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

JOB ORDER CONTRACT MA-080-18010867


FOR
PAINTING SERVICES

THIS Job Order Contract MA-080-18010867 for Painting Services (hereinafter referred to as
“Contract”) is made and entered into as of the date fully executed by and between County of Orange, a
political subdivision of the State of California, (hereinafter referred to as “County”) and Harry H. Joh
Construction, Inc., (hereinafter referred to as “Contractor”), which are sometimes individually
referred to as (“Party”), or collectively referred to as (“Parties”).
RECITALS
WHEREAS, County and Contractor are entering into this Contract for Painting Services
under a Usage Contract; and,
WHEREAS, County solicited Painting Services as set forth herein, and Contractor has
represented that it is qualified and capable to provide Painting Services to the County as further set
forth herein; and,
WHEREAS, Contractor agrees to provide Painting Services to the County as further set forth
in the Scope of Work, attached hereto as Attachment A and incorporated herein; and,
WHEREAS, County agrees to pay Contractor the fees as further set forth in Contractor’s
Pricing, attached hereto as Attachment B and incorporated herein;
NOW, THEREFORE, the Parties mutually agree as follows:
DEFINITIONS
DEFINITIONS: The following terms shall have the definitions as set forth below:
1. Adjustment Factor: The Bidder’s competitively bid price adjustment to the unit prices published
in the Construction Task Catalog®.
2. Brief Scope of Work: The initial scope of Work developed by the County Project Manager, and
is utilized to provide adequate information to schedule the Joint Scope Meeting.
3. Best Management Practices (BMPs): As used herein, a BMP is defined as a technique, measure,
or structural control that is used for a given set of conditions to manage the quantity and improve
the quality of stormwater runoff in a cost effective manner. Specific BMPs are found within the
County’s LIP in the form of Model Maintenance Procedures and BMP Fact Sheets (the Model
Maintenance Procedures and BMP Fact Sheets contained in the DAMP/LIP shall be referred to
hereinafter collectively as "BMP Fact Sheets") and contain pollution prevention and source
control techniques to eliminate non-stormwater discharges and minimize the impact of pollutants
on stormwater runoff.
4. Construction Task Catalog® (CTC): comprehensive listing of specific construction related tasks
identified by the County together with a specified unit of measurement and unit price. The price
published in the CTC for a specific construction or construction-related task. The unit prices are
fixed for the Term of this Contract. Each unit price is comprised of the labor, equipment and
materials costs to accomplish that specific task.
5. DAMP/LIP: To assure compliance with the Stormwater Permits and water quality ordinances,
the County Parties have developed a Drainage Area Management Plan (DAMP) which includes
C017028 Page 1 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

a Local Implementation Plan (LIP) for each jurisdiction that contains Best Management
Practices (BMPs) that parties using properties within Orange County must adhere to.
6. Detailed Scope of Work: The complete description of services to be provided by the Contractor
under an individual Job Order. Developed by the Contractor, after the Joint Scope Meeting and
submitted for approval to the County Project Manager.
7. Final Acceptance: All Work as been completed and accepted by the County. The Contractor
has provided all required close-out documentation and items as required by the Detailed Scope
of Work for the specific Job Order, and these items and have accepted and approved by the
County
8. Job Order Authorization (JOA): Issued upon acceptance of quote and the duration schedule,
stating that the quote is a firm fixed price. Must be issued prior to issuance of a Notice to
Proceed.
9. Job Order Notice To Proceed (NTP): The document prepared by the County, based on the
approved Job Order Quote, and issued to the Contractor which provides the specific instructions,
specific bid items, and the duration to complete the approved Detailed Scope of Work.
10. Job Order Quote (Quote): Contractor’s irrevocable offer to perform Work associated with a Job
Order and refers to the Contractor prepared document quoting a firm fixed-price and schedule
for the completion of a specific Scope of Work. The Contractor’s Quote must be on forms
provided by the County and in an electronic version compatible with the County’s systems. The
Quote may also contain approved drawings, Work schedule, permits, or other such
documentation as the County might require for a specific Job Order.
11. Joint Scope Meeting: A meeting at the Job Order location, attended by the Contractor and
County and any other interested parties to outline the Scope of Work for the Task.
12. Non-Pre-Priced (NPP) Tasks: The units of Work that are not included in the CTC but are still
within the general Scope of Work requested by the County under the Contract.
13. Normal Working Hours: means between the hours of 7:00 AM to 5:00 PM, Monday through
Friday, inclusive. Saturdays, Sundays, and County holidays are excluded.
14. Other Than Normal Working Hours: means Work done between the hours of 5:00 PM to 7:00
AM, on week days and any times during Saturday, Sunday, and County holidays.
15. Project: The Work to be performed by Contractor on behalf of County pursuant to this Contract
as described in individual Job Orders.
16. Request for Quote (RFQ): The County’s Request for Quote for a specific Job Order.
17. Stormwater Permit: The Santa Ana and San Diego Regional Water Quality Control Boards have
issued National Pollutant Discharge Elimination System permits ("Stormwater Permits") to the
County of Orange, the Orange County Flood Control District and cities within Orange County,
as co-permittees (hereinafter collectively referred to as "County Parties") which regulate the
discharge of urban runoff from areas within the County of Orange, including from all County
facilities on which Work within Contract is being performed. These permits are referred to as
Stormwater Permits.
18. Work: The Work shall include, without limitation, all labor, materials, apparatus, supplies,
services, facilities, utilities, transportation, manuals, warranties, training, and the like, necessary
for the Contractor to faithfully perform and complete all of its obligations under the Contract.
C017028 Page 2 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

ARTICLES
1. Scope of Contract: This Contract, including Attachments, specifies the contractual terms and
conditions by which the Contractor will provide Painting Services under a Usage Contract, as set
forth in the Scope of Work identified as Attachment A to this Contract.
2. Term: This Contract shall become effective December 13, 2017 if all necessary signatures have
been executed by that date, or upon execution of all necessary signatures if execution occurs
after December 13, 2017, and shall continue for one (1) year from said date or execution,
whichever is later, or until the total Contract amount is reached, or unless otherwise terminated
as provided herein. Dates are in accordance with prior year’s contract expiration
3. Contingency of Funds: Contractor acknowledges that funding or portions of funding for this
Contract may be contingent upon state budget approval; receipt of funds from, and/or obligation
of funds by, the state of California to County; and inclusion of sufficient funding for the services
hereunder in the budget approved by County’s Board of Supervisors for each fiscal year covered
by this Contract. If such approval, funding or appropriations are not forthcoming, or are
otherwise limited, County may immediately terminate or modify this Contract without penalty.
4. County's Representatives:
A. The Contract will be under the general direction of the Board of Supervisors. OC Public
Works is the authorized representative of the Board of Supervisors and, under the Board of
Supervisors, has complete charge of the Contract, and shall exercise full control of the
Contract, so far as it affects the interest of the County.
B. The provisions in this Article or elsewhere in this Contract regarding approval or direction
by the County, Board of Supervisors, or OC Public Works, or action taken pursuant
thereto are not intended to and shall not relieve the Contractor of responsibility for the
accomplishment of the Work, either as regards sufficiency or the time of performance,
except as expressly otherwise provided herein.
C. County’s Contract Administrator is the County's exclusive contact agent to the Contractor
with respect to this Contract during construction and until the completion of the Contract.
The County will assign Project Managers for individual Job Orders. The County may
utilize the services of an Architect in relation to some, but not all Job Orders.
D. The County's communications with the Contractor and Architect shall be exclusively
through the County's Project Manager.
E. County Project Manager shall at all times have access to the Work whenever it is in
preparation or progress. The Contractor shall provide safe facilities for such access.
F. The County and County Project Manager shall not be responsible for or have control or
charge of the construction means, methods, techniques, sequences or procedures, or for
safety precautions and programs in connection with the Work, and will not be responsible
for the Contractor's failure to carry out the Work in accordance with the Contract
documents.
G. The County and County Project Manager shall not be responsible for the failure of the
Contractor to plan, schedule, and execute the Work in accordance with the approved
C017028 Page 3 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

schedule or the failure of the Contractor to meet the Contract completion dates or the
failure of the Contractor to schedule and coordinate the Work of his own trades and
subcontractors or to coordinate with others separate Contractors.
H. The County will not be responsible for the acts or omissions of the Contractor, or any
subcontractor, or any Contractor's or subcontractor's agents or employees, or any other
persons performing any of the Work.
I. County Project Manager has the authority to disapprove or reject Work on behalf of the
County when, in the County Project Manager’s opinion, the Work does not conform to the
Contract documents.
J. Whenever, in County Project Manager’s reasonable opinion, it is considered necessary or
advisable to insure the proper implementation of the intent of the Contract documents,
County Project Manager has the authority to require special inspection or testing of any
Work in accordance with the provisions of the Contract documents whether or not such
Work shall then be fabricated, installed or completed.
K. County Project Manager has the authority to require special inspection or testing of the
Work. However, neither County Project Manager’s authority nor any decision made by
the Project Manager in good faith whether to exercise or not to exercise such authority
shall give rise to any duty or responsibility of the County to the Contractor, or any
subcontractor, or any of their agents, or employees, or any other person performing any
portion of the Work.
L. County Project Manager has the authority and discretion to call, schedule, and conduct job
meetings to be attended by the Contractor, representatives of his subcontractors and the
Architect and his consultants, to discuss such matters as procedures, progress, problems,
and scheduling.
M. County Contract Administrator will establish procedures to be followed for processing all
submittals, Change Orders, Invoices, other project reports, documentation and test reports.
N. County Project Manager will issue Job Order if required.
O. County Project Manager will review and process all Invoices by the Contractor.
5. Contractor:
A. Composition: If the Contractor is comprised of more than one legal entity, each such
entity shall be jointly and severally liable hereunder.
B. Superintendence: The Contractor shall maintain on site, at all times during the
construction activities, a dedicated competent Superintendent. In addition to a General
Superintendent and other administrative and supervisory personnel required for the
performance of the Work, the Contractor shall provide specific coordinating personnel as
reasonably required for interfacing of all the Work required for the total project, all
satisfactory to County Project Manager. The superintendent shall not be changed except
with consent of County Project Manager, unless the superintendent proves to be
unsatisfactory to the Contractor and ceases to be in his employ, in which case he shall be
replaced within 24 hours by a superintendent acceptable to County Project Manager. The
superintendent shall represent the Contractor in his absence and all directions given to him
shall be binding as if given to the Contractor.

C017028 Page 4 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

C. Licenses and Certificates: Contractor shall, at all times during the term of this Contract,
maintain in full force and effect such licenses as may be required by the State of California
or any other governmental entity for Contractor to perform the duties specified herein and
provide the services required pursuant to this Contract. Contractor shall strictly adhere to,
and obey, all governmental rules and regulations now in effect or as subsequently enacted
or modified, as promulgated by any local, state, or federal governmental entities.
D. Superintendence and Project Manager: The Contractor shall provide County Project
Manager with complete Work history profiles of management staff associated with this
Project for County Project Manager review.
6. Usage: Unless otherwise specified herein, no guarantee is given by the County to the Contractor
regarding usage of this Contract. Usage figures, if provided, are approximate, based upon the
last usage. The Contractor agrees to supply services and/or commodities requested, as needed by
the County of Orange, at prices listed in the Contract, regardless of quantity requested.
7. Child Support Enforcement Requirements: Contractor is required to comply with the child
support enforcement requirements of the County. Failure of the Contractor to comply with all
federal, state, and local reporting requirements for child support enforcement or to comply with
all lawfully served Wage and Earnings Assignment Orders and Notices of Assignment shall
constitute a material breach of the Contract. Failure to cure such breach within 60 calendar days
of notice from the County shall constitute grounds for termination of the Contract.
8. Reports/Meetings: The Contractor shall develop reports and any other relevant documents
necessary to complete the services and requirements as set forth in this Contract. The County’s
Project Manager and the Contractor’s Project Manager will meet at a County designated location
to discuss the Contractor’s performance and progress under this Contract, at the request of the
County’s Project Manager. If requested by County, the Contractor’s Project Manager and other
project personnel shall attend all meetings. The Contractor shall provide such information that is
requested by the County for the purpose of monitoring progress under this Contract.
9. Conflict of Interest: The Contractor shall exercise reasonable care and diligence to prevent any
actions or conditions that could result in a conflict with the best interests of the County. This
obligation shall apply to the Contractor; the Contractor’s employees, agents, and relatives;
subcontractors; and third parties associated with accomplishing work and services hereunder.
The Contractor’s efforts shall include, but not be limited to establishing precautions to prevent
its employees or agents from making, receiving, providing or offering gifts, entertainment,
payments, loans or other considerations which could be deemed to appear to influence
individuals to act contrary to the best interests of the County.
10. Ownership of Documents: The County has permanent ownership of all directly connected and
derivative materials produced under this Contract by the Contractor. All documents, reports and
other incidental or derivative Work or materials furnished hereunder shall become, and remain,
the sole property of the County and may be used by the County as it may require without
additional cost to the County. None of the documents, reports and other incidental or derivative
Work or furnished materials shall be used by the Contractor without the express written consent
of the County.
11. Title to Data: All materials, documents, data or information obtained from the County data files
or any County medium furnished to the Contractor in the performance of this Contract will at all
times remain the property of the County. Such data or information may not be used or copied
for direct or indirect use by the Contractor after completion or termination of this Contract

C017028 Page 5 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

without the express written consent of the County. All materials, documents, data or
information, including copies, must be returned to the County at the end of this Contract.
12. Contractor’s Personnel: Contractor warrants that all Contractor personnel engaged in the
performance of Work under this Contract shall possess sufficient experience and/education to
perform the services requested by the County. County expressly retains the right to have any of
the Contractor personnel removed from performing services under this Contract. Contractor
shall effectuate the removal of the specified Contractor personnel from providing any services to
the County under this Contract within one business day of notification by County. County shall
submit the request in writing to the Contractor’s Project Manager. The County is not required to
provide any reason, rationale or additional factual information if it elects to request any specific
Contractor personnel be removed from performing services under this Contract.
13. Publication: No copies of sketches, schedules, written documents, computer based data,
photographs, maps or graphs, including graphic art Work, resulting from performance or
prepared in connection with this Contract, are to be released by Contractor and/or anyone acting
under the supervision of Contractor to any person, partnership, company, corporation, or agency,
without prior written approval by the County, except as necessary for the performance of the
services of this Contract. All press contacts, including graphic display information to be
published in newspapers, magazines, etc., are to be administered only after County approval.
14. News/Information Release: The Contractor agrees that it will not issue any news releases or
make any contact with the media in connection with either the award of this Contract or any
subsequent amendment of, or effort under this Contract. Contractors must first obtain review and
approval of said media contact from the County through the County’s Project Manager. Any
requests for interviews or information received by the media should be referred directly to the
County. Contractors are not authorized to serve as a media spokespersons for County projects
without first obtaining permission from the County Project Manager.
15. Errors and Omissions: All reports, files and other documents prepared and submitted by
Contractor shall be complete and shall be carefully checked by the professional(s) identified by
Contractor as Project Manager and key personnel attached hereto, prior to submission to the
County. Contractor agrees that County review is discretionary and Contractor shall not assume
that the County will discover errors and/or omissions. If the County discovers any errors or
omissions prior to approving Contractor's reports, files and other written documents, the reports,
files or documents will be returned to Contractor for correction. Should the County or others
discover errors or omissions in the reports, files or other written documents submitted by
Contractor after County approval thereof, County approval of Contractor's reports, files or
documents shall not be used as a defense by Contractor in any action between the County and
Contractor, and the reports, files or documents will be returned to Contractor for correction.
16. Audits/Inspections: Contractor agrees to permit the County’s Auditor-Controller or the Auditor-
Controller’s authorized representative (including auditors from a private auditing firm hired by
the County) access during normal working hours to all books, accounts, records, reports, files,
financial records, supporting documentation, including payroll and accounts payable/receivable
records, and other papers or property of Contractor for the purpose of auditing or inspecting any
aspect of performance under this Contract. The inspection and/or audit will be confined to those
matters connected with the performance of the Contract including, but not limited to, the costs of
administering the Contract. The County will provide reasonable notice of such an audit or
inspection.
The County reserves the right to audit and verify the Contractor’s records before final payment is
made.
C017028 Page 6 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

Contractor agrees to maintain such records for possible audit for a minimum of three years after
final payment, unless a longer period of records retention is stipulated under this Contract or by
law. Contractor agrees to allow interviews of any employees or others who might reasonably
have information related to such records. Further, Contractor agrees to include a similar right to
the County to audit records and interview staff of any subcontractor related to performance of
this Contract.
Should the Contractor cease to exist as a legal entity, the Contractor’s records pertaining to this
Contract shall be forwarded to the surviving entity in a merger or acquisition or, in the event of
liquidation, to the County’s Project Manager.
17. State Funds- Audits: When and if state funds are used in whole or part to pay for the goods
and/or services under this Contract, the Contractor agrees to allow the Contractor’s financial
records to be audited by auditors from the state of California, the County of Orange, or a private
auditing firm hired by the state or the County. The County or state shall provide reasonable
notice of such audit.
Pursuant to and in accordance with Section 8546.7 of the California Government Code, in the
event that this Contract involves expenditures of Public funds aggregating in excess of Ten
Thousand Dollars ($l0,000), the parties shall be subject to the examination and audit of the
Auditor General of the State of California for a period of three (3) years after final payment
under this Contract.
The Contractor shall maintain records for all costs connected with the performance of this
Contract including, but not limited to, the costs of administering the Contract, materials, labor,
equipment, rentals, permits, insurance, bonds, etc., for audit or inspection by County, State, or
any other appropriate governmental agency during the three (3) year period.
18. Hazardous Conditions: Whenever the Contractor’s operations create a condition hazardous to
traffic or to the public, the Contractor shall provide flagmen and furnish, erect and maintain
control devices as are necessary to prevent accidents or damage or injury to the public at
Contractor’s expense and without cost to the County. The Contractor shall comply with County
directives regarding potential hazards.
Emergency lights and traffic cones must also be readily available at all times and must be used in
any hazardous condition. Emergency traffic cones must be placed in front of and behind
vehicles to warn oncoming traffic.
Signs, lights, flags, and other warning and safety devices shall conform to the requirements set
forth in Chapter 5 of the current traffic manual, Traffic Control for Construction and
Maintenance Work Zones, published by the state of California Department of Transportation.
The Contractor shall take proper safety and health precautions to protect the Work, the workers,
the public, and the property of others. The Contractor shall also be responsible for all materials
delivered and Work performed until completion and acceptance of the entire construction Work,
except for any completed unit of construction thereof which theretofore may have been accepted.
19. Conditions Affecting the Work: The Contractor shall be responsible for having taken steps
reasonably necessary to ascertain the nature and location of the Work, and the general and local
conditions, which can affect the Work or the cost thereof for any Job Order. Any failure by the
Contractor to do so will not relieve him from responsibility for successfully performing the
Work without additional expense to the County. The County assumes no responsibility for any
understanding or representations concerning conditions made by any of its officers or agents

C017028 Page 7 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

prior to the execution of this Contract, unless such understanding or representations by the
County are expressly stated in the Contract.
20. County's Property On Site: All fixtures, crops, trees, and all other personal property of the
County located at the job site which are removed in the course of construction of the project
remain the property of the County unless express provision to the contrary is made in the
Contract between the Parties, and the Contractor shall exercise reasonable care to prevent loss or
damage to said property and shall deliver promptly such property to the place designated by the
County.
21. Protection: The Contractor shall take proper safety and health precautions to protect the Work,
the workers, the public, and the property of others. He shall comply with the provisions of the
Construction Safety Orders issued by the State Division of Occupational Safety & Health. He
shall also be responsible for all materials delivered and Work performed until completion and
acceptance of the entire construction Work, except for any completed unit of construction
thereof which until completion and acceptance of the entire construction Work, except for any
completed unit of construction thereof which theretofore may have been accepted.
The Contractor shall maintain continuously adequate protection of all his Work from damage
and shall protect the County's property from injury or loss arising in connection with this
Contract. He shall make good any such damage, injury or loss, except such as may be directly
due to errors in the Contract documents or caused by agents or representatives of the County. He
shall adequately protect adjacent property as provided by law and the Contract documents, and
shall maintain reasonable security of the site at all times. He shall limit visitors to the site to
those necessary for construction and inspections. Visitors for other purposes shall be referred to
OC Public Works. Contractor's and subcontractors' employees shall possess means of
identification at all times as required by OC Public Works while on the job site.
In an emergency affecting the safety of life or of the Work or of adjoining property, the
Contractor, without special instruction or authorization from the A-E or County, is hereby
permitted to act at his discretion to prevent such threatened loss or injury. He shall so act if
directed or instructed by OC Public Works. Any dispute as to compensation claimed by the
Contractor on account of emergency Work shall be determined by agreement as hereinafter set
forth.
OC Public Works may notify the Contractor of any noncompliance with the foregoing provisions
and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct
such conditions. Such notices, when delivered to the Contractor or his representative at the site
of the Work, shall be deemed sufficient for said purpose. Failure of receipt of such notice from
OC Public Works shall not relieve the Contractor of responsibility.
If the Contractor fails or refuses to comply promptly, OC Public Works may issue an order
stopping all or part of the Work until satisfactory corrective action has been taken. No part of
the time lost due to any such stop order shall be made the subject of claim for extension of time
or for excess costs or damages to the Contractor. The Contractor will be responsible for
ensuring that his subcontractors comply with the provisions of this Clause.
22. Responsibility For Damages Or Injury: The County its elected and appointed officials,
officers, employees, agents and those special districts and agencies which County’s Board of
Supervisors acts as the governing Board (“County Indemnitees”) shall not be answerable or
accountable in any manner: for any loss or damage that may happen to the Project or any part
thereof; for any loss or damage to any of the materials or other things used or employed in
performing the Project; for injury to or death of any person either workers or the public; or for
C017028 Page 8 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

damage to property from any cause which might have been prevented by the Contractor, or his
workers, or anyone employed by him.
The Contractor shall be responsible for any liability imposed by law and for injuries to or death
of any person or damage to property resulting from defects or obstructions or from any cause
whatsoever during the progress of the Project or at any time before its completion and final
acceptance.
The Contractor shall indemnify, defend with counsel approved in writing by County and save
harmless the County Indemnitees from all claims, suits or actions of every name, kind and
description, brought for, or on account of, injuries to or death of any person or damage to
property resulting from the construction of the Project or by or in consequence of any negligence
in guarding the Project; use of improper materials in construction of the Project; or by or on
account of any act or omission by the Contractor or his agents during the progress of the Work or
at any time before the completion and final acceptance of the Project.
In addition to any remedy authorized by law, so much of the money due the Contractor under
and by virtue of the Contract as shall be considered necessary by the County may be retained by
it until disposition has been made of such suits or claims for damages as aforesaid.
If judgment is entered against Contractor and County by a court of competent jurisdiction
because of the concurrent active negligence of County and County Indemnitees, Contractor and
County agree that liability will be apportioned as determined by the court. Neither Party shall
request a jury apportionment.
Notwithstanding anything stated above, nothing contained herein shall relieve Contractor of any
insurance requirements of obligations created elsewhere in this Contract.
23. Other Contracts: The Board of Supervisors may undertake or award other contracts for
additional Work, and the Contractor shall fully cooperate with such other contractors and County
employees and carefully fit his own Work to such additional Work as may be directed by OC
Public Works. The Contractor shall not commit or permit any act, which will interfere with the
performance of Work by any other contractor or by County employees.
24. Breach of Contract: The failure of the Contractor to comply with any of the provisions,
covenants or conditions of this Contract, shall constitute a material breach of this Contract. In
such event the County may, and in addition to any other remedies available at law, in equity, or
otherwise specified in this Contract:
i. Afford the Contractor written notice of the breach and ten calendar days or such shorter
time that may be specified in this Contract within which to cure the breach;
ii. Discontinue payment to the Contractor for and during the period in which the Contractor
is in breach and offset against any monies billed by the Contractor but yet unpaid by the
County those monies disallowed pursuant to the above.
iii. Terminate the Contract immediately without penalty.
25. Orderly Termination: Upon termination or other expiration of this Contract, each Party shall
promptly return to the other Party all papers, materials, and other properties of the other held by
each for purposes of execution of the Contract. In addition, each Party will assist the other Party
in orderly termination of this Contract and the transfer of all assets, tangible and intangible, as
may be necessary for the orderly, non-disruptive business continuation of each Party.

C017028 Page 9 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

26. Wage Rates: Pursuant to the provisions of Section 1773 of the Labor Code of the state of
California, the Contractor shall comply with the general prevailing rates of per diem wages and
the general prevailing rates for holiday and overtime wages in this locality for each craft,
classification, or type of worker needed to execute this Contract. The rates are available from
the Director of the Department of Industrial Relations at the following website:
http://www.dir.ca.gov/dlsr/DpreWageDetermination.htm. The Contractor shall post a copy of
such wage rates at the jobsite and shall pay the adopted prevailing wage rates. The Contractor
shall comply with the provisions of Sections 1775 and 1813 of the Labor Code.
Travel and subsistence payments to each workman needed to execute the Work shall be made as
such travel and subsistence payments are defined in the applicable collective bargaining
agreements filed in accordance with Section 1773.8 of the Labor Code.
The County will not recognize any claim for additional compensation because of the payment by
the Contractor of any wage rate in excess of the prevailing wage rate set forth in the Contract.
The possibility of wage increases is one of the elements to be considered by the Contractor in
determining his bid, and will not under any circumstances be considered as the basis of a claim
against the County on the Contract.

Pursuant to Section 1725.5 of the Labor Code, a contractor shall be registered 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.

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.

The County will not accept a bid nor enter any contract or subcontract without proof of the
contractor or subcontractor’s current registration to perform public work pursuant to Section
1725.5.

Any job orders issued under this Contract may be subject to compliance monitoring and
enforcement by the Department of Industrial Relations. The prime contractor shall post job site
notices, as prescribed by regulation. Each contractor and subcontractor shall furnish the records
specified in Section 1776 directly to the Labor Commissioner.
The Contractor and subcontractors shall comply with Section 1777.6 which stipulates that it
shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices
solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age, except
as provided in Section 3077.
27. Wage Rate Penalty: Pursuant to the provisions of the Labor Code Section 1775, the Contractor
shall forfeit to the County, as a penalty, the sum of Twenty-five Dollars ($25) for each calendar
day, or portion thereof, for each laborer, worker, or mechanic employed, paid less than the
stipulated prevailing rates for Work done under this Contract, by Contractor or by
subcontractors, in violation of the provisions of this Contract.

28. Payroll Records: CONTRACTOR and any Subcontractor(s) shall comply with the
requirements of Labor Code Section 1776. Such compliance includes the obligation to furnish

C017028 Page 10 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

the records specified in Section 1776 directly to the Labor Commissioner in an electronic format,
or other format as specified by the Commissioner, in the manner provided by Labor Code
Section 1771.4.

The requirements of Labor Code Section 1776 provide in part:


1.1.1. CONTRACTOR and any Subcontractor(s) performing any portion of the work under
this Contract shall keep an accurate record, 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 CONTRACTOR or any Subcontractor(s) in connection
with the work.
1.1.2. 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:
(a) The information contained in the payroll record is true and correct.
(b) The employer has complied with the requirements of Labor Code Sections 1771,
1811, and 1815 for any work performed by his or her employees in connection with
the Contract.
1.1.3. The payroll records shall be certified and shall be available for inspection at the principal
office of CONTRACTOR on the basis set forth in Labor Code Section 1776.
1.1.4. CONTRACTOR shall inform COUNTY of the location of the payroll records, including
the street address, city and county, and shall, within five working days, provide a notice
of any change of location and address of the records.
1.1.5. Pursuant to Labor Code Section 1776, CONTRACTOR and any Subcontractor(s) shall
have 10 days in which to provide a certified copy of the payroll records subsequent to
receipt of a written notice requesting the records described herein. In the event that
CONTRACTOR or any Subcontractor fails to comply within the 10-day period, he or
she shall, as a penalty to COUNTY, forfeit $100, or a higher amount as provided by
Section 1776, for each calendar day, or portion thereof, for each worker to whom the
noncompliance pertains, until strict compliance is effectuated. CONTRACTOR
acknowledges that, without limitation as to other remedies of enforcement available to
COUNTY, upon the request of the Division of Apprenticeship Standards or the Division
of Labor Standards Enforcement of the California Department of Industrial Relations,
such penalties shall be withheld from progress payments then due CONTRACTOR.
CONTRACTOR is not subject to a penalty assessment pursuant to this section due to the
failure of a Subcontractor to comply with this section.

CONTRACTOR and any Subcontractor(s) shall comply with the provisions of Labor Code
Sections 1771 et seq., and shall pay workers employed on the Contract not less than the general
prevailing rates of per diem wages and holiday and overtime wages as determined by the
Director of Industrial Relations. CONTRACTOR shall post a copy of these wage rates at the job
site for each craft, classification, or type of worker needed in the performance of this Contract, as
well as any additional job site notices required by Labor Code Section 1771.4(b). Copies of
these rates are on file at the principal office of COUNTY’s representative, or may be obtained
from the State Office, Department of Industrial Relations (“DIR”) or from the DIR’s website at
www.dir.ca.gov. If the Contract is federally funded, CONTRACTOR and any Subcontractor(s)

C017028 Page 11 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

shall not pay less than the higher of these rates or the rates determined by the United States
Department of Labor.
29. Work Hour Penalty: Eight hours of labor constitute a legal day's Work, and forty hours
constitute a legal week's Work. Pursuant to Section 1813 of the Labor Code of the State of
California, the Contractor shall forfeit to the County Twenty Five Dollars ($25) for each worker
employed in the execution of this Contract by the Contractor or by any subcontractor for each
calendar day during which such worker is required or permitted to Work more than the legal
day's or week's Work, except that Work performed by employees of said Contractor and
subcontractors in excess of the legal limit shall be permitted without the foregoing penalty upon
the payment of compensation to the workers for all hours worked in excess of eight hours per
day of not less than 1-1/2 times the basic rate of pay.

30. Registration of Contractors: Contractor and all subcontractors must comply with the
requirements of labor code section 1771.1(a), pertaining to registration of contractors pursuant to
section 1725.5. Registration and all related requirements of those sections must be maintained
throughout the performance of the Contract.
31. Withholding of Wage Differentials: The County may withhold from the Contractor as much of
any accrued payments as may be necessary to pay laborers, craft workmen and mechanics
employed on the Project any difference between the rate of wages required to be paid pursuant to
California law and the rate of wages actually paid to such laborers, craft workmen and
mechanics.
32. Craft Labor Time Records: The Contractor shall keep full, true and accurate records of the
names and actual hours worked by the respective workers and laborers employed under this
Contract in accordance with California Labor Code and shall allow access to the same any
reasonable hour to the County, its agents or representatives and to any person having the
authority to inspect the same as contemplated under the provisions of said California Labor
Code, or when requested by the County.
Eight (8) hours of labor shall constitute a legal day’s Work. The Contractor shall comply with
Labor Code regarding legal day’s Work and overtime.
33. Non-Discrimination: In the performance of the terms of this Contract, Contractor agrees that
he will not engage in nor permit such subcontractors as he may employ to engage in
discrimination against any employee or applicant for employment on the basis of race, sex,
color, religion, ancestry, national origin, marital status, age or as an otherwise qualified
handicapped individual. This prohibition shall pertain to employment, upgrading, demotion, or
transfer; recruitment advertising; layoff or termination; rates of pay and other forms of
compensation; selection for training, including apprenticeship; and any other action or inaction
pertaining to employment matters.
34. Assignment Of Antitrust Actions: In accordance with Public Contract Code, Section 7103.5,
by entering into this Contract or into a subcontract to supply goods, services, or materials
pursuant to this Contract, the Contractor, or subcontractor, offers and agrees to assign to the
County all rights, title, and interest in and to all causes of action it may have under Section 4 of
the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 [commencing with
Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from
purchases of goods, services, or materials pursuant to this Contract or the subcontract. This
assignment shall be made and become effective at the time the County tenders final payment to
the Contractor, without further acknowledgment by the parties. The Contractor shall cause to be

C017028 Page 12 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

inserted in any such subcontract stipulations to effectuate this Clause and the provisions of
Public Contract Code, Section 7103.5.
35. Substituted Security: In accordance with Section 22300 of the Public Contract Code, the
County will, at the request and expense of the Contractor, accept securities equivalent to any
amount withheld by the County to ensure performance under this Contract, including, but not
limited to, the amount withheld under Attachment B, Paragraph IV of the Contract. Such
substituted security must meet the requirements of said Section 22300, and shall be deposited
with a California or federally chartered bank as escrow agent. The security shall be held by the
escrow agent subject to a written escrow agreement between County, Contractor, and escrow
agent, which Contract shall be in a for substantially similar to that contained in Public Contract
Code, Section 22300.
36. Apprentices: The Contractor shall familiarize himself with the provisions of Section 1777.5 of
the Labor Code regarding employment of apprentices, and shall be responsible for compliance
therewith, including compliance by his subcontractors.
Contractor agrees to comply with the provisions of Labor Code Section 1777.5 and any other
applicable laws or regulations, including but not limited to, 8 California Code of Regulations,
Section 230.1(A), pertaining to apprentices. Section 1777.5 shall 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).
Contractor and subcontractor shall comply with Section 1777.6 of the Labor Code which
stipulates that an employer or a labor union shall not refuse to accept otherwise qualified
employees as registered apprentices on any public works on any basis listed in subdivision (a) of
Section 12940 of the Government Code, as those bases are defined in Sections 12926 and
12926.1 of the Government Code, except as provided in Section 3077 of the Labor Code and
Section 12940 of the Government Code.
37. Liquidated Damages: Timely Completion of services provided under this Contract is of the
essence. Should the Contractor fail to substantially complete the Work specified in the Job Order
in accordance with the approved construction schedule, and provided the Contractor has not
previously obtained a written extension of time from the County in accordance with this
Contract, a sum appropriate with the following schedule may be deducted from each succeeding
request for payment as liquidated damages on each Job Order if applicable.
Schedule for Liquidated Damages
Job Order price Liquidated damages per day
Up to $100,000 $500
Greater Than $100,000 $1,000
A. The applicability of liquidated damages shall be clearly noted on the Request for Quote for
each Job Order. No liquidated damages shall apply if not noted on the Request for Quote.
If the Contractor fails to complete any part of the Work in accordance with the Work
duration schedule, the County agrees to have the right to complete that part of the Work it
deems necessary in order to maintain the Work duration schedule. All direct and indirect
costs of such Work shall be paid by the Contractor.
38. Material, Workmanship, and Acceptance:

C017028 Page 13 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

A. Where materials are specified by reference to standard specifications of the American


Society for Testing Materials (A.S.T.M.), Federal Specifications, or others, all applicable
provisions of the designated specifications shall be considered as forming a part of the
Contract documents to the same force and effect as if repeated therein.
B. All Work under this Contract shall be performed in a skillful and workmanlike manner.
OC Public Works may, in writing, require the Contractor to remove from the Work any
employee County Project Manager deems incompetent, careless, or otherwise
objectionable.
C. The Contractor shall, without charge, replace any material or correct any workmanship
found by OC Public Works not to conform to the Contract requirements, unless in the
public interest OC Public Works consents to accept such material or workmanship with an
appropriate adjustment in Contract price. The Contractor shall promptly segregate and
remove rejected material from the premises.
D. If the Contractor does not promptly replace rejected material or correct rejected
workmanship, the County (1) may, by Contract or otherwise, replace such material or
correct such workmanship and charge the cost thereof to the Contractor, or (2) may
terminate the Contractor's right to proceed.
E. Unless otherwise provided in this Contract, acceptance by the County shall be
accomplished by recordation of Notice of Completion which shall be made as promptly as
practicable after completion and inspection of all Work required by this Contract.
Acceptance shall be final and conclusive except as regards latent defects, fraud, or such
gross mistakes as may amount to fraud, or as regards the County's rights under any
warranty or guarantee. Informal procedures such as "punch lists" are not to be deemed
final or conditional acceptance.
39. Subcontracts:
A. List of Subcontractors: Contractor shall list all Subcontractors, as part of the Quote, as
provided for in Attachment A, ordering procedures.
B. Licensed Subcontractors: Each subcontractor selected for the Work shall be licensed in
the State of California in his particular field.
C. Transactions: Transactions with subcontractors shall be made through the Contractor
except when in emergency situations the General Contractor is not readily available, in
which case detailed instructions will be transmitted to subcontractors directly.
D. Responsibility: Contractor shall be fully responsible to the County for the acts and
omissions of subcontractors and all persons directly or indirectly employed by them as he
is for the acts and omissions of himself and of persons-directly or indirectly employed by
him and shall pay each subcontractor promptly the amount allowed Contractor on account
of such subcontractor's Work to the extent of such subcontractor's interest therein.
E. Contractual Relations: Nothing contained in this Contract shall create any contractual
relations between County and a subcontractor.
40. Drawings And Specifications:
A. Checking: The Contractor shall check all drawings and owner supplied specifications
furnished him immediately, for individual Job Orders, upon their receipt and shall

C017028 Page 14 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

promptly notify the County of any discrepancies. Figures marked on drawings shall in
general be followed in preference to scale measurements. Large-scale drawings shall in
general govern small-scale drawings. Door, finish hardware; etc., schedules shall govern
over drawings. The Contractor shall compare all drawings and verify the figures before
laying out the Work and will be responsible for any errors, which might have been avoided
thereby. When measurements are affected by conditions already established, the
Contractor shall take measurements notwithstanding the giving of scale or figure
dimensions in the drawings. Anything mentioned in the specifications and not shown on
the drawings, or shown on the drawings and not mentioned in the specifications, shall be
of like effect as if shown or mentioned in both.
B. Omissions and Mis-descriptions: Omissions from the drawings or specifications, or the
mis-description of details of Work which are manifestly necessary to carry out the intent of
the drawings and specifications, or which are customarily performed, shall be called to the
attention of the County as soon as possible. The County shall promptly notify the
Contractor of the correction or addition to be made. In the event the omission or
misdirection is substantial and the custom of the trade or industry does not require the
Contractor to perform the Work without issuance of an additional Job order. Any
adjustment by the Contractor without written determination shall be at Contractor’s own
risk and expense.
C. Conflicting Information: In case of conflict between sections of the specifications and/or
the drawings, the Contractor shall call this to attention of the County and ask for
clarification, which is to be documented within the Job Order.
D. Drawings and Specifications at the Site: The Contractor shall keep available at the site for
ready reference a complete set of all Contract drawings, details, supplementary drawings,
approved shop drawings, a complete copy of the specifications with all addenda, bulletins,
amendments, and copies of project correspondence. The Contractor shall maintain on the
site a complete "as-built" record set of drawings. In addition, the Contractor shall keep on
the site a copy of each manufacturer's current printed recommendations. Contractor shall
also submit a copy to the County.
E. Deviations: Deviations from the drawings and the dimensions therein given, whether or
not error is believed to exist, shall be made only after written authority is obtained from
the County, and shall be documented within the Detailed Scope of Work for the specific
Job Order.
F. Technical Specifications: The Technical Specifications furnished on the CD are intended
to establish the standards for quality, performance and technical requirements for all labor,
workmanship, material, methods and equipment necessary to complete the Work. When
specifications and drawings are provided or referenced by the County, these are to be
considered part of the Scope of Work, and to be specifically documented in the Detailed
Scope of Work. For convenience, the County supplied specifications, if any, and the
Technical Specifications furnished on the CD.
41. Division of the Specifications:
A. For convenience, these specifications are arranged in several divisions and sections, but
such separations shall not be considered as the limits of the Work required for any
subcontract or trade; the terms and conditions of such limitations are wholly between the
Contractor and his subcontractors, and the County will not be responsible for any division

C017028 Page 15 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

of Work by subcontractors. The Contractor will be solely responsible for all subcontract
arrangements of Work regardless of the location of provisions in the specifications.
B. Schedules of Work included in the sections, where listed, are given for convenience only,
and shall not be considered as a comprehensive list of items or Work necessary to
complete the Work of any section.
C. Where devices or items or parts thereof are referred to in the singular, it is intended that
such reference shall apply to as many such devices, items, or parts as are required to
properly complete the Work.
D. Each section of the specifications is covered by applicable requirements of the Contract
documents and other related sections as if therein written.
42. Site Conditions:
A. Existing Site Conditions: Information with respect to the site of the Work given in
drawings or specifications has been obtained by County's representatives and is believed to
be reasonably correct, but the County does not warrant either the completeness or accuracy
of such information, and it is the responsibility of the Contractor to verify all such
information.
B. Changed Conditions: The Contractor shall promptly, and before such conditions are
disturbed, notify the County Project Manager in writing of:
i. Subsurface or latent physical conditions at the site differing materially from those
indicated in this Contract, or
ii. Unknown physical conditions at the site, of an unusual nature, differing materially
from those ordinarily encountered and generally recognized as inherent in Work of
the character provided for in this Contract.
iii. Material that the Contractor believes may be material that is hazardous waste, as
defined in Section 25117 of the Health and Safety Code that is required to be
removed to a Class I, Class II or Class III disposal site in accordance with provisions
of existing law.
iv. County Project Manager will promptly investigate the conditions, and if, as a result,
finds that such conditions do so materially differ and cause an increase or decrease
in the Contractor's cost of, or the time required or performance of this Contract, an
equitable adjustment in accordance with section 17 above, and Articles 32 and 46,
shall be made and the Contract modified in writing accordingly. Any claim of the
Contractor for adjustment hereunder shall not be allowed unless he has given notice
as above required.
In the event that a dispute arises between the County and the Contractor whether the
conditions materially differ, or involve hazardous waste, or cause a decrease or
increase in the Contractor’s cost of, or, time required for, performance of any part of
the Work, the Contractor shall not be excused from any scheduled completion date
provided for by the Contract, but shall proceed with all Work to be performed under
the Contract. The Contractor shall retain any and all rights provided either by
Contract or by law which pertain to the resolution of disputes and protests between
the contracting parties.

C017028 Page 16 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

C. Public Utility Facilities on Project Site: Pursuant to Government Code, Section 4215, the
Contractor shall be compensated for the costs of locating and repairing damage not due to
failure of Contractor to exercise reasonable care, and removing, relocating existing or
protecting existing main or trunkline utility facilities located on the Contract construction
site and not identified in the plans or specifications with reasonable accuracy. This will be
accomplished by the issuance of a separate Job Order. The payment of this is full
compensation for all Contractor’s cost.
D. Space at Site: The Contractor shall be allowed reasonable space at the site of the Work as
available and access thereto and shall confine his operations to the space assigned. The
Work shall be done without interference with the ordinary use of streets, berthing places,
fairways, and passages. The Contractor shall cooperate with other Contractors of the
County and shall not commit or permit any act which will interfere with the performance
of Work by any other Contractor or employees of the County whether at the site or not.
E. Facility Security: Contractor shall keep all doors locked while working in any buildings
on the site. Keys shall not be left in the doors. Contractor shall not admit any person into
the building that is not a direct employee of the Contractor and not actively engaged in
performance of the Work. Contractor shall restrict access to the areas of the facility not
specifically included in this Contract for construction services. The Contractor shall check
all windows and doors for proper closure and locking, extinguish all lights except master
security lighting, and then reactivate the security system (if applicable) prior to leaving the
facility.
F. Security System: The site and the Work area may be protected by limited access security
systems. An initial access code number will be issued to the Contractor by the County.
Thereafter, all costs for changing the access code due to changes in personnel or required
substitution of contracts shall be paid by the Contractor and may be deducted from
payments due or to become due to the Contractor. Furthermore, any alarms originating
from the Contractor’s operations shall also be paid by the Contractor and may be deducted
from payments due or to become due to the Contractor.
G. Secured Facilities: For specific Job Orders, the work may be conducted at secured County
facilities. As a requirement to work in these Facilities, all Contractor employees, including
all subcontractor employees, must obtain a security clearance. If security clearances are
required, this will be discussed at the Joint Scope meeting. At the Joint Scope meeting, all
requirements and forms will be provided by the County Project Manager. Also, the
requirement to obtain the clearances will be incorporated in the Job Order Schedule. All
costs to obtain clearances are the responsibility of the Contractor.
H. Employee Acceptability: If required by a specific Job Order, prior to commencing any
construction at the site, Contractor shall obtain security clearances of all persons and/or
entities it intends to employ. During the life of a Job Order, Contractor shall remove and
replace any employee working on this project when requested to do so by the County.
43. Beneficial Occupancy:
A. The County may, at any time, and from time to time, during the performance of the Work,
enter the structure for the purpose of installing any necessary Work by County labor of
other contracts, and for any other purpose in connection with the installation of facilities.
In doing so, the County shall endeavor not to interfere with the Contractor and the
Contractor shall not interfere with other Work being done by or on behalf of the County.

C017028 Page 17 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

B. If, prior to completion and Final Acceptance of all the Work under a specific Job Order,
the County takes possession of any structure (whether completed or otherwise) comprising
a portion of that Project with the intent of retaining possession thereof (as distinguished
from temporary possession contemplating the return to the Contractor), then, while the
County is in possession of the same, the Contractor, notwithstanding its normal
responsibilities, shall be relieved of liability for loss or damage to structure other than that
resulting from the Contractor's fault or negligence. Such taking of possession by the
County shall not relieve the Contractor from any provisions of this Contract respecting
such structure, other than to the extent specified in the preceding sentence, nor constitute a
final acceptance of such structure.
44. Contract Disputes:
A. In the event of a dispute between the Parties as to performance of the Work, the
interpretation of this Contract, or payment or nonpayment for Work performed, the parties
shall attempt to resolve the dispute. Pending resolution of the dispute, the Contractor shall
continue the Work diligently to completion as directed by OC Public Works. If the dispute
is not resolved, the Contractor agrees he will neither rescind this Contract nor stop the
progress of the Work.
B. For this section a “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 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; 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; payment
of an amount that is disputed by the public entity.
Pursuant to Public Contract Code Section 9204:

(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.

C017028 Page 18 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

(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.

(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 his or her 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
C017028 Page 19 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

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.

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.

C. All construction claims of Three Hundred Seventy Five Thousand Dollars ($375,000) or
less between the Contractor and the County shall be resolved in accordance with the
provisions of Division 2, Part 3, Chapter 1, Article 1.5 of the Public Contract Code of the
State of California. Contractor's sole remedy for construction claims of more than Three
Hundred Seventy Five Thousand Dollars ($375,000) will be to submit such controversy to
determination by a court of the State of California in Orange County, California, having
competent jurisdiction of the dispute, after the project has been completed and not before.
D. Notwithstanding the foregoing, with respect to any dispute involving a claim by the
Contractor for additional compensation, Contractor shall submit such claim in writing to
OC Public Works promptly as the alleged facts giving rise to, or the alleged bases for, the
claim become known to the Contractor; any such claim not promptly so submitted to OC
Public Works shall be deemed waived; and in no event shall a claim for additional
compensation be asserted or be assertable after completion or cessation of the Work.
45. Notices: Any and all notices, requests demands and other communications contemplated, called
for, permitted, or required to be given hereunder shall be in writing, except through the course of
the County’s Project Manager and Contractor’s Project Manager routine exchange of
information and cooperation during the terms of the Work and services. Any written
communications shall be deemed to have been duly given upon actual in-person delivery, if
delivery is by direct hand, or upon delivery on the actual day of receipt or no greater than four
calendar days after being mailed by US certified or registered mail, return receipt requested,
postage prepaid, whichever occurs first. The date of mailing shall count as the first day. All
communications shall be addressed to the appropriate Party at the address stated herein or such
other address as the Parties hereto may designate by written notice from time to time in the
manner aforesaid.
County: OC Public Works/ OC Facilities
Attn: Jennifer Carroll, Contract Administrator
1143 E. Fruit Street
Santa Ana, CA 92701
(714) 667-4942
Jennifer.Carroll@ocpw.ocgov.com

cc: OC Public Works/ Procurement Services


Attn: Nicholas Murray
300 N. Flower Street, 8th Floor
Santa Ana, CA 92703
(714) 667-1659
Nicholas.Murray@ocpw.ocgov.com
C017028 Page 20 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

Contractor: Harry H. Joh Construction, Inc.


Attn: Harry Joh
7303 Somerset Blvd.
Paramount, CA 90723
(562) 630-3348
harry@hjconst.com

46. Governing Law and Venue: This Contract has been negotiated and executed in the State of
California and shall be governed by and construed under the laws of the State of California. In
the event of any legal action to enforce or interpret this Contract, the sole and exclusive venue
shall be a court of competent jurisdiction located in Orange County, California, and the Parties
hereto agree to and do hereby submit to the jurisdiction of such court, notwithstanding Code of
Civil Procedure section 394. Furthermore, the Parties specifically agree to waive any and all
rights to request that an action be transferred for trial to another County.
47. Entire Contract: This Contract, including Attachments, which are attached hereto and
incorporated herein by this reference, when accepted by the Contractor either in writing or by the
shipment of any article or other commencement of performance hereunder, contains the entire
Contract between the Parties with respect to the matters herein and there are no restrictions,
promises, warranties or undertakings other than those set forth herein or referred to herein. No
exceptions, alternatives, substitutes or revisions are valid or binding on County unless authorized
by County in writing. Electronic acceptance of any additional terms, conditions or supplemental
Contracts by any County employee or agent, including but not limited to installers of software,
shall not be valid or binding on County unless accepted in writing County’s Purchasing Agent or
his designee.
48. Amendments: No alteration or variation of the terms of this Contract shall be valid unless made
in writing and signed by the Parties; no oral understanding or agreement not incorporated herein
shall be binding on either of the Parties; and no exceptions, alternatives, substitutes or revisions
are valid or binding on County unless authorized by County in writing.
49. Taxes: Unless otherwise provided herein or by law, price quoted does not include California
state sales or use tax.
50. Warranty Work: Failure by the Contractor to take corrective action within twenty four (24)
hours after personal or telephonic notice by the County's OC Public Works on items affecting
essential use of the facility, safety or the preservation of property, and within ten (10) calendar
days following written notice on other deficiencies, will result in the County taking whatever
corrective action it deems necessary. All costs resulting from such action by the County will be
claimed against Contractor or, if necessary, the Contractor's Performance Bond.
51. Patent Infringement:
A. The Contractor shall report to OC Public Works, promptly and in reasonable detail, each
notice or claim of patent infringement based on the performance of this Contract of which
the Contractor has knowledge.
B. In the event of any suit against the County, or any claim against the County made before
suit has been instituted, on account of any alleged patent infringement arising out of the
performance of this Contract, or out of the use of any supplies furnished or Work or
services performed hereunder, the Contractor shall, at his own expense, furnish to the
County, upon request, all evidence and information in possession of the Contractor
C017028 Page 21 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

pertaining to such suit or claim. The Contractor further agrees to indemnify, defend with
counsel approved in writing by County and hold harmless the County against any and all
claims or lawsuits based upon such patent infringement, to defend such suits, and to pay
any judgment rendered against County, its employees, or the Board of Supervisors.
52. Assignment: Neither the Contract nor any portion thereof may be assigned by the Contractor
without the expressed permission of the County. Claims for monies due or to become due the
Contractor from the County under this Contract may be assigned, with the written consent of the
County Purchasing Agent or designee, to a bank, trust company, or other financing institution
and may thereafter be further assigned or reassigned to any such institution. To effect such
assignments, the Contractor, or his assignee, shall submit a written request to the County Project
Manager enclosing a letter from the proposed assignee indicating that it will accept such
assignment. Any attempted assignment contrary to the provisions of this paragraph shall be
void.
53. Termination For Cause & Damages For Delay:
A. If the Contractor refuses or fails to prosecute the Work with such diligence as will insure
its completion within the time specified in this Contract or any extension thereof, or fails
to complete said Work within such time, the County Project Manager may, by written
notice to the Contractor, terminate his right to proceed with the Project or such part of the
Project as to which there has been delay. In such event, the County may take over the
Project and prosecute the same to completion, by Contract or otherwise, and may take
possession of and utilize in completing the Project such materials, appliances, and plant as
may be on the site of the Project and necessary therefore. Whether or not the Contractor's
right to proceed with the Project is terminated, he and his sureties shall be liable for any
damage to the County resulting from his refusal or failure to complete the Project within
the specified time.
B. If fixed and agreed liquidated damages are provided in the Contract and if the County
takes over the Project or otherwise incurs damages as a result of Contractor’s default, the
resulting damage will consist of such liquidated damages until such reasonable time as
may be required for final completion of the Project together with any increased costs
occasioned the Project in completing the Project as well as any other damages incurred by
County.
C. The Contractor's right to proceed shall not be so terminated nor the Contractor charged
with resulting damage if:
i. The delay in the completion of the Project arises from causes beyond the control and
without the fault or negligence of the Contractor, including, but not restricted to, acts
of God, acts of the public enemy, acts of the County, acts of another contractor in
the performance of a Contract with the County, fires, floods, epidemics, quarantine
restrictions, strikes, freight embargoes, other than normal weather, or delays of
subcontractors or suppliers arising from causes beyond the control and without the
fault or negligence of both the Contractor and such subcontractors or suppliers; and
ii. The Contractor, within ten days from the beginning of any such delays (unless OC
Public Works grants a further period of time before the date of final payment under
the Contract), notifies OC Public Works in writing of the causes of delay.
iii. OC Public Works shall ascertain the facts and the extent of the delay and extend the
time for completing the Project when, in its judgment, the delay is justified. OC
C017028 Page 22 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

Public Works shall make written findings, and the findings of fact shall be final and
conclusive on the parties, subject only to as the procedures provided in Article 43 of
these Articles.
D. The rights and remedies of the County provided in this Clause are in addition to any other
rights and remedies provided by law or under this Contract.
54. Termination for Convenience of the County: Notwithstanding any other provision of the
Contract, the County may, at any time, and without cause, terminate this Contract in whole or in
part, upon not less than seven (7) days' written notice to the Contractor. Such termination shall
be effected by delivery to the Contractor of a notice of termination specifying the effective date
of the termination and the extent of the Work to be terminated. The Contractor shall
immediately stop Work in accordance with the notice and comply with any other direction as
may be specified in the notice or as provided subsequently by the County. The County shall pay
the Contractor for the Work completed prior to the effective date of the termination and such
other payment Contractor is entitled to under Attachment A, section III. “Performance
Requirements” and such payment shall be Contractor's sole remedy under this Contract. Under
no circumstances will the Contractor be entitled to anticipatory or unearned profits,
consequential damages, or other damages of any sort as a result of a termination or partial
termination under this Paragraph. The Contractor shall insert in all subcontracts that the sub-
consultant shall stop Work on the date of and to the extent specified in a notice of termination,
and shall require sub-consultant’s to insert the same condition in any lower tier subcontracts.
55. Consent to Breach Not Waiver: No term or provision of this Contract shall be deemed waived
and no breach excused, unless such waiver or consent shall be in writing and signed by the Party
claimed to have waived or consented. Any consent by any Party to, or waiver of, a breach by the
other, whether express or implied, shall not constitute consent to, waiver of, or excuse for any
other different or subsequent breach.
56. Remedies Not Exclusive: The remedies for breach set forth in this Contract are cumulative as
to one another and as to any other provided by law, rather than exclusive; and the expression of
certain remedies in this Contract does not preclude resort by either Party to any other remedies
provided by law.
57. Independent Contractor: Contractor shall be considered an independent Contractor and
neither the Contractor, its subcontractors, employees, nor anyone working for Contractor under
this Contract shall be considered an agent or an employee of County. Neither the Contractor,
employees nor anyone working for the Contractor under this Contract shall qualify for workers’
compensation or other fringe benefits of any kind through County.
58. Performance: Contractor shall perform all Work under this Contract, taking necessary steps
and precautions to perform the Work to County’s satisfaction. Contractor shall be responsible
for the professional quality, technical assurance, timely completion and coordination of all
documentation and other goods/services furnished by the Contractor under this Contract.
Contractor shall perform all Work diligently, carefully, and in a good and workman-like manner;
shall furnish all labor, supervision, machinery, equipment, materials, and supplies necessary
therefore; shall at its sole expense obtain and maintain all permits and licenses required by public
authorities, including those of County required in its governmental capacity, in connection with
performance of the Work; and, if permitted to subcontract, shall be fully responsible for all Work
performed by subcontractors.

C017028 Page 23 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

59. Insurance Provisions: Prior to the provision of services under this Contract, CONTRACTOR
agrees to purchase all required insurance at CONTRACTOR’s expense, including all
endorsements required herein, necessary to satisfy OWNER that the insurance provisions of this
Contract have been complied with. CONTRACTOR agrees to keep such insurance coverage,
Certificates of Insurance, and endorsements on deposit with OWNER during the entire term of
this Contract. In addition, all Subcontractors performing work on behalf of CONTRACTOR
pursuant to this Contract shall obtain insurance subject to the same terms and conditions as set
forth herein for CONTRACTOR. OWNER reserves the right to request the declarations pages
showing all endorsements and a complete certified copy of the policy. All Subcontractors
performing work on behalf of CONTRACTOR pursuant to this Contract shall obtain insurance
subject to the same terms and conditions as set forth herein for CONTRACTOR.

CONTRACTOR shall ensure that all Subcontractors performing work on behalf of


CONTRACTOR pursuant to this Contract shall be covered under Contractor's insurance as an
additional insured or maintain insurance subject to the same terms and conditions as set forth
herein for CONTRACTOR. CONTRACTOR shall not allow Subcontractors to work if
Subcontractors have less than the level of coverage required by OWNER from CONTRACTOR
under this Contract. It is the obligation of CONTRACTOR to provide notice of the insurance
requirements to every Subcontractor and to receive proof of insurance prior to allowing any
Subcontractor to begin work. Such proof of insurance must be maintained by Contractor
through the entirety of this Contract for inspection by County representative(s) at any reasonable
time.

All self-insured retentions (SIRs) shall be clearly stated on the Certificate of Insurance. . Any
self-insured retention (SIR) in an amount in excess of Fifty Thousand Dollars ($50,000) shall
specifically be approved by the County’s Risk Manager, or designee, upon review of
Contractor’s current audited financial report. If Contractor’s SIR is approved, Contractor, in
addition to, and without limitation of, any other indemnity provision(s) in this Contract, agrees to
all of the following:

1) In addition to the duty to indemnify and hold the County harmless against any and all
liability, claim, demand or suit resulting from Contractor’s, its agents, employee’s or
subcontractor’s performance of this Contract, Contractor shall defend the County at its sole cost
and expense with counsel approved by Board of Supervisors against same; and

2) Contractor’s duty to defend, as stated above, shall be absolute and irrespective of any duty to
indemnify or hold harmless; and

3) The provisions of California Civil Code Section 2860 shall apply to any and all actions to
which the duty to defend stated above applies, and the Contractor’s SIR provision shall be
interpreted as though the Contractor was an insurer and the County was the insured.

Upon notice of any actual or alleged claim or loss arising out of subcontractor’s work hereunder,
subcontractor shall immediately satisfy in full the SIR provisions of the policy in order to trigger
coverage for the Contractor and Additional Insureds.

If CONTRACTOR fails to maintain insurance acceptable to OWNER for the full term of this
Contract, the County may terminate the contract.

Qualified Insurer

C017028 Page 24 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

The policy or policies of insurance must be issued by an insurer with a minimum rating of A-
(Secure A.M. Best's Rating) and VIII (Financial Size Category as determined by the most
current edition of the Best's Key Rating Guide/Property-Casualty/United States or ambest.com).
It is preferred, but not mandatory, that the insurer be licensed to do business in the state of
California (California Admitted Carrier).

If the insurance carrier does not have an A.M. Best Rating of A-/VIII, the CEO/Office of Risk
Management retains the right to approve or reject a carrier after a review of the company's
performance and financial ratings.

The policy or policies of insurance maintained by the Contractor shall provide the minimum
limits and coverage as set forth below:

Coverage Minimum Limits


Commercial General Liability $3,000,000 per occurrence
$3,000,000 aggregate

Automobile Liability including coverage $1,000,000 per occurrence


for owned, non-owned and hired vehicles

Workers’ Compensation Statutory


Employers’ Liability Insurance $1,000,000 per occurrence

Required Coverage Forms


The Commercial General Liability coverage shall be written on Insurance Services Office (ISO)
form CG 00 01, or a substitute form providing liability coverage at least as broad.
The Business Auto Liability coverage shall be written on ISO form CA 00 01, CA 00 05, CA 00
12, CA 00 20, or a substitute form providing liability coverage as broad.
Required Endorsements
The Commercial General Liability policy shall contain the following endorsements, which shall
accompany the Certificate of Insurance:
1)An Additional Insured endorsement using ISO form CG 2010 or CG 2033 or a form at least as
broad naming the County of Orange, its elected and appointed officials, officers, employees
and agents as Additional Insureds, or provide blanket coverage which shall state AS
REQUIRED BY WRITTEN CONTRACT.
2)A primary non-contributing endorsement evidencing that the Contractor’s insurance is primary
and any insurance or self-insurance maintained by the County of Orange shall be excess and
non-contributing.
3)A Products and Completed Operations endorsement using ISO Form CG2037 (ed. 10/01) or a
form at least as broad, or an acceptable alternative is the ISO from CG2010 (ed. 11/85).
The Workers’ Compensation policy shall contain a waiver of subrogation endorsement waiving
all rights of subrogation against the County of Orange, its elected and appointed officials,
officers, employees and agents or provide blanket coverage which shall state AS REQUIRED
BY WRITTEN CONTRACT.
All insurance policies required by this Contract shall waive all rights of subrogation against the
County of Orange, its elected and appointed officials, officers, employees and agents when
acting within the scope of their appointment or employment
C017028 Page 25 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

Contractor shall notify County in writing within thirty (30) days of any policy cancellation and
ten (10) days for non-payment of premium and provide a copy of the cancellation notice to
County. Failure to provide written notice of cancellation may constitute a material breach of the
Contract, upon which the County may suspend or terminate this Contract.
The Commercial General Liability policy shall contain a severability of interests clause (standard
in the ISO CG 001 policy).
Insurance certificates should be forwarded to the agency/department address listed on the
solicitation.
If the Contractor fails to provide the insurance certificates and endorsements within seven (7)
days of the notification by CEO/Purchasing or the agency/department purchasing division, award
may be made to the next qualified Contractor.

County expressly retains the right to require Contractor to increase or decrease insurance of any
of the above insurance types throughout the term of this Contract. Any increase or decrease in
insurance will be as deemed by County of Orange Risk Manager as appropriate to adequately
protect County.

County shall notify Contractor in writing of changes in the insurance requirements. If


Contractor does not deposit copies of acceptable certificates of insurance and endorsements
with County incorporating such changes within thirty days of receipt of such notice, this
Contract may be in breach without further notice to Contractor, and County shall be entitled
to all legal remedies.

The procuring of such required policy or policies of insurance shall not be construed to limit
Contractor's liability hereunder nor to fulfill the indemnification provisions and requirements
of this Contract, nor in any way to reduce the policy coverage and limits available from the
insurer.

60. Bonds: The Contractor shall furnish, at time of signing the Contract, one surety bond which
shall protect the laborers and material men and shall be for $500,000, in accordance with Section
9554 of the Civil Code, and one surety bond in the amount of $500,000, guaranteeing the faithful
performance of the Contract. If at any time the value of the total task orders is expected to
exceed $500,000, the Contractor shall furnish, in a manner acceptable to the County, evidence
that the Contractor is bonded to the expected total value of outstanding task orders for both the
faithful performance and laborers and material men bonds. Contractor shall not be entitled to,
nor shall County authorize, task orders when the total outstanding value of the task orders under
this contract exceeds the bond values for which the County is an obligee. Said bonds to be
approved by the office of the County Counsel and the County Executive Office of Orange
County. Such bonds shall be the forms provided in these specifications and issued and executed
by an admitted surety insurer (authorized to transact surety insurance in California). (e.g., if the
bonds are issued through a surplus line broker, both the surplus line broker and the insurer with
whom he is doing business for purposes of this project must be licensed in California to issue
such bonds.)

The faithful performance bond shall be issued by a Surety company with a minimum insurance
rating of A- (Secure Best’s Rating) and VIII (Financial Size Category) as determined by the
most current edition of the Best’s Key Rating Guide/Property-Casualty/United States or
ambest.com. The Surety Company must also be authorized to write in California by the
Department of the Treasury, and must be listed on the most current edition of the Department of
Treasury’s Listing of Approved Securities.
C017028 Page 26 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

If any surety upon any bond furnished in connection with this Contract becomes unacceptable to
the County, or if any such surety fails to furnish reports as to his financial condition from time to
time as requested by OC Public Works, the Contractor shall promptly furnish such additional
security as may be required by OC Public Works or the Board of Supervisors from time to time
to protect the interests of the County and of persons supplying labor or materials in the
prosecution of the Work contemplated by this Contract.

If the County increases the total Contract amount the Contractor is to provide a new bond for the
new total Contract amount or a bond for the difference.

61. Charges, Fines, Penalties and Assessments: Contractor shall be responsible for any and all
charges, fines, penalties, and/or assessments levied against the County by any governmental
entity, administrative or regulatory agency having jurisdiction, resulting from any action or
omission of the Contractor, Contractor's subcontractor, suppliers, and/or employees, unless due
to the sole and active negligence of the County. County is authorized to deduct any such charge,
fine penalty, or assessment from any payment County is otherwise required to make to
Contractor.
If any such charge, fine, penalty, or assessment is levied against the County subsequent to the
completion of the Contract as a result of any action or omission as set forth above, Contractor
shall nevertheless be responsible to the County for the entire sum of such charge, fine, penalty,
or assessment and agrees to pay the full amount due within sixty (60) calendar days of receiving
an invoice from the County.
Contractor shall be liable to the County for attorney's fees and costs incurred by the County in
enforcing the provisions of this paragraph.
62. Bills and Liens: Contractor shall pay promptly all indebtedness for labor, materials and
equipment used in performance of the Work. Contractor shall not permit any lien or charge to
attach to the Work or the premises, but if any does so attach, Contractor shall promptly procure
its release and, in accordance with the requirements of Article 22 above, indemnify, defend, and
hold County harmless and be responsible for payment of all costs, damages, penalties and
expenses related to or arising from or related thereto.
63. Changes: The County may, at any time, by written order, and without notice to the sureties,
make changes in accordance with the terms and conditions of this Contract.
64. Change of Ownership: Contractor agrees that if there is a change or transfer in ownership of
Contractor’s business prior to completion of this Contract, the new owners shall be required
under terms of sale or other transfer to assume Contractor’s duties and obligations contained in
this Contract and complete them to the satisfaction of County.
65. Force Majeure: Contractor shall not be assessed with liquidated damages or unsatisfactory
performance penalties during any delay beyond the time named for the performance of this
Contract caused by any act of God, war, civil disorder, employment strike or other cause beyond
its reasonable control, provided Contractor gives written notice of the cause of the delay to
County within 36 hours of the start of the delay and Contractor avails himself of any available
remedies.
66. Confidentiality: Contractor agrees to maintain the confidentiality of all County and County and
County-related records and information pursuant to all statutory laws relating to privacy and
confidentiality that currently exist or exist at any time during the term of this Contract. All such
C017028 Page 27 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

records and information shall be considered confidential and kept confidential by Contractor and
Contractor’s staff, agents and employees.
67. Compliance with Laws: Contractor represents and warrants that services to be provided under
this Contract shall fully comply, at Contractor’s expense, with all standards, laws, statutes,
restrictions, ordinances, requirements, and regulations (collectively “laws”), including, but not
limited to those issued by County in its governmental capacity and all other laws applicable to
the services at the time services are provided to and accepted by County. Contractor
acknowledges that County is relying on Contractor to ensure such compliance, and pursuant to
the requirements of Article 22 above, Contractor agrees that it shall defend, indemnify and hold
County and County Indemnitees harmless from all liability, damages, costs and expenses arising
from or related to a violation of such laws.
68. Pricing: The Contract price, as more fully set forth in Attachment B, shall include full
compensation for providing all required goods in accordance with required specifications, or
services as specified herein or when applicable, in the Scope of Work attached to this Contract,
and no additional compensation will be allowed therefore, unless otherwise provided for in this
Contract.
69. Intentionally left blank.
70. Terms and Conditions: Contractor acknowledges that it has read and agrees to all terms and
conditions included in this Contract.
71. Headings: The various headings and numbers herein, the grouping of provisions of this
Contract into separate clauses and paragraphs, and the organization hereof are for the purpose of
convenience only and shall not limit or otherwise affect the meaning hereof.
72. Severability: If any term, covenant, condition or provision of this Contract is held by a court of
competent jurisdiction to be invalid, void or unenforceable, the remainder of the provisions
hereof shall remain in full force and effect and shall in no way be affected, impaired or
invalidated thereby.
73. Calendar Days: Any reference to the word “day” or “days” herein shall mean calendar day or
calendar days, respectively, unless otherwise expressly provided.
74. Attorneys Fees: In any action or proceeding to enforce or interpret any provision of this
Contract, or where any provision hereof is validly asserted as a defense, each Party shall bear its
own attorney’s fees, costs and expenses.
75. Authority: The Parties to this Contract represent and warrant that this Contract has been duly
authorized and executed and constitutes the legally binding obligation of their respective
organization or entity, enforceable in accordance with its terms.
76. Employee Eligibility Verification: The Contractor warrants that it fully complies with all
Federal and State statutes and regulations regarding the employment of aliens and others and that
all its employees performing Work under this Contract meet the citizenship or alien status
requirement set forth in Federal statues and regulations. The Contractor shall obtain, from all
employees performing Work hereunder, all verification and other documentation of employment
eligibility status required by Federal or State statutes and regulations including, but not limited
to, the Immigration Reform and Control Act of 1986, 8 U.S.C. §1324 et seq., as they currently
exist and as they may be hereafter amended. The Contractor shall retain all such documentation
for all covered employees for the period prescribed by the law. The Contractor shall indemnify,
defend with counsel approved in writing by County, and hold harmless, the County, its agents,
C017028 Page 28 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

officers, and employees from employer sanctions and any other liability which may be assessed
against the Contractor or the County or both in connection with any alleged violation of any
Federal or State statutes or regulations pertaining to the eligibility for employment of any
persons performing Work under this Contract.
77. Indemnification: Contractor agrees to indemnify, defend with counsel approved in writing by
County, and hold County, its elected and appointed officials, officers, employees, agents and
those special districts and agencies which County’s Board of Supervisors acts as the governing
Board (“County Indemnitees”) harmless from any claims, demands or liability of any kind or
nature, including but not limited to personal injury or property damage, arising from or related to
the services, products or other performance provided by Contractor pursuant to this Contract. If
judgment is entered against Contractor and County by a court of competent jurisdiction because
of the concurrent active negligence of County or County Indemnitees, Contractor and County
agree that liability will be apportioned as determined by the court. Neither Party shall request a
jury apportionment. Notwithstanding anything stated above, nothing contained herein shall
relieve Contractor of any insurance requirements of obligations created elsewhere in this
Contract.
78. Waiver of Claims: Unless a shorter time is specified elsewhere in this Contract, on or before
making his final request for payment, Contractor shall submit to County, in writing, all claims
for compensation under or arising out of this Contract; the acceptance by Contractor of the final
payment shall constitute a waiver of all claims against County under or arising out of this
Contract except those previously made in writing and identified by Contractor as unsettled at the
time of his final request for payment.
79. Cultural/Scientific Resource Finds: If the Contractor's operations uncover or Contractor’s
employees find any burial grounds or remains, ceremonial objects, petroglyphs, and
archaeological or paleontological or other artifacts of like nature within the construction area,
Contractor shall immediately notify the County of Contractor’s findings and shall modify
construction operations so as not to disturb the findings pending receipt of notification as to
determination of the final disposition of such finding from the County. Should the findings, or
notification as to disposition of findings, require additional work, a Job Order will be issued at
the County’s discretion.
Any findings of a cultural/scientific resource nature shall remain the property of the County and
not become the property of the person or persons making the discovery.

C017028 Page 29 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

IN WITNESS WHEREOF, the PARTIES hereto have executed this CONTRACT on the
dates opposite their respective signatures:
Harry H. Joh Construction, Inc.
a California Corporation

Date: ___________ By___________________________________
Signature
  

___________________________________
Print Name & Title

(If a corporation, the document must be signed by two corporate officers. The 1 st must be either
Chairman of the Board, President or any Vice President.)


Date: ___________ By____________________________________
Signature
     
____________________________________
Print Name & Title

(If a corporation, the 2nd signature must be either the Secretary, an Assistant Secretary, the
Chief Financial Officer, or any Assistant Treasurer.)

COUNTY OF ORANGE,
a political subdivision of the State of California

Date: ___________ By__________________________________

Print
Name________________________________

Title ________________________________

APPROVED AS TO FORM
Office of the County Counsel
Orange County, California


By:________________________

C017028 Page 30 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

ATTACHMENT A
SCOPE OF WORK

I. SCOPE OF WORK: Contractor shall provide all labor, materials, tools, equipment, utilities, vehicles,
and transportation services required to provide Painting Services under this Contract. Services may be
provided, but may not be limited to, any facility or property which is owned, operated, or maintained
by the County. Painting Services shall be provided in accordance with the following, which are
incorporated herein by this reference.
A. Construction Task Catalog® & Technical Specifications Titled: Job Order Contracting; Dated
May 2017 (to be distributed at Pre-Bid Meeting).
B. All other requirements identified specifically in A Job Order Detailed Scope of Work, which
include but not limited to drawings, additional specifications, as-built records, sketches, written
scope narratives, standard specification from other local, state and federal agencies.
C. California Building Code and other codes, ordinances, rules, regulations, orders and legal
requirements of Agency Having Jurisdiction which bear on the performance of the work.
D. Secured Facilities: The Contractor may be required to have their employees, subcontractors
and/or suppliers submit applications and complete security clearances prior to commencing any
work in a secured County facility. Contractor employees, subcontractors and/or suppliers will be
required to submit to fingerprinting and personal background checks as part of the security
clearance process.

II. PERFORMANCE REQUIREMENTS:


A. There is no guaranteed minimum amount of work which will be ordered under this Contract.
B. The total Contract amount will not exceed $4,640,000.
C. This is a Contract for work specified in individual Job Orders. Work ordered prior to but not
completed by the expiration of the Contract period, and any additional work required as a result
of unforeseen conditions encountered during construction up to six (6) months after the contract
expiration date, will be completed with all provisions of this Contract still in force. Performance
time for each Job Order issued under this Contract will be determined in accordance with the
Contract. This performance time will be determined and agreed upon by both Parties for each
individual Job Order. Contractor must self-perform 20% of the Work under this Contract for ‘A’
and ‘B’ licenses. Contractor must self-perform 75% of the Work under this Contract, unless
otherwise approved by the County, for ‘C’ licenses.
D. This is an indefinite-quantity Contract for the supplies or services specified and effective for the
period stated. Work or performance shall be made only as authorized by Job Orders issued in
accordance with the ordering procedures clause. The Contractor agrees to furnish to the County
when and if ordered, the supplies or services specified in the Contract up to and including the
quantity designated in the Job Orders issued as the maximum designated in the Contract.

III. ORDERING PROCEDURES:


A. Joint Scope Meeting and Job Order Development:
The County will issue, for each individual project, a Brief Scope of Work and joint scope
invitation requesting the Contractor’s Superintendent and/or the County’s end user
representative, to meet at the project site. Upon receipt of this notification, the Contractor agrees
to respond to the County within two (2) working days by establishing verbal contact with the
County. The County, Contractor and other necessary parties will visit the proposed Work site
C017028 Page 31 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

and participate in a joint scope meeting, which will include discussion and establishment of the
following:
Detailed Scope of Work
Definition and refinement of requirements
Existing site conditions
Methods and alternatives for accomplishing Work
Requirements for plans, sketches, shop drawing(s), submittals, etc.
Tentative duration Work schedule
Preliminary quantity assumptions/estimates
Staging areas and site access
Special conditions regarding unique facility operations
Safety requirements
Hazardous Materials or site conditions
Other project requirements

As part of the required Joint Scope Meeting, the Contractor and the County will agree on a
sequence of Work; means of access to the premises and building; space for storage of materials
and equipment; Work and materials and use of approaches; use of corridors, stairways, elevators,
and means of communications and the location of partitions, eating spaces, and restrooms for the
Contractor, for individual Job Orders. The Contractor agrees to be responsible for taking these
factors into account when developing its Quotation.
The Detailed Scope of Work will be completed by the Contractor and submitted to the County
for approval, prior to issuance of a Request for Quote. This Detailed Scope of Work must be
submitted within forty-eight (48) hours or a mutually agreed upon time of the joint scope
meeting. If consultant services are required to clarify project requirements, they will be
completed and submitted with the Scope of Work for County approval before a Request for
Quote will be issued.
Unless waived in writing, the Contractor agrees to provide all documentation required to fully
establish the Scope of Work including, but not limited to, shop drawings, sketches and/or
specifications that comply with the Contract specifications and relate to the proposed project.
This documentation will be provided for the purpose of defining scope, obtaining permits, and
assisting the County in determining the best possible solution for repair and refurbishment
issues. If the County requests a change in the proposed Scope of Work, the Contractor agrees to
submit a revised Scope of Work reflecting all requested changes within forty-eight (48) hours.

B. Request for Quote


Once the project development stage and joint scope meeting have produced a County approved
Detailed Scope of Work, the County will issue a Request for Quote (RFQ) to the Contractor.
The RFQ will include the Scope of Work approved by the County and other pertinent
information with regards to scheduling, submittals, shop drawings and sketch requirements. The
Contractor agrees to prepare and submit a Quote of Work.

C. Quote Development
The Contractor Quote agrees to be comprised of the following elements:
1. Detailed Cost Quote
a. Pre-Priced Work requirements: Pre-Priced Work requirements will identify the type
C017028 Page 32 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

and number of Work tasks required from the CTC. The price per unit set forth in the
CTC shall serve as the base price for the purpose of the operation of this article. The
Contractor’s Quote shall include support documentation to indicate that adequate
engineering and planning for the requirement has been done, and that the Work tasks
proposed are reasonable for the Scope of Work. Documentation to be submitted
with the Quote shall include, but not be limited to, shop drawings, calculations,
Catalog® cuts, and specifications.
b. The total extended price for Pre-Priced Work requirements will be determined by
multiplying the price per unit by the quantity required. The price offered in the
Quote will be determined by multiplying the total extended price by the appropriate
Adjustment Factor.

2. Non-Pre-Priced Task Requirements


a. Units of Work not included in the CTC, but within the general scope and intent of
this Contract, may be negotiated into this Contract as needs arise. Such Work
requirements shall be incorporated into and made a part of this Contract for the Job
Order to which they pertain, and may be incorporated into the CTC if determined
appropriate by the County at the negotiated price. Non-Pre-Priced Tasks shall be
separately identified and submitted in the Quote. Whether a Work requirement is
Pre-Priced or Non-Pre-Priced is a final determination by the County, binding and
conclusive on the Contractor.
b. Information submitted in support of Non-Pre-Priced Tasks agree to include, but not
be limited to, the following: complete specifications and technical data, including
Work unit content, Work unit cost data, schedule requirements; quality control and
inspection requirements. Pricing data submitted in support of Non-Pre-Priced Tasks
include a cost or price analysis report establishing the basis for selecting the
approach proposed to accomplish the requirements. Unless otherwise directed by the
County, cost data shall be submitted demonstrating that the Contractor solicited and
received three (3) bids. The Contractor shall not submit a quote or bid from any
supplier or subcontractor that the Contractor is not prepared to use. The County
may require additional quotes and bids if the suppliers or subcontractors are not
acceptable for if the prices are not reasonable. The Contractor agrees to provide an
installed unit price (or demolition price if appropriate), which shall include all costs
required to accomplish the Non-Pre-Priced Task.
c. The final price submitted for Non-Pre-Priced (NPP) Tasks shall be calculated
according to the following formula:

Contractor performed duties


A= The hourly rate for each trade classification not in the Construction Task
Catalog® multiplied by the quantity;
B= The rate for each piece of Equipment not in the Construction Task Catalog®
multiplied by the quantity;
C= Lowest of three (3) independent quotes for all materials.
Total for a Non Pre-Priced Task performed with Contractor’s Own Forces =
(A+B+C) x Factor of 1.00

Subcontractor performed duties


C017028 Page 33 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

If the Non Pre-Priced Task is to be subcontracted, the Contractor must submit three
(3) independent quotes for the Work.
D= Lowest of three (3) Subcontractor quotes.

Total cost of Non-Pre-Priced Tasks performed by Subcontractors = D x Factor of


1.00.
After being used on three separate Job Orders, the unit price for the Non-Pre-Priced
Task may become fixed as a permanent Pre-Priced item, which will no longer
require price justification.
The County’s determination as to whether a task is a Pre-Priced Task or a Non Pre-
Priced Task shall be final, binding and conclusive.

3. Total Fixed Cost of the Quote


The total fixed cost of the Quote shall be determined by adding the total Quote price
offered for Pre-Priced and Non-Pre-Priced Work units.

4. Submittals
All documents, shop drawings, and “As-Built” drawings shall be prepared such that the
drawings meet all the requirements of Local, State, and Federal regulations, codes and
directives. The Contractor agrees to also provide as necessary, the forms, studies, and
other documentation required by applicable codes and agencies.
The Contractor agrees to ensure that all engineering solutions conform strictly to the
guides and criteria outlined in Contract specifications. In case of uncertainty of detail or
procedure, the Contractor agrees to request additional instruction from the County. The
Contractor is responsible for producing complete, competent, properly coordinated, and
thoroughly checked documents.
At the Contractor’s expense, as part of their Adjustment Factors, the documentation noted
above, shall be prepared and reviewed as necessary to ensure its compliance with all
applicable laws and regulations.

5. Work Duration Schedule


With each quote, the Contractor agrees to furnish a Gantt chart Work duration schedule
showing the order in which the Contractor proposes to perform the Work, the durations in
which the Contractor is to perform the Work, and the relative dates on which the
Contractor contemplates starting and completing project tasks, including the acquisition of
materials, fabrication, and equipment. The County may determine the level of detail and
number of tasks required to be included on the schedule. Unless otherwise specified, the
schedule shall be in the form of a Gantt chart Work duration schedule of suitable scale to
indicate appropriately the percentage of Work scheduled for Completion. At the discretion
of the County, the Contractor may be required to furnish a Critical Path Method (CPM)
schedule.
The purpose of the Work Duration Schedule is to ensure adequate planning, coordination
and execution of the Work, and to evaluate the progress of the Work. The schedule
indicates the dates for starting and completing various aspects of the Work including, but
not limited to, on-site construction activities as well as the submittal, approval,
procurement, fabrication, and delivery of major items, materials and equipment. The
C017028 Page 34 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

schedule indicates phasing of Work activities as required. The schedule provides the
Contractor’s initial plan for the Work based on its understanding of the Detailed Scope of
Work, with the critical path highlighted.
a. Schedule Approval; all project schedules will be subject to the County’s review and
approval. The use of any particular scheduling system shall be subject to the
approval of the County.
b. Schedule Updates; the Contractor agrees to maintain the Work duration schedule
updates on an ongoing basis and, when the County requests it, include the updates in
its payment request. The Contractor may be required to submit a narrative report
with each monthly update which shall include a description of current and
anticipated problem areas, delaying factors and their impact, and an explanation of
corrective action taken or proposed. Failure to do so may be considered a material
breach of the Contract. Any additional or unanticipated costs or expense required to
maintain the schedules shall be solely the Contractor’s obligation and Contractor
agrees not to charge the County.
c. Adjustment of the Work duration schedule; the Contractor agrees that whenever it
becomes apparent to the County, from the current monthly status review meeting or
the schedule, that phasing or Job Order milestone dates will not be met, it will take
some or all of the following actions at no additional cost to the County.
1. Increase construction manpower in such quantities and crafts as will eliminate
the backlog of Work.
2. Increase the number of working hours per shift, shifts per working day.
3. Reschedule the Work under the Job Order in conformance with all other
requirements. The Contractor agrees to be liable for any additional cost
incurred by the County for the adjustment of project schedules.
4. Prior to proceeding with any of the above actions, the Contractor agrees to
notify and obtain approval from the County’s Project Manager for the
proposed schedule changes. If such actions are approved, the Contractor
agrees to incorporate the revisions into the schedule.
6. Subcontractor’s List
The Quote represents the Contractor’s offer to do Work, and as such, in accordance with
Sections 4100 to 4114, inclusive, of the Public Contract Code of the State of California,
the Contractor agrees to list, on the Subcontractor listing report, the name, business
location and the California Contractor License number of each Subcontractor that will
perform Work, labor or render service on the Work in excess of one-half of one percent
(1/2%) of the total Quote amount. Contractors and Subcontractor which have been
debarred from public works projects by the Labor Commissioner may not perform Work
under this Contract. The Contractor agrees to list project percentage of proposed
Subcontractor and percentage of the project to be self-performed.
Contractor agrees to advise the County of any Subcontractor substitution(s) prior to
commencement of subcontract Work and to only substitute Subcontractor as authorized
under Public Contract Code sections 4100 et seq. Contractor may be subject to penalties
in accordance to the above referenced sections for illegal Subcontractor substitution.
7. Electronic Quote
The Contractor agrees to transmit an electronic copy of the Quote, using the County
C017028 Page 35 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

furnished software, to the County.


8. Complete Quote
By submitting a signed Quote, the Contractor is agreeing to accomplish the Work outlined
in the RFQ and the Detailed Scope of Work for that particular Job Order. It is the
Contractor’s responsibility to include the necessary line items in the Quote prior to
submitting it to the County. Errors and omissions in the Quotes shall be the responsibility
of the Contractor. All costs associated with preparing Quotes shall be the responsibility of
the Contractor. The County makes no commitment as to the award of individual Job
Orders.
D. Quote Review
Each Quote received from the Contractor will be reviewed in detail for appropriateness of
quantities and tasks selected. Submittals will be reviewed, as well as the Work duration
schedule and list of Subcontractor. The County will evaluate the proposed Work units and may
compare them with the independent County estimate of the same tasks to determine the
reasonableness of approach, including the nature and number of Work units proposed. The
County will determine whether the Contractor’s Quote is acceptable.
E. Project Approval
The County may issue a Job Order Authorization for the Work, to include the firm-fixed-price of
the Job Order and the project duration. Contractor agrees that all clauses of this Contract are
applicable to any Job Order issued hereunder.
The County reserves the right to reject a Contractor’s Quote based on unjustifiable quantities
and/or methods, performance periods, inadequate documentation, or other inconsistencies or
deficiencies on the Contractor’s part in the sole opinion of the County.
The County reserves the right to issue a unilateral Job Order authorization for the Work if a
Quote price cannot be mutually agreed upon. This is based upon unjustifiable quantities in the
sole opinion of the County.
The County also reserves the right to not issue a Job Order Authorization if the County’s
requirement is no longer valid or the project is not funded. In these instances, the Contractor has
no right of claim to recover Quote expenses. The County may pursue continuing valid
requirements by other means where Contract was not reached with the Contractor.
F. Quote Time Requirements
1. Quote Submittal
The Contractor agrees to respond to a Request for Quote within forty-eight (48) hours.
Contractor’s response shall confirm receipt of the Request for Quote, and a mutually
agreed upon date for submittal of Contractor’s detailed price Quote.
The Contractor agrees to make a thorough analysis of each Request for Quote and submit
all requests for information to the County, in writing. All requests for information and the
responses are to be documented in the Detailed Scope of Work. The requests shall include
supporting sketches or information necessary to properly convey requested information.
Contractor shall submit recommended solution(s) review and consideration. The requests
for information shall not extend the Quote due date unless mutually agreed to by the
County.
2. Quote Review
The Contractor’s project manager or agent agrees to be available for Quote review
C017028 Page 36 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

meetings within twenty-four (24) hours of being notified by the County (via fax, e-mail,
telephone, etc). After review of the Quote, the Contractor agrees to remove all
inapplicable line items and adjust quantities as directed by the County.
3. Quote Modification
The Contractor will be granted only one opportunity to add new, valid line items that may
have been omitted from its first Quote by submitting a second, revised Quote. The
Contractor agrees to submit the revised Quote within forty-eight (48) hours of the initial
Quote review meeting, unless otherwise specified in writing. Upon review of the revised
Quote, the Contractor agrees to remove all line items or adjust quantities deemed
inappropriate by the County, and re-submit its Quote within twenty-four (24) hours. No
new line items may be added to the revised Quote, nor may quantities be increased, nor
modifiers added unless specifically agreed to in writing by the County’s subsequent Quote
review.
4. Enforcement of Time Requirements
The Quote time requirements contained herein will be strictly enforced. Failure to comply
may result in the Contractor being deemed non-responsive to the Request for Quote. The
County may cancel the Request for Quote from the Contractor and solicit another
Contractor. The County may also deem the Contractor ineligible for any future JOC
contracts.

IV. APPROVAL AND CONSTRUCTION PROCEDURES:

A. Job Order Authorization (JOA)


Upon approval of the Scope of Work and the Contractor’s Quote, the County will issue a Job
Order Authorization to the Contractor. The Job Order Authorization will include the firm fixed
price of the Job Order and the project duration. Once the Job Order Authorization has been
issued the Contractor agrees to:
1. Initiate submission of required shop drawings and submittals to the County for review and
approval.
2. Prepare a detailed Work duration schedule.
3. The Contractor agrees to not begin construction prior to the construction start date
identified in the Notice to Proceed (NTP).
4. Upon issuance of the NTP, the County agrees to have the right to direct the Contractor to
withhold actual commencement of a Job Order in part or in whole, and the Contractor
agrees to comply with such instructions. The Contractor agrees to be granted an extension
of the completion time of the Job Order equal to the number of working days delay caused
to County pursuant to Contractor's compliance with such instructions. The Contractor will
not be entitled to any additional compensation due to the subject extension of the
Completion time. The only compensation would be if a Job Order is delayed in part, after
Work has commenced, and the Contractor is required to perform additional Work to make
the Work area safe or to perform additional scope as directed by the County. This
additional Work will be considered additional Work and ordered as a separate Job Order.

B. Notice to Proceed (NTP)


Following the JOA and purchase order issuance, the County will issue a Notice to Proceed
(NTP) that will provide the construction start date, the Work duration period, and the Substantial
C017028 Page 37 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

Completion date. The Contractor agrees to begin and complete construction within the dates
specified on the NTP. The County must approve all extensions of time in writing.
The County may also issue an Emergency Notice to Proceed (NTP). In the event the County
requires the Contractor to respond to an immediate request for work, a Job Order will be created
and an Emergency NTP will be issued. The Contractor will be required to perform the Scope of
Work included with the Emergency NTP as directed by the County’s Project Manager or
designee. The Detailed Scope of Work, Quotation, Subcontractor Listing, Shop Drawings and
required Non Pre-priced backup documentation will be submitted upon completion of the
emergency work in accordance with the Ordering Procedures detailed in Section III above.

C. Pre-Construction Meeting
No more than seven (7) days from the issuance of the NTP, unless the County grants additional
time, the County will conduct a pre-construction meeting with the Contractor’s project manager,
Subcontractors, and the end-user to determine the actual project schedule, project access
requirements and to address and resolve any customer concerns.

D. Project Construction
The Contractor agrees to provide continuous on-site supervision on each Job Order, while
progress on the project is being accomplished. The Contractor’s Project Manager will ensure:
1. Coordination and providing supervision to all Subcontractor and workers;
2. Posting of the prevailing wage scale;
3. Maintaining a copy of the Contractors safety program manual made available to all
construction personnel;
4. Conducting weekly on-site safety meetings;
5. Completing the daily labor and construction progress log on a daily basis and submit
copies to the County on a daily basis. Copies of the previous day’s reports must be
submitted by 9:00AM of the following day.
a. Daily labor log is to include a listing of Subcontractor(s) and a count of workers by
trade providing services for the day.
b. Construction progress log is to include a narrative of the Work provided by trade(s).
Narrative agrees to include the various areas of the jobsite where Work was
performed and any problems or conditions that were encountered.
c. In the event the Contractor fails to provide a daily log and/or construction progress
log, the County may impose damages against the Contractor in the amount of fifty
dollars ($50.00) for each log and deduct from the Contractor’s payment request, for
each day the Contractor does not provide the documentation.
6. County may suspend Contractor operations if no Contractor Superintendent is observed.
All delays caused by the suspension will be the responsibility of the Contractor. No time
extension or claims for cost(s) associated with the suspension will be granted by the
County.
E. Changed Work
Changed Work (all added or deleted Work), as it pertains to the approved Detailed Scope of
Work included in a specific Job Order, shall be either changes directed by the County or
unforeseen site conditions, which were not evident during the Initial Joint Scope Meeting. This
C017028 Page 38 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

additional Work will be considered a subsequent Job Order, for that specific project, and will be
ordered, approved and executed as per the procedures set forth in this Contract.
A credit for Tasks that have been deleted from the Detailed Scope of Work will be given at
100% of the value at which they were included in the original Quote. Credits for Pre-Priced and
Non Pre-Priced Tasks shall be calculated at the pre-set Unit Prices and multiplied by the
appropriate Adjustment Factors. A Supplemental Job Order will be issued detailing the credit(s)
due the County.
F. Project Completion
The Contractor agrees to schedule a final job walk with the County. If required, the County will
prepare a list of incomplete items, the “Punch List”. The Contractor agrees to complete the
“Punch List” corrections and schedule a final project completion job walk. The County will sign
the “Punch List” as completed when determined, the project is finished. The Contractor agrees
to submit the following along with its final payment request:
1. “Punch List” signed by the County;
2. Completed building inspection card;
3. All required warranties and maintenance requirements;
4. All record drawings or as-built drawings,
5. All required operation and maintenance manuals;
6. All keys and security entry cards;
7. Any other closeout items.

V. CONTRACTS AND ORDER OF PRECEDENCE:


In the event that any provision(s) in any component part of the Contract conflicts with any provision(s)
of any other component part, the following order of precedence among the Contracts component parts
shall govern:
A. Job Orders (including Scope of Work)
B. County - Contractor Contract
C. Project manual
D. Construction Task Catalog®
E. County Standard Plans
F. Technical Specifications
G. Green Book

VI. PERMITS, BUSINESS LICENSES, INSPECTIONS AND WARRANTY:


A. Except as noted, the Contractor agrees to obtain and pay for all permits required for the Work.
Further, the Contractor agrees to obtain and pay for all permits incidental to the Work or made
necessary by Contractor's operation. The Contractor agrees to obtain all building permits. The
Contractor will be reimbursed for all direct costs of permits without mark-up. The Contractor
must submit the direct cost of all permits and inspection in the Quote as a Non-Pre-Priced Task.
Any permit and/or inspection fees not included in the Quote will not be reimbursed by the
County. The County is not responsible for any re-inspection(s) required due to the Contractor’s
failure to pass initial inspection(s).
C017028 Page 39 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

B. The Contractor will be required to obtain a city business license to perform the Work in the
appropriate city, as specific in the Job Order.
C. To comply with Section 3800 of the Labor Code of the State of California, the Contractor and all
Subcontractors requiring a permit (building, plumbing, grading, and electrical, etc.) agree to file
a workers' compensation certificate with the County.
D. Exclusive of off-site inspection specified to be the County's responsibility, the Contractor agrees
to arrange and pay for all off-site inspection of the Work including certification thereof required
by the specifications, drawings, or by governing authorities.
E. The County will provide on-site inspection of the Work and will arrange for off-site inspection
when specified in the Detailed Scope of Work. All other required inspections will be the
responsibility of the Contractor.
F. The County will inspect the Work for code compliance as part of permits pulled. The County
will provide this inspection at no additional cost for the first inspection and for re-inspection. If
the Contractor is unable to correct defective Work after one re-inspection, the County may
charge the Contractor for additional re-inspection.
G. In addition to any other warranties in this Contract, or those provided by manufactures the
Contractor warrants that Work performed under this Contract conforms to the Contract
requirements and is free of any defect in equipment, material, or workmanship performed by the
Contractor or any Subcontractor or supplier at any tier.
H. Corrections to Work may be required during the Work or the warranty period. The County is
expressly authorized at County's option to apply any sums withheld from progress payments
toward the cost of such corrections.
I. This warranty shall continue for a period of one year from the date listed on the Notice of
Completion for the specific Job Order. If the County takes occupancy of any part of the Work
before Final Acceptance, a warranty covering that specific portion of the Work shall begin for a
period of one year from the date the County takes occupancy. The County will notify the
Contractor in writing of the scope of any partial occupancy and the specific items under
warranty.
J. The County will not pay any costs for licenses required in the performance of the Work. The
Contractor agrees to assume this responsibility in total.
K. As required by the Detailed Scope of Work for a specific Job Order, the County may be required
to enter into Contracts with other Local, State and Federal Agencies to accomplish the subject
Scope of Work. Agencies may include but are not limited California Department of Fish and
Game, US. Army Corps of Engineers, California Regional Water Quality Control Board. The
Contractor will be required to comply with the requirements set forth within the permit.
L. Best Management Practices (BMPs) may be required for specific Job Orders, which will be
indentified in the Detailed Scope of Work. All California Storm Water Quality Association
(CASQA) Construction BMPs may be viewed at www.cabmphandbooks.com. It is the
Contractors responsibility to pay for all costs incurred by the specific BMPs. The County will
not reimburse these costs.
M. As required by the Detailed Scope of Work, per a specific Job Order the following permits may
apply and will be provided by the County:
1. NPDES Dewatering Permit

C017028 Page 40 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

2. NPDS Municipal Storm Water Sewer System Permit


3. NPDES General Construction Permit
4. Any site specific permits identified by County
N. If applicable, the NPDES Watering Permit shall be provided in accordance with the following:
1. Construction Related Dewatering & De Minimus Discharges, Santa Ana Region:
a. The County has been issued Municipal NPDES Permit No. CAS618030, Order No.
R8-2009-0030, from the California Regional Water Quality Control Board, Santa
Ana Region. Section III.3.ii. of this permit authorizes de minimus types of
discharges listed in the Santa Ana Regional Board’s General De Minimus Permit for
Discharges to Surface Waters, Order No. R8-2009-0003, from County owned and/or
operated facilities and activities (including construction), outside of the Newport
Bay watershed.
b. A copy of the County’s Municipal NPDES Permit (Order No. R8-2009-0030) may
be found on the internet at:
http://www.waterboards.ca.gov/santaana/board_decisions/adopted_orders/orders/2
009/09_030_oc_stormwater_ms4_permit.pdf
c. A copy of the Santa Ana Regional Board’s General De Minimus Permit for
Discharges to Surface Waters (Order No. R8-2009-0003) may be found on the
internet at:
http://www.waterboards.ca.gov/santaana/board_decisions/adopted_orders/orders/2
009/09_003_deminimus_permit_wdr.pdf
d. For de minimus discharges outside of the Newport Bay Watershed, the Contractor is
hereby directed to read and thoroughly comply with the language in Section III.3.ii.
of the County’s Municipal NPDES Permit (Order No. R8-2009-0030) and to consult
the General De Minimus Permit (Order No. R8-2009-0003) for the types of de
minimus discharges which are covered.
O. National Pollutant Discharge Elimination System (NPDES) General Permit For Storm Water
Discharges Associated With Construction And Land Disturbance Activities Water Quality Order
2009-0009-Dwq (CGP):
1. On September 2, 2009, the State Water Resources Control Board adopted Order No. 2009-
0009-DWQ (Waste Discharge Requirements for Discharges of Storm Water Runoff
Associated with Construction Activities and Land Disturbance Activities). Effective July
1, 2010, all dischargers are required to obtain coverage under the Construction General
Permit Order 2009-0009-DWQ (CGP). Construction sites shall obtain permit coverage at
the appropriate Risk Level as determined by the Risk Assessment Procedures described in
subsection f below. The Regional Water Boards have the authority to require Risk
Determination to be performed on projects currently covered under Water Quality Order
No. 99-08-DWQ where they deem necessary.
A copy of these documents may be found on the internet at:
http://www.waterboards.ca.gov/water_issues/programs/stormwater/docs/constpermits/wq
o_2009_0009_complete.pdf
2. Prior to commencing Work, the Contractor shall submit the required PRDs (Permit

C017028 Page 41 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

Registration Documents) to the County Project Manager. If any of the required items are
missing, the PRD submittal is considered incomplete and will be rejected. Upon receipt
and acceptance of a complete PRD submittal, the County Project Manager will
electronically submit these documents to State Water Board through the California
Integrated Water Quality System (CIWQS) Project’s Storm water Multi-Application
Reporting and Tracking (SMART) system to obtain coverage under the General Permit.
3. Standard PRD Requirements
1. Notice of Intent
2. Risk Assessment (Standard or Site-Specific)
3. Site Map
4. SWPPP
5. Annual Fee
6. Signed Certification Statement
4. Additional Permit Registration Document (PRD) Requirements Related To Construction
Type
1. If Contractor proposes to implement an Active Treatment System (ATS) on a
Specific Job Order, Contractor shall submit:
i. Complete ATS Plan in accordance with Attachment F of the CGP at least 14
days prior to the planned operation of the ATS and a paper copy shall be
available onsite during ATS operation.
ii. Certification proof that the preparation and design was accomplished by a
qualified professional in accordance with Attachment F of the CGP.
2. Dischargers who are proposing an alternate Risk Justification shall submit:
i. Particle Size Analysis.
5. Exception to Standard PRD Requirements
1. Construction sites with less than one (1) acre of disturbance or an R value less than
five (5) as determined in the CGP Risk Assessment from the Revised Universal Soil
Loss Equation (RUSLE) are not required to submit a SWPPP.
6. Description of PRDs
1. Notice of Intent (NOI) or Notice of Construction Activity (NOCA)
The Notice of Intent or Notice of Construction Activity must be filled out
electronically on-line through the State’s SMART System. Contractor shall
coordinate with the County Project Manager to provide the required information to
fill out the NOI on-line form. Upon receipt of all required information (including all
items required below), County staff will electronically submit the Project
information through the SMART system.
2. Site Map(s) Includes
i. The project’s surrounding area (vicinity)
ii. Site layout
iii. Construction site boundaries

C017028 Page 42 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

iv. Drainage areas


v. Discharge locations
vi. Sampling locations
vii. Areas of soil disturbance (temporary or permanent)
viii. Active areas of soil disturbance (cut or fill)
ix. Locations of all runoff BMPs
x. Locations of all erosion control BMPs
xi. Location of all sediment control BMPs
xii. ATS locations (if applicable)
xiii. Location of sensitive habitats, watercourses, or other features which are not to
be disturbed
xiv. Locations of all post construction BMPs
xv. Location of storage areas for waste, vehicles, service, loading/unloading of
materials, access (entrance/exits) points to construction site, fueling and water
storage, water transfer for dust control and compaction practices
3. Storm Water Pollution Prevention Plan (SWPPP)
The Contractor will need to submit a site-specific SWPPP for review, approval, and
certification by the County prior to submittal to the State’s SMART system and prior
to start of mobilization and construction activity and will comply with the approved
SWPPP and with any subsequent amendments to the SWPPP.
NO CONSTRUCTION ACTIVITY CAN BE ALLOWED UNTIL THE COUNTY
RECEIVES A “WDID” NUMBER FROM THE REGIONAL BOARD.
Full compensation for conforming to the requirements of this section shall be
considered as included in the Adjustment Factor and no additional compensation
will be allowed therefor.
The Contractor must amend the SWPPP from time to time during the course of
Work to reflect actual construction progress and construction practices.
The SWPPP shall not be construed to be a waiver of the Contractor’s obligation to
review and understand the CGP before submitting a bid. By submitting a bid, the
Contractor acknowledges that he has read and understands the requirements of the
CGP and will fully comply with the requirements of the CGP.
4. Annual Fee (if applicable)
The annual fees are established through regulations adopted by the State Water
Board. The total annual fee is the current base fee plus applicable surcharges for the
total acreage to be disturbed during the life of the Project. Annual fees are subject to
change by regulation. The County will be not invoiced annually until the Project is
complete and the Notice of Termination (NOT) submitted to the Regional Board.
The cost per acre fee is based upon a table provided at the following website:
http://www.waterboards.ca.gov/water_issues/programs/stormwater/docs/sw_feesche
dules2008.pdf
The Contractor shall be responsible for paying the CGP permit fees until the Project
NOT has been filed and accepted by the Regional Board. The Contractor shall be
responsible for determination of the permit fees based upon his proposed
C017028 Page 43 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

construction operations and total disturbed areas. Contractor shall submit permit
fees to the County Project Manager for verification, and County will submit the fee
to the Regional Board.
5. A Signed Certification Statement must be submitted by the Legally Responsible
Party (LRP). The County Project Manager will coordinate with the Contractor to
acquire relevant information for the certification. The County will submit the
certification statement.
6. Risk Assessment
The Contractor shall use the Risk Assessment procedure as describe in the CGP
Appendix 1.
i. The Standard Risk Assessment includes utilization of the following:
1) Receiving water Assessment Interactive map
2) EPA Rainfall Erosivity Factor Calculator Website
3) Sediment Risk interactive map
4) Sediment sensitive water bodies list
ii. The site-specific Risk Assessment includes the completion of the hand
calculated R value Risk Calculator in the Revised Universal Soil Loss
Equation (RUSLE).
7. Post Construction Water Balanced Calculator (if applicable)
The Contractor shall complete the Water Balance Calculator (in Appendix 2 of the
General Permit) in accordance with the instructions when subject to this
requirement. (Note to Engineer: This paragraph will only apply when DISTRICT
or the County does not have a current MS4 (Municipal) permit in place.)
8. ATS Design Document and Certification
The Contractor using ATS must submit electronically their system design (as well as
any supporting documentation) and proof that the system was designed by a
qualified ATS design professional (See Attachment F of the General Permit).
P. Best Management Practices (PMF9.2S)
Contractor and all of Contractor’s, subcontractors, agents, employees and contractors shall
conduct operations under this Contract so as to assure that pollutants do not enter municipal
storm drain systems which systems are comprised of, but are not limited to curbs and gutters that
are part of the street systems ("Stormwater Drainage System"), and to ensure that pollutants do
not directly impact "Receiving Waters" (as used herein, Receiving Waters include, but are not
limited to, rivers, creeks, streams, estuaries, lakes, harbors, bays and oceans).
Contractor shall comply with all water quality ordinances, permits and regulations. If Work
identified under a Specific Job Order does not fall within statewide Painting Permit, Contactor
shall implement appropriate BMPs consistent with County’s DAMP/LIP.
Contractor may propose alternative BMPs that meet or exceed the pollution prevention
performance of the BMP specified in DAMP/LIP. Any such alternative BMPs shall be
submitted to the County Project Manager for review and approval prior to implementation.

C017028 Page 44 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

VII. GENERAL REQUIREMENTS:


A. Contractor must ensure all precautions for safety are taken. Contract comply will all Federal,
State and Local requirements, codes, and laws.
B. Contract shall secure Contractor vehicles parked on site at all times.
C. Contractor shall furnish, install, and maintain all signage, warning devices, barricades, cones,
etc; to protect the public, OC Public Works Staff, and its workers during the performance of this
Contract.
D. All tools and materials shall remain in Contractor’s possession at all times.
E. Contract shall assure that all materials that could inflict injury shall be continuously cleaned up
as Work progresses.
F. Contractor shall secure all Work areas prior to the end of each workday.
G. Contractor shall ensure all employees are to smoke only in designated areas and are not to use
profanity or other inappropriate language while on site.
H. The Contractor shall possess a current State of California C-33 Contractor’s license issued by the
California State Contractor’s License Board.
I. Contract shall warranty all labor and materials used in the Work for a period of one (1) year after
completion and acceptance of Work, for each specific Job Order
J. Contractor shall meet all insurance and bond requirements to perform Work for OC Public
Works.
K. Contractor shall dispose all removed material in accordance with Local, State and Federal
regulations.
L. Contractor shall protect property and facilities adjacent to the construction area and all property
and facilities within the construction area which are shown on the plans to be protected. After
project completion, the construction area shall be in a clean and presentable condition. All
public or privately owned improvements and facilities shall be restored to their original
condition and location. If improvements or facilities are damaged, they shall be replaced with
new materials which are at least equal to the original materials. Nothing herein shall be
construed to entitle the Contractor to the exclusive use of any public street, way, or parking area
during performance of the Contract Work. Contractor shall conduct its operations so as not to
interfere with the authorized Work of utility companies or other agencies in such streets, ways or
parking areas.
M. Contractor shall be responsible for investigating conditions of available public and private roads
and of clearances, restrictions and other limitations affecting transportation and ingress and
egress to the site of the Work. Use of equipment will be minimized during any Stage II or Stage
III smog alerts. All equipment will meet emissions standards. Contract specifications require
dust control. All proper public safety measures are to be used during construction, including
barriers, flagmen and signing. Equipment usage should be limited to Normal Working Hours, in
accordance with the Contract specifications. Equipment must conform with all applicable noise
regulations.
N. Contractor shall comply with all County of Orange and local sound control and noise level rules,
regulations and ordinances which apply to any Work performed pursuant to the Contract, and
shall make every effort to control any undue noise resulting from the construction operation.
Each internal combustion engine used for any purpose on the job or related to the job shall be
equipped with a muffler of a type recommended by the manufacturer. No internal combustion

C017028 Page 45 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

engine shall be operated on the project without said muffler. The noise level from the
Contractor's operations between the hours of 8 p.m. and 7 a.m. on weekdays, including Saturday,
or at any time on Sunday or a Federal holiday, shall be in accordance with the County ordinance
covering "Noise Control." This requirement in no way relieves the Contractor of responsibility
for complying with local ordinances regulating noise level. Said noise level requirement shall
apply to all equipment on the job or related to the job, including but not limited to trucks, transit
mixers or transient equipment that may or may not be owned by the Contractor. The use of loud
sound signals shall be avoided in favor of light warnings, except those required by safety laws
for the protection of personnel.
O. Construction Area: Contractor shall protect property and facilities adjacent to the construction
area and all property and facilities within the construction area which are shown on the plans are
to be protected. After project completion, the construction area shall be in a clean and
presentable condition. All public or privately owned improvements and facilities shall be
restored to their original condition and location. If improvements or facilities are damaged, they
shall be replaced with new materials which are at least equal to the original materials. Nothing
herein shall be construed to entitle the Contractor to the exclusive use of any public street, way,
or parking area during performance of the Work. Contractor shall conduct its operations so as
not to interfere with the authorized Work of utility companies or other agencies in such streets,
ways or parking areas. The Contractor shall be responsible for investigating conditions of
available public and private roads and of clearances, restrictions and other limitations affecting
transportation and ingress and egress to the site of the Work. Use of equipment will be
minimized during any Stage II or Stage III smog alerts. All equipment will meet emissions
standards. Dust Control is required at all times. All proper public safety measures are to be used
during construction, including barriers, flagmen and signing. Equipment must conform to all
applicable noise regulations.
P. Contractor shall, whenever possible, minimize the use of water during project construction.
Watering equipment shall be kept in good working order. Water leaks shall be repaired
promptly. Washing of equipment, except when necessary for the safety or for the protection of
equipment, shall be discouraged. Water curing of concrete improvements as specified in Section
303-1.10, "Curing" of the Standard Specifications for Public Works Construction, shall not be
allowed unless specifically permitted by these Special Provisions or directed by the Project
Manager. Nothing in this section, "Water Conservation," shall be construed as relieving the
Contractor of furnishing sufficient water as required for the proper construction of this project in
accordance with the Standard Specifications for Public Works Construction and these Special
Provisions.
Q. Contractor shall anticipate that storm, surface and possible ground or other waters will be
encountered at various times and locations during the Work. Such waters may interfere with
Contractor's operations and may cause damage to adjacent or down-stream private and/or public
property by flooding, lateral erosion, sedimentation, or pollution if not properly controlled by the
Contractor. The Contractor, by submitting a bid, assumes all of said risk and the Contractor
acknowledges that its bid was prepared accordingly.
The Contractor shall conduct its operations in such a manner that storm or other waters may
proceed without diversion or obstruction along existing street and drainage courses. Drainage of
water from existing or proposed catch basins shall be maintained at all times. Diversion of water
for short reaches in order to protect construction in progress will be permitted if public or private
properties are not damaged or, in the opinion of the Project Manager, are not subject to the
probability of damage. Contractor shall at no cost to County obtain written permission from the
appropriate public agency or property owner before any diversion of water will be permitted by
the Project Manager.
C017028 Page 46 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

During the course of water control the Contractor shall conduct construction operations to
protect waters from being polluted with fuels, oils, bitumens or other harmful materials, and
shall be responsible for removing said materials in the event protective measures are not
effective.
Construction site shall be maintained in such a condition that an anticipated storm does not carry
wastes or pollutants off site.
Discharges of material other than stormwater are allowed only when necessary for performance
and completion of construction practices and where they do not: cause or contribute to a
violation of any water quality standard; cause or threaten to cause pollution, contamination, or
nuisance; or contain a hazardous substance in a quantity reportable under Federal Regulations 40
CFR Parts 117 and 302, or any other law or applicable regulation.
Potential pollutants include but are not limited to: vehicle/equipment fuels, oils, lubricants, and
hydraulic, radiator or battery fluids; vehicle/equipment wash water and concrete mix wash water;
concrete, detergent or floatable wastes; wastes from any engine/equipment steam cleaning or
chemical degreasing; solid or liquid chemical spills; wastes from sealants, limes, and solvents;
and superchlorinated potable water line flushings.
During construction, disposal of such materials should occur in a specified and controlled
temporary area on-site, physically separated from potential storm water run-off, with ultimate
disposal in accordance with local, state, and federal requirements.
Notwithstanding the above, management of stormwater shall be done with all applicable statutes,
ordinances, permits, regulations and provisions of this Contract governing stormwater.

VIII. STOP WORK:

The County may, at any time, by written stop Work order to the Contractor, require the Contractor to
stop all or any part of the Work, as per a specific Job Order, for a period of 90 days after the stop Work
order is delivered to the Contractor and for any further period to which the Parties may agree. The stop
Work order shall be specifically identified as such and shall indicate it is issued under this clause.
Upon receipt of the stop Work order, the Contractor shall immediately comply with its terms and take
all reasonable steps to minimize the incurrence of costs allocable to the Work covered by the stop
Work order during the period of Work stoppage. Within a period of 90 days after a stop Work order is
delivered to the Contractor or within any extension of that period to which the Parties shall have
agreed, the County shall either:
A. Cancel the stop Work order; or
B. Cancel the Job Order immediately in whole or in part in writing as soon as feasible.

IX. COMPUTER AND SOFTWARE REQUIREMENTS:


A. Computer
The Contractor shall maintain at its office for its use a computer with, at a minimum, a 1 GHz
processor and an internet connection. The Contractor shall maintain individual email accounts
for each of its project managers.
B. Software
1. Job Order Contracting Software

The COUNTY selected The Gordian Group’s (Consultant) Job Order Contracting
C017028 Page 47 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

(“JOC”) Solution (Gordian JOC Solution) for their JOC program. The Gordian JOC
Solution includes Consultant’s proprietary eGordian® JOC application (JOC
Applications) and construction cost data (Construction Task Catalog®), which shall
be used by the CONTRACTOR to prepare and submit Price Proposals,
subcontractor lists, and other requirements specified by the COUNTY.

CONTRACTOR is required to use Gordian’s JOC Solution to receive task orders


from the COUNTY under this AGREEMENT. This requires CONTRACTOR to
enter into Consultant’s JOC System License, with Consultant as licensor and
CONTRACTOR as licensee, and comply with all applicable terms of that license,
including that payment of applicable license fees to Consultant for use of its Gordian
JOC Solution. The CONTRACTOR’s use, in whole or in part, of the Consultant’s
JOC Applications, Construction Task Catalog® and other proprietary material
provided by the Consultant (Consultant Materials) is subject to Consultant’s JOC
System License, and CONTRACTOR may not use Consultant Materials for any
purpose other than to execute work under this AGREEMENT for the COUNTY.
The CONTRACTOR hereby agrees to take all actions necessary to maintain access
to the Gordian JOC Solution by complying with Consultant’s JOC System License
during the Term of this AGREEMENT.

A copy of Consultant’s most recent JOC System License is attached hereto


as Exhibit “A” for CONTRACTOR’s reference.

C017028 Page 48 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

ATTACHMENT B
CONTRACTOR’S PRICING
I. COMPENSATION: This is an all-inclusive, usage Contract between the County and Contractor for
Painting Services, as set forth in Attachment “A” Scope of Work.
The Contractor agrees to accept the specified compensation as set forth in this Contract as full
remuneration for performing all services and furnishing all staffing, labor, insurance, bonds. prevailing
wage, vehicles, equipment, tools, materials, overhead, travel, etc. required, for any reasonably
unforeseen difficulties which may arise or be encountered in the execution of the services until
acceptance, for risks connected with the services, and for performance by the Contractor of all its
duties and obligations hereunder. The Contractor shall only be compensated as set forth herein below
for work performed in accordance with the Scope of Work. The County shall have no obligation to pay
any sum in excess of the Total Contract Amount specified herein below unless authorized by
amendment.
II. FEES AND CHARGES: County will pay the following in accordance with the provisions of this
Contract.

A. Adjustment Factors: The Contractor’s two Adjustment Factors that will be applied against the
prices set forth in the Contract Task Catalog®. These Adjustment Factors will be used to price
out fixed price Job Orders by multiplying the appropriate Adjustment Factor by the Unit Prices
and appropriate quantities.
i. FACTOR 1 - Unit Work requirements to be performed during Normal Working Hours
(7:00AM to 5:00PM) as ordered by the County in individual Job Orders against this
Contract.

0.7000
For Normal Working Hours

ii. FACTOR 2 - Unit Work requirements to be performed during Other Than Normal
Working Hours (5:01PM to 6:59AM) as ordered by the County in individual Job Orders
against this Contract.

0.7000
For Other Than Normal Working Hours

B. TOTAL CONTRACT AMOUNT SHALL NOT EXCEED: ...................................................$4,640,000

C017028 Page 49 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

III. PRICE INCREASES/DECREASES: No increases to the Adjustment Factors or to any line items in the
Construction Task Catalog® will be permitted during the term of this Contract.

IV. CONTRACTOR’S EXPENSE: The Contractor will be responsible for all costs related to photo copying,
telephone communications and fax communications while on County sites during the performance of
Work and services under this Contract.

V. PAYMENTS TERMS:

A. The County shall make payments upon the agreed upon price for a specific Job Order as listed in
the Notice to Proceed. The County will make progress payments monthly as the Work proceeds
on estimates approved by County Project Manager. The Contractor shall furnish a breakdown of
the total Contract price showing the amount included therein for each principal category of the
Work, to provide a basis for determining progress payments. The County will only pay for
actual Work in place.
B. Lump sum payment - if an individual Job Order is scheduled for Completion within 45 days or
less, the County will make one payment after 30 days of Work to the Contractor, exclusive of
retention. Contractor may request for one payment (including retention payment); however,
payment will be made after Final Acceptance of the Job Order.
C. Partial payment – the County will consider a request for partial payments for Job Orders
scheduled for a performance period of greater than 45 days.

D. Retention - When payments are made under this Contract, five percent (5%) of each requested
and approved payment will be retained. The retention will be released upon Final Acceptance of
the Work, and the County’s approval on the final payment request. A Notice of Completion for
each individual Job Order must be filed. Final payment is to be made 35 days subsequent to the
filing of the Notice of Completion.
E. Retention Release - The County’s release of the retention does not relieve the Contractor of its
responsibility to comply with both the proposed Scope of Work and the terms and conditions of
the Job Order and Contract for completed and warranty Work. The Contractor agrees that a
condition precedent to the County’s release of the five percent (5%) retention amount is in full
compliance with this provision herein. The Contractor must submit a completed invoice to the
County for approval. The Contractor agrees that the signature on the invoice certifies that it has
completed or submitted the following:
1. All warranties and maintenance requirements; and

2. All as-built prints and record drawings; and

3. All operation and maintenance manuals; and

4. All badges, keys and security entry cards; and

5. Conducted all required training for County Personnel;

6. All other items as applicable.

VI. INVOICING INSTRUCTIONS:

C017028 Page 50 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

A. Invoices are to be submitted in arrears, after services have been provided, to the address specified
below. Payment will be net 30 days after receipt of an invoice in a format acceptable to the
County of Orange and verified and approved by the agency/department and subject to routine
processing requirements. The County’s Project Manager, or designee, is responsible for approval
of invoices and subsequent submittal of invoices to the Auditor-Controller for processing of
payment. The responsibility for providing an acceptable invoice to the County for payment rests
with the Contractor. Incomplete or incorrect invoices are not acceptable and will be returned to the
Contractor for correction.
B. The Contractor agrees that its signature on the invoice, as herein prescribed, constitutes a sworn
Statement. The Contractor agrees that its signature on the invoice requesting either partial or final
payment certifies that:
1. The specified percentage of Work has been completed and material supplied, and is
directly proportional to the amount of the payment currently requested.
2. The amount requested is only for performance in accordance with the specifications, terms
and conditions of the subject Contract.
3. Timely payments will be made to Subcontractor and suppliers from the proceeds of the
payment covered by this certification, in accordance with this Contract and their
subcontract agreements.
4. This request for payment does not include any amounts which the prime Contractor
intends to withhold or retain from a Subcontractor or supplier, except those amounts
withheld or retained in accordance with the terms and conditions of the subcontract.
5. Not less than the prevailing rates of wages as ascertained by the County have been paid to
laborers, workers and mechanics employed on the subject Work.
6. There has been no unauthorized substitution of Subcontractor, nor have any unauthorized
subcontracts been entered into.
7. No subcontract was assigned or transferred or performed by anyone other than the original
Subcontractor, except as provided in Sections 4100-4113, inclusive, of the Public Contract
Code.
8. Where applicable, payments to Subcontractor and suppliers have been made from previous
payments received under the Contract.
9. Request for final payment, the Contractor agrees that its signature on the invoice form
certifies that all Punch List items have been signed off as completed by the County, and
that all building inspection cards have been completed

C. The Contractor agrees that it is submitting a request for payment within one year of the
Completion of the project for which it is billing. If the Contractor does not submit a request for
payment within one year of the Completion of the project for which it is billing, it herein agrees to
forfeit that payment.

D. If the Contractor’s invoice is not approved, the County will issue a “Return of Invoice for
Correction” letter advising the Contractor of missing deliverables and/or information requiring
correction. After making the appropriate corrections, the Contractor agrees to submit a second, or
corrected, invoice.

C017028 Page 51 of 52
DocuSign Envelope ID: 91FEE5B8-587D-452F-B18A-66B293049891
CF48611B-167E-400F-9568-FD1EE5299FC8
Attachment G
County of Orange, OC Public Works MA-080-18010867
Harry H. Joh Construction, Inc.

E. The Contractor agrees that even though the County has approved payment, the County retains the
right to further inspect the Work and issue correction notices.

F. After the first payment and before making any other payment to the Contractor, the County will
require that the Contractor produce and deliver to the County satisfactory proof or evidence that all
labor performed and materials furnished up to the date of the preceding payment request have been
fully paid for, and that as of the said date, no claims exist if that is the case. This partial release of
claim must be executed with the same formality as this Contract.

G. Upon receipt of a stop notice, the County will withhold from the Contractor an amount of money
sufficient to cover the potential cost of the stop notice and the reasonable cost of any associated
litigation. In order to satisfy the requirements of a stop notice, the County will refuse to release
funds held in retention.

H. The Contractor will provide an invoice on Contractor’s letterhead for services rendered. Each
invoice will have a number and will include the following information:
1. Contractor’s name and address
2. Contractor’s remittance address (if different from 1 above)
3. Name of County department
4. County Contract number
5. Service date(s)
6. Service description
7. Contractor’s Federal I. D. number
8. Updated duration schedule
9. An updated schedule of values
10. Releases
11. Total

Invoices and support documentation shall be submitted to the following address:

OC Public Works/OC Facilities


Attn: Jennifer Carroll
1143 E. Fruit Street
Santa Ana, CA 92701

I. Contractor has the option of receiving payment directly to their bank account via an Electronic
Fund Transfer (EFT) process in lieu of a check payment. Payment made via EFT will also receive
Electronic Remittance Advice with the payment details via email. An email address will need to be
provided to the County via an EFT Authorization Form. To request a form, please contact the DPA

C017028 Page 52 of 52
Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

JOB ORDER CONTRACT MA-080-16010246


FOR
GENERAL CONTRACTING SERVICES

THIS Job Order Contract MA-080-16010246 for General Contracting Services (hereinafter
referred to as “Contract”) is made and entered into as of the date fully executed by and between County of
Orange, a political subdivision of the State of California, (hereinafter referred to as “County”) and Harry
H Joh Construction, (hereinafter referred to as “Contractor”), which are sometimes individually referred
to as (“Party”), or collectively referred to as (“Parties”).
RECITALS
WHEREAS, County and Contractor are entering into this Contract for General Contracting
Services under a Usage Contract; and,
WHEREAS, County solicited General Contracting Services as set forth herein, and Contractor
has represented that it is qualified and capable to provide General Contracting Services to the County as
further set forth herein; and,
WHEREAS, Contractor agrees to provide General Contracting Services to the County as further
set forth in the Scope of Work, attached hereto as Attachment A and incorporated herein; and,
WHEREAS, County agrees to pay Contractor the fees as further set forth in Contractor‟s
Pricing, attached hereto as Attachment B and incorporated herein;
NOW, THEREFORE, the Parties mutually agree as follows:
DEFINITIONS
DEFINITIONS: The following terms shall have the definitions as set forth below:
1. Adjustment Factor: The Bidder‟s competitively bid price adjustment to the unit prices published in
the Construction Task Catalog®.
2. Brief Scope of Work: The initial scope of Work developed by the County Project Manager, and is
utilized to provide adequate information to schedule the Joint Scope Meeting.
3. Best Management Practices (BMPs): As used herein, a BMP is defined as a technique, measure, or
structural control that is used for a given set of conditions to manage the quantity and improve the
quality of stormwater runoff in a cost effective manner. Specific BMPs are found within the
County‟s LIP in the form of Model Maintenance Procedures and BMP Fact Sheets (the Model
Maintenance Procedures and BMP Fact Sheets contained in the DAMP/LIP shall be referred to
hereinafter collectively as "BMP Fact Sheets") and contain pollution prevention and source control
techniques to eliminate non-stormwater discharges and minimize the impact of pollutants on
stormwater runoff.
4. Construction Task Catalog® (CTC): comprehensive listing of specific construction related tasks
identified by the County together with a specified unit of measurement and unit price. The price
published in the CTC for a specific construction or construction-related task. The unit prices are
fixed for the Term of this Contract. Each unit price is comprised of the labor, equipment and
materials costs to accomplish that specific task.
5. DAMP/LIP: To assure compliance with the Stormwater Permits and water quality ordinances, the
County Parties have developed a Drainage Area Management Plan (DAMP) which includes a Local

C005708B Page 1 of 47 Page 1 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

Implementation Plan (LIP) for each jurisdiction that contains Best Management Practices (BMPs)
that parties using properties within Orange County must adhere to.
6. Detailed Scope of Work: The complete description of services to be provided by the Contractor
under an individual Job Order. Developed by the Contractor, after the Joint Scope Meeting and
submitted for approval to the County Project Manager.
7. Final Acceptance: All Work as been completed and accepted by the County. The Contractor has
provided all required close-out documentation and items as required by the Detailed Scope of Work
for the specific Job Order, and these items and have accepted and approved by the County
8. Job Order Authorization (JOA): Issued upon acceptance of quote and the duration schedule,
stating that the quote is a firm fixed price. Must be issued prior to issuance of a Notice to Proceed.
9. Job Order Notice To Proceed (NTP): The document prepared by the County, based on the
approved Job Order Quote, and issued to the Contractor which provides the specific instructions,
specific bid items, and the duration to complete the approved Detailed Scope of Work.
10. Job Order Quote (Quote): Contractor‟s irrevocable offer to perform Work associated with a Job
Order and refers to the Contractor prepared document quoting a firm fixed-price and schedule for
the completion of a specific Scope of Work. The Contractor‟s Quote must be on forms provided by
the County and in an electronic version compatible with the County‟s systems. The Quote may also
contain approved drawings, Work schedule, permits, or other such documentation as the County
might require for a specific Job Order.
11. Joint Scope Meeting: A meeting at the Job Order location, attended by the Contractor and County
and any other interested parties to outline the Scope of Work for the Task.
12. Non-Pre-Priced (NPP) Tasks: The units of Work that are not included in the CTC but are still
within the general Scope of Work requested by the County under the Contract.
13. Normal Working Hours: means between the hours of 7:00 AM to 5:00 PM, Monday through
Friday, inclusive. Saturdays, Sundays, and County holidays are excluded.
14. Other Than Normal Working Hours: means Work done between the hours of 5:00 PM to 7:00 AM,
on week days and any times during Saturday, Sunday, and County holidays.
15. Project: The Work to be performed by Contractor on behalf of County pursuant to this Contract as
described in individual Job Orders.
16. Request for Quote (RFQ): The County‟s Request for Quote for a specific Job Order.
17. Stormwater Permit: The Santa Ana and San Diego Regional Water Quality Control Boards have
issued National Pollutant Discharge Elimination System permits ("Stormwater Permits") to the
County of Orange, the Orange County Flood Control District and cities within Orange County, as
co-permittees (hereinafter collectively referred to as "County Parties") which regulate the discharge
of urban runoff from areas within the County of Orange, including from all County facilities on
which Work within Contract is being performed. These permits are referred to as Stormwater
Permits.
18. Work: The Work shall include, without limitation, all labor, materials, apparatus, supplies, services,
facilities, utilities, transportation, manuals, warranties, training, and the like, necessary for the
Contractor to faithfully perform and complete all of its obligations under the Contract.

C005708B Page 2 of 47 Page 2 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

ARTICLES
1. Scope of Contract: This Contract, including Attachments, specifies the contractual terms and
conditions by which the Contractor will provide General Contracting Services under a Usage
Contract, as set forth in the Scope of Work identified as Attachment A to this Contract.
2. Term: This Contract shall become effective October 6, 2015 if all necessary signatures have been
executed by that date, or upon execution of all necessary signatures if execution occurs after
October 6, 2015, and shall continue for one (1) year from said date or execution, whichever is later,
or until the total Contract amount is reached, or unless otherwise terminated as provided herein.
3. Contingency of Funds: Contractor acknowledges that funding or portions of funding for this
Contract may be contingent upon state budget approval; receipt of funds from, and/or obligation of
funds by, the state of California to County; and inclusion of sufficient funding for the services
hereunder in the budget approved by County‟s Board of Supervisors for each fiscal year covered by
this Contract. If such approval, funding or appropriations are not forthcoming, or are otherwise
limited, County may immediately terminate or modify this Contract without penalty.
4. County's Representatives:
A. The Contract will be under the general direction of the Board of Supervisors. OC Public
Works is the authorized representative of the Board of Supervisors and, under the Board of
Supervisors, has complete charge of the Contract, and shall exercise full control of the
Contract, so far as it affects the interest of the County.
B. The provisions in this Article or elsewhere in this Contract regarding approval or direction by
the County, Board of Supervisors, or OC Public Works, or action taken pursuant thereto are
not intended to and shall not relieve the Contractor of responsibility for the accomplishment
of the Work, either as regards sufficiency or the time of performance, except as expressly
otherwise provided herein.
C. County‟s Contract Administrator is the County's exclusive contact agent to the Contractor
with respect to this Contract during construction and until the completion of the Contract.
The County will assign Project Managers for individual Job Orders. The County may utilize
the services of an Architect in relation to some, but not all Job Orders.
D. The County's communications with the Contractor and Architect shall be exclusively through
the County's Project Manager.
E. County Project Manager shall at all times have access to the Work whenever it is in
preparation or progress. The Contractor shall provide safe facilities for such access.
F. The County and County Project Manager shall not be responsible for or have control or
charge of the construction means, methods, techniques, sequences or procedures, or for safety
precautions and programs in connection with the Work, and will not be responsible for the
Contractor's failure to carry out the Work in accordance with the Contract documents.
G. The County and County Project Manager shall not be responsible for the failure of the
Contractor to plan, schedule, and execute the Work in accordance with the approved schedule
or the failure of the Contractor to meet the Contract completion dates or the failure of the
Contractor to schedule and coordinate the Work of his own trades and subcontractors or to
coordinate with others separate Contractors.
H. The County will not be responsible for the acts or omissions of the Contractor, or any
subcontractor, or any Contractor's or subcontractor's agents or employees, or any other
persons performing any of the Work.

C005708B Page 3 of 47 Page 3 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

I. County Project Manager has the authority to disapprove or reject Work on behalf of the
County when, in the County Project Manager‟s opinion, the Work does not conform to the
Contract documents.
J. Whenever, in County Project Manager‟s reasonable opinion, it is considered necessary or
advisable to insure the proper implementation of the intent of the Contract documents, County
Project Manager has the authority to require special inspection or testing of any Work in
accordance with the provisions of the Contract documents whether or not such Work shall
then be fabricated, installed or completed.
K. County Project Manager has the authority to require special inspection or testing of the Work.
However, neither County Project Manager‟s authority nor any decision made by the Project
Manager in good faith whether to exercise or not to exercise such authority shall give rise to
any duty or responsibility of the County to the Contractor, or any subcontractor, or any of
their agents, or employees, or any other person performing any portion of the Work.
L. County Project Manager has the authority and discretion to call, schedule, and conduct job
meetings to be attended by the Contractor, representatives of his subcontractors and the
Architect and his consultants, to discuss such matters as procedures, progress, problems, and
scheduling.
M. County Contract Administrator will establish procedures to be followed for processing all
submittals, Change Orders, Invoices, other project reports, documentation and test reports.
N. County Project Manager will issue Job Order if required.
O. County Project Manager will review and process all Invoices by the Contractor.
5. Contractor:
A. Composition: If the Contractor is comprised of more than one legal entity, each such entity
shall be jointly and severally liable hereunder.
B. Superintendence: The Contractor shall maintain on site, at all times during the construction
activities, a dedicated competent Superintendent. In addition to a General Superintendent and
other administrative and supervisory personnel required for the performance of the Work, the
Contractor shall provide specific coordinating personnel as reasonably required for
interfacing of all the Work required for the total project, all satisfactory to County Project
Manager. The superintendent shall not be changed except with consent of County Project
Manager, unless the superintendent proves to be unsatisfactory to the Contractor and ceases to
be in his employ, in which case he shall be replaced within 24 hours by a superintendent
acceptable to County Project Manager. The superintendent shall represent the Contractor in
his absence and all directions given to him shall be binding as if given to the Contractor.
C. Licenses and Certificates: Contractor shall, at all times during the term of this Contract,
maintain in full force and effect such licenses as may be required by the State of California or
any other governmental entity for Contractor to perform the duties specified herein and
provide the services required pursuant to this Contract. Contractor shall strictly adhere to,
and obey, all governmental rules and regulations now in effect or as subsequently enacted or
modified, as promulgated by any local, state, or federal governmental entities.
D. Superintendence and Project Manager: The Contractor shall provide County Project Manager
with complete Work history profiles of management staff associated with this Project for
County Project Manager review.
6. Usage: Unless otherwise specified herein, no guarantee is given by the County to the Contractor
regarding usage of this Contract. Usage figures, if provided, are approximate, based upon the last

C005708B Page 4 of 47 Page 4 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

usage. The Contractor agrees to supply services and/or commodities requested, as needed by the
County of Orange, at prices listed in the Contract, regardless of quantity requested.
7. Child Support Enforcement Requirements: Contractor is required to comply with the child
support enforcement requirements of the County. Failure of the Contractor to comply with all
federal, state, and local reporting requirements for child support enforcement or to comply with all
lawfully served Wage and Earnings Assignment Orders and Notices of Assignment shall constitute
a material breach of the Contract. Failure to cure such breach within 60 calendar days of notice
from the County shall constitute grounds for termination of the Contract.
8. Reports/Meetings: The Contractor shall develop reports and any other relevant documents
necessary to complete the services and requirements as set forth in this Contract. The County‟s
Project Manager and the Contractor‟s Project Manager will meet at a County designated location to
discuss the Contractor‟s performance and progress under this Contract, at the request of the
County‟s Project Manager. If requested by County, the Contractor‟s Project Manager and other
project personnel shall attend all meetings. The Contractor shall provide such information that is
requested by the County for the purpose of monitoring progress under this Contract.
9. Conflict of Interest: The Contractor shall exercise reasonable care and diligence to prevent any
actions or conditions that could result in a conflict with the best interests of the County. This
obligation shall apply to the Contractor; the Contractor‟s employees, agents, and relatives;
subcontractors; and third parties associated with accomplishing work and services hereunder. The
Contractor‟s efforts shall include, but not be limited to establishing precautions to prevent its
employees or agents from making, receiving, providing or offering gifts, entertainment, payments,
loans or other considerations which could be deemed to appear to influence individuals to act
contrary to the best interests of the County.
10. Ownership of Documents: The County has permanent ownership of all directly connected and
derivative materials produced under this Contract by the Contractor. All documents, reports and
other incidental or derivative Work or materials furnished hereunder shall become, and remain, the
sole property of the County and may be used by the County as it may require without additional
cost to the County. None of the documents, reports and other incidental or derivative Work or
furnished materials shall be used by the Contractor without the express written consent of the
County.
11. Title to Data: All materials, documents, data or information obtained from the County data files or
any County medium furnished to the Contractor in the performance of this Contract will at all times
remain the property of the County. Such data or information may not be used or copied for direct or
indirect use by the Contractor after completion or termination of this Contract without the express
written consent of the County. All materials, documents, data or information, including copies,
must be returned to the County at the end of this Contract.
12. Contractor’s Personnel: Contractor warrants that all Contractor personnel engaged in the
performance of Work under this Contract shall possess sufficient experience and/education to
perform the services requested by the County. County expressly retains the right to have any of the
Contractor personnel removed from performing services under this Contract. Contractor shall
effectuate the removal of the specified Contractor personnel from providing any services to the
County under this Contract within one business day of notification by County. County shall submit
the request in writing to the Contractor‟s Project Manager. The County is not required to provide
any reason, rationale or additional factual information if it elects to request any specific Contractor
personnel be removed from performing services under this Contract.
13. Publication: No copies of sketches, schedules, written documents, computer based data,
photographs, maps or graphs, including graphic art Work, resulting from performance or prepared
in connection with this Contract, are to be released by Contractor and/or anyone acting under the

C005708B Page 5 of 47 Page 5 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

supervision of Contractor to any person, partnership, company, corporation, or agency, without


prior written approval by the County, except as necessary for the performance of the services of this
Contract. All press contacts, including graphic display information to be published in newspapers,
magazines, etc., are to be administered only after County approval.
14. News/Information Release: The Contractor agrees that it will not issue any news releases or make
any contact with the media in connection with either the award of this Contract or any subsequent
amendment of, or effort under this Contract. Contractors must first obtain review and approval of
said media contact from the County through the County‟s Project Manager. Any requests for
interviews or information received by the media should be referred directly to the County.
Contractors are not authorized to serve as a media spokespersons for County projects without first
obtaining permission from the County Project Manager.
15. Errors and Omissions: All reports, files and other documents prepared and submitted by
Contractor shall be complete and shall be carefully checked by the professional(s) identified by
Contractor as Project Manager and key personnel attached hereto, prior to submission to the
County. Contractor agrees that County review is discretionary and Contractor shall not assume that
the County will discover errors and/or omissions. If the County discovers any errors or omissions
prior to approving Contractor's reports, files and other written documents, the reports, files or
documents will be returned to Contractor for correction. Should the County or others discover
errors or omissions in the reports, files or other written documents submitted by Contractor after
County approval thereof, County approval of Contractor's reports, files or documents shall not be
used as a defense by Contractor in any action between the County and Contractor, and the reports,
files or documents will be returned to Contractor for correction.
16. Audits/Inspections: Contractor agrees to permit the County‟s Auditor-Controller or the Auditor-
Controller‟s authorized representative (including auditors from a private auditing firm hired by the
County) access during normal working hours to all books, accounts, records, reports, files, financial
records, supporting documentation, including payroll and accounts payable/receivable records, and
other papers or property of Contractor for the purpose of auditing or inspecting any aspect of
performance under this Contract. The inspection and/or audit will be confined to those matters
connected with the performance of the Contract including, but not limited to, the costs of
administering the Contract. The County will provide reasonable notice of such an audit or
inspection.
The County reserves the right to audit and verify the Contractor‟s records before final payment is
made.
Contractor agrees to maintain such records for possible audit for a minimum of three years after
final payment, unless a longer period of records retention is stipulated under this Contract or by law.
Contractor agrees to allow interviews of any employees or others who might reasonably have
information related to such records. Further, Contractor agrees to include a similar right to the
County to audit records and interview staff of any subcontractor related to performance of this
Contract.
Should the Contractor cease to exist as a legal entity, the Contractor‟s records pertaining to this
Contract shall be forwarded to the surviving entity in a merger or acquisition or, in the event of
liquidation, to the County‟s Project Manager.
17. State Funds- Audits: When and if state funds are used in whole or part to pay for the goods and/or
services under this Contract, the Contractor agrees to allow the Contractor‟s financial records to be
audited by auditors from the state of California, the County of Orange, or a private auditing firm
hired by the state or the County. The County or state shall provide reasonable notice of such audit.

C005708B Page 6 of 47 Page 6 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

Pursuant to and in accordance with Section 8546.7 of the California Government Code, in the event
that this Contract involves expenditures of Public funds aggregating in excess of Ten Thousand
Dollars ($l0,000), the parties shall be subject to the examination and audit of the Auditor General of
the State of California for a period of three (3) years after final payment under this Contract.
The Contractor shall maintain records for all costs connected with the performance of this Contract
including, but not limited to, the costs of administering the Contract, materials, labor, equipment,
rentals, permits, insurance, bonds, etc., for audit or inspection by County, State, or any other
appropriate governmental agency during the three (3) year period.
18. Hazardous Conditions: Whenever the Contractor‟s operations create a condition hazardous to
traffic or to the public, the Contractor shall provide flagmen and furnish, erect and maintain control
devices as are necessary to prevent accidents or damage or injury to the public at Contractor‟s
expense and without cost to the County. The Contractor shall comply with County directives
regarding potential hazards.
Emergency lights and traffic cones must also be readily available at all times and must be used in
any hazardous condition. Emergency traffic cones must be placed in front of and behind vehicles to
warn oncoming traffic.
Signs, lights, flags, and other warning and safety devices shall conform to the requirements set forth
in Chapter 5 of the current traffic manual, Traffic Control for Construction and Maintenance Work
Zones, published by the state of California Department of Transportation. The Contractor shall take
proper safety and health precautions to protect the Work, the workers, the public, and the property
of others. The Contractor shall also be responsible for all materials delivered and Work performed
until completion and acceptance of the entire construction Work, except for any completed unit of
construction thereof which theretofore may have been accepted.
19. Conditions Affecting the Work: The Contractor shall be responsible for having taken steps
reasonably necessary to ascertain the nature and location of the Work, and the general and local
conditions, which can affect the Work or the cost thereof for any Job Order. Any failure by the
Contractor to do so will not relieve him from responsibility for successfully performing the Work
without additional expense to the County. The County assumes no responsibility for any
understanding or representations concerning conditions made by any of its officers or agents prior
to the execution of this Contract, unless such understanding or representations by the County are
expressly stated in the Contract.
20. County's Property On Site: All fixtures, crops, trees, and all other personal property of the
County located at the job site which are removed in the course of construction of the project remain
the property of the County unless express provision to the contrary is made in the Contract between
the Parties, and the Contractor shall exercise reasonable care to prevent loss or damage to said
property and shall deliver promptly such property to the place designated by the County.
21. Protection: The Contractor shall take proper safety and health precautions to protect the Work, the
workers, the public, and the property of others. He shall comply with the provisions of the
Construction Safety Orders issued by the State Division of Occupational Safety & Health. He shall
also be responsible for all materials delivered and Work performed until completion and acceptance
of the entire construction Work, except for any completed unit of construction thereof which until
completion and acceptance of the entire construction Work, except for any completed unit of
construction thereof which theretofore may have been accepted.
The Contractor shall maintain continuously adequate protection of all his Work from damage and
shall protect the County's property from injury or loss arising in connection with this Contract. He
shall make good any such damage, injury or loss, except such as may be directly due to errors in the
Contract documents or caused by agents or representatives of the County. He shall adequately

C005708B Page 7 of 47 Page 7 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

protect adjacent property as provided by law and the Contract documents, and shall maintain
reasonable security of the site at all times. He shall limit visitors to the site to those necessary for
construction and inspections. Visitors for other purposes shall be referred to OC Public Works.
Contractor's and subcontractors' employees shall possess means of identification at all times as
required by OC Public Works while on the job site.
In an emergency affecting the safety of life or of the Work or of adjoining property, the Contractor,
without special instruction or authorization from the A-E or County, is hereby permitted to act at his
discretion to prevent such threatened loss or injury. He shall so act if directed or instructed by OC
Public Works. Any dispute as to compensation claimed by the Contractor on account of emergency
Work shall be determined by agreement as hereinafter set forth.
OC Public Works may notify the Contractor of any noncompliance with the foregoing provisions
and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct
such conditions. Such notices, when delivered to the Contractor or his representative at the site of
the Work, shall be deemed sufficient for said purpose. Failure of receipt of such notice from OC
Public Works shall not relieve the Contractor of responsibility.
If the Contractor fails or refuses to comply promptly, OC Public Works may issue an order stopping
all or part of the Work until satisfactory corrective action has been taken. No part of the time lost
due to any such stop order shall be made the subject of claim for extension of time or for excess
costs or damages to the Contractor. The Contractor will be responsible for ensuring that his
subcontractors comply with the provisions of this Clause.
22. Responsibility For Damages Or Injury: The County its elected and appointed officials, officers,
employees, agents and those special districts and agencies which County‟s Board of Supervisors
acts as the governing Board (“County Indemnitees”) shall not be answerable or accountable in any
manner: for any loss or damage that may happen to the Project or any part thereof; for any loss or
damage to any of the materials or other things used or employed in performing the Project; for
injury to or death of any person either workers or the public; or for damage to property from any
cause which might have been prevented by the Contractor, or his workers, or anyone employed by
him.
The Contractor shall be responsible for any liability imposed by law and for injuries to or death of
any person or damage to property resulting from defects or obstructions or from any cause
whatsoever during the progress of the Project or at any time before its completion and final
acceptance.
The Contractor shall indemnify, defend with counsel approved in writing by County and save
harmless the County Indemnitees from all claims, suits or actions of every name, kind and
description, brought for, or on account of, injuries to or death of any person or damage to property
resulting from the construction of the Project or by or in consequence of any negligence in guarding
the Project; use of improper materials in construction of the Project; or by or on account of any act
or omission by the Contractor or his agents during the progress of the Work or at any time before
the completion and final acceptance of the Project.
In addition to any remedy authorized by law, so much of the money due the Contractor under and
by virtue of the Contract as shall be considered necessary by the County may be retained by it until
disposition has been made of such suits or claims for damages as aforesaid.
If judgment is entered against Contractor and County by a court of competent jurisdiction because
of the concurrent active negligence of County and County Indemnitees, Contractor and County
agree that liability will be apportioned as determined by the court. Neither Party shall request a jury
apportionment.

C005708B Page 8 of 47 Page 8 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

Notwithstanding anything stated above, nothing contained herein shall relieve Contractor of any
insurance requirements of obligations created elsewhere in this Contract.
23. Other Contracts: The Board of Supervisors may undertake or award other contracts for additional
Work, and the Contractor shall fully cooperate with such other contractors and County employees
and carefully fit his own Work to such additional Work as may be directed by OC Public Works.
The Contractor shall not commit or permit any act, which will interfere with the performance of
Work by any other contractor or by County employees.
24. Breach of Contract: The failure of the Contractor to comply with any of the provisions, covenants
or conditions of this Contract, shall constitute a material breach of this Contract. In such event the
County may, and in addition to any other remedies available at law, in equity, or otherwise specified
in this Contract:
i. Afford the Contractor written notice of the breach and ten calendar days or such shorter
time that may be specified in this Contract within which to cure the breach;
ii. Discontinue payment to the Contractor for and during the period in which the Contractor is
in breach and offset against any monies billed by the Contractor but yet unpaid by the
County those monies disallowed pursuant to the above.
iii. Terminate the Contract immediately without penalty.
25. Orderly Termination: Upon termination or other expiration of this Contract, each Party shall
promptly return to the other Party all papers, materials, and other properties of the other held by
each for purposes of execution of the Contract. In addition, each Party will assist the other Party in
orderly termination of this Contract and the transfer of all assets, tangible and intangible, as may be
necessary for the orderly, non-disruptive business continuation of each Party.
26. Wage Rates: Pursuant to the provisions of Section 1773 of the Labor Code of the state of
California, the Contractor shall comply with the general prevailing rates of per diem wages and the
general prevailing rates for holiday and overtime wages in this locality for each craft, classification,
or type of worker needed to execute this Contract. The rates are available from the Director of the
Department of Industrial Relations at the following website:
http://www.dir.ca.gov/dlsr/DpreWageDetermination.htm. The Contractor shall post a copy of such
wage rates at the jobsite and shall pay the adopted prevailing wage rates. The Contractor shall
comply with the provisions of Sections 1775 and 1813 of the Labor Code.
Travel and subsistence payments to each workman needed to execute the Work shall be made as
such travel and subsistence payments are defined in the applicable collective bargaining agreements
filed in accordance with Section 1773.8 of the Labor Code.
The County will not recognize any claim for additional compensation because of the payment by
the Contractor of any wage rate in excess of the prevailing wage rate set forth in the Contract. The
possibility of wage increases is one of the elements to be considered by the Contractor in
determining his bid, and will not under any circumstances be considered as the basis of a claim
against the County on the Contract.

Pursuant to Section 1725.5 of the Labor Code, a contractor shall be registered 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.

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

C005708B Page 9 of 47 Page 9 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

Contract Code, provided the contractor is registered to perform public work pursuant to Section
1725.5 at the time the contract is awarded.

The County will not accept a bid nor enter any contract or subcontract without proof of the
contractor or subcontractor‟s current registration to perform public work pursuant to Section
1725.5.

Any job orders issued under this Contract may be subject to compliance monitoring and
enforcement by the Department of Industrial Relations. The prime contractor shall post job site
notices, as prescribed by regulation. Each contractor and subcontractor shall furnish the records
specified in Section 1776 directly to the Labor Commissioner.
The Contractor and subcontractors shall comply with Section 1777.6 which stipulates that it shall
be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on
the grounds of race, religious creed, color, national origin, ancestry, sex, or age, except as provided
in Section 3077.
27. Wage Rate Penalty: Pursuant to the provisions of the Labor Code Section 1775, the Contractor
shall forfeit to the County, as a penalty, the sum of Twenty-five Dollars ($25) for each calendar day,
or portion thereof, for each laborer, worker, or mechanic employed, paid less than the stipulated
prevailing rates for Work done under this Contract, by Contractor or by subcontractors, in violation
of the provisions of this Contract.
28. Payroll Records: CONTRACTOR and any Subcontractor(s) shall comply with the requirements of
Labor Code Section 1776. Such compliance includes the obligation to furnish the records specified
in Section 1776 directly to the Labor Commissioner in an electronic format, or other format as
specified by the Commissioner, in the manner provided by Labor Code Section 1771.4.

The requirements of Labor Code Section 1776 provide in part:


1.1.1. CONTRACTOR and any Subcontractor(s) performing any portion of the work under this
Contract shall keep an accurate record, 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 CONTRACTOR or any Subcontractor(s) in connection with the work.
1.1.2. 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:
(a) The information contained in the payroll record is true and correct.
(b) The employer has complied with the requirements of Labor Code Sections 1771, 1811,
and 1815 for any work performed by his or her employees in connection with the
Contract.
1.1.3. The payroll records shall be certified and shall be available for inspection at the principal
office of CONTRACTOR on the basis set forth in Labor Code Section 1776.
1.1.4. CONTRACTOR shall inform COUNTY of the location of the payroll records, including the
street address, city and county, and shall, within five working days, provide a notice of any
change of location and address of the records.
1.1.5. Pursuant to Labor Code Section 1776, CONTRACTOR and any Subcontractor(s) shall have
10 days in which to provide a certified copy of the payroll records subsequent to receipt of a
written notice requesting the records described herein. In the event that CONTRACTOR or
any Subcontractor fails to comply within the 10-day period, he or she shall, as a penalty to
COUNTY, forfeit $100, or a higher amount as provided by Section 1776, for each calendar
day, or portion thereof, for each worker to whom the noncompliance pertains, until strict

C005708B Page 10 of 47 Page 10 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

compliance is effectuated. CONTRACTOR acknowledges that, without limitation as to


other remedies of enforcement available to COUNTY, upon the request of the Division of
Apprenticeship Standards or the Division of Labor Standards Enforcement of the California
Department of Industrial Relations, such penalties shall be withheld from progress
payments then due CONTRACTOR. CONTRACTOR is not subject to a penalty
assessment pursuant to this section due to the failure of a Subcontractor to comply with this
section.

CONTRACTOR and any Subcontractor(s) shall comply with the provisions of Labor Code Sections
1771 et seq., and shall pay workers employed on the Contract not less than the general prevailing
rates of per diem wages and holiday and overtime wages as determined by the Director of Industrial
Relations. CONTRACTOR shall post a copy of these wage rates at the job site for each craft,
classification, or type of worker needed in the performance of this Contract, as well as any
additional job site notices required by Labor Code Section 1771.4(b). Copies of these rates are on
file at the principal office of COUNTY‟s representative, or may be obtained from the State Office,
Department of Industrial Relations (“DIR”) or from the DIR‟s website at www.dir.ca.gov. If the
Contract is federally funded, CONTRACTOR and any Subcontractor(s) shall not pay less than the
higher of these rates or the rates determined by the United States Department of Labor.
29. Work Hour Penalty: Eight hours of labor constitute a legal day's Work, and forty hours constitute
a legal week's Work. Pursuant to Section 1813 of the Labor Code of the State of California, the
Contractor shall forfeit to the County Twenty Five Dollars ($25) for each worker employed in the
execution of this Contract by the Contractor or by any subcontractor for each calendar day during
which such worker is required or permitted to Work more than the legal day's or week's Work,
except that Work performed by employees of said Contractor and subcontractors in excess of the
legal limit shall be permitted without the foregoing penalty upon the payment of compensation to
the workers for all hours worked in excess of eight hours per day of not less than 1-1/2 times the
basic rate of pay.

30. Registration of Contractors: All contractors and subcontractors must comply with the
requirements of Labor Code Section 1771.1(a), pertaining to registration of contractors pursuant to
Section 1725.5. Bids cannot be accepted from unregistered contractors except as provided in
Section 1771.1. This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations. After award of the contract, CONTRACTOR and each
Subcontractor shall furnish electronic payroll records directly to the Labor Commissioner in the
manner specified in Labor Code Section 1771.4
31. Withholding of Wage Differentials: The County may withhold from the Contractor as much of
any accrued payments as may be necessary to pay laborers, craft workmen and mechanics employed
on the Project any difference between the rate of wages required to be paid pursuant to California
law and the rate of wages actually paid to such laborers, craft workmen and mechanics.
32. Craft Labor Time Records: The Contractor shall keep full, true and accurate records of the names
and actual hours worked by the respective workers and laborers employed under this Contract in
accordance with California Labor Code and shall allow access to the same any reasonable hour to
the County, its agents or representatives and to any person having the authority to inspect the same
as contemplated under the provisions of said California Labor Code, or when requested by the
County.
Eight (8) hours of labor shall constitute a legal day‟s Work. The Contractor shall comply with
Labor Code regarding legal day‟s Work and overtime.
33. Non-Discrimination: In the performance of the terms of this Contract, Contractor agrees that he
will not engage in nor permit such subcontractors as he may employ to engage in discrimination
against any employee or applicant for employment on the basis of race, sex, color, religion,

C005708B Page 11 of 47 Page 11 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

ancestry, national origin, marital status, age or as an otherwise qualified handicapped individual.
This prohibition shall pertain to employment, upgrading, demotion, or transfer; recruitment
advertising; layoff or termination; rates of pay and other forms of compensation; selection for
training, including apprenticeship; and any other action or inaction pertaining to employment
matters.
34. Assignment Of Antitrust Actions: In accordance with Public Contract Code, Section 7103.5, by
entering into this Contract or into a subcontract to supply goods, services, or materials pursuant to
this Contract, the Contractor, or subcontractor, offers and agrees to assign to the County all rights,
title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15
U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2
of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or
materials pursuant to this Contract or the subcontract. This assignment shall be made and become
effective at the time the County tenders final payment to the Contractor, without further
acknowledgment by the parties. The Contractor shall cause to be inserted in any such subcontract
stipulations to effectuate this Clause and the provisions of Public Contract Code, Section 7103.5.
35. Substituted Security: In accordance with Section 22300 of the Public Contract Code, the County
will, at the request and expense of the Contractor, accept securities equivalent to any amount
withheld by the County to ensure performance under this Contract, including, but not limited to, the
amount withheld under Attachment B, Paragraph IV of the Contract. Such substituted security must
meet the requirements of said Section 22300, and shall be deposited with a California or federally
chartered bank as escrow agent. The security shall be held by the escrow agent subject to a written
escrow agreement between County, Contractor, and escrow agent, which Contract shall be in a for
substantially similar to that contained in Public Contract Code, Section 22300.
36. Apprentices: The Contractor shall familiarize himself with the provisions of Section 1777.5 of the
Labor Code regarding employment of apprentices, and shall be responsible for compliance
therewith, including compliance by his subcontractors.
Contractor agrees to comply with the provisions of Labor Code Section 1777.5 and any other
applicable laws or regulations, including but not limited to, 8 California Code of Regulations,
Section 230.1(A), pertaining to apprentices. Section 1777.5 shall 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).
Contractor and subcontractor shall comply with Section 1777.6 of the Labor Code which stipulates
that an employer or a labor union shall not refuse to accept otherwise qualified employees as
registered apprentices on any public works on any basis listed in subdivision (a) of Section 12940
of the Government Code, as those bases are defined in Sections 12926 and 12926.1 of the
Government Code, except as provided in Section 3077 of the Labor Code and Section 12940 of the
Government Code.
37. Liquidated Damages: Timely Completion of services provided under this Contract is of the
essence. Should the Contractor fail to substantially complete the Work specified in the Job Order in
accordance with the approved construction schedule, and provided the Contractor has not
previously obtained a written extension of time from the County in accordance with this Contract, a
sum appropriate with the following schedule may be deducted from each succeeding request for
payment as liquidated damages on each Job Order if applicable.
Schedule for Liquidated Damages
Job Order price Liquidated damages per day
Up to $100,000 $500
Greater Than $100,000 $1,000

C005708B Page 12 of 47 Page 12 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

A. The applicability of liquidated damages shall be clearly noted on the Request for Quote for
each Job Order. No liquidated damages shall apply if not noted on the Request for Quote. If
the Contractor fails to complete any part of the Work in accordance with the Work duration
schedule, the County agrees to have the right to complete that part of the Work it deems
necessary in order to maintain the Work duration schedule. All direct and indirect costs of
such Work shall be paid by the Contractor.
38. Material, Workmanship, and Acceptance:
A. Where materials are specified by reference to standard specifications of the American Society
for Testing Materials (A.S.T.M.), Federal Specifications, or others, all applicable provisions
of the designated specifications shall be considered as forming a part of the Contract
documents to the same force and effect as if repeated therein.
B. All Work under this Contract shall be performed in a skillful and workmanlike manner. OC
Public Works may, in writing, require the Contractor to remove from the Work any employee
County Project Manager deems incompetent, careless, or otherwise objectionable.
C. The Contractor shall, without charge, replace any material or correct any workmanship found
by OC Public Works not to conform to the Contract requirements, unless in the public interest
OC Public Works consents to accept such material or workmanship with an appropriate
adjustment in Contract price. The Contractor shall promptly segregate and remove rejected
material from the premises.
D. If the Contractor does not promptly replace rejected material or correct rejected workmanship,
the County (1) may, by Contract or otherwise, replace such material or correct such
workmanship and charge the cost thereof to the Contractor, or (2) may terminate the
Contractor's right to proceed.
E. Unless otherwise provided in this Contract, acceptance by the County shall be accomplished
by recordation of Notice of Completion which shall be made as promptly as practicable after
completion and inspection of all Work required by this Contract. Acceptance shall be final
and conclusive except as regards latent defects, fraud, or such gross mistakes as may amount
to fraud, or as regards the County's rights under any warranty or guarantee. Informal
procedures such as "punch lists" are not to be deemed final or conditional acceptance.
39. Subcontracts:
A. List of Subcontractors: Contractor shall list all Subcontractors, as part of the Quote, as
provided for in Attachment A, ordering procedures.
B. Licensed Subcontractors: Each subcontractor selected for the Work shall be licensed in the
State of California in his particular field.
C. Transactions: Transactions with subcontractors shall be made through the Contractor except
when in emergency situations the General Contractor is not readily available, in which case
detailed instructions will be transmitted to subcontractors directly.
D. Responsibility: Contractor shall be fully responsible to the County for the acts and omissions
of subcontractors and all persons directly or indirectly employed by them as he is for the acts
and omissions of himself and of persons-directly or indirectly employed by him and shall pay
each subcontractor promptly the amount allowed Contractor on account of such
subcontractor's Work to the extent of such subcontractor's interest therein.
E. Contractual Relations: Nothing contained in this Contract shall create any contractual
relations between County and a subcontractor.

C005708B Page 13 of 47 Page 13 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

40. Drawings And Specifications:


A. Checking: The Contractor shall check all drawings and owner supplied specifications
furnished him immediately, for individual Job Orders, upon their receipt and shall promptly
notify the County of any discrepancies. Figures marked on drawings shall in general be
followed in preference to scale measurements. Large-scale drawings shall in general govern
small-scale drawings. Door, finish hardware; etc., schedules shall govern over drawings. The
Contractor shall compare all drawings and verify the figures before laying out the Work and
will be responsible for any errors, which might have been avoided thereby. When
measurements are affected by conditions already established, the Contractor shall take
measurements notwithstanding the giving of scale or figure dimensions in the drawings.
Anything mentioned in the specifications and not shown on the drawings, or shown on the
drawings and not mentioned in the specifications, shall be of like effect as if shown or
mentioned in both.
B. Omissions and Mis-descriptions: Omissions from the drawings or specifications, or the mis-
description of details of Work which are manifestly necessary to carry out the intent of the
drawings and specifications, or which are customarily performed, shall be called to the
attention of the County as soon as possible. The County shall promptly notify the Contractor
of the correction or addition to be made. In the event the omission or misdirection is
substantial and the custom of the trade or industry does not require the Contractor to perform
the Work without issuance of an additional Job order. Any adjustment by the Contractor
without written determination shall be at Contractor‟s own risk and expense.
C. Conflicting Information: In case of conflict between sections of the specifications and/or the
drawings, the Contractor shall call this to attention of the County and ask for clarification,
which is to be documented within the Job Order.
D. Drawings and Specifications at the Site: The Contractor shall keep available at the site for
ready reference a complete set of all Contract drawings, details, supplementary drawings,
approved shop drawings, a complete copy of the specifications with all addenda, bulletins,
amendments, and copies of project correspondence. The Contractor shall maintain on the site
a complete "as-built" record set of drawings. In addition, the Contractor shall keep on the site
a copy of each manufacturer's current printed recommendations. Contractor shall also submit
a copy to the County.
E. Deviations: Deviations from the drawings and the dimensions therein given, whether or not
error is believed to exist, shall be made only after written authority is obtained from the
County, and shall be documented within the Detailed Scope of Work for the specific Job
Order.
F. Technical Specifications: The Technical Specifications furnished on the CD are intended to
establish the standards for quality, performance and technical requirements for all labor,
workmanship, material, methods and equipment necessary to complete the Work. When
specifications and drawings are provided or referenced by the County, these are to be
considered part of the Scope of Work, and to be specifically documented in the Detailed
Scope of Work. For convenience, the County supplied specifications, if any, and the
Technical Specifications furnished on the CD.
41. Division of the Specifications:
A. For convenience, these specifications are arranged in several divisions and sections, but such
separations shall not be considered as the limits of the Work required for any subcontract or
trade; the terms and conditions of such limitations are wholly between the Contractor and his
subcontractors, and the County will not be responsible for any division of Work by
subcontractors. The Contractor will be solely responsible for all subcontract arrangements of
Work regardless of the location of provisions in the specifications.

C005708B Page 14 of 47 Page 14 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

B. Schedules of Work included in the sections, where listed, are given for convenience only, and
shall not be considered as a comprehensive list of items or Work necessary to complete the
Work of any section.
C. Where devices or items or parts thereof are referred to in the singular, it is intended that such
reference shall apply to as many such devices, items, or parts as are required to properly
complete the Work.
D. Each section of the specifications is covered by applicable requirements of the Contract
documents and other related sections as if therein written.
42. Site Conditions:
A. Existing Site Conditions: Information with respect to the site of the Work given in drawings
or specifications has been obtained by County's representatives and is believed to be
reasonably correct, but the County does not warrant either the completeness or accuracy of
such information, and it is the responsibility of the Contractor to verify all such information.
B. Changed Conditions: The Contractor shall promptly, and before such conditions are
disturbed, notify the County Project Manager in writing of:
i. Subsurface or latent physical conditions at the site differing materially from those
indicated in this Contract, or
ii. Unknown physical conditions at the site, of an unusual nature, differing materially from
those ordinarily encountered and generally recognized as inherent in Work of the
character provided for in this Contract.
iii. Material that the Contractor believes may be material that is hazardous waste, as
defined in Section 25117 of the Health and Safety Code that is required to be removed
to a Class I, Class II or Class III disposal site in accordance with provisions of existing
law.
iv. County Project Manager will promptly investigate the conditions, and if, as a result,
finds that such conditions do so materially differ and cause an increase or decrease in
the Contractor's cost of, or the time required or performance of this Contract, an
equitable adjustment in accordance with section 17 above, and Articles 32 and 46, shall
be made and the Contract modified in writing accordingly. Any claim of the Contractor
for adjustment hereunder shall not be allowed unless he has given notice as above
required.
In the event that a dispute arises between the County and the Contractor whether the
conditions materially differ, or involve hazardous waste, or cause a decrease or increase
in the Contractor‟s cost of, or, time required for, performance of any part of the Work,
the Contractor shall not be excused from any scheduled completion date provided for
by the Contract, but shall proceed with all Work to be performed under the Contract.
The Contractor shall retain any and all rights provided either by Contract or by law
which pertain to the resolution of disputes and protests between the contracting parties.
C. Public Utility Facilities on Project Site: Pursuant to Government Code, Section 4215, the
Contractor shall be compensated for the costs of locating and repairing damage not due to
failure of Contractor to exercise reasonable care, and removing, relocating existing or
protecting existing main or trunkline utility facilities located on the Contract construction site
and not identified in the plans or specifications with reasonable accuracy. This will be
accomplished by the issuance of a separate Job Order. The payment of this is full
compensation for all Contractor‟s cost.

C005708B Page 15 of 47 Page 15 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

D. Space at Site: The Contractor shall be allowed reasonable space at the site of the Work as
available and access thereto and shall confine his operations to the space assigned. The Work
shall be done without interference with the ordinary use of streets, berthing places, fairways,
and passages. The Contractor shall cooperate with other Contractors of the County and shall
not commit or permit any act which will interfere with the performance of Work by any other
Contractor or employees of the County whether at the site or not.
E. Facility Security: Contractor shall keep all doors locked while working in any buildings on
the site. Keys shall not be left in the doors. Contractor shall not admit any person into the
building that is not a direct employee of the Contractor and not actively engaged in
performance of the Work. Contractor shall restrict access to the areas of the facility not
specifically included in this Contract for construction services. The Contractor shall check all
windows and doors for proper closure and locking, extinguish all lights except master security
lighting, and then reactivate the security system (if applicable) prior to leaving the facility.
F. Security System: The site and the Work area may be protected by limited access security
systems. An initial access code number will be issued to the Contractor by the County.
Thereafter, all costs for changing the access code due to changes in personnel or required
substitution of contracts shall be paid by the Contractor and may be deducted from payments
due or to become due to the Contractor. Furthermore, any alarms originating from the
Contractor‟s operations shall also be paid by the Contractor and may be deducted from
payments due or to become due to the Contractor.
G. Secured Facilities: For specific Job Orders, the work may be conducted at secured County
facilities. As a requirement to work in these Facilities, all Contractor employees, including
all subcontractor employees, must obtain a security clearance. If security clearances are
required, this will be discussed at the Joint Scope meeting. At the Joint Scope meeting, all
requirements and forms will be provided by the County Project Manager. Also, the
requirement to obtain the clearances will be incorporated in the Job Order Schedule. All costs
to obtain clearances are the responsibility of the Contractor.
H. Employee Acceptability: If required by a specific Job Order, prior to commencing any
construction at the site, Contractor shall obtain security clearances of all persons and/or
entities it intends to employ. During the life of a Job Order, Contractor shall remove and
replace any employee working on this project when requested to do so by the County.
43. Beneficial Occupancy:
A. The County may, at any time, and from time to time, during the performance of the Work,
enter the structure for the purpose of installing any necessary Work by County labor of other
contracts, and for any other purpose in connection with the installation of facilities. In doing
so, the County shall endeavor not to interfere with the Contractor and the Contractor shall not
interfere with other Work being done by or on behalf of the County.
B. If, prior to completion and Final Acceptance of all the Work under a specific Job Order, the
County takes possession of any structure (whether completed or otherwise) comprising a
portion of that Project with the intent of retaining possession thereof (as distinguished from
temporary possession contemplating the return to the Contractor), then, while the County is in
possession of the same, the Contractor, notwithstanding its normal responsibilities, shall be
relieved of liability for loss or damage to structure other than that resulting from the
Contractor's fault or negligence. Such taking of possession by the County shall not relieve the
Contractor from any provisions of this Contract respecting such structure, other than to the
extent specified in the preceding sentence, nor constitute a final acceptance of such structure.

C005708B Page 16 of 47 Page 16 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

44. Contract Disputes:


A. In the event of a dispute between the Parties as to performance of the Work, the interpretation
of this Contract, or payment or nonpayment for Work performed, the parties shall attempt to
resolve the dispute. Pending resolution of the dispute, the Contractor shall continue the Work
diligently to completion as directed by OC Public Works. If the dispute is not resolved, the
Contractor agrees he will neither rescind this Contract nor stop the progress of the Work. All
construction claims of Three Hundred Seventy Five Thousand Dollars ($375,000) or less
between the Contractor and the County shall be resolved in accordance with the provisions of
Division 2, Part 3, Chapter 1, Article 1.5 of the Public Contract Code of the State of
California. Contractor's sole remedy for construction claims of more than Three Hundred
Seventy Five Thousand Dollars ($375,000) will be to submit such controversy to
determination by a court of the State of California in Orange County, California, having
competent jurisdiction of the dispute, after the project has been completed and not before.
B. Notwithstanding the foregoing, with respect to any dispute involving a claim by the
Contractor for additional compensation, Contractor shall submit such claim in writing to OC
Public Works promptly as the alleged facts giving rise to, or the alleged bases for, the claim
become known to the Contractor; any such claim not promptly so submitted to OC Public
Works shall be deemed waived; and in no event shall a claim for additional compensation be
asserted or be assertable after completion or cessation of the Work.
45. Notices: Any and all notices, requests demands and other communications contemplated, called for,
permitted, or required to be given hereunder shall be in writing, except through the course of the
County‟s Project Manager and Contractor‟s Project Manager routine exchange of information and
cooperation during the terms of the Work and services. Any written communications shall be
deemed to have been duly given upon actual in-person delivery, if delivery is by direct hand, or
upon delivery on the actual day of receipt or no greater than four calendar days after being mailed
by US certified or registered mail, return receipt requested, postage prepaid, whichever occurs first.
The date of mailing shall count as the first day. All communications shall be addressed to the
appropriate Party at the address stated herein or such other address as the Parties hereto may
designate by written notice from time to time in the manner aforesaid.
County: OC Public Works/OC Facilities
Attn: Steve Johsz, Contract Administrator
1143 E. Fruit Street
Santa Ana, CA 92701
714-667-4918
Stephen.Johsz@ocpw.ocgov.com
cc: OC Public Works/ Procurement Services
Attn: Anni Cerda, DPA
300 N. Flower Street, 8th Floor
Santa Ana, CA 92703
714-667-9623
Anita.Cerda@ocpw.ocgov.com
Contractor: Harry H Joh Construction
Attn: Harry Joh
7303 Somerset Blvd.
Paramount, CA 90723
562-630-3348
harry@hjconst.com

C005708B Page 17 of 47 Page 17 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

46. Governing Law and Venue: This Contract has been negotiated and executed in the State of
California and shall be governed by and construed under the laws of the State of California. In the
event of any legal action to enforce or interpret this Contract, the sole and exclusive venue shall be a
court of competent jurisdiction located in Orange County, California, and the Parties hereto agree to
and do hereby submit to the jurisdiction of such court, notwithstanding Code of Civil Procedure
section 394. Furthermore, the Parties specifically agree to waive any and all rights to request that
an action be transferred for trial to another County.
47. Entire Contract: This Contract, including Attachments, which are attached hereto and
incorporated herein by this reference, when accepted by the Contractor either in writing or by the
shipment of any article or other commencement of performance hereunder, contains the entire
Contract between the Parties with respect to the matters herein and there are no restrictions,
promises, warranties or undertakings other than those set forth herein or referred to herein. No
exceptions, alternatives, substitutes or revisions are valid or binding on County unless authorized by
County in writing. Electronic acceptance of any additional terms, conditions or supplemental
Contracts by any County employee or agent, including but not limited to installers of software, shall
not be valid or binding on County unless accepted in writing County‟s Purchasing Agent or his
designee.
48. Amendments: No alteration or variation of the terms of this Contract shall be valid unless made in
writing and signed by the Parties; no oral understanding or agreement not incorporated herein shall
be binding on either of the Parties; and no exceptions, alternatives, substitutes or revisions are valid
or binding on County unless authorized by County in writing.
49. Taxes: Unless otherwise provided herein or by law, price quoted does not include California state
sales or use tax.
50. Warranty Work: Failure by the Contractor to take corrective action within twenty four (24) hours
after personal or telephonic notice by the County's OC Public Works on items affecting essential
use of the facility, safety or the preservation of property, and within ten (10) calendar days
following written notice on other deficiencies, will result in the County taking whatever corrective
action it deems necessary. All costs resulting from such action by the County will be claimed
against Contractor or, if necessary, the Contractor's Performance Bond.
51. Patent Infringement:
A. The Contractor shall report to OC Public Works, promptly and in reasonable detail, each
notice or claim of patent infringement based on the performance of this Contract of which the
Contractor has knowledge.
B. In the event of any suit against the County, or any claim against the County made before suit
has been instituted, on account of any alleged patent infringement arising out of the
performance of this Contract, or out of the use of any supplies furnished or Work or services
performed hereunder, the Contractor shall, at his own expense, furnish to the County, upon
request, all evidence and information in possession of the Contractor pertaining to such suit or
claim. The Contractor further agrees to indemnify, defend with counsel approved in writing
by County and hold harmless the County against any and all claims or lawsuits based upon
such patent infringement, to defend such suits, and to pay any judgment rendered against
County, its employees, or the Board of Supervisors.
52. Assignment: Neither the Contract nor any portion thereof may be assigned by the Contractor
without the expressed permission of the County. Claims for monies due or to become due the
Contractor from the County under this Contract may be assigned, with the written consent of the
County Purchasing Agent or designee, to a bank, trust company, or other financing institution and
may thereafter be further assigned or reassigned to any such institution. To effect such assignments,

C005708B Page 18 of 47 Page 18 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

the Contractor, or his assignee, shall submit a written request to the County Project Manager
enclosing a letter from the proposed assignee indicating that it will accept such assignment. Any
attempted assignment contrary to the provisions of this paragraph shall be void.
53. Termination For Cause & Damages For Delay:
A. If the Contractor refuses or fails to prosecute the Work with such diligence as will insure its
completion within the time specified in this Contract or any extension thereof, or fails to
complete said Work within such time, the County Project Manager may, by written notice to
the Contractor, terminate his right to proceed with the Project or such part of the Project as to
which there has been delay. In such event, the County may take over the Project and
prosecute the same to completion, by Contract or otherwise, and may take possession of and
utilize in completing the Project such materials, appliances, and plant as may be on the site of
the Project and necessary therefore. Whether or not the Contractor's right to proceed with the
Project is terminated, he and his sureties shall be liable for any damage to the County
resulting from his refusal or failure to complete the Project within the specified time.
B. If fixed and agreed liquidated damages are provided in the Contract and if the County takes
over the Project or otherwise incurs damages as a result of Contractor‟s default, the resulting
damage will consist of such liquidated damages until such reasonable time as may be required
for final completion of the Project together with any increased costs occasioned the Project in
completing the Project as well as any other damages incurred by County.
C. The Contractor's right to proceed shall not be so terminated nor the Contractor charged with
resulting damage if:
i. The delay in the completion of the Project arises from causes beyond the control and
without the fault or negligence of the Contractor, including, but not restricted to, acts of
God, acts of the public enemy, acts of the County, acts of another contractor in the
performance of a Contract with the County, fires, floods, epidemics, quarantine
restrictions, strikes, freight embargoes, other than normal weather, or delays of
subcontractors or suppliers arising from causes beyond the control and without the fault
or negligence of both the Contractor and such subcontractors or suppliers; and
ii. The Contractor, within ten days from the beginning of any such delays (unless OC
Public Works grants a further period of time before the date of final payment under the
Contract), notifies OC Public Works in writing of the causes of delay.
iii. OC Public Works shall ascertain the facts and the extent of the delay and extend the
time for completing the Project when, in its judgment, the delay is justified. OC Public
Works shall make written findings, and the findings of fact shall be final and conclusive
on the parties, subject only to as the procedures provided in Article 43 of these Articles.
D. The rights and remedies of the County provided in this Clause are in addition to any other
rights and remedies provided by law or under this Contract.
54. Termination for Convenience of the County: Notwithstanding any other provision of the
Contract, the County may, at any time, and without cause, terminate this Contract in whole or in
part, upon not less than seven (7) days' written notice to the Contractor. Such termination shall be
effected by delivery to the Contractor of a notice of termination specifying the effective date of the
termination and the extent of the Work to be terminated. The Contractor shall immediately stop
Work in accordance with the notice and comply with any other direction as may be specified in the
notice or as provided subsequently by the County. The County shall pay the Contractor for the
Work completed prior to the effective date of the termination and such other payment Contractor is
entitled to under Attachment A, section III. “Performance Requirements” and such payment shall be
Contractor's sole remedy under this Contract. Under no circumstances will the Contractor be

C005708B Page 19 of 47 Page 19 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

entitled to anticipatory or unearned profits, consequential damages, or other damages of any sort as
a result of a termination or partial termination under this Paragraph. The Contractor shall insert in
all subcontracts that the sub-consultant shall stop Work on the date of and to the extent specified in
a notice of termination, and shall require sub-consultant‟s to insert the same condition in any lower
tier subcontracts.
55. Consent to Breach Not Waiver: No term or provision of this Contract shall be deemed waived
and no breach excused, unless such waiver or consent shall be in writing and signed by the Party
claimed to have waived or consented. Any consent by any Party to, or waiver of, a breach by the
other, whether express or implied, shall not constitute consent to, waiver of, or excuse for any other
different or subsequent breach.
56. Remedies Not Exclusive: The remedies for breach set forth in this Contract are cumulative as to
one another and as to any other provided by law, rather than exclusive; and the expression of certain
remedies in this Contract does not preclude resort by either Party to any other remedies provided by
law.
57. Independent Contractor: Contractor shall be considered an independent Contractor and neither
the Contractor, its subcontractors, employees, nor anyone working for Contractor under this
Contract shall be considered an agent or an employee of County. Neither the Contractor, employees
nor anyone working for the Contractor under this Contract shall qualify for workers‟ compensation
or other fringe benefits of any kind through County.
58. Performance: Contractor shall perform all Work under this Contract, taking necessary steps and
precautions to perform the Work to County‟s satisfaction. Contractor shall be responsible for the
professional quality, technical assurance, timely completion and coordination of all documentation
and other goods/services furnished by the Contractor under this Contract. Contractor shall perform
all Work diligently, carefully, and in a good and workman-like manner; shall furnish all labor,
supervision, machinery, equipment, materials, and supplies necessary therefore; shall at its sole
expense obtain and maintain all permits and licenses required by public authorities, including those
of County required in its governmental capacity, in connection with performance of the Work; and,
if permitted to subcontract, shall be fully responsible for all Work performed by subcontractors.

59. Insurance Provisions: Prior to the provision of services under this Contract, the Contractor agrees
to purchase all required insurance at Contractor‟s expense, including all endorsements required
herein, necessary to satisfy the County that the insurance provisions of this Contract have been
complied with. Contractor agrees to keep such insurance coverage, Certificates of Insurance, and
endorsements on deposit with the County during the entire term of this Contract. In addition, all
subcontractors performing work on behalf of Contractor pursuant to this Contract shall obtain
insurance subject to the same terms and conditions as set forth herein for Contractor. The County
reserves the right to request the declarations pages showing all endorsements and a complete
certified copy of the policy. In addition, all subcontractors performing work on behalf of Contractor
pursuant to this Contract shall obtain insurance subject to the same terms and conditions as set forth
herein for Contractor.

Contractor shall ensure that all subcontractors performing work on behalf of Contractor pursuant to
this Contract shall be covered under Contractor's insurance as an Additional Insured or maintain
insurance subject to the same terms and conditions as set forth herein for Contractor. Contractor
shall not allow subcontractors to work if subcontractors have less than the level of coverage
required by County from Contractor under this Contract. It is the obligation of Contractor to
provide notice of the insurance requirements to every subcontractor and to receive proof of
insurance prior to allowing any subcontractor to begin work. Such proof of insurance must be
maintained by Contractor through the entirety of this Contract for inspection by County
representative(s) at any reasonable time.

C005708B Page 20 of 47 Page 20 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

All self-insured retentions (SIRs) or deductibles shall be clearly stated on the Certificate of
Insurance. If no deductibles or SIRs apply, indicate this on the Certificate of Insurance with a zero
(0) by the appropriate line of coverage. Any deductible or self-insured retention (SIR) in an amount
in excess of $25,000 ($5,000 for automobile liability), which shall specifically be approved by the
County Executive Office (CEO)/Office of Risk Management upon review of Contractor‟s current
audited financial report. Contractor shall be responsible for reimbursement of any deductible to the
insurer. Any self-insured retentions (SIRs) or deductibles shall be clearly stated on the Certificate
of Insurance. Upon notice of any actual or alleged claim or loss arising out of subcontractor‟s work
hereunder, subcontractor shall immediately satisfy in full the SIR provisions of the policy in order
to trigger coverage for the Contractor and Additional Insureds.

If the Contractor fails to maintain insurance acceptable to the County for the full term of this
Contract, the County may terminate this Contract.

Qualified Insurer

The policy or policies of insurance must be issued by an insurer with a minimum rating of A-
(Secure A.M. Best's Rating) and VIII (Financial Size Category as determined by the most current
edition of the Best's Key Rating Guide/Property-Casualty/United States or ambest.com). It is
preferred, but not mandatory, that the insurer be licensed to do business in the state of California
(California Admitted Carrier).

If the insurance carrier does not have an A.M. Best Rating of A-/VIII, the CEO/Office of Risk
Management retains the right to approve or reject a carrier after a review of the company's
performance and financial ratings.

The policy or policies of insurance maintained by the Contractor shall provide the minimum limits
and coverage as set forth below:

Coverage Minimum Limits


Commercial General Liability $3,000,000 per occurrence
$3,000,000 aggregate

Automobile Liability including coverage $1,000,000 per occurrence


for owned, non-owned and hired vehicles

Workers‟ Compensation Statutory


Employers‟ Liability Insurance $1,000,000 per occurrence

Required Coverage Forms


The Commercial General Liability coverage shall be written on Insurance Services Office (ISO)
form CG 00 01, or a substitute form providing liability coverage at least as broad.
The Business Auto Liability coverage shall be written on ISO form CA 00 01, CA 00 05, CA 00 12,
CA 00 20, or a substitute form providing liability coverage as broad.
Required Endorsements
The Commercial General Liability policy shall contain the following endorsements, which shall
accompany the Certificate of Insurance:
1)An Additional Insured endorsement using ISO form CG 2010 or CG 2033 or a form at least as
broad naming the County of Orange, its elected and appointed officials, officers, employees and
agents as Additional Insureds.

C005708B Page 21 of 47 Page 21 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

2)A primary non-contributing endorsement evidencing that the Contractor‟s insurance is primary
and any insurance or self-insurance maintained by the County of Orange shall be excess and non-
contributing.
3)A Products and Completed Operations endorsement using ISO Form CG2037 (ed. 10/01) or a
form at least as broad, or an acceptable alternative is the ISO from CG2010 (ed. 11/85).
The Workers‟ Compensation policy shall contain a waiver of subrogation endorsement waiving all
rights of subrogation against the County of Orange, its elected and appointed officials, officers,
employees and agents when acting within the scope of their appointment or employment.
All insurance policies required by this Contract shall waive all rights of subrogation against the
County of Orange, its elected and appointed officials, officers, employees and agents when acting
within the scope of their appointment or employment
Contractor shall notify County in writing within thirty (30) days of any policy cancellation and ten
(10) days for non-payment of premium and provide a copy of the cancellation notice to County.
Failure to provide written notice of cancellation may constitute a material breach of the Contract,
upon which the County may suspend or terminate this Contract.
The Commercial General Liability policy shall contain a severability of interests clause (standard in
the ISO CG 001 policy).
Insurance certificates should be forwarded to the agency/department address listed on the
solicitation.
If the Contractor fails to provide the insurance certificates and endorsements within seven (7) days
of the notification by CEO/Purchasing or the agency/department purchasing division, award may be
made to the next qualified Contractor.

County expressly retains the right to require Contractor to increase or decrease insurance of any of
the above insurance types throughout the term of this Contract. Any increase or decrease in
insurance will be as deemed by County of Orange Risk Manager as appropriate to adequately
protect County.

County shall notify Contractor in writing of changes in the insurance requirements. If


Contractor does not deposit copies of acceptable certificates of insurance and endorsements
with County incorporating such changes within thirty days of receipt of such notice, this
Contract may be in breach without further notice to Contractor, and County shall be entitled to
all legal remedies.

The procuring of such required policy or policies of insurance shall not be construed to limit
Contractor's liability hereunder nor to fulfill the indemnification provisions and requirements of
this Contract, nor in any way to reduce the policy coverage and limits available from the
insurer.
59. Bonds: The Contractor shall furnish, at time of signing the Contract, one surety bond which shall
protect the laborers and material men and shall be for 100 percent of the amount of the Contract, in
accordance with Section 3248 of the Civil Code, and one surety bond in the amount of 100 percent
of the Contract, guaranteeing the faithful performance of the Contract; said bonds to be first
approved by the office of the County Counsel and the County Executive Office of Orange County.
Such bonds shall be the forms provided in these specifications and issued and executed by an
admitted surety insurer (authorized to transact surety insurance in California). (e.g., if the bonds are
issued through a surplus line broker, both the surplus line broker and the insurer with whom he is
doing business for purposes of this project must be licensed in California to issue such bonds.)
The faithful performance bond shall be issued by a Surety company with a minimum insurance
rating of A- (Secure Best‟s Rating) and VIII (Financial Size Category) as determined by the most

C005708B Page 22 of 47 Page 22 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

current edition of the Best‟s Key Rating Guide/Property-Casualty/United States or ambest.com.


The Surety Company must also be authorized to write in California by the Department of the
Treasury, and must be listed on the most current edition of the Department of Treasury‟s Listing of
Approved Securities.
If any surety upon any bond furnished in connection with this Contract becomes unacceptable to the
County, or if any such surety fails to furnish reports as to his financial condition from time to time
as requested by OC Public Works, the Contractor shall promptly furnish such additional security as
may be required by OC Public Works or the Board of Supervisors from time to time to protect the
interests of the County and of persons supplying labor or materials in the prosecution of the Work
contemplated by this Contract.
If the County increases the total Contract amount the Contractor is to provide a new bond for the
new total Contract amount or a bond for the difference.
60. Charges, Fines, Penalties and Assessments: Contractor shall be responsible for any and all
charges, fines, penalties, and/or assessments levied against the County by any governmental entity,
administrative or regulatory agency having jurisdiction, resulting from any action or omission of the
Contractor, Contractor's subcontractor, suppliers, and/or employees, unless due to the sole and
active negligence of the County. County is authorized to deduct any such charge, fine penalty, or
assessment from any payment County is otherwise required to make to Contractor.
If any such charge, fine, penalty, or assessment is levied against the County subsequent to the
completion of the Contract as a result of any action or omission as set forth above, Contractor shall
nevertheless be responsible to the County for the entire sum of such charge, fine, penalty, or
assessment and agrees to pay the full amount due within sixty (60) calendar days of receiving an
invoice from the County.
Contractor shall be liable to the County for attorney's fees and costs incurred by the County in
enforcing the provisions of this paragraph.
61. Bills and Liens: Contractor shall pay promptly all indebtedness for labor, materials and equipment
used in performance of the Work. Contractor shall not permit any lien or charge to attach to the
Work or the premises, but if any does so attach, Contractor shall promptly procure its release and, in
accordance with the requirements of Article 22 above, indemnify, defend, and hold County
harmless and be responsible for payment of all costs, damages, penalties and expenses related to or
arising from or related thereto.
62. Changes: The County may, at any time, by written order, and without notice to the sureties, make
changes in accordance with the terms and conditions of this Contract.
63. Change of Ownership: Contractor agrees that if there is a change or transfer in ownership of
Contractor‟s business prior to completion of this Contract, the new owners shall be required under
terms of sale or other transfer to assume Contractor‟s duties and obligations contained in this
Contract and complete them to the satisfaction of County.
64. Force Majeure: Contractor shall not be assessed with liquidated damages or unsatisfactory
performance penalties during any delay beyond the time named for the performance of this Contract
caused by any act of God, war, civil disorder, employment strike or other cause beyond its
reasonable control, provided Contractor gives written notice of the cause of the delay to County
within 36 hours of the start of the delay and Contractor avails himself of any available remedies.
65. Confidentiality: Contractor agrees to maintain the confidentiality of all County and County and
County-related records and information pursuant to all statutory laws relating to privacy and
confidentiality that currently exist or exist at any time during the term of this Contract. All such

C005708B Page 23 of 47 Page 23 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

records and information shall be considered confidential and kept confidential by Contractor and
Contractor‟s staff, agents and employees.
66. Compliance with Laws: Contractor represents and warrants that services to be provided under this
Contract shall fully comply, at Contractor‟s expense, with all standards, laws, statutes, restrictions,
ordinances, requirements, and regulations (collectively “laws”), including, but not limited to those
issued by County in its governmental capacity and all other laws applicable to the services at the
time services are provided to and accepted by County. Contractor acknowledges that County is
relying on Contractor to ensure such compliance, and pursuant to the requirements of Article 22
above, Contractor agrees that it shall defend, indemnify and hold County and County Indemnitees
harmless from all liability, damages, costs and expenses arising from or related to a violation of
such laws.
67. Pricing: The Contract price, as more fully set forth in Attachment B, shall include full
compensation for providing all required goods in accordance with required specifications, or
services as specified herein or when applicable, in the Scope of Work attached to this Contract, and
no additional compensation will be allowed therefore, unless otherwise provided for in this
Contract.
68. Intentionally left blank.
69. Terms and Conditions: Contractor acknowledges that it has read and agrees to all terms and
conditions included in this Contract.
70. Headings: The various headings and numbers herein, the grouping of provisions of this Contract
into separate clauses and paragraphs, and the organization hereof are for the purpose of convenience
only and shall not limit or otherwise affect the meaning hereof.
71. Severability: If any term, covenant, condition or provision of this Contract is held by a court of
competent jurisdiction to be invalid, void or unenforceable, the remainder of the provisions hereof
shall remain in full force and effect and shall in no way be affected, impaired or invalidated thereby.
72. Calendar Days: Any reference to the word “day” or “days” herein shall mean calendar day or
calendar days, respectively, unless otherwise expressly provided.
73. Attorneys Fees: In any action or proceeding to enforce or interpret any provision of this Contract,
or where any provision hereof is validly asserted as a defense, each Party shall bear its own
attorney‟s fees, costs and expenses.
74. Authority: The Parties to this Contract represent and warrant that this Contract has been duly
authorized and executed and constitutes the legally binding obligation of their respective
organization or entity, enforceable in accordance with its terms.
75. Employee Eligibility Verification: The Contractor warrants that it fully complies with all Federal
and State statutes and regulations regarding the employment of aliens and others and that all its
employees performing Work under this Contract meet the citizenship or alien status requirement set
forth in Federal statues and regulations. The Contractor shall obtain, from all employees
performing Work hereunder, all verification and other documentation of employment eligibility
status required by Federal or State statutes and regulations including, but not limited to, the
Immigration Reform and Control Act of 1986, 8 U.S.C. §1324 et seq., as they currently exist and as
they may be hereafter amended. The Contractor shall retain all such documentation for all covered
employees for the period prescribed by the law. The Contractor shall indemnify, defend with
counsel approved in writing by County, and hold harmless, the County, its agents, officers, and
employees from employer sanctions and any other liability which may be assessed against the
Contractor or the County or both in connection with any alleged violation of any Federal or State

C005708B Page 24 of 47 Page 24 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

statutes or regulations pertaining to the eligibility for employment of any persons performing Work
under this Contract.
76. Indemnification: Contractor agrees to indemnify, defend with counsel approved in writing by
County, and hold County, its elected and appointed officials, officers, employees, agents and those
special districts and agencies which County‟s Board of Supervisors acts as the governing Board
(“County Indemnitees”) harmless from any claims, demands or liability of any kind or nature,
including but not limited to personal injury or property damage, arising from or related to the
services, products or other performance provided by Contractor pursuant to this Contract. If
judgment is entered against Contractor and County by a court of competent jurisdiction because of
the concurrent active negligence of County or County Indemnitees, Contractor and County agree
that liability will be apportioned as determined by the court. Neither Party shall request a jury
apportionment. Notwithstanding anything stated above, nothing contained herein shall relieve
Contractor of any insurance requirements of obligations created elsewhere in this Contract.
77. Waiver of Claims: Unless a shorter time is specified elsewhere in this Contract, on or before
making his final request for payment, Contractor shall submit to County, in writing, all claims for
compensation under or arising out of this Contract; the acceptance by Contractor of the final
payment shall constitute a waiver of all claims against County under or arising out of this Contract
except those previously made in writing and identified by Contractor as unsettled at the time of his
final request for payment.
78. Cultural/Scientific Resource Finds: If the Contractor's operations uncover or Contractor‟s
employees find any burial grounds or remains, ceremonial objects, petroglyphs, and archaeological
or paleontological or other artifacts of like nature within the construction area, Contractor shall
immediately notify the County of Contractor‟s findings and shall modify construction operations so
as not to disturb the findings pending receipt of notification as to determination of the final
disposition of such finding from the County. Should the findings, or notification as to disposition of
findings, require additional work, a Job Order will be issued at the County‟s discretion.
Any findings of a cultural/scientific resource nature shall remain the property of the County and not
become the property of the person or persons making the discovery.

C005708B Page 25 of 47 Page 25 of 52


Attachment C

Page 26 of 52
Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

ATTACHMENT A
SCOPE OF WORK

I. SCOPE OF WORK: Contractor shall provide all labor, materials, tools, equipment, utilities, vehicles, and
transportation services required to provide General Contracting Services under this Contract. Services
may be provided, but may not be limited to, any facility or property which is owned, operated, or
maintained by the County. General Contracting Services shall be provided in accordance with the
following, which are incorporated herein by this reference.
A. Construction Task Catalog® & Technical Specifications Titled: Job Order Contracting; Dated
April 2015 (to be distributed at Pre-Bid Meeting).
B. All other requirements identified specifically in A Job Order Detailed Scope of Work, which
include but not limited to drawings, additional specifications, as-built records, sketches, written
scope narratives, standard specification from other local, state and federal agencies.
C. California Building Code and other codes, ordinances, rules, regulations, orders and legal
requirements of Agency Having Jurisdiction which bear on the performance of the work.
D. Secured Facilities: The Contractor may be required to have their employees, subcontractors and/or
suppliers submit applications and complete security clearances prior to commencing any work in a
secured County facility. Contractor employees, subcontractors and/or suppliers will be required to
submit to fingerprinting and personal background checks as part of the security clearance process.

II. PERFORMANCE REQUIREMENTS:


A. There is no guaranteed minimum amount of work which will be ordered under this Contract.
B. The total Contract amount will not exceed $4,475,000.
C. This is a Contract for work specified in individual Job Orders. Work ordered prior to but not
completed by the expiration of the Contract period and any additional work required as a result of
unforeseen conditions encountered during construction up to six (6) months after the contract
expiration date will be completed with all provisions of this Contract still in force. Performance
time for each Job Order issued under this Contract will be determined in accordance with the
Contract. This performance time will be determined and agreed upon by both Parties for each
individual Job Order. Contractor must self-perform 20% of the Work under this Contract for „A‟
and „B‟ licenses. Contractor must self-perform 75% of the Work under this Contract, unless
otherwise approved by the County, for „C‟ licenses.
D. This is an indefinite-quantity Contract for the supplies or services specified and effective for the
period stated. Work or performance shall be made only as authorized by Job Orders issued in
accordance with the ordering procedures clause. The Contractor agrees to furnish to the County
when and if ordered, the supplies or services specified in the Contract up to and including the
quantity designated in the Job Orders issued as the maximum designated in the Contract.

III. ORDERING PROCEDURES:


A. Joint Scope Meeting and Job Order Development:
The County will issue, for each individual project, a Brief Scope of Work and joint scope invitation
requesting the Contractor‟s Superintendent and/or the County‟s end user representative, to meet at
the project site. Upon receipt of this notification, the Contractor agrees to respond to the County
within two (2) working days by establishing verbal contact with the County. The County,
Contractor and other necessary parties will visit the proposed Work site and participate in a joint
scope meeting, which will include discussion and establishment of the following:
Detailed Scope of Work
Definition and refinement of requirements

C005708B Page 27 of 47 Page 27 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

Existing site conditions


Methods and alternatives for accomplishing Work
Requirements for plans, sketches, shop drawing(s), submittals, etc.
Tentative duration Work schedule
Preliminary quantity assumptions/estimates
Staging areas and site access
Special conditions regarding unique facility operations
Safety requirements
Hazardous Materials or site conditions
Other project requirements

As part of the required Joint Scope Meeting, the Contractor and the County will agree on a
sequence of Work; means of access to the premises and building; space for storage of materials and
equipment; Work and materials and use of approaches; use of corridors, stairways, elevators, and
means of communications and the location of partitions, eating spaces, and restrooms for the
Contractor, for individual Job Orders. The Contractor agrees to be responsible for taking these
factors into account when developing its Quotation.
The Detailed Scope of Work will be completed by the Contractor and submitted to the County for
approval, prior to issuance of a Request for Quote. This Detailed Scope of Work must be submitted
within forty-eight (48) hours or a mutually agreed upon time of the joint scope meeting. If
consultant services are required to clarify project requirements, they will be completed and
submitted with the Scope of Work for County approval before a Request for Quote will be issued.
Unless waived in writing, the Contractor agrees to provide all documentation required to fully
establish the Scope of Work including, but not limited to, shop drawings, sketches and/or
specifications that comply with the Contract specifications and relate to the proposed project. This
documentation will be provided for the purpose of defining scope, obtaining permits, and assisting
the County in determining the best possible solution for repair and refurbishment issues. If the
County requests a change in the proposed Scope of Work, the Contractor agrees to submit a revised
Scope of Work reflecting all requested changes within forty-eight (48) hours.

B. Request for Quote


Once the project development stage and joint scope meeting have produced a County approved
Detailed Scope of Work, the County will issue a Request for Quote (RFQ) to the Contractor. The
RFQ will include the Scope of Work approved by the County and other pertinent information with
regards to scheduling, submittals, shop drawings and sketch requirements. The Contractor agrees to
prepare and submit a Quote of Work.

C. Quote Development
The Contractor Quote agrees to be comprised of the following elements:
1. Detailed Cost Quote
a. Pre-Priced Work requirements: Pre-Priced Work requirements will identify the type
and number of Work tasks required from the CTC. The price per unit set forth in the
CTC shall serve as the base price for the purpose of the operation of this article. The
Contractor‟s Quote shall include support documentation to indicate that adequate
engineering and planning for the requirement has been done, and that the Work tasks
proposed are reasonable for the Scope of Work. Documentation to be submitted with
the Quote shall include, but not be limited to, shop drawings, calculations, Catalog®
cuts, and specifications.

C005708B Page 28 of 47 Page 28 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

b. The total extended price for Pre-Priced Work requirements will be determined by
multiplying the price per unit by the quantity required. The price offered in the Quote
will be determined by multiplying the total extended price by the appropriate
Adjustment Factor.

2. Non-Pre-Priced Task Requirements


a. Units of Work not included in the CTC, but within the general scope and intent of this
Contract, may be negotiated into this Contract as needs arise. Such Work requirements
shall be incorporated into and made a part of this Contract for the Job Order to which
they pertain, and may be incorporated into the CTC if determined appropriate by the
County at the negotiated price. Non-Pre-Priced Tasks shall be separately identified and
submitted in the Quote. Whether a Work requirement is Pre-Priced or Non-Pre-Priced
is a final determination by the County, binding and conclusive on the Contractor.
b. Information submitted in support of Non-Pre-Priced Tasks agree to include, but not be
limited to, the following: complete specifications and technical data, including Work
unit content, Work unit cost data, schedule requirements; quality control and inspection
requirements. Pricing data submitted in support of Non-Pre-Priced Tasks include a cost
or price analysis report establishing the basis for selecting the approach proposed to
accomplish the requirements. Unless otherwise directed by the County, cost data shall
be submitted demonstrating that the Contractor solicited and received three (3) bids.
The Contractor shall not submit a quote or bid from any supplier or subcontractor that
the Contractor is not prepared to use. The County may require additional quotes and
bids if the suppliers or subcontractors are not acceptable for if the prices are not
reasonable. The Contractor agrees to provide an installed unit price (or demolition
price if appropriate), which shall include all costs required to accomplish the Non-Pre-
Priced Task.
c. The final price submitted for Non-Pre-Priced (NPP) Tasks shall be calculated according
to the following formula:

Contractor performed duties


A= The hourly rate for each trade classification not in the Construction Task
Catalog® multiplied by the quantity;
B= The rate for each piece of Equipment not in the Construction Task Catalog®
multiplied by the quantity;
C= Lowest of three (3) independent quotes for all materials.
Total for a Non Pre-Priced Task performed with Contractor‟s Own Forces = (A+B+C)
x appropriate Adjustment Factor.

Subcontractor performed duties


If the Non Pre-Priced Task is to be subcontracted, the Contractor must submit three (3)
independent quotes for the Work.
D= Lowest of three (3) Subcontractor quotes.

Total cost of Non-Pre-Priced Tasks performed by Subcontractors = D x appropriate


Adjustment Factor.
After being used on three separate Job Orders, the unit price for the Non-Pre-Priced
Task may become fixed as a permanent Pre-Priced item, which will no longer require
price justification.
The County‟s determination as to whether a task is a Pre-Priced Task or a Non Pre-

C005708B Page 29 of 47 Page 29 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

Priced Task shall be final, binding and conclusive.

3. Total Fixed Cost of the Quote


The total fixed cost of the Quote shall be determined by adding the total Quote price offered
for Pre-Priced and Non-Pre-Priced Work units.

4. Submittals
All documents, shop drawings, and “As-Built” drawings shall be prepared such that the
drawings meet all the requirements of Local, State, and Federal regulations, codes and
directives. The Contractor agrees to also provide as necessary, the forms, studies, and other
documentation required by applicable codes and agencies.
The Contractor agrees to ensure that all engineering solutions conform strictly to the guides
and criteria outlined in Contract specifications. In case of uncertainty of detail or procedure,
the Contractor agrees to request additional instruction from the County. The Contractor is
responsible for producing complete, competent, properly coordinated, and thoroughly
checked documents.
At the Contractor‟s expense, as part of their Adjustment Factors, the documentation noted
above, shall be prepared and reviewed as necessary to ensure its compliance with all
applicable laws and regulations.

5. Work Duration Schedule


With each quote, the Contractor agrees to furnish a Gantt chart Work duration schedule
showing the order in which the Contractor proposes to perform the Work, the durations in
which the Contractor is to perform the Work, and the relative dates on which the Contractor
contemplates starting and completing project tasks, including the acquisition of materials,
fabrication, and equipment. The County may determine the level of detail and number of
tasks required to be included on the schedule. Unless otherwise specified, the schedule shall
be in the form of a Gantt chart Work duration schedule of suitable scale to indicate
appropriately the percentage of Work scheduled for Completion. At the discretion of the
County, the Contractor may be required to furnish a Critical Path Method (CPM) schedule.
The purpose of the Work Duration Schedule is to ensure adequate planning, coordination and
execution of the Work, and to evaluate the progress of the Work. The schedule indicates the
dates for starting and completing various aspects of the Work including, but not limited to,
on-site construction activities as well as the submittal, approval, procurement, fabrication, and
delivery of major items, materials and equipment. The schedule indicates phasing of Work
activities as required. The schedule provides the Contractor‟s initial plan for the Work based
on its understanding of the Detailed Scope of Work, with the critical path highlighted.
a. Schedule Approval; all project schedules will be subject to the County‟s review and
approval. The use of any particular scheduling system shall be subject to the approval
of the County.
b. Schedule Updates; the Contractor agrees to maintain the Work duration schedule
updates on an ongoing basis and, when the County requests it, include the updates in its
payment request. The Contractor may be required to submit a narrative report with each
monthly update which shall include a description of current and anticipated problem
areas, delaying factors and their impact, and an explanation of corrective action taken
or proposed. Failure to do so may be considered a material breach of the Contract. Any
additional or unanticipated costs or expense required to maintain the schedules shall be
solely the Contractor‟s obligation and Contractor agrees not to charge the County.

C005708B Page 30 of 47 Page 30 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

c. Adjustment of the Work duration schedule; the Contractor agrees that whenever it
becomes apparent to the County, from the current monthly status review meeting or the
schedule, that phasing or Job Order milestone dates will not be met, it will take some or
all of the following actions at no additional cost to the County.
1. Increase construction manpower in such quantities and crafts as will eliminate the
backlog of Work.
2. Increase the number of working hours per shift, shifts per working day.
3. Reschedule the Work under the Job Order in conformance with all other
requirements. The Contractor agrees to be liable for any additional cost incurred
by the County for the adjustment of project schedules.
4. Prior to proceeding with any of the above actions, the Contractor agrees to notify
and obtain approval from the County‟s Project Manager for the proposed
schedule changes. If such actions are approved, the Contractor agrees to
incorporate the revisions into the schedule.
6. Subcontractor‟s List
The Quote represents the Contractor‟s offer to do Work, and as such, in accordance with
Sections 4100 to 4114, inclusive, of the Public Contract Code of the State of California, the
Contractor agrees to list, on the Subcontractor listing report, the name, business location and
the California Contractor License number of each Subcontractor that will perform Work,
labor or render service on the Work in excess of one-half of one percent (1/2%) of the total
Quote amount. Contractors and Subcontractor which have been debarred from public works
projects by the Labor Commissioner may not perform Work under this Contract. The
Contractor agrees to list project percentage of proposed Subcontractor and percentage of the
project to be self-performed.
Contractor agrees to advise the County of any Subcontractor substitution(s) prior to
commencement of subcontract Work and to only substitute Subcontractor as authorized under
Public Contract Code sections 4100 et seq. Contractor may be subject to penalties in
accordance to the above referenced sections for illegal Subcontractor substitution.
7. Electronic Quote
The Contractor agrees to transmit an electronic copy of the Quote, using the County furnished
software, to the County.
8. Complete Quote
By submitting a signed Quote, the Contractor is agreeing to accomplish the Work outlined in
the RFQ and the Detailed Scope of Work for that particular Job Order. It is the Contractor‟s
responsibility to include the necessary line items in the Quote prior to submitting it to the
County. Errors and omissions in the Quotes shall be the responsibility of the Contractor. All
costs associated with preparing Quotes shall be the responsibility of the Contractor. The
County makes no commitment as to the award of individual Job Orders.
D. Quote Review
Each Quote received from the Contractor will be reviewed in detail for appropriateness of quantities
and tasks selected. Submittals will be reviewed, as well as the Work duration schedule and list of
Subcontractor. The County will evaluate the proposed Work units and may compare them with the
independent County estimate of the same tasks to determine the reasonableness of approach,
including the nature and number of Work units proposed. The County will determine whether the
Contractor‟s Quote is acceptable.
E. Project Approval

C005708B Page 31 of 47 Page 31 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

The County may issue a Job Order Authorization for the Work, to include the firm-fixed-price of
the Job Order and the project duration. Contractor agrees that all clauses of this Contract are
applicable to any Job Order issued hereunder.
The County reserves the right to reject a Contractor‟s Quote based on unjustifiable quantities and/or
methods, performance periods, inadequate documentation, or other inconsistencies or deficiencies
on the Contractor‟s part in the sole opinion of the County.
The County reserves the right to issue a unilateral Job Order authorization for the Work if a Quote
price cannot be mutually agreed upon. This is based upon unjustifiable quantities in the sole opinion
of the County.
The County also reserves the right to not issue a Job Order Authorization if the County‟s
requirement is no longer valid or the project is not funded. In these instances, the Contractor has no
right of claim to recover Quote expenses. The County may pursue continuing valid requirements by
other means where Contract was not reached with the Contractor.
F. Quote Time Requirements
1. Quote Submittal
The Contractor agrees to respond to a Request for Quote within forty-eight (48) hours.
Contractor‟s response shall confirm receipt of the Request for Quote, and a mutually agreed
upon date for submittal of Contractor‟s detailed price Quote.
The Contractor agrees to make a thorough analysis of each Request for Quote and submit all
requests for information to the County, in writing. All requests for information and the
responses are to be documented in the Detailed Scope of Work. The requests shall include
supporting sketches or information necessary to properly convey requested information.
Contractor shall submit recommended solution(s) review and consideration. The requests for
information shall not extend the Quote due date unless mutually agreed to by the County.
2. Quote Review
The Contractor‟s project manager or agent agrees to be available for Quote review meetings
within twenty-four (24) hours of being notified by the County (via fax, e-mail, telephone,
etc). After review of the Quote, the Contractor agrees to remove all inapplicable line items
and adjust quantities as directed by the County.
3. Quote Modification
The Contractor will be granted only one opportunity to add new, valid line items that may
have been omitted from its first Quote by submitting a second, revised Quote. The Contractor
agrees to submit the revised Quote within forty-eight (48) hours of the initial Quote review
meeting, unless otherwise specified in writing. Upon review of the revised Quote, the
Contractor agrees to remove all line items or adjust quantities deemed inappropriate by the
County, and re-submit its Quote within twenty-four (24) hours. No new line items may be
added to the revised Quote, nor may quantities be increased, nor modifiers added unless
specifically agreed to in writing by the County‟s subsequent Quote review.
4. Enforcement of Time Requirements
The Quote time requirements contained herein will be strictly enforced. Failure to comply
may result in the Contractor being deemed non-responsive to the Request for Quote. The
County may cancel the Request for Quote from the Contractor and solicit another Contractor.
The County may also deem the Contractor ineligible for any future JOC contracts.

IV. APPROVAL AND CONSTRUCTION PROCEDURES:

A. Job Order Authorization (JOA)

C005708B Page 32 of 47 Page 32 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

Upon approval of the Scope of Work and the Contractor‟s Quote, the County will issue a Job Order
Authorization to the Contractor. The Job Order Authorization will include the firm fixed price of
the Job Order and the project duration. Once the Job Order Authorization has been issued the
Contractor agrees to:
1. Initiate submission of required shop drawings and submittals to the County for review and
approval.
2. Prepare a detailed Work duration schedule.
3. The Contractor agrees to not begin construction prior to the construction start date identified
in the Notice to Proceed (NTP).
4. Upon issuance of the NTP, the County agrees to have the right to direct the Contractor to
withhold actual commencement of a Job Order in part or in whole, and the Contractor agrees
to comply with such instructions. The Contractor agrees to be granted an extension of the
completion time of the Job Order equal to the number of working days delay caused to
County pursuant to Contractor's compliance with such instructions. The Contractor will not
be entitled to any additional compensation due to the subject extension of the Completion
time. The only compensation would be if a Job Order is delayed in part, after Work has
commenced, and the Contractor is required to perform additional Work to make the Work
area safe or to perform additional scope as directed by the County. This additional Work will
be considered additional Work and ordered as a separate Job Order.

B. Notice to Proceed (NTP)


Following the JOA and purchase order issuance, the County will issue a Notice to Proceed (NTP)
that will provide the construction start date, the Work duration period, and the Substantial
Completion date. The Contractor agrees to begin and complete construction within the dates
specified on the NTP. The County must approve all extensions of time in writing.
The County may also issue an Emergency Notice to Proceed (NTP). In the event the County
requires the Contractor to respond to an immediate request for work, a Job Order will be created
and an Emergency NTP will be issued. The Contractor will be required to perform the Scope of
Work included with the Emergency NTP as directed by the County‟s Project Manager or designee.
The Detailed Scope of Work, Quotation, Subcontractor Listing, Shop Drawings and required Non
Pre-priced backup documentation will be submitted upon completion of the emergency work in
accordance with the Ordering Procedures detailed in Section III above.

C. Pre-Construction Meeting
No more than seven (7) days from the issuance of the NTP, unless the County grants additional
time, the County will conduct a pre-construction meeting with the Contractor‟s project manager,
Subcontractors, and the end-user to determine the actual project schedule, project access
requirements and to address and resolve any customer concerns.

D. Project Construction
The Contractor agrees to provide continuous on-site supervision on each Job Order, while progress
on the project is being accomplished. The Contractor‟s Project Manager will ensure:
1. Coordination and providing supervision to all Subcontractor and workers;
2. Posting of the prevailing wage scale;
3. Maintaining a copy of the Contractors safety program manual made available to all
construction personnel;
4. Conducting weekly on-site safety meetings;

C005708B Page 33 of 47 Page 33 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

5. Completing the daily labor and construction progress log on a daily basis and submit copies
to the County on a daily basis. Copies of the previous day‟s reports must be submitted by
9:00AM of the following day.
a. Daily labor log is to include a listing of Subcontractor(s) and a count of workers by
trade providing services for the day.
b. Construction progress log is to include a narrative of the Work provided by trade(s).
Narrative agrees to include the various areas of the jobsite where Work was performed
and any problems or conditions that were encountered.
c. In the event the Contractor fails to provide a daily log and/or construction progress log,
the County may impose damages against the Contractor in the amount of fifty dollars
($50.00) for each log and deduct from the Contractor‟s payment request, for each day
the Contractor does not provide the documentation.
6. County may suspend Contractor operations if no Contractor Superintendent is observed. All
delays caused by the suspension will be the responsibility of the Contractor. No time
extension or claims for cost(s) associated with the suspension will be granted by the County.
E. Changed Work
Changed Work (all added or deleted Work), as it pertains to the approved Detailed Scope of Work
included in a specific Job Order, shall be either changes directed by the County or unforeseen site
conditions, which were not evident during the Initial Joint Scope Meeting. This additional Work
will be considered a subsequent Job Order, for that specific project, and will be ordered, approved
and executed as per the procedures set forth in this Contract.
A credit for Tasks that have been deleted from the Detailed Scope of Work will be given at 100% of
the value at which they were included in the original Quote. Credits for Pre-Priced and Non Pre-
Priced Tasks shall be calculated at the pre-set Unit Prices and multiplied by the appropriate
Adjustment Factors. A Supplemental Job Order will be issued detailing the credit(s) due the
County.
F. Project Completion
The Contractor agrees to schedule a final job walk with the County. If required, the County will
prepare a list of incomplete items, the “Punch List”. The Contractor agrees to complete the “Punch
List” corrections and schedule a final project completion job walk. The County will sign the
“Punch List” as completed when determined, the project is finished. The Contractor agrees to
submit the following along with its final payment request:
1. “Punch List” signed by the County;
2. Completed building inspection card;
3. All required warranties and maintenance requirements;
4. All record drawings or as-built drawings,
5. All required operation and maintenance manuals;
6. All keys and security entry cards;
7. Any other closeout items.

V. CONTRACTS AND ORDER OF PRECEDENCE:


In the event that any provision(s) in any component part of the Contract conflicts with any provision(s) of
any other component part, the following order of precedence among the Contracts component parts shall
govern:
A. Job Orders (including Scope of Work)

C005708B Page 34 of 47 Page 34 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

B. County - Contractor Contract


C. Project manual
D. Construction Task Catalog®
E. County Standard Plans
F. Technical Specifications
G. Green Book

VI. PERMITS, BUSINESS LICENSES, INSPECTIONS AND WARRANTY:


A. Except as noted, the Contractor agrees to obtain and pay for all permits required for the Work.
Further, the Contractor agrees to obtain and pay for all permits incidental to the Work or made
necessary by Contractor's operation. The Contractor agrees to obtain all building permits. The
Contractor will be reimbursed for all direct costs of permits without mark-up. The Contractor must
submit the direct cost of all permits and inspection in the Quote as a Non-Pre-Priced Task. Any
permit and/or inspection fees not included in the Quote will not be reimbursed by the County. The
County is not responsible for any re-inspection(s) required due to the Contractor‟s failure to pass
initial inspection(s).
B. The Contractor will be required to obtain a city business license to perform the Work in the
appropriate city, as specific in the Job Order.
C. To comply with Section 3800 of the Labor Code of the State of California, the Contractor and all
Subcontractors requiring a permit (building, plumbing, grading, and electrical, etc.) agree to file a
workers' compensation certificate with the County.
D. Exclusive of off-site inspection specified to be the County's responsibility, the Contractor agrees to
arrange and pay for all off-site inspection of the Work including certification thereof required by the
specifications, drawings, or by governing authorities.
E. The County will provide on-site inspection of the Work and will arrange for off-site inspection
when specified in the Detailed Scope of Work. All other required inspections will be the
responsibility of the Contractor.
F. The County will inspect the Work for code compliance as part of permits pulled. The County will
provide this inspection at no additional cost for the first inspection and for re-inspection. If the
Contractor is unable to correct defective Work after one re-inspection, the County may charge the
Contractor for additional re-inspection.
G. In addition to any other warranties in this Contract, or those provided by manufactures the
Contractor warrants that Work performed under this Contract conforms to the Contract
requirements and is free of any defect in equipment, material, or workmanship performed by the
Contractor or any Subcontractor or supplier at any tier.
H. Corrections to Work may be required during the Work or the warranty period. The County is
expressly authorized at County's option to apply any sums withheld from progress payments toward
the cost of such corrections.
I. This warranty shall continue for a period of one year from the date listed on the Notice of
Completion for the specific Job Order. If the County takes occupancy of any part of the Work
before Final Acceptance, a warranty covering that specific portion of the Work shall begin for a
period of one year from the date the County takes occupancy. The County will notify the Contractor
in writing of the scope of any partial occupancy and the specific items under warranty.

C005708B Page 35 of 47 Page 35 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

J. The County will not pay any costs for licenses required in the performance of the Work. The
Contractor agrees to assume this responsibility in total.
K. As required by the Detailed Scope of Work for a specific Job Order, the County may be required to
enter into Contracts with other Local, State and Federal Agencies to accomplish the subject Scope
of Work. Agencies may include but are not limited California Department of Fish and Game, US.
Army Corps of Engineers, California Regional Water Quality Control Board. The Contractor will
be required to comply with the requirements set forth within the permit.
L. Best Management Practices (BMPs) may be required for specific Job Orders, which will be
indentified in the Detailed Scope of Work. All California Storm Water Quality Association
(CASQA) Construction BMPs may be viewed at www.cabmphandbooks.com. It is the Contractors
responsibility to pay for all costs incurred by the specific BMPs. The County will not reimburse
these costs.
M. As required by the Detailed Scope of Work, per a specific Job Order the following permits may
apply and will be provided by the County:
1. NPDES Dewatering Permit
2. NPDS Municipal Storm Water Sewer System Permit
3. NPDES General Construction Permit
4. Any site specific permits identified by County
N. If applicable, the NPDES Watering Permit shall be provided in accordance with the following:
1. Construction Related Dewatering & De Minimus Discharges, Santa Ana Region:
a. The County has been issued Municipal NPDES Permit No. CAS618030, Order No. R8-
2009-0030, from the California Regional Water Quality Control Board, Santa Ana
Region. Section III.3.ii. of this permit authorizes de minimus types of discharges listed
in the Santa Ana Regional Board‟s General De Minimus Permit for Discharges to
Surface Waters, Order No. R8-2009-0003, from County owned and/or operated
facilities and activities (including construction), outside of the Newport Bay watershed.
b. A copy of the County‟s Municipal NPDES Permit (Order No. R8-2009-0030) may be
found on the internet at:
http://www.waterboards.ca.gov/santaana/board_decisions/adopted_orders/orders/2009
/09_030_oc_stormwater_ms4_permit.pdf
c. A copy of the Santa Ana Regional Board‟s General De Minimus Permit for Discharges
to Surface Waters (Order No. R8-2009-0003) may be found on the internet at:
http://www.waterboards.ca.gov/santaana/board_decisions/adopted_orders/orders/2009
/09_003_deminimus_permit_wdr.pdf
d. For de minimus discharges outside of the Newport Bay Watershed, the Contractor is
hereby directed to read and thoroughly comply with the language in Section III.3.ii. of
the County‟s Municipal NPDES Permit (Order No. R8-2009-0030) and to consult the
General De Minimus Permit (Order No. R8-2009-0003) for the types of de minimus
discharges which are covered.
O. National Pollutant Discharge Elimination System (NPDES) General Permit For Storm Water
Discharges Associated With Construction And Land Disturbance Activities Water Quality Order
2009-0009-Dwq (CGP):
1. On September 2, 2009, the State Water Resources Control Board adopted Order No. 2009-

C005708B Page 36 of 47 Page 36 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

0009-DWQ (Waste Discharge Requirements for Discharges of Storm Water Runoff


Associated with Construction Activities and Land Disturbance Activities). Effective July 1,
2010, all dischargers are required to obtain coverage under the Construction General Permit
Order 2009-0009-DWQ (CGP). Construction sites shall obtain permit coverage at the
appropriate Risk Level as determined by the Risk Assessment Procedures described in
subsection f below. The Regional Water Boards have the authority to require Risk
Determination to be performed on projects currently covered under Water Quality Order No.
99-08-DWQ where they deem necessary.
A copy of these documents may be found on the internet at:
http://www.waterboards.ca.gov/water_issues/programs/stormwater/docs/constpermits/wqo_2
009_0009_complete.pdf
2. Prior to commencing Work, the Contractor shall submit the required PRDs (Permit
Registration Documents) to the County Project Manager. If any of the required items are
missing, the PRD submittal is considered incomplete and will be rejected. Upon receipt and
acceptance of a complete PRD submittal, the County Project Manager will electronically
submit these documents to State Water Board through the California Integrated Water Quality
System (CIWQS) Project‟s Storm water Multi-Application Reporting and Tracking
(SMART) system to obtain coverage under the General Permit.
3. Standard PRD Requirements
1. Notice of Intent
2. Risk Assessment (Standard or Site-Specific)
3. Site Map
4. SWPPP
5. Annual Fee
6. Signed Certification Statement
4. Additional Permit Registration Document (PRD) Requirements Related To Construction
Type
1. If Contractor proposes to implement an Active Treatment System (ATS) on a Specific
Job Order, Contractor shall submit:
i. Complete ATS Plan in accordance with Attachment F of the CGP at least 14 days
prior to the planned operation of the ATS and a paper copy shall be available
onsite during ATS operation.
ii. Certification proof that the preparation and design was accomplished by a
qualified professional in accordance with Attachment F of the CGP.
2. Dischargers who are proposing an alternate Risk Justification shall submit:
i. Particle Size Analysis.
5. Exception to Standard PRD Requirements
1. Construction sites with less than one (1) acre of disturbance or an R value less than five
(5) as determined in the CGP Risk Assessment from the Revised Universal Soil Loss
Equation (RUSLE) are not required to submit a SWPPP.
6. Description of PRDs
1. Notice of Intent (NOI) or Notice of Construction Activity (NOCA)

C005708B Page 37 of 47 Page 37 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

The Notice of Intent or Notice of Construction Activity must be filled out electronically
on-line through the State‟s SMART System. Contractor shall coordinate with the
County Project Manager to provide the required information to fill out the NOI on-line
form. Upon receipt of all required information (including all items required below),
County staff will electronically submit the Project information through the SMART
system.
2. Site Map(s) Includes
i. The project‟s surrounding area (vicinity)
ii. Site layout
iii. Construction site boundaries
iv. Drainage areas
v. Discharge locations
vi. Sampling locations
vii. Areas of soil disturbance (temporary or permanent)
viii. Active areas of soil disturbance (cut or fill)
ix. Locations of all runoff BMPs
x. Locations of all erosion control BMPs
xi. Location of all sediment control BMPs
xii. ATS locations (if applicable)
xiii. Location of sensitive habitats, watercourses, or other features which are not to be
disturbed
xiv. Locations of all post construction BMPs
xv. Location of storage areas for waste, vehicles, service, loading/unloading of
materials, access (entrance/exits) points to construction site, fueling and water
storage, water transfer for dust control and compaction practices
3. Storm Water Pollution Prevention Plan (SWPPP)
The Contractor will need to submit a site-specific SWPPP for review, approval, and
certification by the County prior to submittal to the State‟s SMART system and prior to
start of mobilization and construction activity and will comply with the approved
SWPPP and with any subsequent amendments to the SWPPP.
NO CONSTRUCTION ACTIVITY CAN BE ALLOWED UNTIL THE COUNTY
RECEIVES A “WDID” NUMBER FROM THE REGIONAL BOARD.
Full compensation for conforming to the requirements of this section shall be
considered as included in the Adjustment Factor and no additional compensation will
be allowed therefor.
The Contractor must amend the SWPPP from time to time during the course of Work to
reflect actual construction progress and construction practices.
The SWPPP shall not be construed to be a waiver of the Contractor‟s obligation to
review and understand the CGP before submitting a bid. By submitting a bid, the
Contractor acknowledges that he has read and understands the requirements of the CGP
and will fully comply with the requirements of the CGP.
4. Annual Fee (if applicable)
The annual fees are established through regulations adopted by the State Water Board.
The total annual fee is the current base fee plus applicable surcharges for the total

C005708B Page 38 of 47 Page 38 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

acreage to be disturbed during the life of the Project. Annual fees are subject to change
by regulation. The County will be not invoiced annually until the Project is complete
and the Notice of Termination (NOT) submitted to the Regional Board. The cost per
acre fee is based upon a table provided at the following website:
http://www.waterboards.ca.gov/water_issues/programs/stormwater/docs/sw_feeschedul
es2008.pdf
The Contractor shall be responsible for paying the CGP permit fees until the Project
NOT has been filed and accepted by the Regional Board. The Contractor shall be
responsible for determination of the permit fees based upon his proposed construction
operations and total disturbed areas. Contractor shall submit permit fees to the County
Project Manager for verification, and County will submit the fee to the Regional Board.
5. A Signed Certification Statement must be submitted by the Legally Responsible Party
(LRP). The County Project Manager will coordinate with the Contractor to acquire
relevant information for the certification. The County will submit the certification
statement.
6. Risk Assessment
The Contractor shall use the Risk Assessment procedure as describe in the CGP
Appendix 1.
i. The Standard Risk Assessment includes utilization of the following:
1) Receiving water Assessment Interactive map
2) EPA Rainfall Erosivity Factor Calculator Website
3) Sediment Risk interactive map
4) Sediment sensitive water bodies list
ii. The site-specific Risk Assessment includes the completion of the hand calculated
R value Risk Calculator in the Revised Universal Soil Loss Equation (RUSLE).
7. Post Construction Water Balanced Calculator (if applicable)
The Contractor shall complete the Water Balance Calculator (in Appendix 2 of the
General Permit) in accordance with the instructions when subject to this requirement.
(Note to Engineer: This paragraph will only apply when DISTRICT or the County does
not have a current MS4 (Municipal) permit in place.)
8. ATS Design Document and Certification
The Contractor using ATS must submit electronically their system design (as well as
any supporting documentation) and proof that the system was designed by a qualified
ATS design professional (See Attachment F of the General Permit).
P. Best Management Practices (PMF9.2S)
Contractor and all of Contractor‟s, subcontractors, agents, employees and contractors shall conduct
operations under this Contract so as to assure that pollutants do not enter municipal storm drain
systems which systems are comprised of, but are not limited to curbs and gutters that are part of the
street systems ("Stormwater Drainage System"), and to ensure that pollutants do not directly impact
"Receiving Waters" (as used herein, Receiving Waters include, but are not limited to, rivers, creeks,
streams, estuaries, lakes, harbors, bays and oceans).
Contractor shall comply with all water quality ordinances, permits and regulations. If Work
identified under a Specific Job Order does not fall within statewide Painting Permit, Contactor shall
implement appropriate BMPs consistent with County‟s DAMP/LIP.

C005708B Page 39 of 47 Page 39 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

Contractor may propose alternative BMPs that meet or exceed the pollution prevention performance
of the BMP specified in DAMP/LIP. Any such alternative BMPs shall be submitted to the County
Project Manager for review and approval prior to implementation.

VII. GENERAL REQUIREMENTS:


A. Contractor must ensure all precautions for safety are taken. Contract comply will all Federal, State
and Local requirements, codes, and laws.
B. Contract shall secure Contractor vehicles parked on site at all times.
C. Contractor shall furnish, install, and maintain all signage, warning devices, barricades, cones, etc; to
protect the public, OC Public Works Staff, and its workers during the performance of this Contract.
D. All tools and materials shall remain in Contractor‟s possession at all times.
E. Contract shall assure that all materials that could inflict injury shall be continuously cleaned up as
Work progresses.
F. Contractor shall secure all Work areas prior to the end of each workday.
G. Contractor shall ensure all employees are to smoke only in designated areas and are not to use
profanity or other inappropriate language while on site.
H. The Contractor shall possess a current State of California B Contractor‟s license issued by the California
State Contractor‟s License Board.
I. Contract shall warranty all labor and materials used in the Work for a period of one (1) year after
completion and acceptance of Work, for each specific Job Order
J. Contractor shall meet all insurance and bond requirements to perform Work for OC Public Works.
K. Contractor shall dispose all removed material in accordance with Local, State and Federal
regulations.
L. Contractor shall protect property and facilities adjacent to the construction area and all property and
facilities within the construction area which are shown on the plans to be protected. After project
completion, the construction area shall be in a clean and presentable condition. All public or
privately owned improvements and facilities shall be restored to their original condition and
location. If improvements or facilities are damaged, they shall be replaced with new materials
which are at least equal to the original materials. Nothing herein shall be construed to entitle the
Contractor to the exclusive use of any public street, way, or parking area during performance of the
Contract Work. Contractor shall conduct its operations so as not to interfere with the authorized
Work of utility companies or other agencies in such streets, ways or parking areas.
M. Contractor shall be responsible for investigating conditions of available public and private roads and
of clearances, restrictions and other limitations affecting transportation and ingress and egress to the
site of the Work. Use of equipment will be minimized during any Stage II or Stage III smog alerts.
All equipment will meet emissions standards. Contract specifications require dust control. All
proper public safety measures are to be used during construction, including barriers, flagmen and
signing. Equipment usage should be limited to Normal Working Hours, in accordance with the
Contract specifications. Equipment must conform with all applicable noise regulations.
N. Contractor shall comply with all County of Orange and local sound control and noise level rules,
regulations and ordinances which apply to any Work performed pursuant to the Contract, and shall
make every effort to control any undue noise resulting from the construction operation. Each
internal combustion engine used for any purpose on the job or related to the job shall be equipped
with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be
operated on the project without said muffler. The noise level from the Contractor's operations
between the hours of 8 p.m. and 7 a.m. on weekdays, including Saturday, or at any time on Sunday
or a Federal holiday, shall be in accordance with the County ordinance covering "Noise Control."

C005708B Page 40 of 47 Page 40 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

This requirement in no way relieves the Contractor of responsibility for complying with local
ordinances regulating noise level. Said noise level requirement shall apply to all equipment on the
job or related to the job, including but not limited to trucks, transit mixers or transient equipment
that may or may not be owned by the Contractor. The use of loud sound signals shall be avoided in
favor of light warnings, except those required by safety laws for the protection of personnel.
O. Construction Area: Contractor shall protect property and facilities adjacent to the construction area
and all property and facilities within the construction area which are shown on the plans are to be
protected. After project completion, the construction area shall be in a clean and presentable
condition. All public or privately owned improvements and facilities shall be restored to their
original condition and location. If improvements or facilities are damaged, they shall be replaced
with new materials which are at least equal to the original materials. Nothing herein shall be
construed to entitle the Contractor to the exclusive use of any public street, way, or parking area
during performance of the Work. Contractor shall conduct its operations so as not to interfere with
the authorized Work of utility companies or other agencies in such streets, ways or parking areas.
The Contractor shall be responsible for investigating conditions of available public and private
roads and of clearances, restrictions and other limitations affecting transportation and ingress and
egress to the site of the Work. Use of equipment will be minimized during any Stage II or Stage III
smog alerts. All equipment will meet emissions standards. Dust Control is required at all times.
All proper public safety measures are to be used during construction, including barriers, flagmen
and signing. Equipment must conform to all applicable noise regulations.
P. Contractor shall, whenever possible, minimize the use of water during project construction.
Watering equipment shall be kept in good working order. Water leaks shall be repaired promptly.
Washing of equipment, except when necessary for the safety or for the protection of equipment,
shall be discouraged. Water curing of concrete improvements as specified in Section 303-1.10,
"Curing" of the Standard Specifications for Public Works Construction, shall not be allowed unless
specifically permitted by these Special Provisions or directed by the Project Manager. Nothing in
this section, "Water Conservation," shall be construed as relieving the Contractor of furnishing
sufficient water as required for the proper construction of this project in accordance with the
Standard Specifications for Public Works Construction and these Special Provisions.
Q. Contractor shall anticipate that storm, surface and possible ground or other waters will be
encountered at various times and locations during the Work. Such waters may interfere with
Contractor's operations and may cause damage to adjacent or down-stream private and/or public
property by flooding, lateral erosion, sedimentation, or pollution if not properly controlled by the
Contractor. The Contractor, by submitting a bid, assumes all of said risk and the Contractor
acknowledges that its bid was prepared accordingly.
The Contractor shall conduct its operations in such a manner that storm or other waters may
proceed without diversion or obstruction along existing street and drainage courses. Drainage of
water from existing or proposed catch basins shall be maintained at all times. Diversion of water
for short reaches in order to protect construction in progress will be permitted if public or private
properties are not damaged or, in the opinion of the Project Manager, are not subject to the
probability of damage. Contractor shall at no cost to County obtain written permission from the
appropriate public agency or property owner before any diversion of water will be permitted by the
Project Manager.
During the course of water control the Contractor shall conduct construction operations to protect
waters from being polluted with fuels, oils, bitumens or other harmful materials, and shall be
responsible for removing said materials in the event protective measures are not effective.
Construction site shall be maintained in such a condition that an anticipated storm does not carry
wastes or pollutants off site.
Discharges of material other than stormwater are allowed only when necessary for performance and
completion of construction practices and where they do not: cause or contribute to a violation of any

C005708B Page 41 of 47 Page 41 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

water quality standard; cause or threaten to cause pollution, contamination, or nuisance; or contain a
hazardous substance in a quantity reportable under Federal Regulations 40 CFR Parts 117 and 302,
or any other law or applicable regulation.
Potential pollutants include but are not limited to: vehicle/equipment fuels, oils, lubricants, and
hydraulic, radiator or battery fluids; vehicle/equipment wash water and concrete mix wash water;
concrete, detergent or floatable wastes; wastes from any engine/equipment steam cleaning or
chemical degreasing; solid or liquid chemical spills; wastes from sealants, limes, and solvents; and
superchlorinated potable water line flushings.
During construction, disposal of such materials should occur in a specified and controlled
temporary area on-site, physically separated from potential storm water run-off, with ultimate
disposal in accordance with local, state, and federal requirements.
Notwithstanding the above, management of stormwater shall be done with all applicable statutes,
ordinances, permits, regulations and provisions of this Contract governing stormwater.

VIII. STOP WORK:

The County may, at any time, by written stop Work order to the Contractor, require the Contractor to stop
all or any part of the Work, as per a specific Job Order, for a period of 90 days after the stop Work order
is delivered to the Contractor and for any further period to which the Parties may agree. The stop Work
order shall be specifically identified as such and shall indicate it is issued under this clause. Upon receipt
of the stop Work order, the Contractor shall immediately comply with its terms and take all reasonable
steps to minimize the incurrence of costs allocable to the Work covered by the stop Work order during the
period of Work stoppage. Within a period of 90 days after a stop Work order is delivered to the
Contractor or within any extension of that period to which the Parties shall have agreed, the County shall
either:
A. Cancel the stop Work order; or
B. Cancel the Job Order immediately in whole or in part in writing as soon as feasible.

IX. COMPUTER AND SOFTWARE REQUIREMENTS:


A. Computer
The Contractor shall maintain at its office for its use a computer with, at a minimum, a 1 GHz
processor and an internet connection. The Contractor shall maintain individual email accounts for
each of its project managers.
B. Software
1. Job Order Contracting Software
The County selected The Gordian Group‟s (Consultant) Job Order Contracting (JOC) Solution
(Gordian JOC Solution) for their JOC program. The Gordian JOC Solution includes
Consultant‟s proprietary eGordian® JOC application (JOC Applications) and construction cost
data (Construction Task Catalog®) which shall be used by the Contractor to prepare and submit
Price Quotes, subcontractor lists, and other requirements specified by the County. The
Contractor shall be required to execute Consultant‟s JOC System License to obtain access to
Consultant‟s JOC Solution. The Contractor‟s use, in whole or in part, of the Consultant‟s JOC
Applications, Construction Task Catalog® and other proprietary material provided by the
Consultant for any purpose other than to execute work under this Contract for the County is
strictly prohibited unless otherwise approved in writing by the Consultant. The Contractor
hereby agrees to abide by the terms of the following JOC System license.
2. JOC System License

C005708B Page 42 of 47 Page 42 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

a. The Consultant hereby grants to the Contractor, and the Contractor hereby accepts from the
Consultant for the term of this Contract or Consultant‟s Contract with thte Owner,
whichever is shorter, a non-exclusive right, privilege, and license to Consultant‟s
proprietary JOC System and related proprietary material (collectively referred to as
“Proprietary Information”) to be used for the sole purpose of executing Contractor‟s
responsibilities to the Owner under this Contract. The Contractor hereby agrees that
Proprietary Information shall include, but is not limited to, Consutant‟s JOC Applications
and support documentation, Construction Task Catalog®, training material and other
Consultant provided proprietary material. In the event the is Contract expires or terminates
as provided herein, or the Consultant‟s Contract with the Owner expires or terminates, this
JOC System License shall terminate and the Contractor shall return all Proprietary
Information in its possession to the Consultant.
b. Consultant may terminate this License Agreement in the event of: (1) any breach of a
material term of this Agreement by the Contractor which is not remedied within ten (10)
days after written notice to the breaching party; or (2) the other party‟s making an
assignment for the benefit of its creditors, or the filing by or against such party of a petition
under any bankruptcy or insolvency law, which is not discharged within thirty (30) days of
such filing.
c. The Contractor acknowledges that disclosure of Proprietary Information will result in
irreparable harm to the Consultant for which monetary damages would be an inadequate
remedy and agrees that no such disclosure shall be made to anyone without first receiving
the written consent of the Consultant. The Contractor further acknowledges and agrees to
respect the copyrights, registrations, trade secrets, and other proprietary rights of the
Consultant in the Proprietary Information during and after the term of this Contract and
shall at all times maintain complete confidentiality with regard to the proprietary
Information provided to the Contractor.
d. In the event of a conflict of terms and conditions between this JOC System License and any
other terms and conditions of this Contract or any Job Order, Purchase Order or similar
purchasing document issued to the Contractor by the owner, this JOC System License shall
take precedence.

C005708B Page 43 of 47 Page 43 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

ATTACHMENT B
CONTRACTOR’S PRICING
I. COMPENSATION: This is an all-inclusive, usage Contract between the County and Contractor for General
Contracting Services, as set forth in Attachment “A” Scope of Work.
The Contractor agrees to accept the specified compensation as set forth in this Contract as full
remuneration for performing all services and furnishing all staffing, labor, insurance, bonds. prevailing
wage, vehicles, equipment, tools, materials, overhead, travel, etc. required, for any reasonably unforeseen
difficulties which may arise or be encountered in the execution of the services until acceptance, for risks
connected with the services, and for performance by the Contractor of all its duties and obligations
hereunder. The Contractor shall only be compensated as set forth herein below for work performed in
accordance with the Scope of Work. The County shall have no obligation to pay any sum in excess of the
Total Contract Amount specified herein below unless authorized by amendment.
II. FEES AND CHARGES: County will pay the following in accordance with the provisions of this Contract.

A. Adjustment Factors: The Contractor‟s two Adjustment Factors that will be applied against the prices
set forth in the Contract Task Catalog®. These Adjustment Factors will be used to price out fixed
price Job Orders by multiplying the appropriate Adjustment Factor by the Unit Prices and
appropriate quantities.
i. FACTOR 1 - Unit Work requirements to be performed during Normal Working Hours
(7:00AM to 5:00PM) as ordered by the County in individual Job Orders against this Contract.

0.6488
Utilize four decimal places

zero point six four eight eight


For Normal Working Hours (in words)

ii. FACTOR 2 - Unit Work requirements to be performed during Other Than Normal Working
Hours (5:01PM to 6:59AM) as ordered by the County in individual Job Orders against this
Contract.

0.6498
Utilize four decimal places

zero point six four nine eight


For Other Than Normal Working Hours (in words)

B. TOTAL CONTRACT AMOUNT SHALL NOT EXCEED: ................................................... $4,475,000

C005708B Page 44 of 47 Page 44 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

III. PRICE INCREASES/DECREASES: No increases to the Adjustment Factors or to any line items in the
Construction Task Catalog® will be permitted during the term of this Contract.

IV. CONTRACTOR’S EXPENSE: The Contractor will be responsible for all costs related to photo copying,
telephone communications and fax communications while on County sites during the performance of
Work and services under this Contract.

V. PAYMENTS TERMS:

A. The County shall make payments upon the agreed upon price for a specific Job Order as listed in
the Notice to Proceed. The County will make progress payments monthly as the Work proceeds on
estimates approved by County Project Manager. The Contractor shall furnish a breakdown of the
total Contract price showing the amount included therein for each principal category of the Work, to
provide a basis for determining progress payments. The County will only pay for actual Work in
place.
B. Lump sum payment - if an individual Job Order is scheduled for Completion within 45 days or
less, the County will make one payment after 30 days of Work to the Contractor, exclusive of
retention. Contractor may request for one payment (including retention payment); however,
payment will be made after Final Acceptance of the Job Order.
C. Partial payment – the County will consider a request for partial payments for Job Orders scheduled
for a performance period of greater than 45 days.

D. Retention - When payments are made under this Contract, five percent (5%) of each requested and
approved payment will be retained. The retention will be released upon Final Acceptance of the
Work, and the County‟s approval on the final payment request. A Notice of Completion for each
individual Job Order must be filed. Final payment is to be made 35 days subsequent to the filing of
the Notice of Completion.
E. Retention Release - The County‟s release of the retention does not relieve the Contractor of its
responsibility to comply with both the proposed Scope of Work and the terms and conditions of the
Job Order and Contract for completed and warranty Work. The Contractor agrees that a condition
precedent to the County‟s release of the five percent (5%) retention amount is in full compliance
with this provision herein. The Contractor must submit a completed invoice to the County for
approval. The Contractor agrees that the signature on the invoice certifies that it has completed or
submitted the following:
1. All warranties and maintenance requirements; and

2. All as-built prints and record drawings; and

3. All operation and maintenance manuals; and

4. All badges, keys and security entry cards; and

5. Conducted all required training for County Personnel;

6. All other items as applicable.

VI. INVOICING INSTRUCTIONS:


A. Invoices are to be submitted in arrears, after services have been provided, to the address specified
below. Payment will be net 30 days after receipt of an invoice in a format acceptable to the County of

C005708B Page 45 of 47 Page 45 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

Orange and verified and approved by the agency/department and subject to routine processing
requirements. The County‟s Project Manager, or designee, is responsible for approval of invoices and
subsequent submittal of invoices to the Auditor-Controller for processing of payment. The
responsibility for providing an acceptable invoice to the County for payment rests with the
Contractor. Incomplete or incorrect invoices are not acceptable and will be returned to the Contractor
for correction.
B. The Contractor agrees that its signature on the invoice, as herein prescribed, constitutes a sworn
Statement. The Contractor agrees that its signature on the invoice requesting either partial or final
payment certifies that:
1. The specified percentage of Work has been completed and material supplied, and is directly
proportional to the amount of the payment currently requested.
2. The amount requested is only for performance in accordance with the specifications, terms
and conditions of the subject Contract.
3. Timely payments will be made to Subcontractor and suppliers from the proceeds of the
payment covered by this certification, in accordance with this Contract and their subcontract
agreements.
4. This request for payment does not include any amounts which the prime Contractor intends to
withhold or retain from a Subcontractor or supplier, except those amounts withheld or
retained in accordance with the terms and conditions of the subcontract.
5. Not less than the prevailing rates of wages as ascertained by the County have been paid to
laborers, workers and mechanics employed on the subject Work.
6. There has been no unauthorized substitution of Subcontractor, nor have any unauthorized
subcontracts been entered into.
7. No subcontract was assigned or transferred or performed by anyone other than the original
Subcontractor, except as provided in Sections 4100-4113, inclusive, of the Public Contract
Code.
8. Where applicable, payments to Subcontractor and suppliers have been made from previous
payments received under the Contract.
9. Request for final payment, the Contractor agrees that its signature on the invoice form
certifies that all Punch List items have been signed off as completed by the County, and that
all building inspection cards have been completed

C. The Contractor agrees that it is submitting a request for payment within one year of the Completion of
the project for which it is billing. If the Contractor does not submit a request for payment within one
year of the Completion of the project for which it is billing, it herein agrees to forfeit that payment.

D. If the Contractor‟s invoice is not approved, the County will issue a “Return of Invoice for Correction”
letter advising the Contractor of missing deliverables and/or information requiring correction. After
making the appropriate corrections, the Contractor agrees to submit a second, or corrected, invoice.

E. The Contractor agrees that even though the County has approved payment, the County retains the
right to further inspect the Work and issue correction notices.

F. After the first payment and before making any other payment to the Contractor, the County will
require that the Contractor produce and deliver to the County satisfactory proof or evidence that all
labor performed and materials furnished up to the date of the preceding payment request have been

C005708B Page 46 of 47 Page 46 of 52


Attachment C
County of Orange, OC Public Works MA-080-16010246
Harry H Joh Construction

fully paid for, and that as of the said date, no claims exist if that is the case. This partial release of
claim must be executed with the same formality as this Contract.

G. Upon receipt of a stop notice, the County will withhold from the Contractor an amount of money
sufficient to cover the potential cost of the stop notice and the reasonable cost of any associated
litigation. In order to satisfy the requirements of a stop notice, the County will refuse to release funds
held in retention.

H. The Contractor will provide an invoice on Contractor‟s letterhead for services rendered. Each invoice
will have a number and will include the following information:
1. Contractor‟s name and address
2. Contractor‟s remittance address (if different from 1 above)
3. Name of County department
4. County Contract number
5. Service date(s)
6. Service description
7. Contractor‟s Federal I. D. number
8. Updated duration schedule
9. An updated schedule of values
10. Releases
11. Total

Invoices and support documentation shall be submitted to the following address:

OC Public Works/OC Facilities


Attn: Project Manager
1143 E. Fruit Street
Santa Ana, CA 92701

I. Contractor has the option of receiving payment directly to their bank account via an Electronic Fund
Transfer (EFT) process in lieu of a check payment. Payment made via EFT will also receive
Electronic Remittance Advice with the payment details via email. An email address will need to be
provided to the County via an EFT Authorization Form. To request a form, please contact the DPA

C005708B Page 47 of 47 Page 47 of 52


Attachment C

COUNTY OF ORANGE CHILD SUPPORT ENFORCEMENT


CERTIFICATION REQUIREMENTS

A. In the case of an Individual Contractor, his/her name, date of birth, Social Security number, and
residence address:

Name:
D.O.B: Social Security No:
Residence Address:

B. In the case of a Contractor doing business in a form other than as an individual, the name, date of
birth, Social Security number, and residence address of each individual who owns an interest of
10 percent or more in the contracting entity:

Name:
D.O.B: Social Security No:
Residence Address:

Name:
D.O.B: Social Security No:
Residence Address:

Name:
D.O.B: Social Security No:
Residence Address:

(Additional sheets may be used if necessary)

"I certify that Harry H Joh Construction is in full compliance with all applicable federal and state
reporting requirements regarding its employees and with all lawfully served Wage and Earnings
Assignment Orders and Notices of Assignments and will continue to be in compliance throughout the
term of Contract #MA-080-16010246 with the County of Orange. I understand that failure to comply
shall constitute a material breach of the contract and that failure to cure such breach within 60 calendar
days of notice from the County shall constitute grounds for termination of the contract.

Authorized Signature Print Name Title Date

Page 48 of 52
Attachment C

County of Orange
OC Public Works
Shane L. Silsby, Director

FAITHFUL PERFORMANCE BOND

BOND NO. ___________________

(The premium charged on this bond is $ , being at the rate of $ per thousand of the
Contract price.)

KNOW ALL MEN BY THESE PRESENTS:

THAT, WHEREAS, the COUNTY OF ORANGE, State of California, entered into a contract dated
, hereinafter called “Contract,” with

(Name and Address of Contractor)

hereinafter called “Principal,” for the work described as follows:


JOC General Contracting Services
MA-080-16010246 ; and

WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the
faithful performance of said Contract, and,

NOW, THEREFORE, WE, the Principal, and

(Name and Address of Surety (ies))


duly authorized to transact business under the laws of the State of California, as Surety(ies), hereinafter
called “Surety(ies),” are held and firmly bound unto COUNTY OF ORANGE in the penal sum of
Dollars ($ ),
lawful money of the United States, for the payment of which sum, well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents.

Page 49 of 52
Attachment C

BOND NO. _________________

THE CONDITION OF THIS OBLIGATION is such that, if the Principal, his or its heirs, executors,
administrators, successors or assigns, shall in all things stand to, and abide by, and well and truly keep and
perform the covenants, conditions and agreements in the said Contract, and in any alteration thereof made as
therein provided, on his or its part to be kept and performed, at the time and in the manner therein specified,
in all respects according to their true intent and meaning, and shall indemnify, defend with counsel approved
in writing by COUNTY, and save harmless the COUNTY OF ORANGE, its officers and agents, as therein
stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and
virtue. And the said Surety (ies), for value received, hereby stipulates and agrees that no change, extension of
time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder, or to the
specifications accompanying the same, shall in anywise affect its obligations on this bond, and it does hereby
waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to
the work, or to the specifications.

IN WITNESS WHEREOF, we have hereunto set our hands and seals this ____ day of ____________.

APPROVED AS TO SURETY AND LIMITS CONTRACTOR

By By
CEO/Risk Management Name & Title (see footnote)

By
APPROVED AS TO FORM Name & Title (see footnote)
Office of the County Counsel
Orange County, California
SURETY (ies)

By By
Deputy

Dated

Footnote: Pursuant to the requirements of California Corporations Code section 313, one of the following
two methods must be used by a corporation when it enters into a contract with the County:
1) Two people must sign the document. One of them must be the chairman of the board, the
president or any vice president. The other must be the secretary, any assistant secretary, the
chief financial officer or any assistant treasurer.
2) One corporate officer may sign the document, providing that written evidence of the officer‟s
authority to bind the corporation with only his or her signature must be provided. This
evidence would ideally be a corporate resolution.
Signature of Surety(ies) representative must be notarized. Attach certificate of notarization to this document.
Name of Surety(ies) Company must be typed or stamped above signature line of surety(ies) representative.

Page 50 of 52
Attachment C

County of Orange
OC Public Works
Shane L. Silsby, Director

LABOR AND MATERIAL PAYMENT BOND

BOND NO. ____________________

KNOW ALL MEN BY THESE PRESENTS:

THAT, WHEREAS COUNTY OF ORANGE has awarded to

(Contractor‟s Name and Address)

hereinafter called "Contractor," a contract for the work described as follows:

JOC General Contracting Services


MA-080-16010246
hereinafter called "Contract"; and,

WHEREAS, said Contractor is required by the provisions of Sections 9550 et. seq. of the Civil Code to
furnish a bond in connection with said Contract, as hereinafter set forth; and,

NOW, THEREFORE, WE, the undersigned Contractor, as Principal, and

[Name and Address of Surety (ies)]

duly authorized to transact business under the laws of the State of California, as Surety(ies), hereinafter
called “Surety(ies),” are held and firmly bound unto COUNTY OF ORANGE in the penal sum of

Dollars ($ ),
lawful money of the United States, said sum being not less than the estimated amount payable by the said
COUNTY OF ORANGE under the terms of the Contract, for the payment of which sum, well and truly to be
made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
firmly by these presents.

Page 51 of 52
Attachment C

BOND NO. ________________


THE CONDITION OF THIS OBLIGATION is such that, if said Contractor, his or its heirs, executors,
administrators, successors, and assigns, or subcontractors, shall fail to pay for any materials, provisions,
provender or other supplies, or teams, implements or machinery, used in, upon, for or about the performance
of the work under the Contract to be done, or for any work or labor thereon of any kind, or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, as required by the provisions of
California Civil Code 9550 et. seq., and provided that the claimant shall have complied with the provisions
of said Civil Code, the Surety(ies) shall pay for the same in an amount not exceeding the sum specified in
this bond, otherwise the above obligation shall be void. In case suit is brought upon this bond, the said
Surety(ies) will pay a reasonable attorneys‟ fee to be fixed by the court. This bond shall inure to the benefit
of any and all persons, companies and corporations entitled to file claims under Section 9100 of the Civil
Code, so as to give a right of action to them or their assigns in any suit brought upon this bond, and shall also
cover payment for any amounts required to be deducted, withheld, and paid over to the Employment
Development Department from the wages of employees of the Contractor or his or its subcontractors
pursuant to Section 13020 of the Unemployment Insurance Code. And the said Surety(ies), for value
received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the work to be performed thereunder, or to the specifications accompanying the same,
shall in anywise affect its obligations on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the Contract, or to the work, or to the specifications.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this ___ day of .

APPROVED AS TO SURETY AND LIMITS CONTRACTOR

By By
CEO/Risk Management Name & Title (see footnote)

By
APPROVED AS TO FORM Name & Title (see footnote)
Office of the County Counsel
Orange County, California
SURETY(IES)
By By
Deputy
Dated

Footnote: Pursuant to the requirements of California Corporations Code section 313, one of the following
two methods must be used by a corporation when it enters into a contract with the County:
1) Two people must sign the document. One of them must be the chairman of the board, the president
or any vice president. The other must be the secretary, any assistant secretary, the chief financial
officer or any assistant treasurer.
2) One corporate officer may sign the document, providing that written evidence of the officer‟s
authority to bind the corporation with only his or her signature must be provided. This evidence
would ideally be a corporate resolution.
Signature of Surety(ies) representative must be notarized. Attach certificate of notarization to this document.
Name of Surety(ies) Company must be typed or stamped above signature line of surety (ies) representative.

Page 52 of 52
Attachment A
OC PUBLIC WORKS
PROCUREMENT SERVICES
BID RECAP

BID OPENING DATE: 8/5/15


BID NUMBER: 080-C005708

JOC FOR GENERAL CONTRACTING


SERVICES
11 - RESPONSIVE BID RECEIVED
1 - NON-RESPONSIVE BIDS RECEIVED
12 - BIDS RECEIVED

Interlog Corp dba Interlog Harry H Joh MIK Construction Horizons Construction Vincor Construction MTM Construction
Construction Construction Inc Co Intl Inc Inc Inc
Ranking: 1 2 3 4 5 6
Line Bid Line Description Quantity Quantity Quantity Quantity Quantity Quantity
1 Normal Working 0.6200 0.6488 0.6800 0.6900 0.7000 0.7100
2 Other Than Normal 0.6200 0.6498 0.6900 0.6901 0.7001 0.7100
3 Composite Factor 0.6200 0.6490 0.6820 0.6900 0.7000 0.7100

Respondent Name Rick Chung Rob Cayabyab Billy Kim Kinan Kotrash Vincent Cortes Sarah Jin
Respondent Telephone 714-529-1130 562-630-3348 x209 213-393-3488 714-262-0000 714-558-8100 626-934-1112
Respondent Email rick@interlogconstruction.com rcayabyab@hjconst.com billykim@mikinc.us bidding@horizonscci.com vincent@vincorinc.com sarahjin@mtminc.us

*didn’t acknowledge
Addendum

Comments

*Addendum acknowledgement is waived - immaterial to bid

1 of 2
Page 1 of 2
Attachment A
OC PUBLIC WORKS
PROCUREMENT SERVICES
BID RECAP

BID OPENING DATE: 8/5/15


BID NUMBER: 080-C005708

JOC FOR GENERAL CONTRACTING


SERVICES
11 - RESPONSIVE BID RECEIVED
1 - NON-RESPONSIVE BIDS RECEIVED
12 - BIDS RECEIVED

New Creation Engineering


& Builders Inc dba New CTG Construction World Wide Good-Men Roofing &
Creation Builders Angeles Contractor Inc Inc Construction Construction Inc Mel Smith Electric Inc
Ranking: 7 8 9 10 11 12
Line Bid Line Description Quantity Quantity Quantity Quantity Quantity Quantity
1 Normal Working 0.7200 0.7280 0.7500 0.7900 0.8488 1.1300
2 Other Than Normal 0.7300 0.7290 0.7500 0.7910 0.8488 1.1700
3 Composite Factor 0.7220 0.7282 0.7500 0.7902 0.8488 1.1380

Respondent Name Jimmy Chung Young Kang Costas Georgiou Albert Holguin Brian Rick Roy Profitt
Respondent Telephone 562-804-0478 714-443-3655 310-834-8015 323-490-3751 619-794-5734 714-761-3205 x201
Respondent Email jc@newcreationbuilders.com ywkang@angelescontractor.com geor123@pacbell.net worldwide@wwcgc.com brian.rick@goodmencorp.com estimating@melsmithelectric.com

Nonresponsive
Bid bond is $45K,
should be $450K
*didn’t acknowledge Addendum
Comments

2 of 2
Page 2 of 2
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

JOB ORDER CONTRACT MA-080-18011453


FOR
HVAC SERVICES

THIS Job Order Contract MA-080-18011453 for HVAC Services (hereinafter referred to as
“Contract”) is made and entered into as of the date fully executed by and between County of Orange, a
political subdivision of the State of California, (hereinafter referred to as “County”) and Harry H. Joh
Construction, Inc., (hereinafter referred to as “Contractor”), which are sometimes individually
referred to as (“Party”), or collectively referred to as (“Parties”).
RECITALS
WHEREAS, County and Contractor are entering into this Contract for HVAC Services
under a Usage Contract; and,
WHEREAS, County solicited HVAC Services as set forth herein, and Contractor has
represented that it is qualified and capable to provide HVAC Services to the County as further set forth
herein; and,
WHEREAS, Contractor agrees to provide HVAC Services to the County as further set forth
in the Scope of Work, attached hereto as Attachment A and incorporated herein; and,
WHEREAS, County agrees to pay Contractor the fees as further set forth in Contractor’s
Pricing, attached hereto as Attachment B and incorporated herein;
NOW, THEREFORE, the Parties mutually agree as follows:
DEFINITIONS
DEFINITIONS: The following terms shall have the definitions as set forth below:
1. Adjustment Factor: The Bidder’s competitively bid price adjustment to the unit prices published
in the Construction Task Catalog®.
2. Brief Scope of Work: The initial scope of Work developed by the County Project Manager, and
is utilized to provide adequate information to schedule the Joint Scope Meeting.
3. Best Management Practices (BMPs): As used herein, a BMP is defined as a technique, measure,
or structural control that is used for a given set of conditions to manage the quantity and improve
the quality of stormwater runoff in a cost effective manner. Specific BMPs are found within the
County’s LIP in the form of Model Maintenance Procedures and BMP Fact Sheets (the Model
Maintenance Procedures and BMP Fact Sheets contained in the DAMP/LIP shall be referred to
hereinafter collectively as "BMP Fact Sheets") and contain pollution prevention and source
control techniques to eliminate non-stormwater discharges and minimize the impact of pollutants
on stormwater runoff.
4. Construction Task Catalog® (CTC): comprehensive listing of specific construction related tasks
identified by the County together with a specified unit of measurement and unit price. The price
published in the CTC for a specific construction or construction-related task. The unit prices are
fixed for the Term of this Contract. Each unit price is comprised of the labor, equipment and
materials costs to accomplish that specific task.
5. DAMP/LIP: To assure compliance with the Stormwater Permits and water quality ordinances,
the County Parties have developed a Drainage Area Management Plan (DAMP) which includes

C019413 Page 1 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

a Local Implementation Plan (LIP) for each jurisdiction that contains Best Management
Practices (BMPs) that parties using properties within Orange County must adhere to.
6. Detailed Scope of Work: The complete description of services to be provided by the Contractor
under an individual Job Order. Developed by the Contractor, after the Joint Scope Meeting and
submitted for approval to the County Project Manager.
7. Final Acceptance: All Work as been completed and accepted by the County. The Contractor
has provided all required close-out documentation and items as required by the Detailed Scope
of Work for the specific Job Order, and these items and have accepted and approved by the
County
8. Job Order Authorization (JOA): Issued upon acceptance of quote and the duration schedule,
stating that the quote is a firm fixed price. Must be issued prior to issuance of a Notice to
Proceed.
9. Job Order Notice To Proceed (NTP): The document prepared by the County, based on the
approved Job Order Quote, and issued to the Contractor which provides the specific instructions,
specific bid items, and the duration to complete the approved Detailed Scope of Work.
10. Job Order Quote (Quote): Contractor’s irrevocable offer to perform Work associated with a Job
Order and refers to the Contractor prepared document quoting a firm fixed-price and schedule
for the completion of a specific Scope of Work. The Contractor’s Quote must be on forms
provided by the County and in an electronic version compatible with the County’s systems. The
Quote may also contain approved drawings, Work schedule, permits, or other such
documentation as the County might require for a specific Job Order.
11. Joint Scope Meeting: A meeting at the Job Order location, attended by the Contractor and
County and any other interested parties to outline the Scope of Work for the Task.
12. Non-Pre-Priced (NPP) Tasks: The units of Work that are not included in the CTC but are still
within the general Scope of Work requested by the County under the Contract.
13. Normal Working Hours: means between the hours of 7:00 AM to 5:00 PM, Monday through
Friday, inclusive. Saturdays, Sundays, and County holidays are excluded.
14. Other Than Normal Working Hours: means Work done between the hours of 5:00 PM to 7:00
AM, on week days and any times during Saturday, Sunday, and County holidays.
15. Project: The Work to be performed by Contractor on behalf of County pursuant to this Contract
as described in individual Job Orders.
16. Request for Quote (RFQ): The County’s Request for Quote for a specific Job Order.
17. Stormwater Permit: The Santa Ana and San Diego Regional Water Quality Control Boards have
issued National Pollutant Discharge Elimination System permits ("Stormwater Permits") to the
County of Orange, the Orange County Flood Control District and cities within Orange County,
as co-permittees (hereinafter collectively referred to as "County Parties") which regulate the
discharge of urban runoff from areas within the County of Orange, including from all County
facilities on which Work within Contract is being performed. These permits are referred to as
Stormwater Permits.
18. Work: The Work shall include, without limitation, all labor, materials, apparatus, supplies,
services, facilities, utilities, transportation, manuals, warranties, training, and the like, necessary
for the Contractor to faithfully perform and complete all of its obligations under the Contract.

C019413 Page 2 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

ARTICLES
1. Scope of Contract: This Contract, including Attachments, specifies the contractual terms and
conditions by which the Contractor will provide HVAC Services under a Usage Contract, as set
forth in the Scope of Work identified as Attachment A to this Contract.
2. Term: This Contract shall become effective April 12, 2018 if all necessary signatures have been
executed by that date, or upon execution of all necessary signatures if execution occurs after
April 12, 2018, and shall continue for one (1) year from said date or execution, whichever is
later, or until the total Contract amount is reached, or unless otherwise terminated as provided
herein. Dates are in accordance with prior year’s contract expiration
3. Contingency of Funds: Contractor acknowledges that funding or portions of funding for this
Contract may be contingent upon state budget approval; receipt of funds from, and/or obligation
of funds by, the state of California to County; and inclusion of sufficient funding for the services
hereunder in the budget approved by County’s Board of Supervisors for each fiscal year covered
by this Contract. If such approval, funding or appropriations are not forthcoming, or are
otherwise limited, County may immediately terminate or modify this Contract without penalty.
4. County's Representatives:
A. The Contract will be under the general direction of the Board of Supervisors. OC Public
Works is the authorized representative of the Board of Supervisors and, under the Board of
Supervisors, has complete charge of the Contract, and shall exercise full control of the
Contract, so far as it affects the interest of the County.
B. The provisions in this Article or elsewhere in this Contract regarding approval or direction
by the County, Board of Supervisors, or OC Public Works, or action taken pursuant
thereto are not intended to and shall not relieve the Contractor of responsibility for the
accomplishment of the Work, either as regards sufficiency or the time of performance,
except as expressly otherwise provided herein.
C. County’s Contract Administrator is the County's exclusive contact agent to the Contractor
with respect to this Contract during construction and until the completion of the Contract.
The County will assign Project Managers for individual Job Orders. The County may
utilize the services of an Architect in relation to some, but not all Job Orders.
D. The County's communications with the Contractor and Architect shall be exclusively
through the County's Project Manager.
E. County Project Manager shall at all times have access to the Work whenever it is in
preparation or progress. The Contractor shall provide safe facilities for such access.
F. The County and County Project Manager shall not be responsible for or have control or
charge of the construction means, methods, techniques, sequences or procedures, or for
safety precautions and programs in connection with the Work, and will not be responsible
for the Contractor's failure to carry out the Work in accordance with the Contract
documents.
G. The County and County Project Manager shall not be responsible for the failure of the
Contractor to plan, schedule, and execute the Work in accordance with the approved
schedule or the failure of the Contractor to meet the Contract completion dates or the
failure of the Contractor to schedule and coordinate the Work of his own trades and
subcontractors or to coordinate with others separate Contractors.

C019413 Page 3 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

H. The County will not be responsible for the acts or omissions of the Contractor, or any
subcontractor, or any Contractor's or subcontractor's agents or employees, or any other
persons performing any of the Work.
I. County Project Manager has the authority to disapprove or reject Work on behalf of the
County when, in the County Project Manager’s opinion, the Work does not conform to the
Contract documents.
J. Whenever, in County Project Manager’s reasonable opinion, it is considered necessary or
advisable to insure the proper implementation of the intent of the Contract documents,
County Project Manager has the authority to require special inspection or testing of any
Work in accordance with the provisions of the Contract documents whether or not such
Work shall then be fabricated, installed or completed.
K. County Project Manager has the authority to require special inspection or testing of the
Work. However, neither County Project Manager’s authority nor any decision made by
the Project Manager in good faith whether to exercise or not to exercise such authority
shall give rise to any duty or responsibility of the County to the Contractor, or any
subcontractor, or any of their agents, or employees, or any other person performing any
portion of the Work.
L. County Project Manager has the authority and discretion to call, schedule, and conduct job
meetings to be attended by the Contractor, representatives of his subcontractors and the
Architect and his consultants, to discuss such matters as procedures, progress, problems,
and scheduling.
M. County Contract Administrator will establish procedures to be followed for processing all
submittals, Change Orders, Invoices, other project reports, documentation and test reports.
N. County Project Manager will issue Job Order if required.
O. County Project Manager will review and process all Invoices by the Contractor.
5. Contractor:
A. Composition: If the Contractor is comprised of more than one legal entity, each such
entity shall be jointly and severally liable hereunder.
B. Superintendence: The Contractor shall maintain on site, at all times during the
construction activities, a dedicated competent Superintendent. In addition to a General
Superintendent and other administrative and supervisory personnel required for the
performance of the Work, the Contractor shall provide specific coordinating personnel as
reasonably required for interfacing of all the Work required for the total project, all
satisfactory to County Project Manager. The superintendent shall not be changed except
with consent of County Project Manager, unless the superintendent proves to be
unsatisfactory to the Contractor and ceases to be in his employ, in which case he shall be
replaced within 24 hours by a superintendent acceptable to County Project Manager. The
superintendent shall represent the Contractor in his absence and all directions given to him
shall be binding as if given to the Contractor.
C. Licenses and Certificates: Contractor shall, at all times during the term of this Contract,
maintain in full force and effect such licenses as may be required by the State of California
or any other governmental entity for Contractor to perform the duties specified herein and
provide the services required pursuant to this Contract. Contractor shall strictly adhere to,

C019413 Page 4 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

and obey, all governmental rules and regulations now in effect or as subsequently enacted
or modified, as promulgated by any local, state, or federal governmental entities.
D. Superintendence and Project Manager: The Contractor shall provide County Project
Manager with complete Work history profiles of management staff associated with this
Project for County Project Manager review.
6. Usage: Unless otherwise specified herein, no guarantee is given by the County to the Contractor
regarding usage of this Contract. Usage figures, if provided, are approximate, based upon the
last usage. The Contractor agrees to supply services and/or commodities requested, as needed by
the County of Orange, at prices listed in the Contract, regardless of quantity requested.
7. Child Support Enforcement Requirements: Contractor is required to comply with the child
support enforcement requirements of the County. Failure of the Contractor to comply with all
federal, state, and local reporting requirements for child support enforcement or to comply with
all lawfully served Wage and Earnings Assignment Orders and Notices of Assignment shall
constitute a material breach of the Contract. Failure to cure such breach within 60 calendar days
of notice from the County shall constitute grounds for termination of the Contract.
8. Reports/Meetings: The Contractor shall develop reports and any other relevant documents
necessary to complete the services and requirements as set forth in this Contract. The County’s
Project Manager and the Contractor’s Project Manager will meet at a County designated location
to discuss the Contractor’s performance and progress under this Contract, at the request of the
County’s Project Manager. If requested by County, the Contractor’s Project Manager and other
project personnel shall attend all meetings. The Contractor shall provide such information that is
requested by the County for the purpose of monitoring progress under this Contract.
9. Conflict of Interest: The Contractor shall exercise reasonable care and diligence to prevent any
actions or conditions that could result in a conflict with the best interests of the County. This
obligation shall apply to the Contractor; the Contractor’s employees, agents, and relatives;
subcontractors; and third parties associated with accomplishing work and services hereunder.
The Contractor’s efforts shall include, but not be limited to establishing precautions to prevent
its employees or agents from making, receiving, providing or offering gifts, entertainment,
payments, loans or other considerations which could be deemed to appear to influence
individuals to act contrary to the best interests of the County.
10. Ownership of Documents: The County has permanent ownership of all directly connected and
derivative materials produced under this Contract by the Contractor. All documents, reports and
other incidental or derivative Work or materials furnished hereunder shall become, and remain,
the sole property of the County and may be used by the County as it may require without
additional cost to the County. None of the documents, reports and other incidental or derivative
Work or furnished materials shall be used by the Contractor without the express written consent
of the County.
11. Title to Data: All materials, documents, data or information obtained from the County data files
or any County medium furnished to the Contractor in the performance of this Contract will at all
times remain the property of the County. Such data or information may not be used or copied
for direct or indirect use by the Contractor after completion or termination of this Contract
without the express written consent of the County. All materials, documents, data or
information, including copies, must be returned to the County at the end of this Contract.
12. Contractor’s Personnel: Contractor warrants that all Contractor personnel engaged in the
performance of Work under this Contract shall possess sufficient experience and/education to

C019413 Page 5 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

perform the services requested by the County. County expressly retains the right to have any of
the Contractor personnel removed from performing services under this Contract. Contractor
shall effectuate the removal of the specified Contractor personnel from providing any services to
the County under this Contract within one business day of notification by County. County shall
submit the request in writing to the Contractor’s Project Manager. The County is not required to
provide any reason, rationale or additional factual information if it elects to request any specific
Contractor personnel be removed from performing services under this Contract.
13. Publication: No copies of sketches, schedules, written documents, computer based data,
photographs, maps or graphs, including graphic art Work, resulting from performance or
prepared in connection with this Contract, are to be released by Contractor and/or anyone acting
under the supervision of Contractor to any person, partnership, company, corporation, or agency,
without prior written approval by the County, except as necessary for the performance of the
services of this Contract. All press contacts, including graphic display information to be
published in newspapers, magazines, etc., are to be administered only after County approval.
14. News/Information Release: The Contractor agrees that it will not issue any news releases or
make any contact with the media in connection with either the award of this Contract or any
subsequent amendment of, or effort under this Contract. Contractors must first obtain review and
approval of said media contact from the County through the County’s Project Manager. Any
requests for interviews or information received by the media should be referred directly to the
County. Contractors are not authorized to serve as a media spokespersons for County projects
without first obtaining permission from the County Project Manager.
15. Errors and Omissions: All reports, files and other documents prepared and submitted by
Contractor shall be complete and shall be carefully checked by the professional(s) identified by
Contractor as Project Manager and key personnel attached hereto, prior to submission to the
County. Contractor agrees that County review is discretionary and Contractor shall not assume
that the County will discover errors and/or omissions. If the County discovers any errors or
omissions prior to approving Contractor's reports, files and other written documents, the reports,
files or documents will be returned to Contractor for correction. Should the County or others
discover errors or omissions in the reports, files or other written documents submitted by
Contractor after County approval thereof, County approval of Contractor's reports, files or
documents shall not be used as a defense by Contractor in any action between the County and
Contractor, and the reports, files or documents will be returned to Contractor for correction.
16. Audits/Inspections: Contractor agrees to permit the County’s Auditor-Controller or the Auditor-
Controller’s authorized representative (including auditors from a private auditing firm hired by
the County) access during normal working hours to all books, accounts, records, reports, files,
financial records, supporting documentation, including payroll and accounts payable/receivable
records, and other papers or property of Contractor for the purpose of auditing or inspecting any
aspect of performance under this Contract. The inspection and/or audit will be confined to those
matters connected with the performance of the Contract including, but not limited to, the costs of
administering the Contract. The County will provide reasonable notice of such an audit or
inspection.
The County reserves the right to audit and verify the Contractor’s records before final payment is
made.
Contractor agrees to maintain such records for possible audit for a minimum of three years after
final payment, unless a longer period of records retention is stipulated under this Contract or by
law. Contractor agrees to allow interviews of any employees or others who might reasonably
have information related to such records. Further, Contractor agrees to include a similar right to

C019413 Page 6 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

the County to audit records and interview staff of any subcontractor related to performance of
this Contract.
Should the Contractor cease to exist as a legal entity, the Contractor’s records pertaining to this
Contract shall be forwarded to the surviving entity in a merger or acquisition or, in the event of
liquidation, to the County’s Project Manager.
17. State Funds- Audits: When and if state funds are used in whole or part to pay for the goods
and/or services under this Contract, the Contractor agrees to allow the Contractor’s financial
records to be audited by auditors from the state of California, the County of Orange, or a private
auditing firm hired by the state or the County. The County or state shall provide reasonable
notice of such audit.
Pursuant to and in accordance with Section 8546.7 of the California Government Code, in the
event that this Contract involves expenditures of Public funds aggregating in excess of Ten
Thousand Dollars ($l0,000), the parties shall be subject to the examination and audit of the
Auditor General of the State of California for a period of three (3) years after final payment
under this Contract.
The Contractor shall maintain records for all costs connected with the performance of this
Contract including, but not limited to, the costs of administering the Contract, materials, labor,
equipment, rentals, permits, insurance, bonds, etc., for audit or inspection by County, State, or
any other appropriate governmental agency during the three (3) year period.
18. Hazardous Conditions: Whenever the Contractor’s operations create a condition hazardous to
traffic or to the public, the Contractor shall provide flagmen and furnish, erect and maintain
control devices as are necessary to prevent accidents or damage or injury to the public at
Contractor’s expense and without cost to the County. The Contractor shall comply with County
directives regarding potential hazards.
Emergency lights and traffic cones must also be readily available at all times and must be used in
any hazardous condition. Emergency traffic cones must be placed in front of and behind
vehicles to warn oncoming traffic.
Signs, lights, flags, and other warning and safety devices shall conform to the requirements set
forth in Chapter 5 of the current traffic manual, Traffic Control for Construction and
Maintenance Work Zones, published by the state of California Department of Transportation.
The Contractor shall take proper safety and health precautions to protect the Work, the workers,
the public, and the property of others. The Contractor shall also be responsible for all materials
delivered and Work performed until completion and acceptance of the entire construction Work,
except for any completed unit of construction thereof which theretofore may have been accepted.
19. Conditions Affecting the Work: The Contractor shall be responsible for having taken steps
reasonably necessary to ascertain the nature and location of the Work, and the general and local
conditions, which can affect the Work or the cost thereof for any Job Order. Any failure by the
Contractor to do so will not relieve him from responsibility for successfully performing the
Work without additional expense to the County. The County assumes no responsibility for any
understanding or representations concerning conditions made by any of its officers or agents
prior to the execution of this Contract, unless such understanding or representations by the
County are expressly stated in the Contract.
20. County's Property On Site: All fixtures, crops, trees, and all other personal property of the
County located at the job site which are removed in the course of construction of the project

C019413 Page 7 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

remain the property of the County unless express provision to the contrary is made in the
Contract between the Parties, and the Contractor shall exercise reasonable care to prevent loss or
damage to said property and shall deliver promptly such property to the place designated by the
County.
21. Protection: The Contractor shall take proper safety and health precautions to protect the Work,
the workers, the public, and the property of others. He shall comply with the provisions of the
Construction Safety Orders issued by the State Division of Occupational Safety & Health. He
shall also be responsible for all materials delivered and Work performed until completion and
acceptance of the entire construction Work, except for any completed unit of construction
thereof which until completion and acceptance of the entire construction Work, except for any
completed unit of construction thereof which theretofore may have been accepted.
The Contractor shall maintain continuously adequate protection of all his Work from damage
and shall protect the County's property from injury or loss arising in connection with this
Contract. He shall make good any such damage, injury or loss, except such as may be directly
due to errors in the Contract documents or caused by agents or representatives of the County. He
shall adequately protect adjacent property as provided by law and the Contract documents, and
shall maintain reasonable security of the site at all times. He shall limit visitors to the site to
those necessary for construction and inspections. Visitors for other purposes shall be referred to
OC Public Works. Contractor's and subcontractors' employees shall possess means of
identification at all times as required by OC Public Works while on the job site.
In an emergency affecting the safety of life or of the Work or of adjoining property, the
Contractor, without special instruction or authorization from the A-E or County, is hereby
permitted to act at his discretion to prevent such threatened loss or injury. He shall so act if
directed or instructed by OC Public Works. Any dispute as to compensation claimed by the
Contractor on account of emergency Work shall be determined by agreement as hereinafter set
forth.
OC Public Works may notify the Contractor of any noncompliance with the foregoing provisions
and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct
such conditions. Such notices, when delivered to the Contractor or his representative at the site
of the Work, shall be deemed sufficient for said purpose. Failure of receipt of such notice from
OC Public Works shall not relieve the Contractor of responsibility.
If the Contractor fails or refuses to comply promptly, OC Public Works may issue an order
stopping all or part of the Work until satisfactory corrective action has been taken. No part of
the time lost due to any such stop order shall be made the subject of claim for extension of time
or for excess costs or damages to the Contractor. The Contractor will be responsible for
ensuring that his subcontractors comply with the provisions of this Clause.
22. Responsibility For Damages Or Injury: The County its elected and appointed officials,
officers, employees, agents and those special districts and agencies which County’s Board of
Supervisors acts as the governing Board (“County Indemnitees”) shall not be answerable or
accountable in any manner: for any loss or damage that may happen to the Project or any part
thereof; for any loss or damage to any of the materials or other things used or employed in
performing the Project; for injury to or death of any person either workers or the public; or for
damage to property from any cause which might have been prevented by the Contractor, or his
workers, or anyone employed by him.
The Contractor shall be responsible for any liability imposed by law and for injuries to or death
of any person or damage to property resulting from defects or obstructions or from any cause

C019413 Page 8 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

whatsoever during the progress of the Project or at any time before its completion and final
acceptance.
The Contractor shall indemnify, defend with counsel approved in writing by County and save
harmless the County Indemnitees from all claims, suits or actions of every name, kind and
description, brought for, or on account of, injuries to or death of any person or damage to
property resulting from the construction of the Project or by or in consequence of any negligence
in guarding the Project; use of improper materials in construction of the Project; or by or on
account of any act or omission by the Contractor or his agents during the progress of the Work or
at any time before the completion and final acceptance of the Project.
In addition to any remedy authorized by law, so much of the money due the Contractor under
and by virtue of the Contract as shall be considered necessary by the County may be retained by
it until disposition has been made of such suits or claims for damages as aforesaid.
If judgment is entered against Contractor and County by a court of competent jurisdiction
because of the concurrent active negligence of County and County Indemnitees, Contractor and
County agree that liability will be apportioned as determined by the court. Neither Party shall
request a jury apportionment.
Notwithstanding anything stated above, nothing contained herein shall relieve Contractor of any
insurance requirements of obligations created elsewhere in this Contract.
23. Other Contracts: The Board of Supervisors may undertake or award other contracts for
additional Work, and the Contractor shall fully cooperate with such other contractors and County
employees and carefully fit his own Work to such additional Work as may be directed by OC
Public Works. The Contractor shall not commit or permit any act, which will interfere with the
performance of Work by any other contractor or by County employees.
24. Breach of Contract: The failure of the Contractor to comply with any of the provisions,
covenants or conditions of this Contract, shall constitute a material breach of this Contract. In
such event the County may, and in addition to any other remedies available at law, in equity, or
otherwise specified in this Contract:
i. Afford the Contractor written notice of the breach and ten calendar days or such shorter
time that may be specified in this Contract within which to cure the breach;
ii. Discontinue payment to the Contractor for and during the period in which the Contractor
is in breach and offset against any monies billed by the Contractor but yet unpaid by the
County those monies disallowed pursuant to the above.
iii. Terminate the Contract immediately without penalty.
25. Orderly Termination: Upon termination or other expiration of this Contract, each Party shall
promptly return to the other Party all papers, materials, and other properties of the other held by
each for purposes of execution of the Contract. In addition, each Party will assist the other Party
in orderly termination of this Contract and the transfer of all assets, tangible and intangible, as
may be necessary for the orderly, non-disruptive business continuation of each Party.
26. Wage Rates: Pursuant to the provisions of Section 1773 of the Labor Code of the state of
California, the Contractor shall comply with the general prevailing rates of per diem wages and
the general prevailing rates for holiday and overtime wages in this locality for each craft,
classification, or type of worker needed to execute this Contract. The rates are available from
the Director of the Department of Industrial Relations at the following website:

C019413 Page 9 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

http://www.dir.ca.gov/dlsr/DpreWageDetermination.htm. The Contractor shall post a copy of


such wage rates at the jobsite and shall pay the adopted prevailing wage rates. The Contractor
shall comply with the provisions of Sections 1775 and 1813 of the Labor Code.
Travel and subsistence payments to each workman needed to execute the Work shall be made as
such travel and subsistence payments are defined in the applicable collective bargaining
agreements filed in accordance with Section 1773.8 of the Labor Code.
The County will not recognize any claim for additional compensation because of the payment by
the Contractor of any wage rate in excess of the prevailing wage rate set forth in the Contract.
The possibility of wage increases is one of the elements to be considered by the Contractor in
determining his bid, and will not under any circumstances be considered as the basis of a claim
against the County on the Contract.

Pursuant to Section 1725.5 of the Labor Code, a contractor shall be registered 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.

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.

The County will not accept a bid nor enter any contract or subcontract without proof of the
contractor or subcontractor’s current registration to perform public work pursuant to Section
1725.5.

Any job orders issued under this Contract may be subject to compliance monitoring and
enforcement by the Department of Industrial Relations. The prime contractor shall post job site
notices, as prescribed by regulation. Each contractor and subcontractor shall furnish the records
specified in Section 1776 directly to the Labor Commissioner.
The Contractor and subcontractors shall comply with Section 1777.6 which stipulates that it
shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices
solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age, except
as provided in Section 3077.
27. Wage Rate Penalty: Pursuant to the provisions of the Labor Code Section 1775, the Contractor
shall forfeit to the County, as a penalty, the sum of Twenty-five Dollars ($25) for each calendar
day, or portion thereof, for each laborer, worker, or mechanic employed, paid less than the
stipulated prevailing rates for Work done under this Contract, by Contractor or by
subcontractors, in violation of the provisions of this Contract.

28. Payroll Records: CONTRACTOR and any Subcontractor(s) shall comply with the
requirements of Labor Code Section 1776. Such compliance includes the obligation to furnish
the records specified in Section 1776 directly to the Labor Commissioner in an electronic format,
or other format as specified by the Commissioner, in the manner provided by Labor Code
Section 1771.4.

The requirements of Labor Code Section 1776 provide in part:

C019413 Page 10 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

1.1.1. CONTRACTOR and any Subcontractor(s) performing any portion of the work under
this Contract shall keep an accurate record, 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 CONTRACTOR or any Subcontractor(s) in connection
with the work.
1.1.2. 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:
(a) The information contained in the payroll record is true and correct.
(b) The employer has complied with the requirements of Labor Code Sections 1771,
1811, and 1815 for any work performed by his or her employees in connection with
the Contract.
1.1.3. The payroll records shall be certified and shall be available for inspection at the principal
office of CONTRACTOR on the basis set forth in Labor Code Section 1776.
1.1.4. CONTRACTOR shall inform COUNTY of the location of the payroll records, including
the street address, city and county, and shall, within five working days, provide a notice
of any change of location and address of the records.
1.1.5. Pursuant to Labor Code Section 1776, CONTRACTOR and any Subcontractor(s) shall
have 10 days in which to provide a certified copy of the payroll records subsequent to
receipt of a written notice requesting the records described herein. In the event that
CONTRACTOR or any Subcontractor fails to comply within the 10-day period, he or
she shall, as a penalty to COUNTY, forfeit $100, or a higher amount as provided by
Section 1776, for each calendar day, or portion thereof, for each worker to whom the
noncompliance pertains, until strict compliance is effectuated. CONTRACTOR
acknowledges that, without limitation as to other remedies of enforcement available to
COUNTY, upon the request of the Division of Apprenticeship Standards or the Division
of Labor Standards Enforcement of the California Department of Industrial Relations,
such penalties shall be withheld from progress payments then due CONTRACTOR.
CONTRACTOR is not subject to a penalty assessment pursuant to this section due to the
failure of a Subcontractor to comply with this section.

CONTRACTOR and any Subcontractor(s) shall comply with the provisions of Labor Code
Sections 1771 et seq., and shall pay workers employed on the Contract not less than the general
prevailing rates of per diem wages and holiday and overtime wages as determined by the
Director of Industrial Relations. CONTRACTOR shall post a copy of these wage rates at the job
site for each craft, classification, or type of worker needed in the performance of this Contract, as
well as any additional job site notices required by Labor Code Section 1771.4(b). Copies of
these rates are on file at the principal office of COUNTY’s representative, or may be obtained
from the State Office, Department of Industrial Relations (“DIR”) or from the DIR’s website at
www.dir.ca.gov. If the Contract is federally funded, CONTRACTOR and any Subcontractor(s)
shall not pay less than the higher of these rates or the rates determined by the United States
Department of Labor.
29. Work Hour Penalty: Eight hours of labor constitute a legal day's Work, and forty hours
constitute a legal week's Work. Pursuant to Section 1813 of the Labor Code of the State of
California, the Contractor shall forfeit to the County Twenty Five Dollars ($25) for each worker
employed in the execution of this Contract by the Contractor or by any subcontractor for each

C019413 Page 11 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

calendar day during which such worker is required or permitted to Work more than the legal
day's or week's Work, except that Work performed by employees of said Contractor and
subcontractors in excess of the legal limit shall be permitted without the foregoing penalty upon
the payment of compensation to the workers for all hours worked in excess of eight hours per
day of not less than 1-1/2 times the basic rate of pay.

30. Registration of Contractors: Contractor and all subcontractors must comply with the
requirements of labor code section 1771.1(a), pertaining to registration of contractors pursuant to
section 1725.5. Registration and all related requirements of those sections must be maintained
throughout the performance of the Contract.
31. Withholding of Wage Differentials: The County may withhold from the Contractor as much of
any accrued payments as may be necessary to pay laborers, craft workmen and mechanics
employed on the Project any difference between the rate of wages required to be paid pursuant to
California law and the rate of wages actually paid to such laborers, craft workmen and
mechanics.
32. Craft Labor Time Records: The Contractor shall keep full, true and accurate records of the
names and actual hours worked by the respective workers and laborers employed under this
Contract in accordance with California Labor Code and shall allow access to the same any
reasonable hour to the County, its agents or representatives and to any person having the
authority to inspect the same as contemplated under the provisions of said California Labor
Code, or when requested by the County.
Eight (8) hours of labor shall constitute a legal day’s Work. The Contractor shall comply with
Labor Code regarding legal day’s Work and overtime.
33. Non-Discrimination: In the performance of the terms of this Contract, Contractor agrees that
he will not engage in nor permit such subcontractors as he may employ to engage in
discrimination against any employee or applicant for employment on the basis of race, sex,
color, religion, ancestry, national origin, marital status, age or as an otherwise qualified
handicapped individual. This prohibition shall pertain to employment, upgrading, demotion, or
transfer; recruitment advertising; layoff or termination; rates of pay and other forms of
compensation; selection for training, including apprenticeship; and any other action or inaction
pertaining to employment matters.
34. Assignment Of Antitrust Actions: In accordance with Public Contract Code, Section 7103.5,
by entering into this Contract or into a subcontract to supply goods, services, or materials
pursuant to this Contract, the Contractor, or subcontractor, offers and agrees to assign to the
County all rights, title, and interest in and to all causes of action it may have under Section 4 of
the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 [commencing with
Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from
purchases of goods, services, or materials pursuant to this Contract or the subcontract. This
assignment shall be made and become effective at the time the County tenders final payment to
the Contractor, without further acknowledgment by the parties. The Contractor shall cause to be
inserted in any such subcontract stipulations to effectuate this Clause and the provisions of
Public Contract Code, Section 7103.5.
35. Substituted Security: In accordance with Section 22300 of the Public Contract Code, the
County will, at the request and expense of the Contractor, accept securities equivalent to any
amount withheld by the County to ensure performance under this Contract, including, but not
limited to, the amount withheld under Attachment B, Paragraph IV of the Contract. Such
substituted security must meet the requirements of said Section 22300, and shall be deposited

C019413 Page 12 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

with a California or federally chartered bank as escrow agent. The security shall be held by the
escrow agent subject to a written escrow agreement between County, Contractor, and escrow
agent, which Contract shall be in a for substantially similar to that contained in Public Contract
Code, Section 22300.
36. Apprentices: The Contractor shall familiarize himself with the provisions of Section 1777.5 of
the Labor Code regarding employment of apprentices, and shall be responsible for compliance
therewith, including compliance by his subcontractors.
Contractor agrees to comply with the provisions of Labor Code Section 1777.5 and any other
applicable laws or regulations, including but not limited to, 8 California Code of Regulations,
Section 230.1(A), pertaining to apprentices. Section 1777.5 shall 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).
Contractor and subcontractor shall comply with Section 1777.6 of the Labor Code which
stipulates that an employer or a labor union shall not refuse to accept otherwise qualified
employees as registered apprentices on any public works on any basis listed in subdivision (a) of
Section 12940 of the Government Code, as those bases are defined in Sections 12926 and
12926.1 of the Government Code, except as provided in Section 3077 of the Labor Code and
Section 12940 of the Government Code.
37. Liquidated Damages: Timely Completion of services provided under this Contract is of the
essence. Should the Contractor fail to substantially complete the Work specified in the Job Order
in accordance with the approved construction schedule, and provided the Contractor has not
previously obtained a written extension of time from the County in accordance with this
Contract, a sum appropriate with the following schedule may be deducted from each succeeding
request for payment as liquidated damages on each Job Order if applicable.
Schedule for Liquidated Damages
Job Order price Liquidated damages per day
Up to $100,000 $500
Greater Than $100,000 $1,000
A. The applicability of liquidated damages shall be clearly noted on the Request for Quote for
each Job Order. No liquidated damages shall apply if not noted on the Request for Quote.
If the Contractor fails to complete any part of the Work in accordance with the Work
duration schedule, the County agrees to have the right to complete that part of the Work it
deems necessary in order to maintain the Work duration schedule. All direct and indirect
costs of such Work shall be paid by the Contractor.
38. Material, Workmanship, and Acceptance:
A. Where materials are specified by reference to standard specifications of the American
Society for Testing Materials (A.S.T.M.), Federal Specifications, or others, all applicable
provisions of the designated specifications shall be considered as forming a part of the
Contract documents to the same force and effect as if repeated therein.
B. All Work under this Contract shall be performed in a skillful and workmanlike manner.
OC Public Works may, in writing, require the Contractor to remove from the Work any

C019413 Page 13 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

employee County Project Manager deems incompetent, careless, or otherwise


objectionable.
C. The Contractor shall, without charge, replace any material or correct any workmanship
found by OC Public Works not to conform to the Contract requirements, unless in the
public interest OC Public Works consents to accept such material or workmanship with an
appropriate adjustment in Contract price. The Contractor shall promptly segregate and
remove rejected material from the premises.
D. If the Contractor does not promptly replace rejected material or correct rejected
workmanship, the County (1) may, by Contract or otherwise, replace such material or
correct such workmanship and charge the cost thereof to the Contractor, or (2) may
terminate the Contractor's right to proceed.
E. Unless otherwise provided in this Contract, acceptance by the County shall be
accomplished by recordation of Notice of Completion which shall be made as promptly as
practicable after completion and inspection of all Work required by this Contract.
Acceptance shall be final and conclusive except as regards latent defects, fraud, or such
gross mistakes as may amount to fraud, or as regards the County's rights under any
warranty or guarantee. Informal procedures such as "punch lists" are not to be deemed
final or conditional acceptance.
39. Subcontracts:
A. List of Subcontractors: Contractor shall list all Subcontractors, as part of the Quote, as
provided for in Attachment A, ordering procedures.
B. Licensed Subcontractors: Each subcontractor selected for the Work shall be licensed in
the State of California in his particular field.
C. Transactions: Transactions with subcontractors shall be made through the Contractor
except when in emergency situations the General Contractor is not readily available, in
which case detailed instructions will be transmitted to subcontractors directly.
D. Responsibility: Contractor shall be fully responsible to the County for the acts and
omissions of subcontractors and all persons directly or indirectly employed by them as he
is for the acts and omissions of himself and of persons-directly or indirectly employed by
him and shall pay each subcontractor promptly the amount allowed Contractor on account
of such subcontractor's Work to the extent of such subcontractor's interest therein.
E. Contractual Relations: Nothing contained in this Contract shall create any contractual
relations between County and a subcontractor.
40. Drawings And Specifications:
A. Checking: The Contractor shall check all drawings and owner supplied specifications
furnished him immediately, for individual Job Orders, upon their receipt and shall
promptly notify the County of any discrepancies. Figures marked on drawings shall in
general be followed in preference to scale measurements. Large-scale drawings shall in
general govern small-scale drawings. Door, finish hardware; etc., schedules shall govern
over drawings. The Contractor shall compare all drawings and verify the figures before
laying out the Work and will be responsible for any errors, which might have been avoided
thereby. When measurements are affected by conditions already established, the
Contractor shall take measurements notwithstanding the giving of scale or figure

C019413 Page 14 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

dimensions in the drawings. Anything mentioned in the specifications and not shown on
the drawings, or shown on the drawings and not mentioned in the specifications, shall be
of like effect as if shown or mentioned in both.
B. Omissions and Mis-descriptions: Omissions from the drawings or specifications, or the
mis-description of details of Work which are manifestly necessary to carry out the intent of
the drawings and specifications, or which are customarily performed, shall be called to the
attention of the County as soon as possible. The County shall promptly notify the
Contractor of the correction or addition to be made. In the event the omission or
misdirection is substantial and the custom of the trade or industry does not require the
Contractor to perform the Work without issuance of an additional Job order. Any
adjustment by the Contractor without written determination shall be at Contractor’s own
risk and expense.
C. Conflicting Information: In case of conflict between sections of the specifications and/or
the drawings, the Contractor shall call this to attention of the County and ask for
clarification, which is to be documented within the Job Order.
D. Drawings and Specifications at the Site: The Contractor shall keep available at the site for
ready reference a complete set of all Contract drawings, details, supplementary drawings,
approved shop drawings, a complete copy of the specifications with all addenda, bulletins,
amendments, and copies of project correspondence. The Contractor shall maintain on the
site a complete "as-built" record set of drawings. In addition, the Contractor shall keep on
the site a copy of each manufacturer's current printed recommendations. Contractor shall
also submit a copy to the County.
E. Deviations: Deviations from the drawings and the dimensions therein given, whether or
not error is believed to exist, shall be made only after written authority is obtained from
the County, and shall be documented within the Detailed Scope of Work for the specific
Job Order.
F. Technical Specifications: The Technical Specifications furnished on the CD are intended
to establish the standards for quality, performance and technical requirements for all labor,
workmanship, material, methods and equipment necessary to complete the Work. When
specifications and drawings are provided or referenced by the County, these are to be
considered part of the Scope of Work, and to be specifically documented in the Detailed
Scope of Work. For convenience, the County supplied specifications, if any, and the
Technical Specifications furnished on the CD.
41. Division of the Specifications:
A. For convenience, these specifications are arranged in several divisions and sections, but
such separations shall not be considered as the limits of the Work required for any
subcontract or trade; the terms and conditions of such limitations are wholly between the
Contractor and his subcontractors, and the County will not be responsible for any division
of Work by subcontractors. The Contractor will be solely responsible for all subcontract
arrangements of Work regardless of the location of provisions in the specifications.
B. Schedules of Work included in the sections, where listed, are given for convenience only,
and shall not be considered as a comprehensive list of items or Work necessary to
complete the Work of any section.

C019413 Page 15 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

C. Where devices or items or parts thereof are referred to in the singular, it is intended that
such reference shall apply to as many such devices, items, or parts as are required to
properly complete the Work.
D. Each section of the specifications is covered by applicable requirements of the Contract
documents and other related sections as if therein written.
42. Site Conditions:
A. Existing Site Conditions: Information with respect to the site of the Work given in
drawings or specifications has been obtained by County's representatives and is believed to
be reasonably correct, but the County does not warrant either the completeness or accuracy
of such information, and it is the responsibility of the Contractor to verify all such
information.
B. Changed Conditions: The Contractor shall promptly, and before such conditions are
disturbed, notify the County Project Manager in writing of:
i. Subsurface or latent physical conditions at the site differing materially from those
indicated in this Contract, or
ii. Unknown physical conditions at the site, of an unusual nature, differing materially
from those ordinarily encountered and generally recognized as inherent in Work of
the character provided for in this Contract.
iii. Material that the Contractor believes may be material that is hazardous waste, as
defined in Section 25117 of the Health and Safety Code that is required to be
removed to a Class I, Class II or Class III disposal site in accordance with provisions
of existing law.
iv. County Project Manager will promptly investigate the conditions, and if, as a result,
finds that such conditions do so materially differ and cause an increase or decrease
in the Contractor's cost of, or the time required or performance of this Contract, an
equitable adjustment in accordance with section 17 above, and Articles 32 and 46,
shall be made and the Contract modified in writing accordingly. Any claim of the
Contractor for adjustment hereunder shall not be allowed unless he has given notice
as above required.
In the event that a dispute arises between the County and the Contractor whether the
conditions materially differ, or involve hazardous waste, or cause a decrease or
increase in the Contractor’s cost of, or, time required for, performance of any part of
the Work, the Contractor shall not be excused from any scheduled completion date
provided for by the Contract, but shall proceed with all Work to be performed under
the Contract. The Contractor shall retain any and all rights provided either by
Contract or by law which pertain to the resolution of disputes and protests between
the contracting parties.
C. Public Utility Facilities on Project Site: Pursuant to Government Code, Section 4215, the
Contractor shall be compensated for the costs of locating and repairing damage not due to
failure of Contractor to exercise reasonable care, and removing, relocating existing or
protecting existing main or trunkline utility facilities located on the Contract construction
site and not identified in the plans or specifications with reasonable accuracy. This will be
accomplished by the issuance of a separate Job Order. The payment of this is full
compensation for all Contractor’s cost.

C019413 Page 16 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

D. Space at Site: The Contractor shall be allowed reasonable space at the site of the Work as
available and access thereto and shall confine his operations to the space assigned. The
Work shall be done without interference with the ordinary use of streets, berthing places,
fairways, and passages. The Contractor shall cooperate with other Contractors of the
County and shall not commit or permit any act which will interfere with the performance
of Work by any other Contractor or employees of the County whether at the site or not.
E. Facility Security: Contractor shall keep all doors locked while working in any buildings
on the site. Keys shall not be left in the doors. Contractor shall not admit any person into
the building that is not a direct employee of the Contractor and not actively engaged in
performance of the Work. Contractor shall restrict access to the areas of the facility not
specifically included in this Contract for construction services. The Contractor shall check
all windows and doors for proper closure and locking, extinguish all lights except master
security lighting, and then reactivate the security system (if applicable) prior to leaving the
facility.
F. Security System: The site and the Work area may be protected by limited access security
systems. An initial access code number will be issued to the Contractor by the County.
Thereafter, all costs for changing the access code due to changes in personnel or required
substitution of contracts shall be paid by the Contractor and may be deducted from
payments due or to become due to the Contractor. Furthermore, any alarms originating
from the Contractor’s operations shall also be paid by the Contractor and may be deducted
from payments due or to become due to the Contractor.
G. Secured Facilities: For specific Job Orders, the work may be conducted at secured County
facilities. As a requirement to work in these Facilities, all Contractor employees, including
all subcontractor employees, must obtain a security clearance. If security clearances are
required, this will be discussed at the Joint Scope meeting. At the Joint Scope meeting, all
requirements and forms will be provided by the County Project Manager. Also, the
requirement to obtain the clearances will be incorporated in the Job Order Schedule. All
costs to obtain clearances are the responsibility of the Contractor.
H. Employee Acceptability: If required by a specific Job Order, prior to commencing any
construction at the site, Contractor shall obtain security clearances of all persons and/or
entities it intends to employ. During the life of a Job Order, Contractor shall remove and
replace any employee working on this project when requested to do so by the County.
43. Beneficial Occupancy:
A. The County may, at any time, and from time to time, during the performance of the Work,
enter the structure for the purpose of installing any necessary Work by County labor of
other contracts, and for any other purpose in connection with the installation of facilities.
In doing so, the County shall endeavor not to interfere with the Contractor and the
Contractor shall not interfere with other Work being done by or on behalf of the County.
B. If, prior to completion and Final Acceptance of all the Work under a specific Job Order,
the County takes possession of any structure (whether completed or otherwise) comprising
a portion of that Project with the intent of retaining possession thereof (as distinguished
from temporary possession contemplating the return to the Contractor), then, while the
County is in possession of the same, the Contractor, notwithstanding its normal
responsibilities, shall be relieved of liability for loss or damage to structure other than that
resulting from the Contractor's fault or negligence. Such taking of possession by the
County shall not relieve the Contractor from any provisions of this Contract respecting

C019413 Page 17 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

such structure, other than to the extent specified in the preceding sentence, nor constitute a
final acceptance of such structure.
44. Contract Disputes:
A. In the event of a dispute between the Parties as to performance of the Work, the
interpretation of this Contract, or payment or nonpayment for Work performed, the parties
shall attempt to resolve the dispute. Pending resolution of the dispute, the Contractor shall
continue the Work diligently to completion as directed by OC Public Works. If the dispute
is not resolved, the Contractor agrees he will neither rescind this Contract nor stop the
progress of the Work.
B. For this section a “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 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; 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; payment
of an amount that is disputed by the public entity.
Pursuant to Public Contract Code Section 9204:

(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

C019413 Page 18 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

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.

(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 his or her 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.

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.

C019413 Page 19 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

C. All construction claims of Three Hundred Seventy Five Thousand Dollars ($375,000) or
less between the Contractor and the County shall be resolved in accordance with the
provisions of Division 2, Part 3, Chapter 1, Article 1.5 of the Public Contract Code of the
State of California. Contractor's sole remedy for construction claims of more than Three
Hundred Seventy Five Thousand Dollars ($375,000) will be to submit such controversy to
determination by a court of the State of California in Orange County, California, having
competent jurisdiction of the dispute, after the project has been completed and not before.
D. Notwithstanding the foregoing, with respect to any dispute involving a claim by the
Contractor for additional compensation, Contractor shall submit such claim in writing to
OC Public Works promptly as the alleged facts giving rise to, or the alleged bases for, the
claim become known to the Contractor; any such claim not promptly so submitted to OC
Public Works shall be deemed waived; and in no event shall a claim for additional
compensation be asserted or be assertable after completion or cessation of the Work.
45. Notices: Any and all notices, requests demands and other communications contemplated, called
for, permitted, or required to be given hereunder shall be in writing, except through the course of
the County’s Project Manager and Contractor’s Project Manager routine exchange of
information and cooperation during the terms of the Work and services. Any written
communications shall be deemed to have been duly given upon actual in-person delivery, if
delivery is by direct hand, or upon delivery on the actual day of receipt or no greater than four
calendar days after being mailed by US certified or registered mail, return receipt requested,
postage prepaid, whichever occurs first. The date of mailing shall count as the first day. All
communications shall be addressed to the appropriate Party at the address stated herein or such
other address as the Parties hereto may designate by written notice from time to time in the
manner aforesaid.
County: Jennifer Carroll, Contract Administrator
1143 E. Fruit St
Santa Ana, CA 92701
(714)667-4942
Jennifer.Carroll@ocpw.ocgov.com

cc: OC Public Works/ Procurement Services


Attn: Carlos Corona
300 N. Flower Street, 8th Floor
Santa Ana, CA 92703
(714) 667-9694
Carlos.Corona@ocpw.ocgov.com
Contractor: Harry H. Joh Construction, Inc.
Attn: Harry Joh
7303 Somerset Blvd.
Paramount, CA 90723
(562) 630-3348
Harry@hjconst.com

46. Governing Law and Venue: This Contract has been negotiated and executed in the State of
California and shall be governed by and construed under the laws of the State of California. In
the event of any legal action to enforce or interpret this Contract, the sole and exclusive venue

C019413 Page 20 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

shall be a court of competent jurisdiction located in Orange County, California, and the Parties
hereto agree to and do hereby submit to the jurisdiction of such court, notwithstanding Code of
Civil Procedure section 394. Furthermore, the Parties specifically agree to waive any and all
rights to request that an action be transferred for trial to another County.
47. Entire Contract: This Contract, including Attachments, which are attached hereto and
incorporated herein by this reference, when accepted by the Contractor either in writing or by the
shipment of any article or other commencement of performance hereunder, contains the entire
Contract between the Parties with respect to the matters herein and there are no restrictions,
promises, warranties or undertakings other than those set forth herein or referred to herein. No
exceptions, alternatives, substitutes or revisions are valid or binding on County unless authorized
by County in writing. Electronic acceptance of any additional terms, conditions or supplemental
Contracts by any County employee or agent, including but not limited to installers of software,
shall not be valid or binding on County unless accepted in writing County’s Purchasing Agent or
his designee.
48. Amendments: No alteration or variation of the terms of this Contract shall be valid unless made
in writing and signed by the Parties; no oral understanding or agreement not incorporated herein
shall be binding on either of the Parties; and no exceptions, alternatives, substitutes or revisions
are valid or binding on County unless authorized by County in writing.
49. Taxes: Unless otherwise provided herein or by law, price quoted does not include California
state sales or use tax.
50. Warranty Work: Failure by the Contractor to take corrective action within twenty four (24)
hours after personal or telephonic notice by the County's OC Public Works on items affecting
essential use of the facility, safety or the preservation of property, and within ten (10) calendar
days following written notice on other deficiencies, will result in the County taking whatever
corrective action it deems necessary. All costs resulting from such action by the County will be
claimed against Contractor or, if necessary, the Contractor's Performance Bond.
51. Patent Infringement:
A. The Contractor shall report to OC Public Works, promptly and in reasonable detail, each
notice or claim of patent infringement based on the performance of this Contract of which
the Contractor has knowledge.
B. In the event of any suit against the County, or any claim against the County made before
suit has been instituted, on account of any alleged patent infringement arising out of the
performance of this Contract, or out of the use of any supplies furnished or Work or
services performed hereunder, the Contractor shall, at his own expense, furnish to the
County, upon request, all evidence and information in possession of the Contractor
pertaining to such suit or claim. The Contractor further agrees to indemnify, defend with
counsel approved in writing by County and hold harmless the County against any and all
claims or lawsuits based upon such patent infringement, to defend such suits, and to pay
any judgment rendered against County, its employees, or the Board of Supervisors.
52. Assignment: Neither the Contract nor any portion thereof may be assigned by the Contractor
without the expressed permission of the County. Claims for monies due or to become due the
Contractor from the County under this Contract may be assigned, with the written consent of the
County Purchasing Agent or designee, to a bank, trust company, or other financing institution
and may thereafter be further assigned or reassigned to any such institution. To effect such
assignments, the Contractor, or his assignee, shall submit a written request to the County Project

C019413 Page 21 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

Manager enclosing a letter from the proposed assignee indicating that it will accept such
assignment. Any attempted assignment contrary to the provisions of this paragraph shall be
void.
53. Termination For Cause & Damages For Delay:
A. If the Contractor refuses or fails to prosecute the Work with such diligence as will insure
its completion within the time specified in this Contract or any extension thereof, or fails
to complete said Work within such time, the County Project Manager may, by written
notice to the Contractor, terminate his right to proceed with the Project or such part of the
Project as to which there has been delay. In such event, the County may take over the
Project and prosecute the same to completion, by Contract or otherwise, and may take
possession of and utilize in completing the Project such materials, appliances, and plant as
may be on the site of the Project and necessary therefore. Whether or not the Contractor's
right to proceed with the Project is terminated, he and his sureties shall be liable for any
damage to the County resulting from his refusal or failure to complete the Project within
the specified time.
B. If fixed and agreed liquidated damages are provided in the Contract and if the County
takes over the Project or otherwise incurs damages as a result of Contractor’s default, the
resulting damage will consist of such liquidated damages until such reasonable time as
may be required for final completion of the Project together with any increased costs
occasioned the Project in completing the Project as well as any other damages incurred by
County.
C. The Contractor's right to proceed shall not be so terminated nor the Contractor charged
with resulting damage if:
i. The delay in the completion of the Project arises from causes beyond the control and
without the fault or negligence of the Contractor, including, but not restricted to, acts
of God, acts of the public enemy, acts of the County, acts of another contractor in
the performance of a Contract with the County, fires, floods, epidemics, quarantine
restrictions, strikes, freight embargoes, other than normal weather, or delays of
subcontractors or suppliers arising from causes beyond the control and without the
fault or negligence of both the Contractor and such subcontractors or suppliers; and
ii. The Contractor, within ten days from the beginning of any such delays (unless OC
Public Works grants a further period of time before the date of final payment under
the Contract), notifies OC Public Works in writing of the causes of delay.
iii. OC Public Works shall ascertain the facts and the extent of the delay and extend the
time for completing the Project when, in its judgment, the delay is justified. OC
Public Works shall make written findings, and the findings of fact shall be final and
conclusive on the parties, subject only to as the procedures provided in Article 43 of
these Articles.
D. The rights and remedies of the County provided in this Clause are in addition to any other
rights and remedies provided by law or under this Contract.
54. Termination for Convenience of the County: Notwithstanding any other provision of the
Contract, the County may, at any time, and without cause, terminate this Contract in whole or in
part, upon not less than seven (7) days' written notice to the Contractor. Such termination shall
be effected by delivery to the Contractor of a notice of termination specifying the effective date

C019413 Page 22 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

of the termination and the extent of the Work to be terminated. The Contractor shall
immediately stop Work in accordance with the notice and comply with any other direction as
may be specified in the notice or as provided subsequently by the County. The County shall pay
the Contractor for the Work completed prior to the effective date of the termination and such
other payment Contractor is entitled to under Attachment A, section III. “Performance
Requirements” and such payment shall be Contractor's sole remedy under this Contract. Under
no circumstances will the Contractor be entitled to anticipatory or unearned profits,
consequential damages, or other damages of any sort as a result of a termination or partial
termination under this Paragraph. The Contractor shall insert in all subcontracts that the sub-
consultant shall stop Work on the date of and to the extent specified in a notice of termination,
and shall require sub-consultant’s to insert the same condition in any lower tier subcontracts.
55. Consent to Breach Not Waiver: No term or provision of this Contract shall be deemed waived
and no breach excused, unless such waiver or consent shall be in writing and signed by the Party
claimed to have waived or consented. Any consent by any Party to, or waiver of, a breach by the
other, whether express or implied, shall not constitute consent to, waiver of, or excuse for any
other different or subsequent breach.
56. Remedies Not Exclusive: The remedies for breach set forth in this Contract are cumulative as
to one another and as to any other provided by law, rather than exclusive; and the expression of
certain remedies in this Contract does not preclude resort by either Party to any other remedies
provided by law.
57. Independent Contractor: Contractor shall be considered an independent Contractor and
neither the Contractor, its subcontractors, employees, nor anyone working for Contractor under
this Contract shall be considered an agent or an employee of County. Neither the Contractor,
employees nor anyone working for the Contractor under this Contract shall qualify for workers’
compensation or other fringe benefits of any kind through County.
58. Performance: Contractor shall perform all Work under this Contract, taking necessary steps
and precautions to perform the Work to County’s satisfaction. Contractor shall be responsible
for the professional quality, technical assurance, timely completion and coordination of all
documentation and other goods/services furnished by the Contractor under this Contract.
Contractor shall perform all Work diligently, carefully, and in a good and workman-like manner;
shall furnish all labor, supervision, machinery, equipment, materials, and supplies necessary
therefore; shall at its sole expense obtain and maintain all permits and licenses required by public
authorities, including those of County required in its governmental capacity, in connection with
performance of the Work; and, if permitted to subcontract, shall be fully responsible for all Work
performed by subcontractors.

59. Insurance Provisions: Prior to the provision of services under this Contract, CONTRACTOR
agrees to purchase all required insurance at CONTRACTOR’s expense, including all
endorsements required herein, necessary to satisfy OWNER that the insurance provisions of this
Contract have been complied with. CONTRACTOR agrees to keep such insurance coverage,
Certificates of Insurance, and endorsements on deposit with OWNER during the entire term of
this Contract. In addition, all Subcontractors performing work on behalf of CONTRACTOR
pursuant to this Contract shall obtain insurance subject to the same terms and conditions as set
forth herein for CONTRACTOR. OWNER reserves the right to request the declarations pages
showing all endorsements and a complete certified copy of the policy. All Subcontractors
performing work on behalf of CONTRACTOR pursuant to this Contract shall obtain insurance
subject to the same terms and conditions as set forth herein for CONTRACTOR.

C019413 Page 23 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

CONTRACTOR shall ensure that all Subcontractors performing work on behalf of


CONTRACTOR pursuant to this Contract shall be covered under Contractor's insurance as an
additional insured or maintain insurance subject to the same terms and conditions as set forth
herein for CONTRACTOR. CONTRACTOR shall not allow Subcontractors to work if
Subcontractors have less than the level of coverage required by OWNER from CONTRACTOR
under this Contract. It is the obligation of CONTRACTOR to provide notice of the insurance
requirements to every Subcontractor and to receive proof of insurance prior to allowing any
Subcontractor to begin work. Such proof of insurance must be maintained by Contractor
through the entirety of this Contract for inspection by County representative(s) at any reasonable
time.

All self-insured retentions (SIRs) shall be clearly stated on the Certificate of Insurance. . Any
self-insured retention (SIR) in an amount in excess of Fifty Thousand Dollars ($50,000) shall
specifically be approved by the County’s Risk Manager, or designee, upon review of
Contractor’s current audited financial report. If Contractor’s SIR is approved, Contractor, in
addition to, and without limitation of, any other indemnity provision(s) in this Contract, agrees to
all of the following:

1) In addition to the duty to indemnify and hold the County harmless against any and all
liability, claim, demand or suit resulting from Contractor’s, its agents, employee’s or
subcontractor’s performance of this Contract, Contractor shall defend the County at its sole cost
and expense with counsel approved by Board of Supervisors against same; and

2) Contractor’s duty to defend, as stated above, shall be absolute and irrespective of any duty to
indemnify or hold harmless; and

3) The provisions of California Civil Code Section 2860 shall apply to any and all actions to
which the duty to defend stated above applies, and the Contractor’s SIR provision shall be
interpreted as though the Contractor was an insurer and the County was the insured.

Upon notice of any actual or alleged claim or loss arising out of subcontractor’s work hereunder,
subcontractor shall immediately satisfy in full the SIR provisions of the policy in order to trigger
coverage for the Contractor and Additional Insureds.

If CONTRACTOR fails to maintain insurance acceptable to OWNER for the full term of this
Contract, the County may terminate the contract.

Qualified Insurer

The policy or policies of insurance must be issued by an insurer with a minimum rating of A-
(Secure A.M. Best's Rating) and VIII (Financial Size Category as determined by the most
current edition of the Best's Key Rating Guide/Property-Casualty/United States or ambest.com).
It is preferred, but not mandatory, that the insurer be licensed to do business in the state of
California (California Admitted Carrier).

If the insurance carrier does not have an A.M. Best Rating of A-/VIII, the CEO/Office of Risk
Management retains the right to approve or reject a carrier after a review of the company's
performance and financial ratings.

The policy or policies of insurance maintained by the Contractor shall provide the minimum
limits and coverage as set forth below:

C019413 Page 24 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

Coverage Minimum Limits


Commercial General Liability $3,000,000 per occurrence
$3,000,000 aggregate

Automobile Liability including coverage $1,000,000 per occurrence


for owned, non-owned and hired vehicles

Workers’ Compensation Statutory


Employers’ Liability Insurance $1,000,000 per occurrence

Required Coverage Forms


The Commercial General Liability coverage shall be written on Insurance Services Office (ISO)
form CG 00 01, or a substitute form providing liability coverage at least as broad.
The Business Auto Liability coverage shall be written on ISO form CA 00 01, CA 00 05, CA 00
12, CA 00 20, or a substitute form providing liability coverage as broad.
Required Endorsements
The Commercial General Liability policy shall contain the following endorsements, which shall
accompany the Certificate of Insurance:
1)An Additional Insured endorsement using ISO form CG 2010 or CG 2033 or a form at least as
broad naming the County of Orange, its elected and appointed officials, officers, employees
and agents as Additional Insureds, or provide blanket coverage which shall state AS
REQUIRED BY WRITTEN CONTRACT.
2)A primary non-contributing endorsement evidencing that the Contractor’s insurance is primary
and any insurance or self-insurance maintained by the County of Orange shall be excess and
non-contributing.
3)A Products and Completed Operations endorsement using ISO Form CG2037 (ed. 10/01) or a
form at least as broad, or an acceptable alternative is the ISO from CG2010 (ed. 11/85).
The Workers’ Compensation policy shall contain a waiver of subrogation endorsement waiving
all rights of subrogation against the County of Orange, its elected and appointed officials,
officers, employees and agents or provide blanket coverage which shall state AS REQUIRED
BY WRITTEN CONTRACT.
All insurance policies required by this Contract shall waive all rights of subrogation against the
County of Orange, its elected and appointed officials, officers, employees and agents when
acting within the scope of their appointment or employment
Contractor shall notify County in writing within thirty (30) days of any policy cancellation and
ten (10) days for non-payment of premium and provide a copy of the cancellation notice to
County. Failure to provide written notice of cancellation may constitute a material breach of the
Contract, upon which the County may suspend or terminate this Contract.
The Commercial General Liability policy shall contain a severability of interests clause (standard
in the ISO CG 001 policy).
Insurance certificates should be forwarded to the agency/department address listed on the
solicitation.
If the Contractor fails to provide the insurance certificates and endorsements within seven (7)
days of the notification by CEO/Purchasing or the agency/department purchasing division, award
may be made to the next qualified Contractor.

C019413 Page 25 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

County expressly retains the right to require Contractor to increase or decrease insurance of any
of the above insurance types throughout the term of this Contract. Any increase or decrease in
insurance will be as deemed by County of Orange Risk Manager as appropriate to adequately
protect County.

County shall notify Contractor in writing of changes in the insurance requirements. If


Contractor does not deposit copies of acceptable certificates of insurance and endorsements
with County incorporating such changes within thirty days of receipt of such notice, this
Contract may be in breach without further notice to Contractor, and County shall be entitled
to all legal remedies.

The procuring of such required policy or policies of insurance shall not be construed to limit
Contractor's liability hereunder nor to fulfill the indemnification provisions and requirements
of this Contract, nor in any way to reduce the policy coverage and limits available from the
insurer.

60. Bonds: The Contractor shall furnish, at time of signing the Contract, one surety bond which
shall protect the laborers and material men and shall be for $500,000, in accordance with Section
9554 of the Civil Code, and one surety bond in the amount of $500,000, guaranteeing the faithful
performance of the Contract. If at any time the value of the total task orders is expected to
exceed $500,000, the Contractor shall furnish, in a manner acceptable to the County, evidence
that the Contractor is bonded to the expected total value of outstanding task orders for both the
faithful performance and laborers and material men bonds. Contractor shall not be entitled to,
nor shall County authorize, task orders when the total outstanding value of the task orders under
this contract exceeds the bond values for which the County is an obligee. Said bonds to be
approved by the office of the County Counsel and the County Executive Office of Orange
County. Such bonds shall be the forms provided in these specifications and issued and executed
by an admitted surety insurer (authorized to transact surety insurance in California). (e.g., if the
bonds are issued through a surplus line broker, both the surplus line broker and the insurer with
whom he is doing business for purposes of this project must be licensed in California to issue
such bonds.)

The faithful performance bond shall be issued by a Surety company with a minimum insurance
rating of A- (Secure Best’s Rating) and VIII (Financial Size Category) as determined by the
most current edition of the Best’s Key Rating Guide/Property-Casualty/United States or
ambest.com. The Surety Company must also be authorized to write in California by the
Department of the Treasury, and must be listed on the most current edition of the Department of
Treasury’s Listing of Approved Securities.

If any surety upon any bond furnished in connection with this Contract becomes unacceptable to
the County, or if any such surety fails to furnish reports as to his financial condition from time to
time as requested by OC Public Works, the Contractor shall promptly furnish such additional
security as may be required by OC Public Works or the Board of Supervisors from time to time
to protect the interests of the County and of persons supplying labor or materials in the
prosecution of the Work contemplated by this Contract.

If the County increases the total Contract amount the Contractor is to provide a new bond for the
new total Contract amount or a bond for the difference.

C019413 Page 26 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

61. Charges, Fines, Penalties and Assessments: Contractor shall be responsible for any and all
charges, fines, penalties, and/or assessments levied against the County by any governmental
entity, administrative or regulatory agency having jurisdiction, resulting from any action or
omission of the Contractor, Contractor's subcontractor, suppliers, and/or employees, unless due
to the sole and active negligence of the County. County is authorized to deduct any such charge,
fine penalty, or assessment from any payment County is otherwise required to make to
Contractor.
If any such charge, fine, penalty, or assessment is levied against the County subsequent to the
completion of the Contract as a result of any action or omission as set forth above, Contractor
shall nevertheless be responsible to the County for the entire sum of such charge, fine, penalty,
or assessment and agrees to pay the full amount due within sixty (60) calendar days of receiving
an invoice from the County.
Contractor shall be liable to the County for attorney's fees and costs incurred by the County in
enforcing the provisions of this paragraph.
62. Bills and Liens: Contractor shall pay promptly all indebtedness for labor, materials and
equipment used in performance of the Work. Contractor shall not permit any lien or charge to
attach to the Work or the premises, but if any does so attach, Contractor shall promptly procure
its release and, in accordance with the requirements of Article 22 above, indemnify, defend, and
hold County harmless and be responsible for payment of all costs, damages, penalties and
expenses related to or arising from or related thereto.
63. Changes: The County may, at any time, by written order, and without notice to the sureties,
make changes in accordance with the terms and conditions of this Contract.
64. Change of Ownership: Contractor agrees that if there is a change or transfer in ownership of
Contractor’s business prior to completion of this Contract, the new owners shall be required
under terms of sale or other transfer to assume Contractor’s duties and obligations contained in
this Contract and complete them to the satisfaction of County.
65. Force Majeure: Contractor shall not be assessed with liquidated damages or unsatisfactory
performance penalties during any delay beyond the time named for the performance of this
Contract caused by any act of God, war, civil disorder, employment strike or other cause beyond
its reasonable control, provided Contractor gives written notice of the cause of the delay to
County within 36 hours of the start of the delay and Contractor avails himself of any available
remedies.
66. Confidentiality: Contractor agrees to maintain the confidentiality of all County and County and
County-related records and information pursuant to all statutory laws relating to privacy and
confidentiality that currently exist or exist at any time during the term of this Contract. All such
records and information shall be considered confidential and kept confidential by Contractor and
Contractor’s staff, agents and employees.
67. Compliance with Laws: Contractor represents and warrants that services to be provided under
this Contract shall fully comply, at Contractor’s expense, with all standards, laws, statutes,
restrictions, ordinances, requirements, and regulations (collectively “laws”), including, but not
limited to those issued by County in its governmental capacity and all other laws applicable to
the services at the time services are provided to and accepted by County. Contractor
acknowledges that County is relying on Contractor to ensure such compliance, and pursuant to
the requirements of Article 22 above, Contractor agrees that it shall defend, indemnify and hold

C019413 Page 27 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

County and County Indemnitees harmless from all liability, damages, costs and expenses arising
from or related to a violation of such laws.
68. Pricing: The Contract price, as more fully set forth in Attachment B, shall include full
compensation for providing all required goods in accordance with required specifications, or
services as specified herein or when applicable, in the Scope of Work attached to this Contract,
and no additional compensation will be allowed therefore, unless otherwise provided for in this
Contract.
69. Intentionally left blank.
70. Terms and Conditions: Contractor acknowledges that it has read and agrees to all terms and
conditions included in this Contract.
71. Headings: The various headings and numbers herein, the grouping of provisions of this
Contract into separate clauses and paragraphs, and the organization hereof are for the purpose of
convenience only and shall not limit or otherwise affect the meaning hereof.
72. Severability: If any term, covenant, condition or provision of this Contract is held by a court of
competent jurisdiction to be invalid, void or unenforceable, the remainder of the provisions
hereof shall remain in full force and effect and shall in no way be affected, impaired or
invalidated thereby.
73. Calendar Days: Any reference to the word “day” or “days” herein shall mean calendar day or
calendar days, respectively, unless otherwise expressly provided.
74. Attorneys Fees: In any action or proceeding to enforce or interpret any provision of this
Contract, or where any provision hereof is validly asserted as a defense, each Party shall bear its
own attorney’s fees, costs and expenses.
75. Authority: The Parties to this Contract represent and warrant that this Contract has been duly
authorized and executed and constitutes the legally binding obligation of their respective
organization or entity, enforceable in accordance with its terms.
76. Employee Eligibility Verification: The Contractor warrants that it fully complies with all
Federal and State statutes and regulations regarding the employment of aliens and others and that
all its employees performing Work under this Contract meet the citizenship or alien status
requirement set forth in Federal statues and regulations. The Contractor shall obtain, from all
employees performing Work hereunder, all verification and other documentation of employment
eligibility status required by Federal or State statutes and regulations including, but not limited
to, the Immigration Reform and Control Act of 1986, 8 U.S.C. §1324 et seq., as they currently
exist and as they may be hereafter amended. The Contractor shall retain all such documentation
for all covered employees for the period prescribed by the law. The Contractor shall indemnify,
defend with counsel approved in writing by County, and hold harmless, the County, its agents,
officers, and employees from employer sanctions and any other liability which may be assessed
against the Contractor or the County or both in connection with any alleged violation of any
Federal or State statutes or regulations pertaining to the eligibility for employment of any
persons performing Work under this Contract.
77. Indemnification: Contractor agrees to indemnify, defend with counsel approved in writing by
County, and hold County, its elected and appointed officials, officers, employees, agents and
those special districts and agencies which County’s Board of Supervisors acts as the governing
Board (“County Indemnitees”) harmless from any claims, demands or liability of any kind or
nature, including but not limited to personal injury or property damage, arising from or related to

C019413 Page 28 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

the services, products or other performance provided by Contractor pursuant to this Contract. If
judgment is entered against Contractor and County by a court of competent jurisdiction because
of the concurrent active negligence of County or County Indemnitees, Contractor and County
agree that liability will be apportioned as determined by the court. Neither Party shall request a
jury apportionment. Notwithstanding anything stated above, nothing contained herein shall
relieve Contractor of any insurance requirements of obligations created elsewhere in this
Contract.
78. Waiver of Claims: Unless a shorter time is specified elsewhere in this Contract, on or before
making his final request for payment, Contractor shall submit to County, in writing, all claims
for compensation under or arising out of this Contract; the acceptance by Contractor of the final
payment shall constitute a waiver of all claims against County under or arising out of this
Contract except those previously made in writing and identified by Contractor as unsettled at the
time of his final request for payment.
79. Cultural/Scientific Resource Finds: If the Contractor's operations uncover or Contractor’s
employees find any burial grounds or remains, ceremonial objects, petroglyphs, and
archaeological or paleontological or other artifacts of like nature within the construction area,
Contractor shall immediately notify the County of Contractor’s findings and shall modify
construction operations so as not to disturb the findings pending receipt of notification as to
determination of the final disposition of such finding from the County. Should the findings, or
notification as to disposition of findings, require additional work, a Job Order will be issued at
the County’s discretion.
Any findings of a cultural/scientific resource nature shall remain the property of the County and
not become the property of the person or persons making the discovery.

C019413 Page 29 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

IN WITNESS WHEREOF, the PARTIES hereto have executed this CONTRACT on the
dates opposite their respective signatures:
HARRY H. JOH CONSTRUCTION, INC.,
a California Corporation

Date: ___________ By___________________________________
Signature

 
___________________________________
Print Name & Title

(If a corporation, the document must be signed by two corporate officers. The 1st must be either
Chairman of the Board, President or any Vice President.)


Date: ___________ By____________________________________
Signature
 
  
____________________________________
Print Name & Title

(If a corporation, the 2nd signature must be either the Secretary, an Assistant Secretary, the
Chief Financial Officer, or any Assistant Treasurer.)

COUNTY OF ORANGE,
a political subdivision of the State of California

Date: ___________ By__________________________________

Print
Name________________________________

Title ________________________________

APPROVED AS TO FORM
Office of the County Counsel
Orange County, California

By:________________________

   

C019413 Page 30 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

ATTACHMENT A
SCOPE OF WORK

I. SCOPE OF WORK: Contractor shall provide all labor, materials, tools, equipment, utilities, vehicles,
and transportation services required to provide HVAC Services under this Contract. Services may be
provided, but may not be limited to, any facility or property which is owned, operated, or maintained
by the County. HVAC Services shall be provided in accordance with the following, which are
incorporated herein by this reference.
A. Construction Task Catalog® & Technical Specifications Titled: Job Order Contracting; Dated
October 2017 (to be distributed at Pre-Bid Meeting).
B. All other requirements identified specifically in A Job Order Detailed Scope of Work, which
include but not limited to drawings, additional specifications, as-built records, sketches, written
scope narratives, standard specification from other local, state and federal agencies.
C. California Building Code and other codes, ordinances, rules, regulations, orders and legal
requirements of Agency Having Jurisdiction which bear on the performance of the work.
D. Secured Facilities: The Contractor may be required to have their employees, subcontractors
and/or suppliers submit applications and complete security clearances prior to commencing any
work in a secured County facility. Contractor employees, subcontractors and/or suppliers will be
required to submit to fingerprinting and personal background checks as part of the security
clearance process.

II. PERFORMANCE REQUIREMENTS:


A. There is no guaranteed minimum amount of work which will be ordered under this Contract.
B. The total Contract amount will not exceed $4,640,000.
C. This is a Contract for work specified in individual Job Orders. Work ordered prior to but not
completed by the expiration of the Contract period, and any additional work required as a result
of unforeseen conditions encountered during construction up to six (6) months after the contract
expiration date, will be completed with all provisions of this Contract still in force. Performance
time for each Job Order issued under this Contract will be determined in accordance with the
Contract. This performance time will be determined and agreed upon by both Parties for each
individual Job Order. Contractor must self-perform 20% of the Work under this Contract for ‘A’
and ‘B’ licenses. Contractor must self-perform 75% of the Work under this Contract, unless
otherwise approved by the County, for ‘C’ licenses.
D. This is an indefinite-quantity Contract for the supplies or services specified and effective for the
period stated. Work or performance shall be made only as authorized by Job Orders issued in
accordance with the ordering procedures clause. The Contractor agrees to furnish to the County
when and if ordered, the supplies or services specified in the Contract up to and including the
quantity designated in the Job Orders issued as the maximum designated in the Contract.

III. ORDERING PROCEDURES:


A. Joint Scope Meeting and Job Order Development:
The County will issue, for each individual project, a Brief Scope of Work and joint scope
invitation requesting the Contractor’s Superintendent and/or the County’s end user
representative, to meet at the project site. Upon receipt of this notification, the Contractor agrees
to respond to the County within two (2) working days by establishing verbal contact with the
County. The County, Contractor and other necessary parties will visit the proposed Work site

C019413 Page 31 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

and participate in a joint scope meeting, which will include discussion and establishment of the
following:
Detailed Scope of Work
Definition and refinement of requirements
Existing site conditions
Methods and alternatives for accomplishing Work
Requirements for plans, sketches, shop drawing(s), submittals, etc.
Tentative duration Work schedule
Preliminary quantity assumptions/estimates
Staging areas and site access
Special conditions regarding unique facility operations
Safety requirements
Hazardous Materials or site conditions
Other project requirements

As part of the required Joint Scope Meeting, the Contractor and the County will agree on a
sequence of Work; means of access to the premises and building; space for storage of materials
and equipment; Work and materials and use of approaches; use of corridors, stairways, elevators,
and means of communications and the location of partitions, eating spaces, and restrooms for the
Contractor, for individual Job Orders. The Contractor agrees to be responsible for taking these
factors into account when developing its Quotation.
The Detailed Scope of Work will be completed by the Contractor and submitted to the County
for approval, prior to issuance of a Request for Quote. This Detailed Scope of Work must be
submitted within forty-eight (48) hours or a mutually agreed upon time of the joint scope
meeting. If consultant services are required to clarify project requirements, they will be
completed and submitted with the Scope of Work for County approval before a Request for
Quote will be issued.
Unless waived in writing, the Contractor agrees to provide all documentation required to fully
establish the Scope of Work including, but not limited to, shop drawings, sketches and/or
specifications that comply with the Contract specifications and relate to the proposed project.
This documentation will be provided for the purpose of defining scope, obtaining permits, and
assisting the County in determining the best possible solution for repair and refurbishment
issues. If the County requests a change in the proposed Scope of Work, the Contractor agrees to
submit a revised Scope of Work reflecting all requested changes within forty-eight (48) hours.

B. Request for Quote


Once the project development stage and joint scope meeting have produced a County approved
Detailed Scope of Work, the County will issue a Request for Quote (RFQ) to the Contractor.
The RFQ will include the Scope of Work approved by the County and other pertinent
information with regards to scheduling, submittals, shop drawings and sketch requirements. The
Contractor agrees to prepare and submit a Quote of Work.

C. Quote Development
The Contractor Quote agrees to be comprised of the following elements:
1. Detailed Cost Quote
a. Pre-Priced Work requirements: Pre-Priced Work requirements will identify the type

C019413 Page 32 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

and number of Work tasks required from the CTC. The price per unit set forth in the
CTC shall serve as the base price for the purpose of the operation of this article. The
Contractor’s Quote shall include support documentation to indicate that adequate
engineering and planning for the requirement has been done, and that the Work tasks
proposed are reasonable for the Scope of Work. Documentation to be submitted
with the Quote shall include, but not be limited to, shop drawings, calculations,
Catalog® cuts, and specifications.
b. The total extended price for Pre-Priced Work requirements will be determined by
multiplying the price per unit by the quantity required. The price offered in the
Quote will be determined by multiplying the total extended price by the appropriate
Adjustment Factor.

2. Non-Pre-Priced Task Requirements


a. Units of Work not included in the CTC, but within the general scope and intent of
this Contract, may be negotiated into this Contract as needs arise. Such Work
requirements shall be incorporated into and made a part of this Contract for the Job
Order to which they pertain, and may be incorporated into the CTC if determined
appropriate by the County at the negotiated price. Non-Pre-Priced Tasks shall be
separately identified and submitted in the Quote. Whether a Work requirement is
Pre-Priced or Non-Pre-Priced is a final determination by the County, binding and
conclusive on the Contractor.
b. Information submitted in support of Non-Pre-Priced Tasks agree to include, but not
be limited to, the following: complete specifications and technical data, including
Work unit content, Work unit cost data, schedule requirements; quality control and
inspection requirements. Pricing data submitted in support of Non-Pre-Priced Tasks
include a cost or price analysis report establishing the basis for selecting the
approach proposed to accomplish the requirements. Unless otherwise directed by the
County, cost data shall be submitted demonstrating that the Contractor solicited and
received three (3) bids. The Contractor shall not submit a quote or bid from any
supplier or subcontractor that the Contractor is not prepared to use. The County
may require additional quotes and bids if the suppliers or subcontractors are not
acceptable for if the prices are not reasonable. The Contractor agrees to provide an
installed unit price (or demolition price if appropriate), which shall include all costs
required to accomplish the Non-Pre-Priced Task.
c. The final price submitted for Non-Pre-Priced (NPP) Tasks shall be calculated
according to the following formula:

Contractor performed duties


A= The hourly rate for each trade classification not in the Construction Task
Catalog® multiplied by the quantity;
B= The rate for each piece of Equipment not in the Construction Task Catalog®
multiplied by the quantity;
C= Lowest of three (3) independent quotes for all materials.
Total for a Non Pre-Priced Task performed with Contractor’s Own Forces =
(A+B+C) x Factor of 1.00

Subcontractor performed duties

C019413 Page 33 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

If the Non Pre-Priced Task is to be subcontracted, the Contractor must submit three
(3) independent quotes for the Work.
D= Lowest of three (3) Subcontractor quotes.

Total cost of Non-Pre-Priced Tasks performed by Subcontractors = D x Factor of


1.00.
After being used on three separate Job Orders, the unit price for the Non-Pre-Priced
Task may become fixed as a permanent Pre-Priced item, which will no longer
require price justification.
The County’s determination as to whether a task is a Pre-Priced Task or a Non Pre-
Priced Task shall be final, binding and conclusive.

3. Total Fixed Cost of the Quote


The total fixed cost of the Quote shall be determined by adding the total Quote price
offered for Pre-Priced and Non-Pre-Priced Work units.

4. Submittals
All documents, shop drawings, and “As-Built” drawings shall be prepared such that the
drawings meet all the requirements of Local, State, and Federal regulations, codes and
directives. The Contractor agrees to also provide as necessary, the forms, studies, and
other documentation required by applicable codes and agencies.
The Contractor agrees to ensure that all engineering solutions conform strictly to the
guides and criteria outlined in Contract specifications. In case of uncertainty of detail or
procedure, the Contractor agrees to request additional instruction from the County. The
Contractor is responsible for producing complete, competent, properly coordinated, and
thoroughly checked documents.
At the Contractor’s expense, as part of their Adjustment Factors, the documentation noted
above, shall be prepared and reviewed as necessary to ensure its compliance with all
applicable laws and regulations.

5. Work Duration Schedule


With each quote, the Contractor agrees to furnish a Gantt chart Work duration schedule
showing the order in which the Contractor proposes to perform the Work, the durations in
which the Contractor is to perform the Work, and the relative dates on which the
Contractor contemplates starting and completing project tasks, including the acquisition of
materials, fabrication, and equipment. The County may determine the level of detail and
number of tasks required to be included on the schedule. Unless otherwise specified, the
schedule shall be in the form of a Gantt chart Work duration schedule of suitable scale to
indicate appropriately the percentage of Work scheduled for Completion. At the discretion
of the County, the Contractor may be required to furnish a Critical Path Method (CPM)
schedule.
The purpose of the Work Duration Schedule is to ensure adequate planning, coordination
and execution of the Work, and to evaluate the progress of the Work. The schedule
indicates the dates for starting and completing various aspects of the Work including, but
not limited to, on-site construction activities as well as the submittal, approval,
procurement, fabrication, and delivery of major items, materials and equipment. The

C019413 Page 34 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

schedule indicates phasing of Work activities as required. The schedule provides the
Contractor’s initial plan for the Work based on its understanding of the Detailed Scope of
Work, with the critical path highlighted.
a. Schedule Approval; all project schedules will be subject to the County’s review and
approval. The use of any particular scheduling system shall be subject to the
approval of the County.
b. Schedule Updates; the Contractor agrees to maintain the Work duration schedule
updates on an ongoing basis and, when the County requests it, include the updates in
its payment request. The Contractor may be required to submit a narrative report
with each monthly update which shall include a description of current and
anticipated problem areas, delaying factors and their impact, and an explanation of
corrective action taken or proposed. Failure to do so may be considered a material
breach of the Contract. Any additional or unanticipated costs or expense required to
maintain the schedules shall be solely the Contractor’s obligation and Contractor
agrees not to charge the County.
c. Adjustment of the Work duration schedule; the Contractor agrees that whenever it
becomes apparent to the County, from the current monthly status review meeting or
the schedule, that phasing or Job Order milestone dates will not be met, it will take
some or all of the following actions at no additional cost to the County.
1. Increase construction manpower in such quantities and crafts as will eliminate
the backlog of Work.
2. Increase the number of working hours per shift, shifts per working day.
3. Reschedule the Work under the Job Order in conformance with all other
requirements. The Contractor agrees to be liable for any additional cost
incurred by the County for the adjustment of project schedules.
4. Prior to proceeding with any of the above actions, the Contractor agrees to
notify and obtain approval from the County’s Project Manager for the
proposed schedule changes. If such actions are approved, the Contractor
agrees to incorporate the revisions into the schedule.
6. Subcontractor’s List
The Quote represents the Contractor’s offer to do Work, and as such, in accordance with
Sections 4100 to 4114, inclusive, of the Public Contract Code of the State of California,
the Contractor agrees to list, on the Subcontractor listing report, the name, business
location and the California Contractor License number of each Subcontractor that will
perform Work, labor or render service on the Work in excess of one-half of one percent
(1/2%) of the total Quote amount. Contractors and Subcontractor which have been
debarred from public works projects by the Labor Commissioner may not perform Work
under this Contract. The Contractor agrees to list project percentage of proposed
Subcontractor and percentage of the project to be self-performed.
Contractor agrees to advise the County of any Subcontractor substitution(s) prior to
commencement of subcontract Work and to only substitute Subcontractor as authorized
under Public Contract Code sections 4100 et seq. Contractor may be subject to penalties
in accordance to the above referenced sections for illegal Subcontractor substitution.
7. Electronic Quote
The Contractor agrees to transmit an electronic copy of the Quote, using the County

C019413 Page 35 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

furnished software, to the County.


8. Complete Quote
By submitting a signed Quote, the Contractor is agreeing to accomplish the Work outlined
in the RFQ and the Detailed Scope of Work for that particular Job Order. It is the
Contractor’s responsibility to include the necessary line items in the Quote prior to
submitting it to the County. Errors and omissions in the Quotes shall be the responsibility
of the Contractor. All costs associated with preparing Quotes shall be the responsibility of
the Contractor. The County makes no commitment as to the award of individual Job
Orders.
D. Quote Review
Each Quote received from the Contractor will be reviewed in detail for appropriateness of
quantities and tasks selected. Submittals will be reviewed, as well as the Work duration
schedule and list of Subcontractor. The County will evaluate the proposed Work units and may
compare them with the independent County estimate of the same tasks to determine the
reasonableness of approach, including the nature and number of Work units proposed. The
County will determine whether the Contractor’s Quote is acceptable.
E. Project Approval
The County may issue a Job Order Authorization for the Work, to include the firm-fixed-price of
the Job Order and the project duration. Contractor agrees that all clauses of this Contract are
applicable to any Job Order issued hereunder.
The County reserves the right to reject a Contractor’s Quote based on unjustifiable quantities
and/or methods, performance periods, inadequate documentation, or other inconsistencies or
deficiencies on the Contractor’s part in the sole opinion of the County.
The County reserves the right to issue a unilateral Job Order authorization for the Work if a
Quote price cannot be mutually agreed upon. This is based upon unjustifiable quantities in the
sole opinion of the County.
The County also reserves the right to not issue a Job Order Authorization if the County’s
requirement is no longer valid or the project is not funded. In these instances, the Contractor has
no right of claim to recover Quote expenses. The County may pursue continuing valid
requirements by other means where Contract was not reached with the Contractor.
F. Quote Time Requirements
1. Quote Submittal
The Contractor agrees to respond to a Request for Quote within forty-eight (48) hours.
Contractor’s response shall confirm receipt of the Request for Quote, and a mutually
agreed upon date for submittal of Contractor’s detailed price Quote.
The Contractor agrees to make a thorough analysis of each Request for Quote and submit
all requests for information to the County, in writing. All requests for information and the
responses are to be documented in the Detailed Scope of Work. The requests shall include
supporting sketches or information necessary to properly convey requested information.
Contractor shall submit recommended solution(s) review and consideration. The requests
for information shall not extend the Quote due date unless mutually agreed to by the
County.
2. Quote Review
The Contractor’s project manager or agent agrees to be available for Quote review

C019413 Page 36 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

meetings within twenty-four (24) hours of being notified by the County (via fax, e-mail,
telephone, etc). After review of the Quote, the Contractor agrees to remove all
inapplicable line items and adjust quantities as directed by the County.
3. Quote Modification
The Contractor will be granted only one opportunity to add new, valid line items that may
have been omitted from its first Quote by submitting a second, revised Quote. The
Contractor agrees to submit the revised Quote within forty-eight (48) hours of the initial
Quote review meeting, unless otherwise specified in writing. Upon review of the revised
Quote, the Contractor agrees to remove all line items or adjust quantities deemed
inappropriate by the County, and re-submit its Quote within twenty-four (24) hours. No
new line items may be added to the revised Quote, nor may quantities be increased, nor
modifiers added unless specifically agreed to in writing by the County’s subsequent Quote
review.
4. Enforcement of Time Requirements
The Quote time requirements contained herein will be strictly enforced. Failure to comply
may result in the Contractor being deemed non-responsive to the Request for Quote. The
County may cancel the Request for Quote from the Contractor and solicit another
Contractor. The County may also deem the Contractor ineligible for any future JOC
contracts.

IV. APPROVAL AND CONSTRUCTION PROCEDURES:

A. Job Order Authorization (JOA)


Upon approval of the Scope of Work and the Contractor’s Quote, the County will issue a Job
Order Authorization to the Contractor. The Job Order Authorization will include the firm fixed
price of the Job Order and the project duration. Once the Job Order Authorization has been
issued the Contractor agrees to:
1. Initiate submission of required shop drawings and submittals to the County for review and
approval.
2. Prepare a detailed Work duration schedule.
3. The Contractor agrees to not begin construction prior to the construction start date
identified in the Notice to Proceed (NTP).
4. Upon issuance of the NTP, the County agrees to have the right to direct the Contractor to
withhold actual commencement of a Job Order in part or in whole, and the Contractor
agrees to comply with such instructions. The Contractor agrees to be granted an extension
of the completion time of the Job Order equal to the number of working days delay caused
to County pursuant to Contractor's compliance with such instructions. The Contractor will
not be entitled to any additional compensation due to the subject extension of the
Completion time. The only compensation would be if a Job Order is delayed in part, after
Work has commenced, and the Contractor is required to perform additional Work to make
the Work area safe or to perform additional scope as directed by the County. This
additional Work will be considered additional Work and ordered as a separate Job Order.

B. Notice to Proceed (NTP)


Following the JOA and purchase order issuance, the County will issue a Notice to Proceed
(NTP) that will provide the construction start date, the Work duration period, and the Substantial

C019413 Page 37 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

Completion date. The Contractor agrees to begin and complete construction within the dates
specified on the NTP. The County must approve all extensions of time in writing.
The County may also issue an Emergency Notice to Proceed (NTP). In the event the County
requires the Contractor to respond to an immediate request for work, a Job Order will be created
and an Emergency NTP will be issued. The Contractor will be required to perform the Scope of
Work included with the Emergency NTP as directed by the County’s Project Manager or
designee. The Detailed Scope of Work, Quotation, Subcontractor Listing, Shop Drawings and
required Non Pre-priced backup documentation will be submitted upon completion of the
emergency work in accordance with the Ordering Procedures detailed in Section III above.

C. Pre-Construction Meeting
No more than seven (7) days from the issuance of the NTP, unless the County grants additional
time, the County will conduct a pre-construction meeting with the Contractor’s project manager,
Subcontractors, and the end-user to determine the actual project schedule, project access
requirements and to address and resolve any customer concerns.

D. Project Construction
The Contractor agrees to provide continuous on-site supervision on each Job Order, while
progress on the project is being accomplished. The Contractor’s Project Manager will ensure:
1. Coordination and providing supervision to all Subcontractor and workers;
2. Posting of the prevailing wage scale;
3. Maintaining a copy of the Contractors safety program manual made available to all
construction personnel;
4. Conducting weekly on-site safety meetings;
5. Completing the daily labor and construction progress log on a daily basis and submit
copies to the County on a daily basis. Copies of the previous day’s reports must be
submitted by 9:00AM of the following day.
a. Daily labor log is to include a listing of Subcontractor(s) and a count of workers by
trade providing services for the day.
b. Construction progress log is to include a narrative of the Work provided by trade(s).
Narrative agrees to include the various areas of the jobsite where Work was
performed and any problems or conditions that were encountered.
c. In the event the Contractor fails to provide a daily log and/or construction progress
log, the County may impose damages against the Contractor in the amount of fifty
dollars ($50.00) for each log and deduct from the Contractor’s payment request, for
each day the Contractor does not provide the documentation.
6. County may suspend Contractor operations if no Contractor Superintendent is observed.
All delays caused by the suspension will be the responsibility of the Contractor. No time
extension or claims for cost(s) associated with the suspension will be granted by the
County.
E. Changed Work
Changed Work (all added or deleted Work), as it pertains to the approved Detailed Scope of
Work included in a specific Job Order, shall be either changes directed by the County or
unforeseen site conditions, which were not evident during the Initial Joint Scope Meeting. This

C019413 Page 38 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

additional Work will be considered a subsequent Job Order, for that specific project, and will be
ordered, approved and executed as per the procedures set forth in this Contract.
A credit for Tasks that have been deleted from the Detailed Scope of Work will be given at
100% of the value at which they were included in the original Quote. Credits for Pre-Priced and
Non Pre-Priced Tasks shall be calculated at the pre-set Unit Prices and multiplied by the
appropriate Adjustment Factors. A Supplemental Job Order will be issued detailing the credit(s)
due the County.
F. Project Completion
The Contractor agrees to schedule a final job walk with the County. If required, the County will
prepare a list of incomplete items, the “Punch List”. The Contractor agrees to complete the
“Punch List” corrections and schedule a final project completion job walk. The County will sign
the “Punch List” as completed when determined, the project is finished. The Contractor agrees
to submit the following along with its final payment request:
1. “Punch List” signed by the County;
2. Completed building inspection card;
3. All required warranties and maintenance requirements;
4. All record drawings or as-built drawings,
5. All required operation and maintenance manuals;
6. All keys and security entry cards;
7. Any other closeout items.

V. CONTRACTS AND ORDER OF PRECEDENCE:


In the event that any provision(s) in any component part of the Contract conflicts with any provision(s)
of any other component part, the following order of precedence among the Contracts component parts
shall govern:
A. Job Orders (including Scope of Work)
B. County - Contractor Contract
C. Project manual
D. Construction Task Catalog®
E. County Standard Plans
F. Technical Specifications
G. Green Book

VI. PERMITS, BUSINESS LICENSES, INSPECTIONS AND WARRANTY:


A. Except as noted, the Contractor agrees to obtain and pay for all permits required for the Work.
Further, the Contractor agrees to obtain and pay for all permits incidental to the Work or made
necessary by Contractor's operation. The Contractor agrees to obtain all building permits. The
Contractor will be reimbursed for all direct costs of permits without mark-up. The Contractor
must submit the direct cost of all permits and inspection in the Quote as a Non-Pre-Priced Task.
Any permit and/or inspection fees not included in the Quote will not be reimbursed by the
County. The County is not responsible for any re-inspection(s) required due to the Contractor’s
failure to pass initial inspection(s).

C019413 Page 39 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

B. The Contractor will be required to obtain a city business license to perform the Work in the
appropriate city, as specific in the Job Order.
C. To comply with Section 3800 of the Labor Code of the State of California, the Contractor and all
Subcontractors requiring a permit (building, plumbing, grading, and electrical, etc.) agree to file
a workers' compensation certificate with the County.
D. Exclusive of off-site inspection specified to be the County's responsibility, the Contractor agrees
to arrange and pay for all off-site inspection of the Work including certification thereof required
by the specifications, drawings, or by governing authorities.
E. The County will provide on-site inspection of the Work and will arrange for off-site inspection
when specified in the Detailed Scope of Work. All other required inspections will be the
responsibility of the Contractor.
F. The County will inspect the Work for code compliance as part of permits pulled. The County
will provide this inspection at no additional cost for the first inspection and for re-inspection. If
the Contractor is unable to correct defective Work after one re-inspection, the County may
charge the Contractor for additional re-inspection.
G. In addition to any other warranties in this Contract, or those provided by manufactures the
Contractor warrants that Work performed under this Contract conforms to the Contract
requirements and is free of any defect in equipment, material, or workmanship performed by the
Contractor or any Subcontractor or supplier at any tier.
H. Corrections to Work may be required during the Work or the warranty period. The County is
expressly authorized at County's option to apply any sums withheld from progress payments
toward the cost of such corrections.
I. This warranty shall continue for a period of one year from the date listed on the Notice of
Completion for the specific Job Order. If the County takes occupancy of any part of the Work
before Final Acceptance, a warranty covering that specific portion of the Work shall begin for a
period of one year from the date the County takes occupancy. The County will notify the
Contractor in writing of the scope of any partial occupancy and the specific items under
warranty.
J. The County will not pay any costs for licenses required in the performance of the Work. The
Contractor agrees to assume this responsibility in total.
K. As required by the Detailed Scope of Work for a specific Job Order, the County may be required
to enter into Contracts with other Local, State and Federal Agencies to accomplish the subject
Scope of Work. Agencies may include but are not limited California Department of Fish and
Game, US. Army Corps of Engineers, California Regional Water Quality Control Board. The
Contractor will be required to comply with the requirements set forth within the permit.
L. Best Management Practices (BMPs) may be required for specific Job Orders, which will be
indentified in the Detailed Scope of Work. All California Storm Water Quality Association
(CASQA) Construction BMPs may be viewed at www.cabmphandbooks.com. It is the
Contractors responsibility to pay for all costs incurred by the specific BMPs. The County will
not reimburse these costs.
M. As required by the Detailed Scope of Work, per a specific Job Order the following permits may
apply and will be provided by the County:
1. NPDES Dewatering Permit

C019413 Page 40 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

2. NPDS Municipal Storm Water Sewer System Permit


3. NPDES General Construction Permit
4. Any site specific permits identified by County
N. If applicable, the NPDES Watering Permit shall be provided in accordance with the following:
1. Construction Related Dewatering & De Minimus Discharges, Santa Ana Region:
a. The County has been issued Municipal NPDES Permit No. CAS618030, Order No.
R8-2009-0030, from the California Regional Water Quality Control Board, Santa
Ana Region. Section III.3.ii. of this permit authorizes de minimus types of
discharges listed in the Santa Ana Regional Board’s General De Minimus Permit for
Discharges to Surface Waters, Order No. R8-2009-0003, from County owned and/or
operated facilities and activities (including construction), outside of the Newport
Bay watershed.
b. A copy of the County’s Municipal NPDES Permit (Order No. R8-2009-0030) may
be found on the internet at:
http://www.waterboards.ca.gov/santaana/board_decisions/adopted_orders/orders/2
009/09_030_oc_stormwater_ms4_permit.pdf
c. A copy of the Santa Ana Regional Board’s General De Minimus Permit for
Discharges to Surface Waters (Order No. R8-2009-0003) may be found on the
internet at:
http://www.waterboards.ca.gov/santaana/board_decisions/adopted_orders/orders/2
009/09_003_deminimus_permit_wdr.pdf
d. For de minimus discharges outside of the Newport Bay Watershed, the Contractor is
hereby directed to read and thoroughly comply with the language in Section III.3.ii.
of the County’s Municipal NPDES Permit (Order No. R8-2009-0030) and to consult
the General De Minimus Permit (Order No. R8-2009-0003) for the types of de
minimus discharges which are covered.
O. National Pollutant Discharge Elimination System (NPDES) General Permit For Storm Water
Discharges Associated With Construction And Land Disturbance Activities Water Quality Order
2009-0009-Dwq (CGP):
1. On September 2, 2009, the State Water Resources Control Board adopted Order No. 2009-
0009-DWQ (Waste Discharge Requirements for Discharges of Storm Water Runoff
Associated with Construction Activities and Land Disturbance Activities). Effective July
1, 2010, all dischargers are required to obtain coverage under the Construction General
Permit Order 2009-0009-DWQ (CGP). Construction sites shall obtain permit coverage at
the appropriate Risk Level as determined by the Risk Assessment Procedures described in
subsection f below. The Regional Water Boards have the authority to require Risk
Determination to be performed on projects currently covered under Water Quality Order
No. 99-08-DWQ where they deem necessary.
A copy of these documents may be found on the internet at:
http://www.waterboards.ca.gov/water_issues/programs/stormwater/docs/constpermits/wq
o_2009_0009_complete.pdf
2. Prior to commencing Work, the Contractor shall submit the required PRDs (Permit

C019413 Page 41 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

Registration Documents) to the County Project Manager. If any of the required items are
missing, the PRD submittal is considered incomplete and will be rejected. Upon receipt
and acceptance of a complete PRD submittal, the County Project Manager will
electronically submit these documents to State Water Board through the California
Integrated Water Quality System (CIWQS) Project’s Storm water Multi-Application
Reporting and Tracking (SMART) system to obtain coverage under the General Permit.
3. Standard PRD Requirements
1. Notice of Intent
2. Risk Assessment (Standard or Site-Specific)
3. Site Map
4. SWPPP
5. Annual Fee
6. Signed Certification Statement
4. Additional Permit Registration Document (PRD) Requirements Related To Construction
Type
1. If Contractor proposes to implement an Active Treatment System (ATS) on a
Specific Job Order, Contractor shall submit:
i. Complete ATS Plan in accordance with Attachment F of the CGP at least 14
days prior to the planned operation of the ATS and a paper copy shall be
available onsite during ATS operation.
ii. Certification proof that the preparation and design was accomplished by a
qualified professional in accordance with Attachment F of the CGP.
2. Dischargers who are proposing an alternate Risk Justification shall submit:
i. Particle Size Analysis.
5. Exception to Standard PRD Requirements
1. Construction sites with less than one (1) acre of disturbance or an R value less than
five (5) as determined in the CGP Risk Assessment from the Revised Universal Soil
Loss Equation (RUSLE) are not required to submit a SWPPP.
6. Description of PRDs
1. Notice of Intent (NOI) or Notice of Construction Activity (NOCA)
The Notice of Intent or Notice of Construction Activity must be filled out
electronically on-line through the State’s SMART System. Contractor shall
coordinate with the County Project Manager to provide the required information to
fill out the NOI on-line form. Upon receipt of all required information (including all
items required below), County staff will electronically submit the Project
information through the SMART system.
2. Site Map(s) Includes
i. The project’s surrounding area (vicinity)
ii. Site layout
iii. Construction site boundaries

C019413 Page 42 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

iv. Drainage areas


v. Discharge locations
vi. Sampling locations
vii. Areas of soil disturbance (temporary or permanent)
viii. Active areas of soil disturbance (cut or fill)
ix. Locations of all runoff BMPs
x. Locations of all erosion control BMPs
xi. Location of all sediment control BMPs
xii. ATS locations (if applicable)
xiii. Location of sensitive habitats, watercourses, or other features which are not to
be disturbed
xiv. Locations of all post construction BMPs
xv. Location of storage areas for waste, vehicles, service, loading/unloading of
materials, access (entrance/exits) points to construction site, fueling and water
storage, water transfer for dust control and compaction practices
3. Storm Water Pollution Prevention Plan (SWPPP)
The Contractor will need to submit a site-specific SWPPP for review, approval, and
certification by the County prior to submittal to the State’s SMART system and prior
to start of mobilization and construction activity and will comply with the approved
SWPPP and with any subsequent amendments to the SWPPP.
NO CONSTRUCTION ACTIVITY CAN BE ALLOWED UNTIL THE COUNTY
RECEIVES A “WDID” NUMBER FROM THE REGIONAL BOARD.
Full compensation for conforming to the requirements of this section shall be
considered as included in the Adjustment Factor and no additional compensation
will be allowed therefor.
The Contractor must amend the SWPPP from time to time during the course of
Work to reflect actual construction progress and construction practices.
The SWPPP shall not be construed to be a waiver of the Contractor’s obligation to
review and understand the CGP before submitting a bid. By submitting a bid, the
Contractor acknowledges that he has read and understands the requirements of the
CGP and will fully comply with the requirements of the CGP.
4. Annual Fee (if applicable)
The annual fees are established through regulations adopted by the State Water
Board. The total annual fee is the current base fee plus applicable surcharges for the
total acreage to be disturbed during the life of the Project. Annual fees are subject to
change by regulation. The County will be not invoiced annually until the Project is
complete and the Notice of Termination (NOT) submitted to the Regional Board.
The cost per acre fee is based upon a table provided at the following website:
http://www.waterboards.ca.gov/water_issues/programs/stormwater/docs/sw_feesche
dules2008.pdf
The Contractor shall be responsible for paying the CGP permit fees until the Project
NOT has been filed and accepted by the Regional Board. The Contractor shall be
responsible for determination of the permit fees based upon his proposed

C019413 Page 43 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

construction operations and total disturbed areas. Contractor shall submit permit
fees to the County Project Manager for verification, and County will submit the fee
to the Regional Board.
5. A Signed Certification Statement must be submitted by the Legally Responsible
Party (LRP). The County Project Manager will coordinate with the Contractor to
acquire relevant information for the certification. The County will submit the
certification statement.
6. Risk Assessment
The Contractor shall use the Risk Assessment procedure as describe in the CGP
Appendix 1.
i. The Standard Risk Assessment includes utilization of the following:
1) Receiving water Assessment Interactive map
2) EPA Rainfall Erosivity Factor Calculator Website
3) Sediment Risk interactive map
4) Sediment sensitive water bodies list
ii. The site-specific Risk Assessment includes the completion of the hand
calculated R value Risk Calculator in the Revised Universal Soil Loss
Equation (RUSLE).
7. Post Construction Water Balanced Calculator (if applicable)
The Contractor shall complete the Water Balance Calculator (in Appendix 2 of the
General Permit) in accordance with the instructions when subject to this
requirement. (Note to Engineer: This paragraph will only apply when DISTRICT
or the County does not have a current MS4 (Municipal) permit in place.)
8. ATS Design Document and Certification
The Contractor using ATS must submit electronically their system design (as well as
any supporting documentation) and proof that the system was designed by a
qualified ATS design professional (See Attachment F of the General Permit).
P. Best Management Practices (PMF9.2S)
Contractor and all of Contractor’s, subcontractors, agents, employees and contractors shall
conduct operations under this Contract so as to assure that pollutants do not enter municipal
storm drain systems which systems are comprised of, but are not limited to curbs and gutters that
are part of the street systems ("Stormwater Drainage System"), and to ensure that pollutants do
not directly impact "Receiving Waters" (as used herein, Receiving Waters include, but are not
limited to, rivers, creeks, streams, estuaries, lakes, harbors, bays and oceans).
Contractor shall comply with all water quality ordinances, permits and regulations. If Work
identified under a Specific Job Order does not fall within statewide Painting Permit, Contactor
shall implement appropriate BMPs consistent with County’s DAMP/LIP.
Contractor may propose alternative BMPs that meet or exceed the pollution prevention
performance of the BMP specified in DAMP/LIP. Any such alternative BMPs shall be
submitted to the County Project Manager for review and approval prior to implementation.

C019413 Page 44 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

VII. GENERAL REQUIREMENTS:


A. Contractor must ensure all precautions for safety are taken. Contract comply will all Federal,
State and Local requirements, codes, and laws.
B. Contract shall secure Contractor vehicles parked on site at all times.
C. Contractor shall furnish, install, and maintain all signage, warning devices, barricades, cones,
etc; to protect the public, OC Public Works Staff, and its workers during the performance of this
Contract.
D. All tools and materials shall remain in Contractor’s possession at all times.
E. Contract shall assure that all materials that could inflict injury shall be continuously cleaned up
as Work progresses.
F. Contractor shall secure all Work areas prior to the end of each workday.
G. Contractor shall ensure all employees are to smoke only in designated areas and are not to use
profanity or other inappropriate language while on site.
H. The Contractor shall possess a current State of California C-20 Contractor’s license issued by the
California State Contractor’s License Board.
I. Contract shall warranty all labor and materials used in the Work for a period of one (1) year after
completion and acceptance of Work, for each specific Job Order
J. Contractor shall meet all insurance and bond requirements to perform Work for OC Public
Works.
K. Contractor shall dispose all removed material in accordance with Local, State and Federal
regulations.
L. Contractor shall protect property and facilities adjacent to the construction area and all property
and facilities within the construction area which are shown on the plans to be protected. After
project completion, the construction area shall be in a clean and presentable condition. All
public or privately owned improvements and facilities shall be restored to their original
condition and location. If improvements or facilities are damaged, they shall be replaced with
new materials which are at least equal to the original materials. Nothing herein shall be
construed to entitle the Contractor to the exclusive use of any public street, way, or parking area
during performance of the Contract Work. Contractor shall conduct its operations so as not to
interfere with the authorized Work of utility companies or other agencies in such streets, ways or
parking areas.
M. Contractor shall be responsible for investigating conditions of available public and private roads
and of clearances, restrictions and other limitations affecting transportation and ingress and
egress to the site of the Work. Use of equipment will be minimized during any Stage II or Stage
III smog alerts. All equipment will meet emissions standards. Contract specifications require
dust control. All proper public safety measures are to be used during construction, including
barriers, flagmen and signing. Equipment usage should be limited to Normal Working Hours, in
accordance with the Contract specifications. Equipment must conform with all applicable noise
regulations.
N. Contractor shall comply with all County of Orange and local sound control and noise level rules,
regulations and ordinances which apply to any Work performed pursuant to the Contract, and
shall make every effort to control any undue noise resulting from the construction operation.
Each internal combustion engine used for any purpose on the job or related to the job shall be
equipped with a muffler of a type recommended by the manufacturer. No internal combustion

C019413 Page 45 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

engine shall be operated on the project without said muffler. The noise level from the
Contractor's operations between the hours of 8 p.m. and 7 a.m. on weekdays, including Saturday,
or at any time on Sunday or a Federal holiday, shall be in accordance with the County ordinance
covering "Noise Control." This requirement in no way relieves the Contractor of responsibility
for complying with local ordinances regulating noise level. Said noise level requirement shall
apply to all equipment on the job or related to the job, including but not limited to trucks, transit
mixers or transient equipment that may or may not be owned by the Contractor. The use of loud
sound signals shall be avoided in favor of light warnings, except those required by safety laws
for the protection of personnel.
O. Construction Area: Contractor shall protect property and facilities adjacent to the construction
area and all property and facilities within the construction area which are shown on the plans are
to be protected. After project completion, the construction area shall be in a clean and
presentable condition. All public or privately owned improvements and facilities shall be
restored to their original condition and location. If improvements or facilities are damaged, they
shall be replaced with new materials which are at least equal to the original materials. Nothing
herein shall be construed to entitle the Contractor to the exclusive use of any public street, way,
or parking area during performance of the Work. Contractor shall conduct its operations so as
not to interfere with the authorized Work of utility companies or other agencies in such streets,
ways or parking areas. The Contractor shall be responsible for investigating conditions of
available public and private roads and of clearances, restrictions and other limitations affecting
transportation and ingress and egress to the site of the Work. Use of equipment will be
minimized during any Stage II or Stage III smog alerts. All equipment will meet emissions
standards. Dust Control is required at all times. All proper public safety measures are to be used
during construction, including barriers, flagmen and signing. Equipment must conform to all
applicable noise regulations.
P. Contractor shall, whenever possible, minimize the use of water during project construction.
Watering equipment shall be kept in good working order. Water leaks shall be repaired
promptly. Washing of equipment, except when necessary for the safety or for the protection of
equipment, shall be discouraged. Water curing of concrete improvements as specified in Section
303-1.10, "Curing" of the Standard Specifications for Public Works Construction, shall not be
allowed unless specifically permitted by these Special Provisions or directed by the Project
Manager. Nothing in this section, "Water Conservation," shall be construed as relieving the
Contractor of furnishing sufficient water as required for the proper construction of this project in
accordance with the Standard Specifications for Public Works Construction and these Special
Provisions.
Q. Contractor shall anticipate that storm, surface and possible ground or other waters will be
encountered at various times and locations during the Work. Such waters may interfere with
Contractor's operations and may cause damage to adjacent or down-stream private and/or public
property by flooding, lateral erosion, sedimentation, or pollution if not properly controlled by the
Contractor. The Contractor, by submitting a bid, assumes all of said risk and the Contractor
acknowledges that its bid was prepared accordingly.
The Contractor shall conduct its operations in such a manner that storm or other waters may
proceed without diversion or obstruction along existing street and drainage courses. Drainage of
water from existing or proposed catch basins shall be maintained at all times. Diversion of water
for short reaches in order to protect construction in progress will be permitted if public or private
properties are not damaged or, in the opinion of the Project Manager, are not subject to the
probability of damage. Contractor shall at no cost to County obtain written permission from the
appropriate public agency or property owner before any diversion of water will be permitted by
the Project Manager.

C019413 Page 46 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

During the course of water control the Contractor shall conduct construction operations to
protect waters from being polluted with fuels, oils, bitumens or other harmful materials, and
shall be responsible for removing said materials in the event protective measures are not
effective.
Construction site shall be maintained in such a condition that an anticipated storm does not carry
wastes or pollutants off site.
Discharges of material other than stormwater are allowed only when necessary for performance
and completion of construction practices and where they do not: cause or contribute to a
violation of any water quality standard; cause or threaten to cause pollution, contamination, or
nuisance; or contain a hazardous substance in a quantity reportable under Federal Regulations 40
CFR Parts 117 and 302, or any other law or applicable regulation.
Potential pollutants include but are not limited to: vehicle/equipment fuels, oils, lubricants, and
hydraulic, radiator or battery fluids; vehicle/equipment wash water and concrete mix wash water;
concrete, detergent or floatable wastes; wastes from any engine/equipment steam cleaning or
chemical degreasing; solid or liquid chemical spills; wastes from sealants, limes, and solvents;
and superchlorinated potable water line flushings.
During construction, disposal of such materials should occur in a specified and controlled
temporary area on-site, physically separated from potential storm water run-off, with ultimate
disposal in accordance with local, state, and federal requirements.
Notwithstanding the above, management of stormwater shall be done with all applicable statutes,
ordinances, permits, regulations and provisions of this Contract governing stormwater.

VIII. STOP WORK:

The County may, at any time, by written stop Work order to the Contractor, require the Contractor to
stop all or any part of the Work, as per a specific Job Order, for a period of 90 days after the stop Work
order is delivered to the Contractor and for any further period to which the Parties may agree. The stop
Work order shall be specifically identified as such and shall indicate it is issued under this clause.
Upon receipt of the stop Work order, the Contractor shall immediately comply with its terms and take
all reasonable steps to minimize the incurrence of costs allocable to the Work covered by the stop
Work order during the period of Work stoppage. Within a period of 90 days after a stop Work order is
delivered to the Contractor or within any extension of that period to which the Parties shall have
agreed, the County shall either:
A. Cancel the stop Work order; or
B. Cancel the Job Order immediately in whole or in part in writing as soon as feasible.

IX. COMPUTER AND SOFTWARE REQUIREMENTS:


A. Computer
The Contractor shall maintain at its office for its use a computer with, at a minimum, a 1 GHz
processor and an internet connection. The Contractor shall maintain individual email accounts
for each of its project managers.
B. Software
1. Job Order Contracting Software

The COUNTY selected The Gordian Group’s (Consultant) Job Order Contracting

C019413 Page 47 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

(“JOC”) Solution (Gordian JOC Solution) for their JOC program. The Gordian JOC
Solution includes Consultant’s proprietary eGordian® JOC application (JOC
Applications) and construction cost data (Construction Task Catalog®), which shall
be used by the CONTRACTOR to prepare and submit Price Proposals,
subcontractor lists, and other requirements specified by the COUNTY.

CONTRACTOR is required to use Gordian’s JOC Solution to receive task orders


from the COUNTY under this AGREEMENT. This requires CONTRACTOR to
enter into Consultant’s JOC System License, with Consultant as licensor and
CONTRACTOR as licensee, and comply with all applicable terms of that license,
including that payment of applicable license fees to Consultant for use of its Gordian
JOC Solution. The CONTRACTOR’s use, in whole or in part, of the Consultant’s
JOC Applications, Construction Task Catalog® and other proprietary material
provided by the Consultant (Consultant Materials) is subject to Consultant’s JOC
System License, and CONTRACTOR may not use Consultant Materials for any
purpose other than to execute work under this AGREEMENT for the COUNTY.
The CONTRACTOR hereby agrees to take all actions necessary to maintain access
to the Gordian JOC Solution by complying with Consultant’s JOC System License
during the Term of this AGREEMENT.

A copy of Consultant’s most recent JOC System License is attached hereto


as Exhibit “A” for CONTRACTOR’s reference.

C019413 Page 48 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment
([KLELW$ F
/LFHQVHDQG8VHU$JUHHPHQW


7KLV &OLFN7KURXJK $JUHHPHQW WKH ³$JUHHPHQW´  FRQWDLQV WKH WHUPV DQG FRQGLWLRQV XSRQ ZKLFK 7KH
*RUGLDQ *URXS ,QF D *HRUJLD FRUSRUDWLRQ ³*RUGLDQ´  JUDQWV WR \RX ³/LFHQVHH´  D OLPLWHG OLFHQVH WR
SHUIRUP\RXUREOLJDWLRQVSXUVXDQWWRWKH&OLHQW&RQWUDFW DVGHILQHGEHORZ 3OHDVHUHDGWKLV$JUHHPHQW
FDUHIXOO\%\FOLFNLQJ³,$FFHSW´\RXDFNQRZOHGJHWKDW\RXKDYHUHDGDQGDFFHSWWKHWHUPVDQGFRQGLWLRQV
RIWKLV$JUHHPHQWLQLWVHQWLUHW\

,)<28$5((17(5,1*,1727+,6$*5((0(17:,7+,17+(6&23(2)<285(03/2<0(1725
,1 &211(&7,21 :,7+ <285 (1*$*(0(17 $6 $1 ,1'(3(1'(17 &2175$&725 7+(1 7+(
7(50³/,&(16((´,1&/8'(6<285(03/2<(52535,1&,3$/&2175$&725$6$33/,&$%/(
$1'<28:$55$17$1'5(35(6(1772*25',$17+$7<28$5($87+25,=('72$&&(37
7+,6$*5((0(172168&+(03/2<(5¶62535,1&,3$/&2175$&725¶6%(+$/)

:+(5($6SXUVXDQWWRWKHWHUPVDQGFRQGLWLRQVRIDFRQWUDFWEHWZHHQ*RUGLDQDQGRQHRUPRUHPXWXDO
FOLHQWV RI *RUGLDQ DQG /LFHQVHH WKDW KDV FRQWUDFWHG ZLWK /LFHQVHH IRU FRQVWUXFWLRQ VHUYLFHV ³&OLHQW
&RQWUDFW´  *RUGLDQ KDV DJUHHG WR SURYLGH /LFHQVHH ZLWK D OLPLWHG OLFHQVH WR *RUGLDQ¶V -RE 2UGHU
&RQWUDFWLQJV\VWHP ³-2&6\VWHP´ DQG

12:7+(5()25(*RUGLDQDQG/LFHQVHHDJUHHWRWKHWHUPVDQGFRQGLWLRQVRIWKHIROORZLQJ

*RUGLDQKHUHE\JUDQWVWR/LFHQVHHDQG/LFHQVHHKHUHE\DFFHSWVIURP*RUGLDQIRUWKHWHUPRIWKH&OLHQW
&RQWUDFWDQRQH[FOXVLYHDQGQRQWUDQVIHUDEOHULJKWSULYLOHJHDQGOLFHQVHWR*RUGLDQ¶VSURSULHWDU\-2&
6\VWHPDQGRWKHUUHODWHGSURSULHWDU\PDWHULDOV FROOHFWLYHO\UHIHUUHGWRDV³3URSULHWDU\,QIRUPDWLRQ´ WREH
XVHGIRUWKHVROHSXUSRVHRIH[HFXWLQJWKH/LFHQVHH¶VUHVSRQVLELOLWLHVXQGHUWKH&OLHQW&RQWUDFWIRUZKLFK
/LFHQVHH LV XWLOL]LQJ WKH -2& V\VWHP ³/LPLWHG 3XUSRVH´  /LFHQVHH KHUHE\ DJUHHV WKDW WKH 3URSULHWDU\
,QIRUPDWLRQ VKDOO LQFOXGH EXW LV QRW OLPLWHG WR *RUGLDQ¶V H*RUGLDQŠ -2& LQIRUPDWLRQ PDQDJHPHQW
DSSOLFDWLRQVDQGVXSSRUWGRFXPHQWDWLRQ&RQVWUXFWLRQ7DVN&DWDORJŠDQGDQ\FRQVWUXFWLRQFRVWGDWDDQG
FRS\ULJKWHGPDWHULDOVFRQWDLQHGWKHUHLQWUDLQLQJPDWHULDOVDQGDQ\RWKHUSURSULHWDU\PDWHULDOVSURYLGHGWR
/LFHQVHH E\ *RUGLDQ HLWKHU HOHFWURQLFDOO\ RU WKURXJK DQ DOWHUQDWLYH PHDQV RI GHOLYHU\ ,Q WKH HYHQW WKH
DSSOLFDEOH&OLHQW&RQWUDFWH[SLUHVRUWHUPLQDWHVWKLV-2&6\VWHP/LFHQVHVKDOOWHUPLQDWHDQG/LFHQVHH
VKDOOUHWXUQDOO3URSULHWDU\,QIRUPDWLRQLQLWVSRVVHVVLRQWR*RUGLDQ

/LFHQVHH DFNQRZOHGJHV WKDW *RUGLDQ VKDOO UHWDLQ H[FOXVLYH RZQHUVKLS RI DOO SURSULHWDU\ ULJKWV WR WKH
3URSULHWDU\,QIRUPDWLRQLQFOXGLQJDOO86DQGLQWHUQDWLRQDOLQWHOOHFWXDOSURSHUW\DQGRWKHUULJKWVVXFKDV
SDWHQWVWUDGHPDUNVFRS\ULJKWVDQGWUDGHVHFUHWV/LFHQVHHVKDOOKDYHQRULJKWRULQWHUHVWLQDQ\SRUWLRQRI
WKH3URSULHWDU\,QIRUPDWLRQH[FHSWWKHULJKWWRXVHWKH3URSULHWDU\,QIRUPDWLRQIRUWKH/LPLWHG3XUSRVHVHW
IRUWKKHUHLQ([FHSWLQIXUWKHUDQFHRIWKH/LPLWHG3XUSRVH&RQWUDFWRUVKDOOQRWGLVWULEXWHGLVFORVHFRS\
UHSURGXFHGLVSOD\SXEOLVKWUDQVPLWDVVLJQVXEOLFHQVHWUDQVIHUSURYLGHDFFHVVWRXVHRUVHOOGLUHFWO\RU
LQGLUHFWO\ LQFOXGLQJLQHOHFWURQLFIRUP DQ\SRUWLRQRIWKH3URSULHWDU\,QIRUPDWLRQ

/LFHQVHHKHUHE\DJUHHVWRSD\*RUGLDQDOLFHQVHIHHRIRIWKHYDOXHRIZRUNSURFXUHGIURP/LFHQVHH
E\&OLHQW ³&RQWUDFWRU/LFHQVH)HH´ SXUVXDQWWRWKH&OLHQW&RQWUDFW/LFHQVHHIXUWKHUDJUHHVWRUHPLWWKH
&RQWUDFWRU/LFHQVH)HHWR*RUGLDQZLWKLQWHQ  GD\VRI/LFHQVHH¶VUHFHLSWRID-RE2UGHU3XUFKDVH
2UGHU RU RWKHU VLPLODU SXUFKDVLQJ GRFXPHQW SXUVXDQW WR WKH /LFHQVHH &RQWUDFW /LFHQVHH VKDOO PDNH
SD\PHQWVSD\DEOHWR7KH*RUGLDQ*URXS,QFDQGVKDOOPDLOWKHSD\PHQWVWR32%R[&KDUORWWH
1&$OOSD\PHQWVUHFHLYHGDIWHUWKHGXHGDWHVHWIRUWKDERYHZLOOLQFXUDODWHSD\PHQWFKDUJH
IURPVXFKGXHGDWHXQWLOSDLGDWDUDWHRISHUPRQWK

(LWKHU SDUW\ PD\ WHUPLQDWH WKLV $JUHHPHQW LQ WKH HYHQW RI   DQ\ EUHDFK RI D PDWHULDO WHUP RI WKLV
$JUHHPHQWE\WKHRWKHUSDUW\ZKLFKLVQRWUHPHGLHGZLWKLQWHQ  GD\VDIWHUZULWWHQQRWLFHWRWKHEUHDFKLQJ
SDUW\RU  WKHRWKHUSDUW\¶VPDNLQJDQDVVLJQPHQWIRUWKHEHQHILWRILWVFUHGLWRUVRUWKHILOLQJE\RUDJDLQVW
VXFKSDUW\RIDSHWLWLRQXQGHUDQ\EDQNUXSWF\RULQVROYHQF\ODZZKLFKLVQRWGLVFKDUJHGZLWKLQWKLUW\  
GD\VRIVXFKILOLQJ

/LFHQVHH DFNQRZOHGJHV DQG DJUHHV WR UHVSHFW WKH FRS\ULJKWV WUDGHPDUNV WUDGH VHFUHWV DQG RWKHU
SURSULHWDU\ULJKWVRI*RUGLDQLQWKH3URSULHWDU\,QIRUPDWLRQGXULQJDQGDIWHUWKHWHUPRIWKLV$JUHHPHQWDQG
VKDOODWDOOWLPHVPDLQWDLQFRPSOHWHFRQILGHQWLDOLW\ZLWKUHJDUGWRWKH3URSULHWDU\,QIRUPDWLRQSURYLGHGWR


DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment
([KLELW$ F
/LFHQVHH VXEMHFW WR IHGHUDO VWDWH DQG ORFDO ODZV UHODWHG WR SXEOLF GLVFORVXUH  /LFHQVHH IXUWKHU
DFNQRZOHGJHVWKDWDEUHDFKRIDQ\RIWKHWHUPVRIWKLV$JUHHPHQWE\/LFHQVHHZLOOUHVXOWLQLUUHSDUDEOH
KDUP WR *RUGLDQ IRU ZKLFK PRQHWDU\ GDPDJHV ZRXOG EH DQ LQDGHTXDWH UHPHG\ DQG *RUGLDQ VKDOO EH
HQWLWOHGWRLQMXQFWLYHUHOLHI ZLWKRXWWKHQHFHVVLW\RISRVWLQJDERQG DVZHOODVDOORWKHUPRQHWDU\UHPHGLHV
DYDLODEOHDWODZRULQHTXLW\,QWKHHYHQWWKDWLWEHFRPHVQHFHVVDU\IRUHLWKHUSDUW\WRHQIRUFHWKHSURYLVLRQV
RI WKLV $JUHHPHQW RU WR REWDLQ UHGUHVV IRU WKH EUHDFK RU YLRODWLRQ RI DQ\ RI LWV SURYLVLRQV LQFOXGLQJ
QRQSD\PHQWRIDQ\&RQWUDFWRU/LFHQVH)HHVRZHGZKHWKHUE\OLWLJDWLRQDUELWUDWLRQRURWKHUSURFHHGLQJV
WKHSUHYDLOLQJSDUW\VKDOOEHHQWLWOHGWRUHFRYHUIURPWKHRWKHUSDUW\DOOFRVWVDQGH[SHQVHVDVVRFLDWHGZLWK
VXFKSURFHHGLQJVLQFOXGLQJUHDVRQDEOHDWWRUQH\¶VIHHV

7KLV$JUHHPHQWVKDOOEHFRQVWUXHGXQGHUWKHODZVRIWKH6WDWHRI6RXWK&DUROLQDZLWKRXWUHJDUGWRFKRLFH
RIODZSULQFLSOHV%RWKSDUWLHVLUUHYRFDEO\FRQVHQWWRWKHMXULVGLFWLRQDQGYHQXHRIWKHIHGHUDODQGVWDWH
FRXUWVORFDWHGLQWKH6WDWHRI6RXWK&DUROLQDIRUSXUSRVHVRIDQ\DFWLRQEURXJKWLQFRQQHFWLRQZLWKWKLV
$JUHHPHQWRUXVHRIWKH3URSULHWDU\,QIRUPDWLRQ

7KHSDUWLHVDJUHHWKDWLQWKHHYHQWRIDFRQIOLFWLQWHUPVDQGFRQGLWLRQVEHWZHHQWKLV$JUHHPHQWDQGDQ\
RWKHU WHUPV DQG FRQGLWLRQV RI WKH WKH &OLHQW &RQWUDFW RU DQ\ -RE 2UGHU 3XUFKDVH 2UGHU RU VLPLODU
SXUFKDVLQJGRFXPHQWLVVXHGWR/LFHQVHHDVLWUHODWHVWRWKHWHUPVVHWIRUWKKHUHLQWKLV$JUHHPHQWVKDOO
WDNHSUHFHGHQFH



DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

ATTACHMENT B
CONTRACTOR’S PRICING
I. COMPENSATION: This is an all-inclusive, usage Contract between the County and Contractor for
HVAC Services, as set forth in Attachment “A” Scope of Work.
The Contractor agrees to accept the specified compensation as set forth in this Contract as full
remuneration for performing all services and furnishing all staffing, labor, insurance, bonds. prevailing
wage, vehicles, equipment, tools, materials, overhead, travel, etc. required, for any reasonably
unforeseen difficulties which may arise or be encountered in the execution of the services until
acceptance, for risks connected with the services, and for performance by the Contractor of all its
duties and obligations hereunder. The Contractor shall only be compensated as set forth herein below
for work performed in accordance with the Scope of Work. The County shall have no obligation to pay
any sum in excess of the Total Contract Amount specified herein below unless authorized by
amendment.
II. FEES AND CHARGES: County will pay the following in accordance with the provisions of this
Contract.

A. Adjustment Factors: The Contractor’s two Adjustment Factors that will be applied against the
prices set forth in the Contract Task Catalog®. These Adjustment Factors will be used to price
out fixed price Job Orders by multiplying the appropriate Adjustment Factor by the Unit Prices
and appropriate quantities.
i. FACTOR 1 - Unit Work requirements to be performed during Normal Working Hours
(7:00AM to 5:00PM) as ordered by the County in individual Job Orders against this
Contract.

0.8900
Normal Working Hours

ii. FACTOR 2 - Unit Work requirements to be performed during Other Than Normal
Working Hours (5:01PM to 6:59AM) as ordered by the County in individual Job Orders
against this Contract.

0.8902
Other Than Normal Working Hours

B. TOTAL CONTRACT AMOUNT SHALL NOT EXCEED: ...................................................$4,640,000

C019413 Page 49 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

III. PRICE INCREASES/DECREASES: No increases to the Adjustment Factors or to any line items in the
Construction Task Catalog® will be permitted during the term of this Contract.

IV. CONTRACTOR’S EXPENSE: The Contractor will be responsible for all costs related to photo copying,
telephone communications and fax communications while on County sites during the performance of
Work and services under this Contract.

V. PAYMENTS TERMS:

A. The County shall make payments upon the agreed upon price for a specific Job Order as listed in
the Notice to Proceed. The County will make progress payments monthly as the Work proceeds
on estimates approved by County Project Manager. The Contractor shall furnish a breakdown of
the total Contract price showing the amount included therein for each principal category of the
Work, to provide a basis for determining progress payments. The County will only pay for
actual Work in place.
B. Lump sum payment - if an individual Job Order is scheduled for Completion within 45 days or
less, the County will make one payment after 30 days of Work to the Contractor, exclusive of
retention. Contractor may request for one payment (including retention payment); however,
payment will be made after Final Acceptance of the Job Order.
C. Partial payment – the County will consider a request for partial payments for Job Orders
scheduled for a performance period of greater than 45 days.

D. Retention - When payments are made under this Contract, five percent (5%) of each requested
and approved payment will be retained. The retention will be released upon Final Acceptance of
the Work, and the County’s approval on the final payment request. A Notice of Completion for
each individual Job Order must be filed. Final payment is to be made 35 days subsequent to the
filing of the Notice of Completion.
E. Retention Release - The County’s release of the retention does not relieve the Contractor of its
responsibility to comply with both the proposed Scope of Work and the terms and conditions of
the Job Order and Contract for completed and warranty Work. The Contractor agrees that a
condition precedent to the County’s release of the five percent (5%) retention amount is in full
compliance with this provision herein. The Contractor must submit a completed invoice to the
County for approval. The Contractor agrees that the signature on the invoice certifies that it has
completed or submitted the following:
1. All warranties and maintenance requirements; and

2. All as-built prints and record drawings; and

3. All operation and maintenance manuals; and

4. All badges, keys and security entry cards; and

5. Conducted all required training for County Personnel;

6. All other items as applicable.

C019413 Page 50 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

VI. INVOICING INSTRUCTIONS:


A. Invoices are to be submitted in arrears, after services have been provided, to the address specified
below. Payment will be net 30 days after receipt of an invoice in a format acceptable to the
County of Orange and verified and approved by the agency/department and subject to routine
processing requirements. The County’s Project Manager, or designee, is responsible for approval
of invoices and subsequent submittal of invoices to the Auditor-Controller for processing of
payment. The responsibility for providing an acceptable invoice to the County for payment rests
with the Contractor. Incomplete or incorrect invoices are not acceptable and will be returned to the
Contractor for correction.
B. The Contractor agrees that its signature on the invoice, as herein prescribed, constitutes a sworn
Statement. The Contractor agrees that its signature on the invoice requesting either partial or final
payment certifies that:
1. The specified percentage of Work has been completed and material supplied, and is
directly proportional to the amount of the payment currently requested.
2. The amount requested is only for performance in accordance with the specifications, terms
and conditions of the subject Contract.
3. Timely payments will be made to Subcontractor and suppliers from the proceeds of the
payment covered by this certification, in accordance with this Contract and their
subcontract agreements.
4. This request for payment does not include any amounts which the prime Contractor
intends to withhold or retain from a Subcontractor or supplier, except those amounts
withheld or retained in accordance with the terms and conditions of the subcontract.
5. Not less than the prevailing rates of wages as ascertained by the County have been paid to
laborers, workers and mechanics employed on the subject Work.
6. There has been no unauthorized substitution of Subcontractor, nor have any unauthorized
subcontracts been entered into.
7. No subcontract was assigned or transferred or performed by anyone other than the original
Subcontractor, except as provided in Sections 4100-4113, inclusive, of the Public Contract
Code.
8. Where applicable, payments to Subcontractor and suppliers have been made from previous
payments received under the Contract.
9. Request for final payment, the Contractor agrees that its signature on the invoice form
certifies that all Punch List items have been signed off as completed by the County, and
that all building inspection cards have been completed

C. The Contractor agrees that it is submitting a request for payment within one year of the
Completion of the project for which it is billing. If the Contractor does not submit a request for
payment within one year of the Completion of the project for which it is billing, it herein agrees to
forfeit that payment.

D. If the Contractor’s invoice is not approved, the County will issue a “Return of Invoice for
Correction” letter advising the Contractor of missing deliverables and/or information requiring

C019413 Page 51 of 52
DocuSign Envelope ID: FDD7DBD4-59D6-4970-BA2A-22FA8428E5AA
093CE3A1-C1AC-48D3-881F-401D999DA288
Attachment F
County of Orange, OC Public Works MA-080-18011453
Harry H. Joh Construction, Inc.

correction. After making the appropriate corrections, the Contractor agrees to submit a second, or
corrected, invoice.

E. The Contractor agrees that even though the County has approved payment, the County retains the
right to further inspect the Work and issue correction notices.

F. After the first payment and before making any other payment to the Contractor, the County will
require that the Contractor produce and deliver to the County satisfactory proof or evidence that all
labor performed and materials furnished up to the date of the preceding payment request have been
fully paid for, and that as of the said date, no claims exist if that is the case. This partial release of
claim must be executed with the same formality as this Contract.

G. Upon receipt of a stop notice, the County will withhold from the Contractor an amount of money
sufficient to cover the potential cost of the stop notice and the reasonable cost of any associated
litigation. In order to satisfy the requirements of a stop notice, the County will refuse to release
funds held in retention.

H. The Contractor will provide an invoice on Contractor’s letterhead for services rendered. Each
invoice will have a number and will include the following information:
1. Contractor’s name and address
2. Contractor’s remittance address (if different from 1 above)
3. Name of County department
4. County Contract number
5. Service date(s)
6. Service description
7. Contractor’s Federal I. D. number
8. Updated duration schedule
9. An updated schedule of values
10. Releases
11. Total

Invoices and support documentation shall be submitted to the following address:

OC Public Works/OC Facilities


Attn: Jennifer Carroll
1143 E. Fruit Street
Santa Ana, CA 92701

I. Contractor has the option of receiving payment directly to their bank account via an Electronic
Fund Transfer (EFT) process in lieu of a check payment. Payment made via EFT will also receive
Electronic Remittance Advice with the payment details via email. An email address will need to be
provided to the County via an EFT Authorization Form. To request a form, please contact the DPA

C019413 Page 52 of 52
Attachment E

Contract Summary

☒ This contract does not include subcontractors or pass through to other providers.

☐ This contract includes the following subcontractors or pass through to other providers.

Contract Operating Expenses


Unknown
This contract may include subcontractors at a later time. Subcontractors, if utilized, are
submitted with price quotations from the contractor with each issued job order

Page 1 of 1
Attachment M

BID SUMMARY
JOC Master List
Bid Openings on 2/21/18
AWARDED CONTRACTORS

BID NUMBER: 080‐C019411‐CL
JOC FOR DEMOLITION SERVICES
2 ‐ RESPONSIVE BIDS RECEIVED
Wreck Age  Exbon Development, 
Respondent Name Demotion, Inc.  Inc.
Ranking: 1 2
Line Bid Line Description Quantity Quantity
1 Normal Working  0.6800 0.9800
2 Other Than Normal  0.7700 0.9900
3 Composite Factor  0.6980 0.9820

Respondent Telephone 909‐393‐6937 714‐539‐2222


Comments

BID NUMBER: 080‐C019415‐CL
JOC FOR SLURRY AND PAVING 
5 ‐ RESPONSIVE BIDS RECEIVED

Palp Inc. DBA Excel  Exbon Development, 
All American Asphalt R.J Noble SJD&B, Inc. 
Paving Company. Inc.
Respondent Name
Ranking: 1 2 3 4 5
Line Bid Line Description Quantity Quantity Quantity Quantity Quantity
1 Normal Working  0.8180 0.9430 0.9800 0.9900 1.0100
2 Other Than Normal  0.9180 1.1515 1.0500 1.0300 1.0300
3 Composite Factor  0.8380 0.9847 0.9900 0.9980 1.0140

Respondent Telephone 951‐736‐7600 562‐599‐5841 714‐637‐1550 714‐539‐2222 909‐481‐0001


Comments

Page 1 of 3
Attachment M

BID NUMBER: 080‐C019412‐NM
JOC FOR ELECTRICAL SERVICES
6‐ RESPONSIVE BIDS RECEIVED
Southern 
Exbon Development  Angeles Contractor  M.B. Herzog Electric, 
Baker Electric Telenet VoIP Inc Contracting 
Inc. Inc. Inc
Respondent Name Company
Ranking: 1 2 3 4 5 6
Line Bid Line Description Factor Factor Factor Factor Factor Factor
1 Normal Working  0.8021 0.9300 1.1000 1.1600 1.1500 1.2500
2 Other Than Normal  0.8305 0.9400 1.2000 1.3600 1.5400 1.4400
3 Composite Factor  0.8078 0.9320 1.1200 1.2000 1.2280 1.2880

Respondent Telephone 760‐745‐2001 714‐539‐2222 626‐923‐3800 310‐253‐9000 562‐531‐2002 760‐744‐0760


Comments

BID NUMBER: 080‐C019414‐RE
JOC FOR ROOFING SERVICES
3 ‐ RESPONSIVE BIDS RECEIVED
Exbon Development,  Best Contracting  Angeles Contractor, 
Respondent Name Inc. Services, Inc. Inc.
Ranking: 1 2 3
Line Bid Line Description Quantity Quantity Quantity
1 Normal Working  0.9200 1.0650 1.1800
2 Other Than Normal  0.9300 1.1150 1.2000
3 Composite Factor  0.9220 1.0750 1.1840

Respondent Telephone 714‐539‐2222 310‐328‐6969 626‐923‐3800


Comments

Page 2 of 3
Attachment M

BID NUMBER: 080‐C019413‐CC
JOC FOR HVAC SERVICES
9 ‐ RESPONSIVE BIDS RECEIVED
EMCOR Services, 
Thomasville  Harry H Joh  Exbon Development,  Applied Air  Pan Pacific  MTM Construction,  ABM Building  Acco Engineered 
Mesa Energy 
Construction, Inc. Construction, Inc. Inc. Conditioning  Mechanical  Inc.  Solutions LLC Systems, Inc. 
Respondent Name Systems, Inc. 
Ranking: 1 2 3 4 5 6 7 8 9
Line Bid Line Description Quantity Quantity Quantity Quantity Quantity Quantity Quantity Quantity Quantity
1 Normal Working  0.7000 0.8900 0.9500 1.0111 1.0500 1.0800 1.0800 1.0998 1.1500
2 Other Than Normal  1.0000 0.8902 0.9600 1.1254 1.0500 1.0900 1.2312 1.1696 1.2500
3 Composite Factor  0.7600 0.8900 0.9520 1.0340 1.0500 1.0820 1.1102 1.1138 1.1700

Respondent Telephone 626‐224‐8359 562‐630‐3348 714‐539‐2222 714‐545‐1917 949‐474‐9170 626‐934‐1112 949‐460‐0460 949‐330‐1550 818‐244‐6571

Corrected composite 
factor based on 
Factors 1 & 2 
Comments provided by bidder

Page 3 of 3
7/28/2018 Check A License - License Detail

Contractor's License Detail for License # 469845


DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this
information, you should be aware of the following limitations.
CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the
link or button to obtain complaint and/or legal action information.
Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed.
Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration.
Due to workload, there may be relevant information that has not yet been entered onto the Board's license database.

Data current as of 7/28/2018 7:26:31 PM


Business Information
HARRY H JOH CONSTRUCTION INC
7303 SOMERSET BLVD
PARAMOUNT, CA 90703
Business Phone Number:(562) 630-3348

Entity Corporation
Issue Date 02/22/1985
Reissue Date 04/06/1999
Expire Date 04/30/2019

License Status

This license is current and active.


All information below should be reviewed.

Classifications

A - GENERAL ENGINEERING CONTRACTOR


B - GENERAL BUILDING CONTRACTOR
C16 - FIRE PROTECTION CONTRACTOR
C20 - WARM-AIR HEATING, VENTILATING AND AIR-CONDITIONING
C10 - ELECTRICAL
C33 - PAINTING AND DECORATING
C36 - PLUMBING
C39 - ROOFING

Bonding Information
Contractor's Bond

This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY.
Bond Number: 100002850
Bond Amount: $15,000
Effective Date: 01/01/2016
Contractor's Bond History

Bond of Qualifying Individual

The qualifying individual HARRY HYUNKHI JOH certified that he/she owns 10 percent or more of the voting stock/membership
interest of this company; therefore, the Bond of Qualifying Individual is not required.
Effective Date: 04/10/2018
BQI's Bond History

Workers' Compensation
https://www2.cslb.ca.gov/onlineservices/checklicenseII/LicenseDetail.aspx?LicNum=469845 1/2
7/28/2018 Check ACOMPENSATION
This license has workers compensation insurance with the STATE License - License Detail
INSURANCE FUND
Policy Number:9201334
Effective Date: 01/01/2017
Expire Date: 01/01/2019
Workers' Compensation History

Miscellaneous Information

04/06/1999 - LICENSE REISSUED TO ANOTHER ENTITY

Other

Personnel listed on this license (current or disassociated) are listed on other licenses.

https://www2.cslb.ca.gov/onlineservices/checklicenseII/LicenseDetail.aspx?LicNum=469845 2/2
7/28/2018 Check A License - License Detail

Contractor's License Detail for License # 1019385


DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this
information, you should be aware of the following limitations.
CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the
link or button to obtain complaint and/or legal action information.
Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed.
Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration.
Due to workload, there may be relevant information that has not yet been entered onto the Board's license database.

Data current as of 7/28/2018 9:55:37 PM


Business Information
HHJ CONSTRUCTION INC
11156 S MAIN ST
LOS ANGELES, CA 90061
Business Phone Number:(562) 630-6289

Entity Corporation
Issue Date 10/17/2016
Expire Date 10/31/2018
License Status

This license is current and active.


All information below should be reviewed.

Additional Status

One or more of the classifications on this license may be removed at a future date if the qualifying person is not replaced by
07/09/2018.

Classifications

A - GENERAL ENGINEERING CONTRACTOR


B - GENERAL BUILDING CONTRACTOR
C10 - ELECTRICAL
C16 - FIRE PROTECTION CONTRACTOR
C20 - WARM-AIR HEATING, VENTILATING AND AIR-CONDITIONING
C33 - PAINTING AND DECORATING
C36 - PLUMBING
C39 - ROOFING

Bonding Information
Contractor's Bond

This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY.
Bond Number: 100328002
Bond Amount: $15,000
Effective Date: 10/14/2016

Bond of Qualifying Individual

The qualifying individual HYUN SOOK JOH certified that he/she owns 10 percent or more of the voting stock/membership interest of
this company; therefore, the Bond of Qualifying Individual is not required.
Effective Date: 04/10/2018
https://www2.cslb.ca.gov/onlineservices/checklicenseII/LicenseDetail.aspx?LicNum=1019385 1/2
7/28/2018
Workers' Compensation
Check A License - License Detail

This license has workers compensation insurance with the MIDWEST EMPLOYERS CASUALTY COMPANY
Policy Number:BNUWC0138827
Effective Date: 12/01/2016
Expire Date: 12/01/2018
Workers' Compensation History

Other

Personnel listed on this license (current or disassociated) are listed on other licenses.

https://www2.cslb.ca.gov/onlineservices/checklicenseII/LicenseDetail.aspx?LicNum=1019385 2/2
7/28/2018 Personnel List

Home | Online Services | License Detail | Personnel List

Contractor's License Detail (Personnel List)


Contractor License # 1019385
Contractor Name HHJ CONSTRUCTION INC

Click on the person's name to see a more detailed page of information on that person

Personnel Currently Associated with License

Name HYUN SOOK JOH


Title RMO / CEO / PRES
Association Date 02/21/2017
Classification B
Additional Classification There are additional classifications that can be viewed by selecting this link.
Name EMMANUEL ALFONSO HERNANDEZ
Title OFFICER
Association Date 02/26/2018

Personnel No Longer Associated with License

Name HARRY HYUNKHI JOH


Title RMO
Association Date 10/17/2016
Disassociation Date 04/10/2018
Classification A
Additional Classification There are additional classifications that can be viewed by selecting this link.

CSLB Email Login

https://www2.cslb.ca.gov/onlineservices/checklicenseII/PersonnelList.aspx?LicNum=1019385&LicName=HHJ+CONSTRUCTION+INC 1/1

You might also like