Loading...
HomeMy WebLinkAboutMINUTES - 09102002 - C131-C135 (�/36 TO: BOARD OF SUPERVISORS ontr FROM: JOHN SWEETEN, COUNTY ADMINISTRATOR •' ~ `r" `�• Costa MATE: September 10, 2002 SUBJECT: Extension of Financial Advisor Contract County SPECIFIC REQUEST($)OR RECOMMENDATION(S)$BACKGROUND AND JUSTIFICATION RECOMMENDATIONS: 1. APPROVE and AUTHORIZE the County Administrator or his designee to extend the contract with Sperry Capital, for financial advisory services from June 30, 2002 to September 5, 2002 in conjunction with the successful refinancing of outstanding County debt. FINANCIAL IMPACT: The cost of consulting services is covered in the cost of issuance included in each bond issue. Fees are negotiated for each borrowing transaction based upon the size and complexity of the transaction. Other special bond related projects are billed on an hourly basis and charged to occupants of the property for which the bond was issued. BACKGROUND: Sperry Capital has worked with the County for the past year in the issuance and sale of the County's annual tax and revenue anticipation notes and periodic lease revenue bond issues. The staff assigned also worked for other financial advisors who did consulting work with the County and are extremely familiar with the County and are able to prepare the required financial, rating agency, and other documents related to these issues with a minimum of time and cast. CONTINUED ON ATTACHMENT: xJES SIGNATURE: I 'RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMEND A ION OF BOA MMITTEE ="PPROVE OTHER SIGNATURE(S): 1 ACTION OF!3O APPROVE AS RECOMMENDED T, OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE i AND CORRECT COPY OF AN ACTION TAKEN UNANIMOUS(ABSENT AND ENTERED ON THE MINUTES OF THE BOARD OF SUPERVISORS ON THE DATE AYES_ NOES: SHOWN. ABSENT: ABSTAIN: ATTESTED ✓eI b s✓ :f CONTACT: —JOHNSWEETEN,CLERK OF THE BOARD OF SUPERVISORS AND CC: COUNTY ADMINISTRATOR BY `e t i '� - DEPUTY Over the past several months, County star began gearing up to refund the Contra Costa County Public Facilities Corporation, Series 1992 Certificates of Participation. 7o that end, the Board of Supervisors on February 28, 2002 extended the financial advisory contract with Sperry Capital from February 28, 2002 to dune 30, 2002 specifically to allow for the completion of this transaction. Clue to a spike in interest rates in April 2002, these bonds were not refunded in time for the June 1, 2002 payment date, as was first planned. Interest rates dropped again in early July, which allowed County staff to proceed with the refinancing on July 23d, with an anticipated closing date of September 5, 2002. Due to the tight deadlines involved in completing this transaction, it was impractical to complete a formal solicitation and selection process for these financial advisory services and still complete the refinancing in a timely fashion. County staff recently prepared a RFP to solicit for these types of professional services over the next two years. A separate board order will summarize this process and make recommendations with regards to the selection of providers for future County bond issues. TO: BOARD OF SUPERVISORS nC FROM: JOHN SWEETEN, COUNTY ADMINISTRATOR •; ' C o Sta `y. DATE: September 10, 2002 SUBJECT: Bond Counsel Contract County SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMME'NDATIQNS: 1. APPROVE and AUTHORIZE the County Administrator or his designee to enter into a contract with Orrick, Herrington, & Sutcliffe LLP for bond counsel services from September 6, 2002 through June 30, 2004 in an amount not to exceed $250,000 per year for two years. FINANCIAL IMPACT: The cost of bond counsel services is covered in the cost of issuance included in each bond issue. Fees are negotiated for each borrowing transaction based upon the size and complexity of the transaction. Other special bond related projects are billed on an hourly basis and charged to occupants of the property for which the bond was issued. BACKGROUND: It is anticipated that the County will issue one or more series of Tax and Revenue Anticipation Notes and Lease Revenue Bonds over the next two years. In addition, the County may choose to issue one or more additional series of Pension Obligation Bonds. The existing bond Counsel contract with Orrick, Herrington & Sutcliffe has recently expired. To facilitate the issuance of future County debt, the County Administrator's Office prepared an RFP for bond Counsel services that was mailed to 12 legal firms throughout California on July 10, 2002; eight firms submitted written responses to this RFP. CONTINUED ON ATTACHMENT: _x YES SIGNATURE' C--'RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDA }ON OF BOARD COMMI TEE z----APPROVE OTHER ACTiflN OF BOA� ONi„ # f`''3APPROVE AS RECOMMENDED OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF AN ACTION J- UNANIMOUS(ABSENT 4i _ ) AND ENTERED ON THE MINUTES OF TH KEN BOARD OF SUPERVISORS ON THE[TATE AYES: NOES: SHOWN. ABSENT: ABSTAIN: ATTESTED CONTACT: JOHN, SWEETEN,CLERK OF THE BOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR CC: By. y. J { ;. DEPUTY A selection committee composed of staff from the County Administrator's Office, Auditor/Controller, Treasurer/Tax Collector, and County Counsel reviewed and ranked each of these proposals. It was the consensus of the group to recommend that the Board of Supervisors continue to contract for bond counsel services with Orrick, Herrington, and Sutcliffe LLP (OHS) for the next two years. OHS has worked with the County for the past decade in the issuance and sale of the County's annual tax and revenue anticipation notes, periodic lease revenue bond issues and its two pension obligation bonds. The staff assigned is extremely familiar with the County and are able to prepare the required legal and ether documents related to these issues with a minimum of time. They are also familiar with the County's outstanding bonds and have proven to be an invaluable resource to staff responsible for the on-going management of the County's debt. TO: BOARD OF SUPERVISORS Contra w, FROM. JOHN SWEETEN, COUNTY ADMINISTRATOR Costa MATE: September 10, 2002 SUBJECT: Financial Advisory Contract County SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND,JUSTIFICATION RECOMMENDATIONS: 1. APPROVE and AUTHORIZE the County Administrator or his designee to enter into a contract with Tamalpais Advisors, Inc. for financial advisory services from September 6, 2002 through June 30, 2004 in an amount not to exceed $200,000 per year for two years. FINANCIAL IMPACT: The cost of financial advisory services is covered in the cost of issuance included in each bond issue. Fees are negotiated for each borrowing transaction based upon the size and complexity of the transaction. Other special bond related projects are billed on an hourly basis and charged to occupants of the property for which the bond was issued. BACKGROUND: It is anticipated that the County will issue one or more series of Tax and Revenue Anticipation Notes and Lease Revenue Bonds over the next two years. In addition, the County may choose to issue one or more additional series of Pension Obligation Bonds. The existing financial advisory services contract with Sperry Capital recently expired. To facilitate the issuance of future County debt, the County Administrator's Office prepared an RFP for financial advisory services that was mailed to 22 firms throughout California on July 10, 2002; six firms submitted written responses to this RFP. CONTINUED ON ATTACHMENT: x YES SIGNATURE. RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMME ON OF WRD COMMITTEE --APPROVE OTHER { SIGNATURE(S): ACTION OF BOA i�w,,# >. ;?f s -, ;� s";�APPROVE AS RECOMMENDED K OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF AN ACTON TAKEN _ UNANIMOUS(ABSENT, 1} . ) AND ENTERED ON THE MINUTES OF THE BOARD OF SUPERVISORS ON THE DATE AYES: NOES: SHOWN. ABSENT: ABSTAIN: r CONTACT: ATTESTED _ JOHNi SWEETEN,CLERK OF THE BOAPD OF SUPERVISORS AND COUNTY ADMINISTRATOR CC: r' BY s y # — 'DEPUTY A selection committee composed of staff from the County Administrator's Office, Auditor/Controller, and Treasurer/Tax Collector reviewed and ranked each of these proposals. It was the 'consensus of the group to recommend that the Board of Supervisors contract for financial advisory services with Tamalpais Advisors, Inc. (TAI)for the next two years. TAI is a small, women-owned business whose staff has worked with the County for the past decade in the issuance and sale of the County's annual tax and revenue anticipation notes, periodic lease revenue bond issues and its two pension obligation bonds. The staff assigned is extremely familiar with the County and is able to prepare the required legal and rating agency documents related to these issues with a minimum of time and cost. They are also familiar with the County's outstanding bonds and have proven to be an invaluable resource to staff responsible for the on-going management of the County's debt. GENERAL SERVICES DEPARTMENT Architectural Division 1220 Morello Avenue,Suite 100 Martinez,California 945534711 (925) 3137200 FAX (925) 313-7299 File: 000-02048.4.4 Authorization No. WW0298 TO: Board of Supervisors FROM: Barton J. Gilbert, Director of General Services DATE: September 10,2002 SUBJECT: CONTRACT AWARD RECOMMENDATION A bid for the CAL/WIN UPGRADES AT SEVEN SITES FOR THE EMPLOYMENT AND HUMAN SERVICES DEPARTMENT was received and opened at the County Architectural Division Offices on Thursday, July 25, 2002. It is recommended that the Board of Supervisors award the construction contract to the lowest responsive and responsible bidder, BEI Construction Company of Alameda, in the amount of $237,893.00. The initial estimated probable construction cost was$239,072.00. There were no other bids received. The Contract Compliance Officer has reported that BEI Construction, Inc. has documented an adequate good faith effort to comply with the requirements of the County's Outreach Program. JA:amc cc w/attach.: County Administrator's Office County Counsel Clerk of the Board(w/bid) Contract Compliance Officer HA2002\0000204\02A004023m.doc File: 000-0204/B.4.4 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order of September 10,2002,by the following vote: AYES: SUPERVISOR UILKEMA, GERBER, DeSAULNIER, GLOVER. & GIOIA NOES: NONE ABSENT: NONE ABSTAIN: NONE SUBJECT: Award of Contract for the CAL/WIN Upgrades at Seven Sites for the Employment and Human Services Department. Authorization No. "bW 0298 Biddgr Total Amount Brind,Amounts BEI Construction,Inc. $237,893.00 Payment: $237,893.00 1829 Clement Avenue Performance: $237,893.00 Alameda, CA 94501 The above-captioned project and the plans and specifications therefore having been previously approved, Addendum No. I having been issued and approved, and bids having been duly invited and received by the Director of General Services on July 25, 2002; and The bidder listed first above, BEI Construction, Inc. ("BEI"), having submitted the only responsive and responsible bid; and The Contract Compliance Officer having reported that BEI has documented an adequate good faith effort to comply with the requirements of the County's Outreach Program; and The Director of General Services recommending that the bid submitted by BEI is the lowest responsive and responsible bid, and this Board concurring and so finding; NOW,THEREFORE,the Board finds, determines and orders as follows: The Board DETERMINES that BEI as the lowest responsive and responsible bidder, has demonstrated an adequate good faith effort, pursuant to the specifications for this project, to comply with the requirements of the County's Outreach Program, and the Board WAIVES any irregularities in such compliance; and The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to BEI at the listed amount and at the prices submitted in said bid, and that said contractor shall present sufficient payment and performance surety bonds as indicated above, and that the Director of General Services shall prepare the contract therefore; and The Board FURTHER ORDERS that after the contractor has signed the contract and returned it, together with the bonds as noted above and any required certificates of insurance or other required documents, and the Director of General Services has reviewed and found them to be sufficient, the Director of General Services is authorized to sign the contract for this Board; and The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of General Services or his designee, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the Director of General Services or his designee is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retention into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract,pursuant to Section 22300 of the Public Contract Code; and Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Director of General Services or his designee. HA\2002\0000204\02A004024bAoc I of 2 Award of Contract for the 000-0204/B.4.4 CAL/WIN Upgrades at Seven Sites for the September 10, 2002 Employment and Human Services Department The Board DECLARES that, should the award of the contract to BEI be invalidated for any reason, the Board would not in any event have awarded the contract to any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from reawarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract or fails to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107). Orig. Dept. General Services Dept. -Architectural Division cc: General Services Department Architectural Division Accounting A/D File: 000-0204/A.5 County Administrator's Office County Counsel Contract Compliance Officer(via A/D) Auditor-Controller BEI Construction,Inc. (via A/D) Surety(via A/D) Consultant(via A/D) JA:amc CERTMED COPY I certify that this it a full,no and correct copy of the orilginal document which I�so�nfile in my office AT SST JOHN SWEETEN Clerk of the board of erg and County Adrintsirata by Deputy Clerk, >k} ''"�F-ora '( a4�ie, dtt H:\2002\0000204\02A004024b.doc 2 of 2 Contra Costa County General Services Department-Architectural Division PROJECT TITLE: CA AVIN UPGRADES AT SEVEN SITES FOR THE EMPLOYMENT AND HUMAN SERVICES DEPARTMENT BID OPENING DATE: July 25, 2002 TIME: 2:00 P.M. ARCHITECT'S ESTIMATE: $239,072.00 PROJECT NO.: 000-0204/B.4 rr. e i 1. 3D Datacom 2370 Research Drive Livermore, CA 94550 l 2. BEI Construction, Inc. 1829 Clement Avenuec ` Alameda, CA 94501 ! 3. CJE Construction, Inc. 1070 A Shary Circle Concord, CA 94518 4. Compel 3025 Independence Dr., Ste. H Livermore, CA 94550 5. Flagg Building Improvements 1420 Central Blvd. Brentwood, CA 94513 6. Fort Bragg Electric 489 S. Harrison Street Fort Bragg, CA 95437 7. ICF Communications,Inc. 2840 Howe Road Martinez,CA 94553 8. JFC Construction, Inc. 1670 Reliez Valley Road Lafayette, CA 94549 9. Lloyd F. McKinney Assoc., Inc. 25350 Cypress Avenue Hayward, CA 94544 10. Roebbelen Contracting 1241 Hawks Flight Court El Dorado Hills, CA 95762 11. Rudolph Commercial Interiors 527 Howard Street, Suite 100 San Francisco, CA 94105 12. S.B.C. Pacific Bell 2150 Webster St., Room 1000 Oakland, CA 94612 HA2002w000204\02a0040r so.aoc 13. SBC Data Communications 6375 Clark Avenue Dublin, CA 94568 14. SkillClean Inc. 198 Harbor Court Pittsburg, CA 94565 H:\2002\OW0204\02AO04019oAoc BEI Construction, Inc (Bidder) DIVISION C. MEQ AL(BID FQEM� BIDS WILL BE RECEIVED UNTIL THE. 25th Day of July, 2002 at 2:00 P.M. in the Architectural Division, 1224 Morello Avenue, Suite 100,Martinez, CA 94553-4711. (1) TO THE DIRECTOR OF GENERAL SERVICES, BARTON J. GILBERT, GENERAL SERVICE'S DEPARTMENT: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for CAL/WIN UPGRADES AT SEVEN SITES FOR THE EMPLOYMENT AND HUMAN SERVICES DEPARTMENT Authorization No. WW0298 in strict conformity with the Drawings, Specifications, and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, 551 fine Street, Martinez, California, 94553, for the following sum: Two Hundred Thirty Seven Thousand Ei ht Hundred Nint Dollars($ 237,893.00 ) Three Dollars and 0 cents. (2) It is understood that this bid is based upon completion of the work within 60 calendar days from and after the starting date as established by the Notice to Proceed. (3) It is understood, with due allowances made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the Public Agency in the amount of ONE THOUSAND DOLLARS per calendar day for each day said work remains uncompleted beydnd the time for completion, as and for liquidated damages and not as a penalty; it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (4) The undersigned has examined the location of the proposed work and is familiar with the Drawings, Specifications and other contract documents and the local conditions at the place where the work is to be done. (5) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. (6) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. H 2002k"204MA004W%Aoc t5-19102, DIVISION C - 1 DIVISION C. PROPOSAL(BID FORM) (Continued) (7) Attachments are: a) A list of the names and locations of the place of business of the subcontractors. b) Noncollusion Affidavit form. c) Bid security as required in the Notice to Contractors. Cash Bidder's Bond Cashier's Check Certified Check.X See N6te (8) The following addenda are hereby acknowledged as being included in the bid: Addendum# 1 dated July 18,2002 Addendum# dated Addendum# dated (9) Finn BEI Construction, Inc. Have you By (signature) E ' complied with the Division E Title Vice President, Business Services Outreach Program and Mandatory Address 1829 Clement Avenue, Alameda, CA 94501 Subcontractor Minimum Phone: 510/ 521 3792 510 8b5 2594 requirements for Fax: l this project? €, Federal Tax Payers I.D. or Social Security No. 94- 3062586 Dated this 25th day of _ duly 2p02 (10) Licensed in accordance with an act providing for the registration of Contractors: Classification and License No. A,B,C- 10 3528322 Expiration DateAori 1 30, 20034 (11) Representations made herein are made under penalty of perjury. H:',2002�,0044204,02AO04007x.doc(5:29102) DIVISION C - 2 __ LIST OF SUBCONTRACTORS FOR BFI Construction, Inc. (Name of Prime Contractor) (As required by Division B, Section 4, Paragraph (c). Substitution of listed subcontractors: See Division F, Section 6,Paragraph E.) Portion of Work Name Place of Business (City); Div. 17 I7DD 3 D DataCom (#757157) 2370 Research Drive- liyprmnre, CA 94550 Air Condition and Fans ACS Ai CA 94520 San h-andro , CA 94577t Asbestos Blue W W ' State Lic. 631366 C.al/ QSHA Reg #400 Environmental Services, Inc Air Statir. Floor. Carpet Dimensijans, Inc 387() Arnold ludi!btrial Place,41U40 Concord, LA V4be JA 1t,,!002',OW0204',02AO04W7x.doc(5x29/02) DIVISION C - 3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California County of_&un ss t , being first duly sworn, deposes and says that he or she is " "{ C ; of e. J npo the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly, or indirectly, sought by agreement, communication or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, ,and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Dated: ' -71 0 Signed: NOTE: THIS FORM MUST BE NOTARIZED CERTIFICATE OF ACKNOWLEDGMENT State of California } County of _Aj—,41!1I 6 ss. On the date written below before before me,the undersigned Notary Public,personally appeared the personal signing above for Contractor, personally known to me Co!proved to me on the basis o satisfactory evidence)to be the p on�tj whose name( tae subscribed to the within instrument and acknowledged to the that l executed the same in c ' authorized capacit-X y }`, and that by signature j on the instrument the person or the entity upon behalf of which the person(/acted,executed the instrument WITNESS my hand and official seal. bated: "fit AA - _ [\,0TkRIAL SEAL) tory Public RHONDA CLARK Z > COMM,#9307840 '° °� NOTARY PUBLIC t;0U�lIl4L4 Mp catnttt,&VOOMW,JUN It Q0021,0"204\02Ao4aoo7x.doc(V29t02) DIVISION C -4 4a INSCO INSURANCE SERVICES, INC. Underwriting Manager for: ( __0=_ Developers Surety and Indemnity Company Indemnity Company of California 17780 Pitch,Suite 200-Irvine,California 92614•(949)263-3300 Ba BONG BOND NO. 27111 KNOW ALL ALL MEN BY THESE PRESENTS, That we, BEI Construction, Inc. as Principal, and Indemnity Company of California -------------a corporation authorized to transact a general surety business in the State of California ------_— -- as Surety, are held and firmly bound unto Contra Costa County Board of Supervisors ---------------------------------------------------------------------(hereinafter called the Obligee) in the full and just sum of Ten_percent of Amount Bid Dollars, ($_10%of amount bid--)for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for CAL/WIN upgrades at seven sites for the employment and human services department NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee In accordance with the terms of such bid, or in the event of the failure of the Principal to enter such Contract, If the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and Sealed this_1st_____________________day of August 2002 --------------- YEAR BEI Construction, Inc. Indemnity Company of CajifqrAv. �> Surety t s M` Michael A.RanfY;President` Principal Gregory M.Pril yl Atl x.',ey-in-Fa7t ICJ-1198(Bid Bond)(REV.1101) STATE OF California SS. COUNTY OF Contra Costa _ On August 1,2002 before rite, _Daniel David Livsey, NotaryPublic PERSONALI,Y APPEARED Gregory M. Pribyl personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)islare subscribed to the within instruinew and acknowledged to me that helshelthey executed the same in hislher/their authorized capacity(ies),arta their by hislherltheir signoture(s)on the instrument the person(s), or the entity upon behalf , of which the person(s)acted, executed the irastrurraerat. t WITNESS nav hand and official seal. Signuture — Daniel David Livsey,Notary Public This area_It-Official Notarial Seal OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT [ INDIVIDUAL i CORPORATE OFFICER Bid Band#27111 -BEI Construction,Inc. TITLE OF TYPE OF DOCUMENT T,-LE(S) Cl PARTNER(S) C J LIMITED El GENERAL 1 ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) El GUARDIAN/CONSERVATOR U OTHER:-------- August 1,2002 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) Developers Surety and Indemnity Company Michael A.Rentz,as President of BEI Const., Inc. SIGNERS OTHER THAN NAMED ABOVE IG-1232(REV.5,01) ALL-PURPOSE ACKNOWLEDGEMENT POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNI'T'Y COMPANY INDEMNITY COMPANY OF CALIFORNIA PO BOX 39725,IRVINE,CA 92623•(949)263-3300 KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each severally,but not jointly,hereby make,constitute and appoint: ** Wesley W. Cowling, Dan P. Wolf, Gregory M. Pribyl, Melissa Current, jointly or severally*** as the true and lawful Attorney(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations as sureties,bonds,undertakings and contracts of suretyship giving and granting unto said Attorneys)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and all of the acts of said Attorney(s)-in-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power of Attorney is granted and Is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of November 1,2000: RESOLVED,that the Chairman of the Board,the President and any Vice President of the corporation be,and that each of them hereby is,authorized to execute Powers of Attorney,qualifying the attorney(s)named in the Powers of Attorney to execute,on behalf of the corporations,bonds,undertakings and contracts of suretyship;and that the Secretary or any Assistant Secretary of the corporations be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney; RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective Executive Vice President and attested by their respective Secretary this 8"day of November,2000. By: \"i( .,AND ry•.,, o 0PANYO David H.Rhodes,Executive Vice President `�q ,1 ,f� Al AllyF3 QRS r'J P0R } to = ? OCT. <s Z 2 OC'i. 5 `� n 10 1936 1967 By.Walter A.Crowell, Secretary +".� ., Ipyy P,. ebb STATE OF CALIFORNIA ) )SS. COUNTY OF ORANGE ) On November 8,2000,before me,Diane J.Kawata,personally appeared David H.Rhodes and Waiter A.Crowell,personally known to me(or proved to me on the basis of satisfactory evidence)to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument the entity upon behalf of which the persons acted,executed the instrument. WITNESS my hand and official seal. DIANE J.KAWATA COMM.#1187M y AD NOTARYKJBUC-CALFORUI Signature ORANGE COUNTY VY Chiron.W-J(et-8,20112 CERTIFICATE The undersigned, as Chief Operating Officer of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has net been revoked,and furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney,are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine,California,the 1st day of August 2002 By David G.Lane,Chief Operating Officer ID-1380(11/00) \ c \ LO §2 \ \ / < > o — > a . \ — = m � > c LO \ % 4- 2 U © / a - S- u S- w o w o m w 4 c .S- � / G < r-4 160 \ Ef PM U \ m e �\�\\ z� / J ! County of Contra Costa Office of the County Administrator Affirmative Action Office 651 Pine Street, Martinez, CA 94553 (925) 335-1045 fax: (925) 646-1353 Ekuev@cao.co.contra-costa.ca.us Memorandum Date: August 16, 2402 To: Board of Supervisors J .. From: Emma Kuevor - , .Affirmative Action Officer Subject: Cal/Win Upgrades at Seven Sites Project for Employment and Human Services Attached for your review and consideration is the documentation of good faith effort submitted by the low bidder, BEI Construction, Inc. Cc: Scott Tandy, Chief Assistant County Administrator Silvan Marchesi, County Counsel Barton I Gilbert, Director General Services Department Michael Lango, Deputy Director General Services Department Les Richardson, Architectural Services General Services Department a:B dCal W inUpgradesBEI AUG-13-2002-2002 1?<45 5106652594 P-01 v4 7 GOOD FAITH LORI' DOCUMENTATION DAILY LQ ALG-13-2002 17:45 5108652594 P.02 lWea-r 2.e ott 7 _"c2.f;' —022 Mares 114 �.� RLJG-13-2003 17`=46 5108652594 P.03 4�//7 ro" ..�►.��'`�' ,cid ��� 17 � , , � •'f r r ,bi -r' . .' � ' CA ` 4 gaaq5 �� 17 C. ALS-13-2002 1?=46 5108652534 P.05 U 15 t -tb 7 - CUA COIV( rte. TA7 Yl cotjl� l. . tt , Scr^ t 3 f V J {3L% �fz I, 19 )al o `d ul 71:24 p 707 gby - 4 � i fy 91`' X746 0<01 11a2 � pv�'e � b.. ' el 45� 15�� a7 �zs'Aiv1 AUG-13-2002 1?:47 5108652594 PAS � cCry 51C — J'� G� 7S �- � w 7 ,a ,� y �o F If„� � G� Pe� Divners or n1 �Sr �� 5 �gy � 55`�y � � o � e Nc� A�u , ll�h a3 7- CIO cid 9 �� t4 Y/I 6tA 7L4,, - � � v3 L yr C/t 07 RUG-13-2002 17t47 b .10865e594 P.03 17, VIIIJ PA ws ga 6 rl Fa 14 , �55 7/4�2� TOTAL P-09 DONALD F,4LTINGS CONSTRUCTION, INC. A ELECTRICAL SERVICES Phone 590.5213792 1829 Clement Avenue Direct 925,202.9330 Alameda,CA 94501 Facsimile 590.865.2594 f 1 CA State License No.528322 dfaitings Hymyercom ro h it : �. z C Ill�lri i r-v Jga r 1 ! 0 a Y y: e n. �I I I14�' 'p5,ssF u I CD+e1 et C3+ C3 t'f cd+ 77 CS Cl to 41 y C. 7c' 5 C7 4�- cn M �k 7 0) CM "S 14 M —A- tu 0 M t � 'F y f MN4ti� �t. .... r9^ l {r fi i ro � _ 4 G =`e „w ' ear c�ii pqV n W V+ -A- Wk A- 0 tG l" a e f7 y K14 IS � M u. 61 + 1 `+s y W t rye.$s•. -� t ", F � i . f I f +r' � a � » . g 'vlv pky� FATS" x, a � Mrk 1 R P�' d co Lb V "S - "+ ; .y9 'sy!^'e k o-C` `✓�* I xw 1, 3,. x.; AUG-13-2002 1`?•1�3 510865 P-01 t FXCWAUgMMORDS sem' t BEI Dates AuUM 13,;M pam pro.: 510/346 892fi . -�rw/ man ► 0 Sluawata w4ro tal TO-. lgm Subject of Inert Atache3isaL tt r fla nt f(,Cmm COSU Cawy-Plow fill DOMW `<xm sari Ux bad. If yc u ba" wy questions, gl iu heF ,nga pct 510/5213792- Thwk YOu. prolb; Da Faldngs/tsabego. paws Toni a, t3�tt '� 1s sa bft� O � Cutaft C4w- �ved.as tit is�;p,��ea+adialo�,Pte'�' #51t#=M92 i8!9 CUmmt Xw AA .CA %sc►I AUG-13.2002 1?:11 5108652594 P.02 F 651 Pine ftmK CA WS3 jgTrER of RqTENTTO ORM AS A COMMCM/SUMMIUMMACIUXMtMVXXM ism, Y Nam ofdIN Cal I Win raide at Seven (7) Sites Nazi vf�, . 7hu mdCAPAill(dwkwo. DAMP Carp a� Umwd uab ' I raw Vie Mti�BVm SS LU r Subwdkwwr r A x i --- swosa ftFFBw suppft — SSW .. Odw— ' -�---- -- — , — — Lim gibe Deurba ire XozW ofift Above APPIY MIC umiarsilmd is to pat=dw followmg dnm'bed work m count am-on'o O tie shave PVM iVm*m d � i�as a�parts hof��prrfa "CA's Tal� . ./4campuw rim r .- • . FIX Nlambw tom-tel DMMON B- I$ TaTAL P-ge TnTGll P Gtr FROM :ACS FAX NO. :9256874328 Aug. 14 2002 06:14AM P1 Allo-13-=2002 16:13 Comm Com Ccs + OVIREACH PROGRAM Ai' rma ve Action Office 651 Pine S'tcrM liUrtzcz,CA 94553 (925)335-1045 Fax(925)646-1353 .,EMR. OF n-.r NT To PERFORM AS A SMOG TUC R(gu'PL M/MhNUFACrtJM t MUCUR ASC Air Conditioning Systems Name of Prime Cbz Cal/ win upgrade at Sevett (7) Sites N=e of Project WW 0298 Pmjext,N=IW. "Ilse and asigrtect'is a(check a=). sone p rietombip CaTpaan on Limited Liability Part mbip Joint V'aa Check the folly soh may apply. Subcmttrnctor Subcontractor Subcontractor — 3ubco nlrwwr supplier ,,,,_ Supplier Supplier .,.,..., Suppler Mgmufuttm MauWktut'et __ Manufacturer — ManuAc-tur�dr .-„ Ttvcker _..,. Trucker Trucker — Trucker _ Other .. Other OdW — Othff D"Cribe Desc n`bc Deson Desmibe , New of the Above Apply Tht undersigned is prepared to perfam the following desmbed work in oortneetion with the above project(apccif�in dcWl tie, t w iu ms or peuu thereof to be petf*nIMW): Toa# Affutst Bid to Printe Contractor:3 sib r PositPositft Title Urate .Name of persm comploofts ims aim s"pany Nam+r lP .2e .>_- ` .� 3 Fsx Nurnbcr r+:ss+sao ettwao+d aa�uta, �o� tot•.VJ"2) DWMION E- Is TOTAL. P.02 3I1 S3 t�cram C 7 466- W/14102 M 40x4 P.001 BATACBM 2370 search Dir. L veru ow, CA. 94550 Office(925)455-2884 Fax(925)455-1692 facsftr&e tmismiffal To: Emma Kuevor Faxr, 925-646-1353 From: Debbie—3D DATACOM Date: 8/14102 Re: Letter of Intent to Perfo m Pages. 2 CC: 0 Urgent 0 For Review 0 Please Cammient © Please Reply 0 Flee"Recycle i 6 f v i •r r r • r r r e • • • a • • • r r r y 1 SI1 eta t�cn t92fa 7 4 r8 1692 08/14/02 08 r 40A P-002 CAN"cam CAMW OUTMUM AffmWfv , Ol Pine&rOK Matr6304 CA.9053 S}335-100 Fkx( '') 1 SSS Now Of Prbw CMUS4609 Cavi/ Win URgrade at Seven (,71- Sita ww 0298 Projcct,�f�tber The undaliped is tt{abeck oatje ' Cwporatim Limited Usbility the fai3vg which may may- was'qwy- was LBI Suhowtt>tu ur ._. ubconww ac _v'SubmUs r Subcanftw= .... maker . Tfudw ._., Txttcicoar ,... Tn4w ..., .�., .. .�.. 00== Dneribe Dow% Deseribe Davao .....Now of tyre Abaft Apply rm tot 4=Wwd ins prepared to perfo=the WowdnS dtmlW work m cawwx*=with the above project(epOCify sot dewl the.pu#eulw wat itm or puts /eof to be pwfamedt j /t U/ #"C71; �ai l�'. h"• t t C11Ll ��iil) ( l /� ..., yP 4rt.} w ho Tot)Arnett Slid to ftaw Cqatutar:S 0.2, -�, euixn TrDate :+nets t► akac 0,--f Z. orr X3-76 fj es t'arch r' Ll V"rf»vt-'� 9,2. Fax Number WMOZO apMo 02A n4o,aw,c .2nM) DMSION E 19 FACSIMILE MEMORANDUM SHEET BEI Date: August 14, 2002 CONSTRUCTION, INC. Zt Job No.: Cal/Win Upgrade Fax No.: 925/ 649 1353 TO: Emma Kuevor @ Contra Costa County General Services Dept. Subject: Summery Sheets, Proof of Metered Mail and Completed Letter of Intent from 3D DataCom. Comments: As Requested. If you have any questions, please call Don Faltings at 510/ 521 3792. Thank You. From: Don Paltings/ Isabelle. Fatal number of pages(including this memo) 7 Original&to be mailed? No Carbon Copy: If this transmission has not arrived as described or is not in readable condition,please contact BET Construction,Inc.and we will re-transmit. (519)521.3792 1829 Clement Avenue,Alameda,CA 94501 Fax(510)865.2544 To'd t+6S S980tiS ob:1T eow—t?T—onu sheet Communications Division 17000 Compgny lame * 3DDatacom $61, 185.00 Selected * SVS (SBE) $66, 329-00 * Agra MBE $119, 000.00 * AVD SBE $57, 950.00 Did not include grounding beyond I DFS * DC Comm SBE MBE VVBE $59, 846.00 Dirt not include grounding cable tray, conduits and ply wood. * ICF $77, 050-00 * MR Wire SBE $67, 945.00 * BSI SBE $72, 652.00 * Tucker Tech DBE $135, 215.00 Ze'd v6szs9m T s T v:T T eew—t7 T-ond HVAC (Air Conditic�nin Company Name * ACS WBE $13, 423-00 Selected Matic Floor * Carpet Damm.. MBE $4, 416-00 Selected WBE Asbestos Blue Water SBE $2, 405-00 Selected 20'd VGSES980TS TV:TT EO0Z--t7T--onu a q t its iI • � '. �. Li. , ,x a vti.��;r,� x n'i t' ti� 5 i � { }f '. ,,.,,.------ { •+ �,}k, yl� i {� Fti.y,"��t`{�,t t °y�^f 1�k�''S�A'E p s�� �'1"3 A`;i 2,�� }�';� x t ! � r'. �t. �532 r�SL�t,Y.` ,'.i s 't �t i Re'SR � •z� �}44�} ; �2'�'".t...r a '{z' `y� i "56 �1F i A t IVA q{ 2 .1F ♦,.""' �•'.s.2 'j � r:li aAt``t���O .tY iky � v. ��3 t.tt "'. ,'oRY,`.v t R� �y y a,. . tltlr AA '�'° ,i•' +x��i�. F'�«•,#r,rr- i�Yi i�. + to � b ipv . a �.y �t Y 4-,E2 t VO to co ' e �d�;t•#� �d } �Y:�fir{�� ,� uj uey S� 1 yF � ! y ��.��•` 4 r����r rr� i<� t qve 5 r f c rfN 11 ' F9•'t t, 'rn,.{ .it i',•:q{ v*�, :. •fa V19`4 1jY� Lt t1� (� }� f ( � aAat 7 �fwJ /l.,F•K 'z •� k! S �n +fir., •+ t �kr�"i•f � irf s.-.. r c .f•'v..tj.1;"4 ' 1' lu 53:'•:'.�Y wa. t.` IIII PPP �� :t. ..•..Yt 41 4"{' Tl t. +kid iy ars it a,tmY IL)CD 1. '.Lilt XXL 1 t "r: CMV- CV C r1U Oct 1C1 rJCj L�ry+. �. ! V t F ?Y r wij i'�r tit t VsF �,! �f 3. �fr k -atidr rj a . Itn•J itL.r het.' ' L.j "G,t �. $g�.isflu2�.d�e�7� t't+tet � }+t • lk iT1 � `+ FetH�S<o i"�r tae �r5�6 ti x i P �. utt rr 4 ��Hr(•.{tt l'uj �.. . � dt C Y" �y�y,'�vt` .�f 1 • P � ry rf �J��7r �3fr s�•d t����s�eeis �b:�a z����'�-end .. y � pro ".•:�w�i�•:_ n 4� ,, �,y. '^/,ik ,. „e� ± 71•� k�` Yi'�. ; f x`'lN� .?JN, SM`�t � � fJ'3' • . t t j r�,�4�{� 4 �h i Af�G� {�, �c�#`•...�.a,:.�.+,.�.:. a.`..r:++..:w.......a:».:i............... ............„ �Q t F '.:� a 's•"r ra•'t r�xgi` w Y 4 ::t'V r •+ � .Y�,p. b 't: {t Jc.1 a)*i..,rc.9i t ..s. `�M�'� P tt R' `�s�'rcA z S �.+�'ir'"'«, '•y .rpt #J' tyy' •W/�® v 5J y,; .•9' <..Ju'iF t.(l T fw:MrI { to t.) G � tY9 �i L.. 1"'• �' ' V 4J tl co J • . 5 t ¢sfe 1 p i 4Tt �p f 7T--onu L6 d OLu I an Datacom i9B5> 46�-16 2 Od/1 /44 rtsl'+O r r-ww- CA A+�wtiarw E 6Sipboftwul CA 9 LZrM OF 1 41M 1O IPEMRM AS A tWJMq.=I MJ"WACftJlft IMUOM 1 C411 Min gpIriLde at Seven (11 Site Nww�aa at`ilc ww 0298 TLe wed ip a{aix+ck aseX • �..... `� .....+. lett Vgmwocs C**Ale 818 whish may may, wu u .w.. Sttboaanaw swWouncw ! swucaftaw — ..,. Tnwkw T Thador Thmimr • DWAdbO Dawam Dmenbe Dowin TM i$p VWt >M the d y ed w e tew wills dwe w9wa+c project( T�w deW 'wreilt twt pwwrai t f lobepwftnmft yy Lt t tK3U✓' L' lg� ' fit" ' w c 4h6ll J t r etF 6.2. j-6b, ' � le mom rL crxcum .�7C1 ranch 1i-• �� rriF{ t�° +T--.!d at .. . FAX NVR*W Z0°d b6 980Z S 6b:T T Eow-b i-ono GOOD FAITH EFFORT DOCUMENTATION CAL / WIN UPGRADES AT SEVEN SITES FOR EMPLOYMENT AND HUMAN SERVICES BEI CONSTRUCTION, INC JULY 309 2002 2. ATTEND PRE- BID MEETING PRE-BM • RR PROJECT, f UPGRADES • . SEVEN # ENTLOYMENT AND HUMAN SERVICES LOCATION; WO MOIWALO AVE.,STE.100,CONFERENCE ROOM 6-19-2002 E '.TUnANCE:N ER.e iRSR3 a' E:X ,►= y� �_t L 4. 5. 7. r P l4 , _ ,A200 .,:J,&�rTl,r�.. 3. SUFFICIENT WORK IDENTIFIED 07115/2062 12:37 6263SS4967 MQN;MVIA PAAZ 01102 QW9 BEI CONST BEI CC}NSTRUCUM,INC. nnr11 C or.I«mewm sub "lwft"t**v Cw"C*"OOU*Purrs Cmjm Uwv&&Atq&limn m Swat NO.- Wo we 0.:ids►we auraoI I I vI10;k s MWNstl mFars,HV/ICV*��I`wws AWwWAWWWW&I yY•$+1�`id"" "---P7� E.JULY 24,2002 0 5 PM PWONsow*Xme wxI' FSOW 13FJ Cordftuedon, Inc. t8M Cwt Avw" 14I4rr eft,CA"Wi Pte:(510)521,TM Papa:(510)865-2594 P"MWO Pedorm-nam Bands Ma}+9p Rsquhw WE ARRAN fIOUAL OPPMUN"B1PWYER aao To: cUA Fax. From: Tett'DeLc>acke—Daily P44*Builder (889) 899L3732 Farp.•(923)377-5018 .dere is a copy of your ad Please call orfax any changes by Im one day before publication- Pubhe atiou Data: 7/1 s� 12-77. ""5 •� eros-�.�.�-sas a40001aa T4a1 "S*:al uo St tnF - FACSIMILE MEMORANDUM SHEET AL BEI mate: ' CONSTRUCTION,INC. Job No.: Fax No.. " ,�' ! Subject: Comments: Xo lAlae eel /c-> 716� . X62 From: 1' Total number of pages(including this memo) - Originals to be mailed? Carbon Copy: If this transmission has not arrived as described or is not in readable condition,please contact BEI Construction,Inc.and we will re-transmit. (510)521.3792 1829 Clement Avenue,Alameda,CA 94501 Fax(510)865.2594 i 67 C.ou✓171 4k 0>0 __ . we._� 01 _-:�.�'�e . C � 1�on�.r� �:t�• ms s_._ _ tw e4 i IV Z/- Z�o A� 740 Grp AP � 5-1 e;' xc�1c�lc caKkcafcsx�K*s►��iK —Cl7P'M.JOURNAL— DATE 3UL-12-2002 TIME 14:29 P.01 MODE = TRANSMISSION START—JUL-12 14:27 END--JUL-12 14:29 NO. COM ABBR/NTWK STATION NAME/ PAGES TELEPHONE NO. 001 OK 19253775018 002 FAX-900 Vl.36)** —BLYMYER ENG 5108652594— Excel Graphics For All Your Printing Needs 01 y 1 1825 Clement Avenue Alameda, California 94501 U.S.A_ Fax 510.522-0410 Telephone 510.5220462 Excel. Graphics -� � �4d For All Your Printing Needs { J . y 527 t1 1 1825 Clement Avenue Alameda, California 94501 U,S.A. Fax 510-5220410 • Telephone 510-522-0462 4. ADVERTISEMENT 07/17/2ees 13:21b. 62635S4967 OSM SEI CONST BEI yy� yy OONSTRU C"t`",INC. pfi� 1F.Q*wW Ow*wcW,a"Wft+Mi{ W*lw Ad,0r4ft CAL Jd 4w*dw mtM Tft Mck-6 VANOrz iMw MMi Nk 7%fo*M WV W Cam and Foffi� COMOVAMNOM 8W DOW MY 2002*2 PM BIDS :JULY 24,20M 0 S PM BE CondnAction, Inc. Mwcumt^wwo Akmsds,CA NMI Phww;(SW$21-3792 FOX(610)8654W A PxMMWCO DONS MOY Ee Regn VW WE ARE AN EQUAL OPPORTUNrrY El41WM Fax. From: Teri.DeLoache—Il ly PaeW.SmUder (888) 899.3732 Farr. (925)377-5018 Here is a copy ofyour ad Please call orf4x rl,S "rf there are any changes. Pub iartioa Dates: -7/14, 11462 V ma f Dodge anstnxtion.Publkatiow A Division of The McGraw-Hill Companies (801) 974-2890tY Billing Inquiries: (877) 831-5455 ��✓ 0') Invoice No. 00007245 FAX: (800) 941-7493x `°' �•. ---j07/16/02 l o; co Date 0 HEI CONSTRUCTION INC. DONALD FALTINGS 1829 CLEMENT AVE ALAMEDA, CA 94501 ACCOUNT # 00001186 i DATE AD TYPE CAPTION AD# TOTALI 107/16/02 SUB BID CAL/WIN UPGRADES 7 SITES Q5849 127.25 { f � I i I Raviewa!�Approvedby BIYmYar Er�ineera.inc. I}ate 1 C&CTram# PE AWd PM AWd Gated bk Die txttiun:original copy copy Dank— Paid by BE Sob# Exp.Cad® COL Cade Anram t i i TOTAL CHARGE: 127 .25 AGENCY COMMISSION: 0 .00 LESS CREDITS: 0 .00 AMOUNT DUE: 127.25 (Keep top portion for your records) � iom _ BEI CONSTRUCTION INC. DAILY PACIFIC BUILDER Dodge GomftwPub A Division of TheMcGraw•HillCompanies DONALD FALTINGS Invoice NO. 00007245 1829 CLEMENT AVE Amount Due 127 .25 ALAMEDA, CA 94501 Date 07/16/02 Remit this bottom portion with payment. Fax your credit card payment to 800/941-7493. O Check enclosed.Mall with remittance Stub to: O Credit card payment: D Visa B M/C J AMEX C1. Discover � E Uj Exp.Date DAILY PACIFIC BUILDER Card No. P.O. BOX 75212 j CHICAGO IL. 60675 � Cardholder Signature ur Cardhotder Name Bodge Construction News DAILY PACIFIC BUILDER McCraw-Hilt,Inc. Construction News Publishing Network Publisher's Affidavit STATE OF CALIFORNIA } County of San Francisco )SS. 1, S.K. Caraill, of the City and County of Salt Lake City, State of Utah, having duly been sworn,deposes and says: I am now and at all times hereinafter mentioned was a citizen of the United µ ' States of America, over twenty-one years yY of age, and competent to be a witness on the hearing of the matters mentioned In the �� E17`ION annexed printed copy notice hereinafter $twl ion INCIt- a set forth; I have no interest whatsoever in for o�vG"fts any of the said matters, I am now and l Ccrr during all the times embraced in the CAe�1�; � F ii h publication herein mentioned was then CHIEF CLERK of the Dodge Construction �� a News Gaily Pacific Builder, a newspaper of general circulation printed and published ; daily in said City and County; as CHIEF CLERK during ail the times mentioned in the affidavit I have had and I still have Pz charge of all advertisements and notices f �� �� _ , < �• },. • published in said newspaper; that saidx legal notice of which the annexed is a true printed copy was published in the above , named newspaper on the following days to K wit: 16 July 2002 r s 16 5 s t., 1 X• nt7r : I certify (or declare) under penalty oft CA�j perjury this a foregoing is true and 8:�r$j() 52j ;r correct. {5jO} � d S WEAREAN EQUAL Chief Clerk {NPP(j war ,Lo YEA 1625 Van Ness,3t'Floor San Francisco, CA 94109 5. WRITTEN NOTICES TO SUBCONTRACTOR k, LRx. �ACSRAME MEMORANDUM SHEET 17ate. July , 2002 BEI CONSTRUCTION,INC. Jab No.: q26 t Fax No.: 1 t _ t 14 . r • - # f��+`��rte:. tr ,,t�/� ^ .i+�':m/yr j/+") ! i' 1 V� ♦- ! (�+++I� Vj Z, ty �i// pager(including this MCMD) Originals to be mailed? M M7 � . ` this tri iwq l not arrived as described or is not in readable condition,please contact i $Li C4nstrucdou,Inc.and we will re-transmit. ( 10)521.3792 1829 Clement Avenue,Alameda,CA 94501 Fax(5110 865.2594 /4 0 t " FACSIMILE MEMORANDUM SHEET BEI Date: July 8, 2002 CONSTRUCTION,INC. Jab Na.: Fax No.. '- '" 7 7 ' TO: Rif L f 1167117"- 7 '' 7117 subject. 1 ' � A,V, *;2 ' Comments: 4 Ile 2. 4> From: ��,�-►'R�.�C� ��«� Total number of pages(including this memo) Originals to be mailed? Carbon Copy: If this transmission has not arrived as described or is not in readable condition,please contact BEI Construction,Inc.and we will re-transmit. (510)521.3792 1829 Clement Avenue,Alameda,CA 94501 Fax(510)865.2594 FACSIMME MEMORANDUM SKEET BEI Date: July 8, 2402 CONSTRUCTION,INC. Job No.: FaxNo.: "AV 545 - o/ 7 TO: r�",�'t�`I -1.�, ,r l -74 A el 9�' 7 Subject: w Comments: o ryi ft? f) c- 7) 7 e /Vee,,l I Al-'-1 "J Total number of pages(including this mem ) Originals to be mailed? Carbon Copy. If this transmission has not arrived as described or is not in reachable condition,please contact BEI Construction,Inc.and we will re-transmit. (510)521.3792 1829 Cement Avenue,Alameda,CA 94501 Fax(510)865.2594 6. FOLLOW- UP ON INITIAL SOLICITATION GOOD FAITH EFFORT DOCUMENTATION DAILY LOG [Fit Architecturai Division 0, i -C.� (-)(4/ " '/� tM�t� ice° �^C�,/ r``�,�„ , ,�✓t•� �'�7 � �'� l� � v ae� e5 E +� c.-rte.. �''2'-�'L-',� ,�''`�f ✓ � L�/r'"/ / '"/� ���" -/ �'� J a Baa+ G yo .o �P,�t�t-� /Yl e7 ��l 6 L`i,N � F� ✓ �J c � �� 73 9 .3 U � _ X005 24 -D -C 6 u 4 qc) 71-�O 91 PD� Y., 355y lot e^ , z qa s � X60 3 ycb �;o7 `� C7 ov IN .......... a � 7E 72 �� ✓ � Isy � IY� �,� � � 4,s s� 6� ���3 �.l �-r"e 3� 7 FACSIMILE MEMORANDUM SHEET BEI Date: July 8, 2002 CONSTRUCTION,INC. Job No.: Fax No.: X 017 TMJ. - ' �, .,,y, - - >, r Subject: , Comments: gam/ - , From: �i"") / AZ1 7`/,17 Total number if pages(including this memo) Originals to be mailed? Carbon Copy: If this transmission has not arrived as described or is not in readable condition,please contact BEI Construction,Inc.and we will re-transmit. (510)521.3792 1829 Clement Avenue,Alameda,CA 94501 Fax(510)865.2594 Z'tA5 I *� -COMM.JOURNAL- DATE J'UL-18-2002 TIME 15:52 P.01 MODE - TRANSMISSION START=JUL-1S 25:51 END=JUL-18 15=52 NO. COM ABBR/NTWK STATION NAME/ PAGES TELEPHONE NO. 001 OK g 7630845 001 FAX-800 V1.363** -BLYMYER ENG 5108652594- KrK�itsk7K�fc}K FACSIMILE MEMORANDUM SHEET BEI Date: July 8, 2002 CONSTRUCTION,INC. Job No.: Fax No.: C `u7 C TO: i . in l ,r- 7/7/, Subject: pQ Comments: 71J2y' X5 0 From: oe:>— ca�. j 1 Y15 Total number of pages(including this memo) Originals to be mailed? Carbon Copy: If this transmission has not arrived as described or is not in readable condition,please contact BEI Construction,Inc.and we will re-transmit. (510)521.3792 1829 Clement Avenue,Alameda,CA 94501 Fax(514)865.2594 -°- / G 11 ' 1 6/ 1c�kHc�K�K>k7K}gcskaKak3kaEc�Kxlc —COMM.Jf NAL- DATE JUL.--18-2002 TIME 15:54 P.01 MODE = TRANSM I S S I OAC START-JUL-18 15-53 END=JLfL-18 15:54 NO. COM ABBR/NTWK STATION NAME/ PAGES TELEPHONE NO. 001 OK s 19256874328 001 k ick Nc�tcic�4c�#c�4c�4t>k K�Ic�K>k�tc C FAX-900 V 1.36?** -BLYMYER EN6 51086525=34- FACSIMILE UMMORANI?UM SHEET BEI Date. July 8, 2002 CONSTRUCTION,INC. Job leo.: Fax No.. TO. Subject: < .�ZlgVl - L Comments.!1 �6 ' ' ' d ' 40/ ee t Total number of page(including this memo) Originals to be mailed? Carbon Copy: If this transmission has not arrived as described or is not in readable Condition,please contact BEI Construction,Inc.and we will re-transmit. (510)521.3792 1829 Clement Avenue,Alameda,CA 94501 Fax(510)855.2594 xc�ic��K�tc xc�4caic is —COMM.JOLPNAL— DATE JUL.-18-2002 TIME 15:59 iciie P.01 MODE TRANSMISSION START=JUL-18 15:58 END=JLJL-18 15:59 NO. COM ABBR/NTWK STAT I tai NAMES' PAGES TELEPHONE NO. 001 OK 19256865595 001 �C SAX-300 VI.36)** —BLYMYER ENG 5108652594— W KK�tck �kak 7. PLANS, SPECIFICATIONS AND REQUIREMENTS 97/1512082 22:37 6263594967 MOMMVIA PAGE Bl/82 QW9 BE CONST CONWR ICTION,INC. 9CI Cr�rkNgt�tlictr��+4rmrd Ca�dwr.it atb bids!or���Coalbt Cir Pst ' NO.-9WVI Me WO WO aearld O W&VM*GC1 ,vAh Artftft TIM MVAC Ok I�ft&W FWA)r ASbWw Pa"Mat 4 cwt,and LOW WIMP(C-77) CWWWOMM Biot 04W.UIV A 20M 0 2 PM r.ana clw"tie tiww P**W BE Constructlon, Inc. 1829Cwt Avw" A*Mftk# CA ih 4W I ROW;(510)621 Prows A P &W&May Be p4q,*w WE Aft AN ,OPPORTL"rY ElytKMEA acaa To: Fax: From: Teri DeLaar At—Dady Pack Budder (888)80"732 P=(925)377-5018 Here is a cagy ofyour,ad Please call or far any changes by am one day before publication. Publicatkm Data: 7/1 Co 8i0S-44i+-Sa6 y pro C I��1 dr}:Zi ZO 5I rn j�y July Da zw '_ Edi tY}'�•p'. �i�� , , jobN, UV1 i iLIN► Oa` p"NtM�'+�:n1 + r . a" r d3 lr • { •ti` Yr } t - 'tt Ilk, v`44tMH yY' Its, 3`} t dt 8 atd •t 5!Rri Ys_ `� 'tY ^xVil •bS 'iti �;t3,y{ny V.90", $ p� �✓�V� / .. .... .-...�..-.�.. /a. t ° . &�^ y/trd'1vt` �Ar►' t c*��. ����i +" jf . ;, #F l; ct ir/ k f ( �r it f Jam"• J ll�" ,�f''r'�'(�� Y ff / 0 P , rY �( �'�'�'��,�Ti Aps` f' !s• (j/j'jyY��a(. COVE IV Al { � WW q J �i_,,� �14�•}}♦�,�4+�i,,a(} j�/Ij Jy�� 1 1 .. �Y i i[1�xi• •PP s'T `3YYYC( �Yi��,M�{�it,4 YyfSr�h J Jf/ /.+Arr .. '• �II�I�� _ _ L� �, rtt. x�♦ ,/ �.y � .. t f ' ' rd {,L•n. - ////ice..—,..�.�,�w f ✓. 1•l c e ..�:++t ��y ••� 7t��� l�':l�R'. `..• ''y� rJ ]�j./��_/jf). �y��/fy�J].y N :•} lut.: 3� •�iM�►): �it�kt y�''• .9Y, ��,y(�,jy� +�I �f��MiM� f "" `�' 1 r�,k t` � ,.�� y , ,r 9e ��,;4� ;lt.�$,.s rets _.•t . _ ,:, r `lte•C'Yi� .fit y TAIrL IN �y�ai ! t J �• zip f d �• z ` j; n. °cow ki + rt C '' n� ra Jg X11 C ? r " IN dt+�- 400(>, t� S�� �` y.�y�Z F4�lZ.�~yy t �Y t ..• i �ik,{t�f� � �'', +f�$ icy '�k�y"e+'•f f; 'y' �4 t T .. r � t i � `n��t>r r�]� T? tk��ll+,rjf,`k'�*d"• t. FACSIMILE MEMORANDUM SHEET Date: July 8, 2002 CONSTRUCTION,INC. I+J} rob No.. S y �rwjwJ� /' IS. Fax�(�T(p� `� 7 !J : ,.s . 40 0 ,gyp "•'""II�/ ,/�f�,�ty t tir., e- �r��' - f v✓ .w��rwW✓�G""�" �. Gi From.�, ;►: � ;- Total number of pages(including tris memo} Originals to be mailed? Carbon Copt. - -1f this tworryisaion has not arrived as described oris not in readable condition,please contact BEI Construction,Inc.and we will re-transmit, (510)521,3792 1829 Clement Avenue,Alameda,CA 94501 Fax(510)865.2594 1 ,ger' �1� r�`' ���► � �- :r FACSH LE MEMORANDUM SHEET BEI�•., Date: July 8, 2002 CONSTRUCTION,INC. Job No.. { 4)7 ' �Mirrr'V'!' • , 5"le Sltb�t comments Ar ((Of 7 .r Fro= Total nurof pages(i ludin$this memo) Originals to be mailed? T,Cat Copra+: 4< Tf this transmission has not arrived as described or is not in readable condition,please contact BE C nst mcdon,Inc.and we will re-transmit. .: ,,,(510)5213792 . 1829 Clement Avenue.Alameda,CA 94501 Fax(5113)855.2594 = 1 , k 8. CONTRACTED RECRUITMENT/ PLACEMENT ORGANIZATIONS Nth110E The Contra Costa County Board of Supervisors encourages opportunities to develop and support Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs), Small Business Enterprises (SBEs), and Local Business Enterprises (LBEs) by providing opportunities for participation in the performance of construction contracts financed in whole or in part with County funds. To assist bidders in their outreach efforts to locate MBEs and WBEs the Architectural Division of Contra Costa County has compiled the following list of Internet addresses for directories of agencies whose certifications are recognized by Contra Costa County. Caltrans: http://www.dot.ca.gov/hq/bep/ For more information see the attached copy of the Caltrans web page (seven pages dated 9/6/2000). Metropolitan Transportation Commission: http)/www.mtc.dst.ca.us/ For more information see the attached copy of their web page (two pages dated 9/6/2000). San Francisco Human Rights Commission: www.ci.sf:ca.us\sfhumanrights/directory/directry.htrn For more information see the attached copy of their web page (two pages dated 9/6/2000). U.S. Small Business Administration: http://www.govcon.com/content/homepage For more information see the attached copy of their web page (5 pages dated 11/7/00). Contra Costa County also recognizes certifications from the following additional agencies: Port of Oakland, City of Oakland and Los Angeles County Metropolitan Transportation Authority. Directories for the above agencies, including Contra Costa County, are available for viewing at the County Architectural Division office, 1220 Morello Avenue, Suite 100, Martinez This compilation is not a Contract Document but is provided to assist bidders in locating MBE/WBE firms. In case of discrepancy between this information and the Contract Documents, the requirements of the Contract Documents shall govern. Please notify Linda Steele (925) 313-7200 if a listing is incorrect, so appropriate changes can be made for future lists. JAaa gA2002\0000204\02A004009x.doc Page 1 of 1 Civil Rights Program Menu http://www,dotca.gDv/hq/bep/hepmnu.hi Welcome Civil Ricrhts Program Instructions on downloading all our self-extracting, zipped files, key field names, and hints. To Do wn l.,oads download a free evaluation version of WinZip Get Winzip Self-Extractor I by Nico Mak Computing, Inc The CALCERT.E:XE file is 600Kb providing both Caltrans and Participating Agencies (PA) current information on certified firms. It is updated each Monday(Tuesday when holiday falls on Monday). Once the compressed file is expanded, it becomes three (3) files approximately 5.0 to 5.5 Mb in total size _ ............_... ....... ... ... The WCC.EXE file is 27Kb listing both Caltrans and OSBCR codes by identifying number and text description. It is updated only when WCC's change and was last updated April 27, 1999. Once the zipped file is expanded, it becomes approximately 1 .06 Mb in size. These applications are downloadable in Portable Document Format (pdf). Acrobat Reader is necessary to view and print these certification application j documents. To download a free Reader by Adobe software. ' The Certification Application Annual Update Affidavit [Personal Net Worth Statement DBE Joint venture Application x Civil Rights Program Menta http,//www.dot.ca.gov/hq/bep/bepinnu,ht ReCertification Application Calcert's Bulletin Board System offers a search BBS Rewstration engine and specific download information for the Calcert Extract relational database to its registered contact person (916) 227-893 7 users C(916) 227-9410. Download of the entire . Calvert Extract @ (916)227-9409. Baud Rate 228k. Service in 'ot rn::ttion __......... ........_...__. .. ..... ._ _ About Civil Rights What is Civil Rights? ___......_..__._..._... ...__ . _...____........ _.._. Mentor/Protege Program I ow to become a Partner? Disadvanta end Quarterly Directory i To receive our quarterly directory of certified firms. Good Faith Effort [How to make Good Faith Effort. ' ._ Caltrans, Office of Office Engineer provides weekly f Office of Office Engineer ads and lists of plan holders on major projects out to i ' bid. Priam Certification Definitions j 'yWhat do those certified abbreviations stand for? Reciprocity How to reduce paperwork Third Party Challenge How to register a Third Party Challenge. ......... ..... ... ._............. _..._. g Civil Rights Program requests information on ' On-the-Job Training (OJT)Supportive - currently successful California OJT training Services i Programs focusing on women and minorities ........._ ._ ................ ........._ All contractors of all sizes are invited to express Contractor Interest Form for their interest in potentially performing emergency Emergency Worktheir for CALTRANS. Caltrans Search Engine Caltrans Search Engine, FAQ, and Organizational Chart. Business hay~ttsers I _.__.... __.._.. . ............ _....._. _....... Any state or local agency that elects to participate in the certification process pursuant to Chapter 2,5 of Participating Agencies the Public Contract Code,and has a letter on file with Caltrans Civil Rights Program, may be a ' Participating Agency. Civil Rights Program Menu hap://www.dotx&gov/hq/bep/bepmnu.b Northern and Southern California consultants currently under contract with Caltrans to provide Consultants services to firms interested in Program Certification, participation on Caltrans contracts, and assistance in completing the Certification Application package. Link Sates Caltrans Home Page Welcome to Department of Transportation, Caltrans. .. . _. _ . __. . . . [Eal:pns Home Page Llnlfs Visit Caltrans gateway site to the world. _ ....... __ . _.. .__ .. .. _.... _.. . .. _.. ... ......... _ California State Government California State Government Home Page Code of Federal Reulatioiis. [Visit the National Archives and Records fi Administration Disabled Veteran's Business Enterprise ? The Department of General Services (DGS) Office (DVBE) of Small Business Certification and Resources (OSBCR) administers the DVBE Program. Office of Small and Disadvanta endFa�d . Department of Transportation- Offce of Small Business Utilization Disadvantaged Business Utilization Civil i<gi,ts Sup-port Staff i Civil Rights Program always welcomes any comments or suggestions regard our web site. Technical Support 1, Web and Downloading Assistance contact John F. Capen at (916) 227-8937. Third Party Challenges Coordinator i Third Party Assistance contract Ms Janice Salais. .__..____...._........ R.eciprrocLt Coordinator Reciprocity Assistance contract Ms. Nancy Smith. SAP.tPortive Services Coordinator I Supportive Services Coordinator Mr. Elliott Loyd Department of Transportation Civil Rights Program - MS - 79 General Assistance i P.O. Box 942874 Sacramento, CA 94274-0001 ' (916) 227-9599 s FAX (916)2272208 _.._._.__..,............... . ... Return to Top Civil Rights Program Menu http:ltwww.dot.ca.gov/bghaop/*mnu.k Web site created 04130/97 by Web Weaver: Jane Mickalowsk , ISSC Jane.Mickalowski2jdot.ca.gov Updated: 0610212000 Download Instructions � f First, determine which directory you would like download into. For ISM Compatible users, after the download expand the self-extracting, zipped file CAECERT.E.X'E using your method of choice. The file will g expand to three files that may be imported into a relational data base program(i.e., dBase III for higher), Excel, Access, Quatro Pro, etc.) related by 'FILENO'. � CALCER.T.EXE For Mac users, a utility such.as UnZip 2.0 (available in Shareware) or Stuffit Expander 3.5.2 is needed to extract the three files. Once files are expanded, import them into any relational database (Filemaker, Excel, Access etc.), and relate by'FILENO'. When these files are in your database program and properly related,you Lmay design your own queries. Determine which directory you would like download into. Expand the f WCC.EXE } self-extracting, zipped.file KrCC.F-XE using your method of choice. This file will expand to a single file that may be imparted into a relational data base program. See the CALCERT.EXE information above for tool hints. Support For more downloading support, please contact johnf. Cat�en. Return to Toi) Work Category Codes The Office of Small Business Certification and. Resources (OSBCR) issues industry codes to DVBE(s). These industry codes are listed in the Work Category Code section of the Disadvantage Quarterly Directory or the Fork Cateaory &de Extract file and are prefixed by the letter "V". Caltrans Work Category Codes do not apply to DVBE(s) listed in the directory because OSBCR codes are different. All questions pertaining to DVBE(s) should be addressed to OSBCR at(916) 322-5060. Return to Tole Civil Rights Program Menu http://www.dot.ca.gov/hq/bep/bopmnu.ht ............ Program Certification Defintions Can be used for Certified Definition Administered by Goal Attainment As A on .......... ........ no Disadvantaged California Department of Federally Funded DBE Transportation(Caltrans) Business Enterprise Civil Rights Program Contracts . .............. ............ State Minority California Department of State Funded SMBE Transportation (Caltrans) Business Enterprise Contracts Civil Rights Program California Department of [ -Owned State Funded SWBE Business Transportation(Caltrans)BState s Enterprise Civil Rights Program Contracts Department of General FDVBE Disabled Veteran's Services (DGS) Office of State Funded Business Enterprise # Small Business Certification Contracts and Resources (OSBCR) .......... ............................ ....................-..................... ..................... Return to Top Civil Rights Progratn Menu h //www.dot.ce ov/h �� B q/beplbepmnu.l Participating Agencies cies Golden trate Bridge Highway !.Department of Transportation & Transportation.District I Civil Rights Program City of Fresno Diversity Programs Office 2101 G Street,Bldg.A i i 1820 Alhambra Blvd., M.S.-79 .Bax 9000 Sacramento, CA 95816 Fresno, -4071 71 Presidia Station (916) 227-9599 (559) =1988- San Francisca, CA 94129-0601 FAX(5.�9) 4'88-1069 FAX(916) 227-2208 (415) 257-4536 FAX(415) 257 4555 Department of General Services range County Cit y of Oakland Transportation Authority Office of .Business 2,50 Frank 11: Ogawa Socioeconomic Programs Certification a and Resources Plaza, Suite 3341 550 South rain Street 1S) Oakland, CA 94612 PO Box 14184 ; 11531531 1 1Street, Second Floor (510) 238-6418 Orange, CA 92613-1584 Sacramento, CA 95814-2016 1 FAX(510) 238-3363 j (916) 322-5464 ( ) � (714) 560-5620 i FAX x"714) 560-5791 FAX(916) 442-7855 City of San Diego Equal Opportunity j Contracting Program 1014 2nd Avenue, Suite 1544 San Diego, CA 92141 (619) 533-4494 FAX(619) 5.33-4474 "State agency" means any department, division, board, bureau, commission, or agency of the executive branch of state government. "Local agency„ means a county or city, city and county, school district, or other district. Return to Toy, 6 of Civil Rights Program Menu http://www,dot.ca.gov/hq/bep/bepmnu.i. Consultants Northern California Southern California y ( _........_. , l....... . .. ................ ...... ._ ...._ .................. ._. _.. ................. Triaxial Management Services Inc. I Triaxial'Management {{ Services,Inc. 1930 Alhambra Boulevard l f 42052594 Industry Way, Suite 101 Sacramento Sacramento, CA 95816j Los Angeles Lynwood, CA 90262 (310) 537-6677 { (916) 553-4172 (310) 637-1128 FAX (916) .553-4173 FAX j Mary Williams ( �Nathan Essandoh _.. Triaxial Management i Triaxial Management Services,Inc Services,Inc ' 2725 Congress Street, Suite , 1545 Willow Street, First I I-D k o Oakland Floor San Die San Diego, CA 92110 I � i Oakland, CA 94607 � � (619) 543-5109 (510) 286-1313 (619) 543-5108 FAX { (510) 286-6792 FAX � De Marcus Sharpe j Chauncey Murdock a i .... ......... ... . .... ......... L.__. ........... ,. _... ...... . ....... Listed above are addresses, telephone numbers, and contact persons of the Consultants currently cinder contract with Caltrans to provide statewide assistance to firms interested in certification as a Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE), or Women Business Enterprise(WBE). These offices also provide assistance for participation on Caltrans contracts. Return to Toi) of Metropolitan Transportation Commission Homepage http.,//www.mtc.dst.ce Access information 3gsts Eor A#t8rn #yearrnats t S#ct#3avfiraa#fi4n Links CI Welcome to he Metropolitan Trans �rtation Comm,ssion MTC#s the traaespr rMtlan Plante flAMOdng arttf tri0rdn3b99 89ency for It*nW&-C�'San Franks say Area p.. MAIN SECTIONSHorne AbouMTC +3t"M `'' r� MbMarf 41 Iro cts- Wha 5-MC1AL FOCUS Commuter Cerner , Legislative Qpdje ��U� t#C1; .. Tt ansaetions. OnlineIMPORTANT DATES IN THE NEWS Jobs& Cc�r�tracts Jobs LIS- Dgtabast Regional Airport System Plan Bluelrint for the 21st Century SEARCH Update The state transportation budget The Regional Airport Planning package delivers $1.7 billion to infix mtc.ca.00v Committee (I�APC) will meet on help advance a number of MTC September 8 to take action on Blueprint projects, including an this plan to guide runway capacity ultra-comfortable, low-emission decisions in the Bay Area. rapid bus fleet. Regional Express Bus Training Bay Crossing Study Workshop New transbay rail services, bridges MTC is teaming up with The and tubes are among the options National Transit Institute and the being examined. Federal Transit Administration to sponsor a workshop in Oakland Route 24/Caldecott Tunnel on regional express bus and bus Study Main Publications:The DBE Start Page http:l/www.mtc.dst,ca.us/publicationsldbeidbindex.h ItsLibraff MAIN SECTIONS Regional Disadvantaged Business Enterprise Database A�aut € twr Firms listed here have been certified by the Minority Lincs Affairs Committee of the Regional Transit Pm6e is Coordinating Council(RTCC). Updates to this list are Library made on a monthly cycle by the committee in -6kQMj Library coordination with the Metropolitan Transportation t, Commission(MTC). Ccll�a 3 i9ghilgl5t Firms listed here are those firms that have been certified and that have expressed an interest in doing Whabjjappeping business with the transit operators of the San Francisco 'Bay Area. MTC and RTCC assume no SPECIAL FOCUS responsibility for inconvenience caused to users by Blueorint' incorrect information. Corrirxi lt&r Comer L ais]St#v Llod-ate To download an application farm for inclusion in the Transactions-- DBE list, choose either: 4nilne • Word format SEARCH • Acrobat format(PIF) To download an Excel file containing all of the info _rnt ca.gov Expertise Cade numbers, click hre. }i ,AD A1C ' l :A1T DISTRICT I t6,00pFmnk-fin; ireet: Cth'Flodr w VW actith§ft.z�r Sf AU' ` t wy , 2477 Arnold'hid0stiAllWay Coneord,.CA 94520-5327 ccra;.or ? I EIk RM HWAY AND Box 9000,Vresi'16 t tidn San Francisco Human Rights Commission.Norrie Page http://www,ci.sf.ca.us/sfhumanrig Human Rights Commission City and County of San Francisco Commissioners The Human (tights Commission works to provide leadership and advocacy to Divisions secure, protect and promote human rights for all people. It was established in Committees 1964 by City Ordinance, and became a Charter Commission in 1990. Upcoming Events lIBEN13E Directory EHPA Division Employment Complaints Fair Housing LGBT and HIV AHRC Fact Sheet *HRC Site index Contact Information TTY/TDD 25 van Ness Avenue,#800 San Francisco, (418)252-2800 (415)252-2550 {415}431-8764 jMumanr1ahtscgm@&Lsf.ca.us CA 94102-6033 b 1999 City&County of San Francisco 10/18/99 Designed and Developed by Marianna 6alquiedra 1 of I of »nnn'"t Mks MBE/WBE Directory - SF Human Rights Commission Page I of I NMI MinorityMomsn/Local Enterprise Business Directory HRC LINKS *Commissioners The Human flights Commission (HRC) is responsible for implementing the City and HRC Divisions County's Minority/Woman/Local Business Enterprise Ordinance (Chapter 12b). HRC Committees This Ordinance promotes the use of minority business enterprises (MBEs) and ' Upcoming Events women business enterprises (WBEs) as prime and sub contractors on City and County contracts. The NRC certifies economically disadvantaged firms with fVlWBE Committee offices in ,San Francisco as MBEs, WBEs, or LBEs (local business enterprises). QHRC Fact Sheet Certified MBEs and W8Es qualify for a ten (lid) percent bid or rating scale "-HRC Site Index preference, while certified LBEs qualify for a five (5) percent bid or rating scale HRC Hoge Page reference. For information on Chapter 120 Certification, please contact Romulus Asenloo at 415.252.2537 (voice)ler ail,(ramulus--,asenloo@ci.sf,ca.us). This Directory can be useful in identifying San Francisco firms available to participate in public as well as private contract opportunities. The directory index is organized alphabetically by vendor commodity. You can also download the entire vendor list in a zipped Excel 5.0 file. r r t r r Contact Information YTYrTDa 25 Van Ness Avenue,#8001 415 252-2500 San Francisco, {415}252-2550 (415)431-5764 sfhumanrightscaenci.s€.ca.us GA,84102-6033 1999 City&County of San Francisco 10104/99 Designed and Developed by Madanna 9alquiedra http://www.ei.sfca.us/sfhumanriLyht,c!direct.orv/dirf-ntry btm Goveon.corn:Digital marketplace for the government contracting industry wysiwyg•1f20/http://www.govcon.mm/mtcnt/homepa; A V4(tiM1#8t"MUfl)itt"t s� ; s A MUNR Ift SOM My Goy_Con • Remi ration Govt-&0yerrriew Tuesday, November 7, 2000 o*Search GovCon Full Service Professional Center roposl Consulting i . .� find Career Center Pais Job Search Recruiter CenterO NEW! # Used Equipment tib•, Employer Saotlidht n 4*Product Center Tr '� rod c Info R=urces O t@x GovCon Buyer's Guide # Product Showcase ( Web Resource Center Request for Quote NElltl # NEW! # BidRadar NEW! ( Latest Headlines Vert'So€utionZone NEWt Commerce Business Daily # Download i.tbrary # Housevgtes.to,restore,natural Marketplace Discussion Forums # water flow to the Florida Active Contracts Database # Associations # Ener,lades CBCT Select # Events Calendar Books Software Videos& Research # NASA o�tens new. t�ffice_of Online Cata€ocs f Used Equipment Secttnty M€anagernent end Editorial Safeouards SuRpliers !Jeyzs.aind Analysis Mi4rines n@A p'R services for Directory of Government Contractors # lndustrv.News # Featured reciut�nc -efforts E-Commerce Centers # Articles # Month in Review Business Services Center # Gas industry gets a boost from Storefronts GSA and SBA`' tVl�re ,*Online Catalogs Direct-d. llttte.0 We supply the best.brand3 name Features products and this E-t✓orntrter..ce Center gimes abr`l:ity to vteyr; CioD moves to new acquisition search and!purchase these prod cts from-bur online catalog. process ; ell t:er Uileleome.to tie car llne.,c tali g;cif =hialster. tour_ A,"Gender Gae3"up for;bs? mission is to create, market f produce anddistri Ute the finest personal electronics cohcealb ent�aecessorzes Which will mace � C*dr g ssi2nat effort underway� carrying personal electronics easi0r, more:fashlona.ble, raise € G sdionce funding for F pleasurable and effective. To that end we;invite you to contact 2002 us with your thoughts using the contact information located on this web site. Defense.bili authorizes bay raist and medicalbenefits Deaf of The Day Setlina IT,Products and Services to the Government Marketplace by ; Briar, Giese E;kli gtr sb Address Below In this paper, Brian Giese discusses shifts in the Government % Signup Information Technology marketplace and the demands that government Email Ad-dre.;—s -1 is making on industry policy and standards for new sales approaches. This... 1 nF7 ttartnnn tx. x .w, Govcon.com:Digital marketplace for the government contracting industry wysiwyg://20/http://www.govcon.coTa/contenu"homepq tJY1 101JU0. r9�1.0.041 O-Ed'itor's Choice II 0nilne 0ffica SuWly Resource(SupplySource, Inc.): 8aoffice roducts.com is an online resource for purchasing office supplies " p p � < that is run by a certified 8a and SDB minority-owned business fi$tyrA iQht X1936-i Dell ak Provides Accounting&Compliance Solutions for All rights reserve Government ContractorsDeltek Systems, Inc.): Companies struggling to comply with stringent government contract requirements have found VISIT OTHER COMMUNITIES assistance from Deltek Systems, Inc., a firm which recognized in the early 1980s that an automated solution would ease the labor-intensive VISIT AFFILIATES Lvj burden of compliance More... Send This Page To An Associate Make GovCon Your HomePaoe H„2 I Nolo I zeedback i Contact Sales i Media Kit(Contdbu#o ff Gu4delines Vt#icalNot i isc#aimer i TechSunoort I About his Site I Site Mea l Privacv wnnrw, o vcon.com �,laf� ttrrrynnnyt.at n ,s Govcon.corn product center—gover►m�ement...siness daily,public sectors,SIC codes wysiwyg://14/http.//www.goveon.com/content/hubs/dir.asp?hub-suppht Site Home - My GovCcn - Product Info • Mgrketglace SUPPLIERS - Ne.Ws & An IjySis • Career Center, Train€ Resaurces Find __.. ....... _ _..___.__. ..-----___. . Firm 8CM WormsRdv�nced Search GvCajjHome Purchase Products and Services Snonsoar List These detailed vendor sites let ltl you make direct, immediate 8us�fiServices Centel, transactions with full-function ggyerPme t�Contractors online catalogs and other l e-commerce features, such as auctions, training and more. piM View and purchase the latest , , products. Look at detailed product information, drawings, schematics, and other specifications. Fill a shopping cart and easily forward it to your •»m organization's authorized , purchasers. Click here_to go now! Set up shop todayl Find out more about E-Commerce Centen;Q by clicking here. Ind:. ,,, Product Vertical Ril rights reserved. ......,_ Get Product and Service Information Storefronts are conveniently �x n integrated within product/supplier search results, so you can quickly request Info literature, product samples, company Intro Ifni: quotes, and customer service. StorefrontsO offer a wealth of vendor information, plus links to articles on associated products. They link to additional company releases, as well as to vendor's web site. Storefronts are a valuable business resource for both buyers and sellers! Venders: gain industry exposure and qualified leads -g2en g Storefront today! Covcon.com product center—govcmment...siness daily,public sectors,SIC cones wysiwygJ,14/http:/Jwww.govcon.com/content/hubs/dir.asp?hub=suppi: FUM The GovCon Business Services Center, The GovCon Business Services Center is provided as a resource that GovCon members can use to gather information and/or purchase business-to-business goods and services online. From Business information Services to Technical Drawing Software, our Business Services Center sponsors are leaders in their categories. Cljck liere to go now! Government Contractors —i mPlace your business in front of prospective IMINNOT teaming partners at the time they initially U � discover a bidding opportunity using our CBD Search system. If the bid they are viewing matches the criteria you selected when subscribing(SIC codes, categories, keywords)your company will be pulled up alongside the announcement giving your business the limelight it needs. Send This Page To An ,associate Flae i d1211 IWtedb i Contact Sates i Mediai4i I Cont6bujoes Guidelines Ver#icatNet 1 Qj§ctatrner 1 TechSuppor#I Abau#This Site 1 Site Map I Privacy 5#atemen# wWw.gC1VCOn.COtTi 2 of 2 1 1 MMf1t'i!t t t.AIt h X 4 Goveon.com buyer's guide provides prod...ng,government contract lawswy°siwyg:I/l5/http.//www.govconxom/Buye...Locmr.asp?SearchType-Suppliers&hub-- B �,IP IIII IIiR III II r'' Site Home i My CaovCon - Product Info - MsiretDace • SU2211er§ News-A An-alysis • Career Centgr Training Resources Find Su#Alli rs Sem na ul Ill o. s T is bd i Nome a onr�natlan and tvlce�s Search Y7 v s a x c k i i s P .;'���t}i;S� eer�ts���p���pr�e#gcts>�tit15�t11'N�SS niaei'r8gtt #addlil�nsi Advanced SearMh infciinri ryrtlinb` Free Comnanv Ustipg Instant Financing SO t a Location tom n tr�r uc your fez eh,or SiftimhIABLOUtidns.AM dawn the."Control"hr"St ff' Product Showcase ki:t:f6 lectititltple isiv�Iucs. List' ,pi moi Find e ConSLlltcint 5rlktttiy+e ouniryar,, SbIlocit by�t6.0ion Click on region to query. Working GeAbatinitalssien � E-Sol-utions A1Se,is S airiwwg— • Baa. t Arkanaas Smirch A!I I.nsafiost�.: �,�s"' 5M Moto O S6ei•C17 � Copyri h OI996-2000 ;C F+il tll'ft Tb Btornrsin i All rights reserved. Send This Page To An Associate Home(Hair,i FaedI QVnjtSjjM;Modia Kit i Contributor's Ggiietines V m alty I ?moi a I jtOS z 22rt i A6yb ut This site 1 Site May I Pr{w:.v atement wwwr,.c�ovcort.com 1 of 1 11/7/2000 11:39 AM 9. NEGOTIATE IN GOOD FAITH Veit alp P1w Svc c /��� 'tit r�- '�("' � ,t t t '.r ` ' Com►' '".•.....-�- PROM :ACS FFO< NO. :9256e74328 Jul. 25 2002 07:51 Fit P1 AC InC. dba Air CancUtioning Systems $XaX•C X*ore ChloW HtzhW'2Y• Concord,California 94540.1218. (925)878-2103. (707)84X21M. FAX(926)887.4-8 July 25,2002 Refimce:CAI AIIN UPGRADES Location:,Four Sites AC Systema the,a W.WL,is pleased to present the following proposal for the above location. SCOPEQZ 1. Furnish and install,a new Goodman 24,000 BTU ductless split system:at 30 Muir'ltd., Martinez,for the new I'flaw Telecommunications Room. 2. provide and instate it new Goodman 18,000 BTU ductless split system to replace the existing system for the 2"d floor Compurtcr Rowe at 40 Douglas Dr.,Martinez. 3. Provide and install a now Goodman18,000 BTU ductless split systom for the new 3'd floor Telecommunications Rom at 1305 MacDonald Ave.,Riclmmnd. 4. Provide and install ISO CPM pealing exhaust fans with thermostat carols in the 1.t and 2.1 Teleemmumications Rooms at 4545 Delta Fair Blvd,,Antioch. S. provide and install 350 CFM oiling mounted exhaust fans with thermostat controls in the 1.3 and 2.2`I'elaoomjmunications roams at 4545 Delta Fair Blvd.,Antioch. 6. Fabricate and install newsomy duct transntim to vent exhaust fps into the attic. 7. Provides for others to invall 4 door louvem for the Delta Fair sites. $. Provides and install all necessary condensate deme,line piping ftom new equipment to the apputopriou site drain. 9. Provide all necessary rigging and trucking ofmnoved astd new equipment to and iirom projesCt sitars. 10. Provide and install all necessary refritgerant piping for new equipment,including bracing and strapping as n 11. Perform a cotWI to start-up and test of all now equipment to ansure proper systems operation, 12. 1+ 1 Warrmnty(ones year parts and labor). =M= 'btu AC'Sy+twu'total prise to perform this work will be S 130423.+00,including materrial,tate and labor. This Quote is valid for 30 days and subject to approval thereafter e Heating. Air CJonditirming• Shmrt MBtal Raidential. Commemial wuw.exr�ayattn�.aom Lie.No.472329 FROM :ACS FAX NO. :9255874329 Jul. 25 232 07:52AM P2 AelaAC*Wem*, Inc. d" Air Condi#ionftrg 5lyetems 6ItI-C A*n CAkVa IVtghuiw-Caacord,Ca10mia 94=612M• (9265)6-76.2103• (707)60-7348.FAX(W)W4326 -- 1. Overtime Labor to. Perttti a&Fees 2. C;oft vte Pacts 11. Rqpair Existing Equip w* 3. Bollsnis 12. Sight Sena 4. A,c"sa Doors 13. Stnoke lttectors 3. Asbestos RAumal 14. SlructuW Engineeeing 6. Cutting&Patching 13. Stucw°al ming 7. DWonnects 16. Title 24 Calculations 8. Line Voltage 17, Painting 9. Gras Piping Make-up Water 11wok you for giving AC.Systems In*.the opportunity trs save You, Plow feel fiw to call if you have any questions. Sincerely, $ ACCEP'T'ANCE: AC SYSTEMS,INC TITLE: DATE: _, QL%ft 66:1207 Ideating• Air Cnnditiomin,4- . hrrt 74lrtai Rr.,idential, Commrtr+citr! wu+�vaair�'ene.eam Lie.No. 632329 07/24/02 WM .08:11 FAX 825 886 5595 Carpet Dimension 'Rdc ,,t1V c� +wool CA"E'T DIMENSIOM INC. 1970 ARNOLD INDUSTRIAL,PLACE#1040 MBEAVBE CONCORD,CA 94520 PH: 925168&55" FAX: 925/686.5595 CONTRACTORS LICX 568582 FACSEVHLE BID: BID SUBMITTED BY: Loretta Aguillon HATE: 7124102 TRADE: Flooring BID AMOUNT: S 4,416.00 COMPANY: BEI Construction,Inc. JOB: CCCTY--CAL VIN upgrades Sent Via Fax: 5101865-2594 Contact: Donald Falting Per plana: yes Tax included: yes Installed: yes Union: yes Inclusions: Furnish and Install ArmstronglSl'T Tile in color gray with 4"rubber cove base. Materials: S2,300.00 Labor 2,116.00 TOTAL: 5 4,416.00 " , ** All work to be performed during normal business hours, unless other wise noted. It shall be the customer's responsibility to provide broom clean areas free from other trades hindrance and access to vertical transportation. Exclusions: (x)Final Janitorial (x)Major floor-prep (x)Furniture moving (x)Vapor emission barrier-testing to be done by GC (z)Over-time premium (x)Dust protection Customer: C t Dimension on #'Upon time of ordering,a signature and 50%deposit are required. 07/24/02 WED.08.11 FAX 925 686 5595 Carpet Dimension Moot rA1Ei DIMENSION INC. 1870 ARNOLD INDUSMAL PLACE#1040 MEBR "E 4rOl\iv+y�w�/JR�D,[*vy�vgA�,94520 ) {yam'�+�py�� /PH: l9�f/�ityw�'ilk{,�gYIL}�1-pr'A7���Y{ F/1AjX: 92S1�I6��{7'na7w'T95 FACME BID: BED SUBMITTED BY: Loretta Aguillon DATE: 7/24/02 TRADE. Flooring BID AMOUNT: S 4,416.00 COMPANY: BEI Construction,Inc. JOB: CCCTY--CALF upgrades Sent Via Fax: 510/865-2594 Contact: Donald Falting Per plans: yes Tax included: yes Installed: yes Union: yes wwwwwwwwirt*,kw, www+tww,k�e#wwwwww**awwwwwwwwwwww*wwww*w*wwwwww**ww,t,rww,4*www,rwwwww Inclusions: Furnish and Install Armstrong/SDT Tile in color gray with 4f1 rubber cove base. Materials: $2,300.00 Labor 2,116.00 TOTAL: $4,416.00 . ** All work to be performed during normal business hours, unless other wise noted. It shall be the customer's responsibility to provide broom clean areas free from other trades hindrance and access to vertical transportation. Exclusions: (x)Final Janitorial (x)Magor floor-prep (x)Furniture moving (x)'Vapor emission barrier-testing to be done by GC (x)Over-time premium (x)Dust protection Customer: 4CtDimeusionA[,opdftA�uil1ou **Upon time of ordering,a signature and 50%deposit are required. Vii} Azo re + rn t 26} 4661692 QS7'26 0 07161x4 P.001 D D,NTI 'LlM California CoAractor's License#757157 2370 Ptemrch Drive,Livermom CA.945.% dilly 25,2002 Donald Pakinits BEI Constnicdca 1829+Clcrant Ave AJarrWa,CA 94501 Re: CAI.1WtN UPGRADES AT SEVEN SITES FOR THE EPLOYMENT AND HUMAN SERVICES 1;3E.PAP'TM,ENT, Project No.000-0204113,4 Don: Please find quota below for the labor and muerisls for the above refcrreucxd project. All work to be performed per the dmwbW and specifications including addendum l for the communications work only. Electrical contractor is to install all grounding,oc aduit and electrical power required as specified in bid package. SCO QF WORK 1. Horizontal voice and data cable installation 2. Innerduct to support fiber and.Pacific Ek:11 3,. Fiber baso installation 4. Hudware equipment for void wW dada cable 5. Termination of voice and data cabling 6. Hardware equipmaatt for fiber optic cable 7. Termination of fiber optic cable g. Floor and wall mount rack installation 9. Testing of data and fiber optic cable KWLE QE VALM Inkstal om complete for the lamp sum price of Sixty One Tbouusand One Hundrerd Fighty Five(S61,185.00)Dollars. Phoae Number(925)455-1894 rax Number(925)455-1692 $1 Data csm «) 466-1692 [57� 6d02 07161A P.002 L An con"prov"WW inatnllcd by others 2. All floor penctratim provided and instsutled by others 3. All slovens asci pathways provi W azul insMed by othm 4. All sroundlus by others as irdicated on drawings 5, All olecruica l power by others G. All work to be performod during normal business hours 7°00 am To Sax's pm MOWAy through Friday excluding holidays 7. Ali permits,bounds cunei fees by others 3D DATACOM appreciates this opportu pity tv provide this qucft for the CALMIN project. We are lcoldug forward to worldog togdher with you on this projea as well as future projects.all DATACOM values lona m relish s v(kA our mitt rums and aro conwfted to tho highest quality of standards. Sincerely Brian $pyla Salus Engineer BBldcb File Phone Nurr►ber(925)4SS-1884 Fax Number(925)451-1692 Sent By: 8luewater; 510 346 8925; Jul-24-02 10:20AM; Page 1 U.-EWATE., FAQ ..S. -Er' 71-upaS9 INC'' Date: 7/24/02 Pages: 7 To: Donald Faltings Company: BBI Construction, Inc. Phone: (510) 521-3792 Fax: (510) 865-2594 From: Dan Levine E-Mail: DanL@bwserv.com Phone: (510) 346-8800 Fax: (510) 346-8924 Subject: 1305 McDonald Ave., Richmond, CA Dear Sir; Attached please find our proposal to remove and dispose of the ACM sheetrock walls at the above referenced site. Please note that this is a BAA+QMD notifiable project which requires a ten day notification period. Consequently we can start this job on the eleventh day after receipt of a signed contract. Given our current schedule, we could start this job within 4 working days and we would expect that our crew would complete this job within 1 working day. For your information, Bluewater Inc. is one of the most experienced asbestos f lead abatement and selective demolition companies in the bay area. It's project management team has Sera By: Bluewater, 510 348 $925; Jul-24.02 10:20AM; Page 2 over 75 years of abatement and demolition experience. Bluewater prides itself on being one of the few abatement / demolition companies that owns and operates it's own demolition equipment and also it's own waste collecting I hauling fleet. This allows us to mobilize into a project on very short notice and allows us to be extremely flexible with the scheduling and 1 or re-scheduling of jobs to meet customer needs. Thank you in advance for your consideration on this job. We look forward to serving as you on this project. Sincerely, clkEL� Dan Levine Sent~ By: Bluewater; 510 348 8925; Jul-24-02 10:20AM; Page 3 PROPOSAL &CONTRACT AW-Pt '"" No. Data:7124!2002, n c n. .c rr .,�: Proposat# 02-4133 ENVIRONMENTAL SERVICES,INC_ Federal Tax 10 0 94-3166260 P.O.Box 1857,2075 VVIlliarna St. Stats Contractors License Nwntw 631366 San Leandro,CA 34577 CaVOSHA Registration Number 400 (510)34 -WW FAX(510)346-8327 (800)53"702 JOB LOCA71ON: 1308 McDonald Ave. CUSTOMER: BE]Construction,Inc. Richmond,CA ADDRESS: 1829 Clement Ave. Alameda„CA 94501 CROSS STREET: CONTACT: Donald Faltings FAX NO. : (510)885-2594 PHONE NO.: (510)521-3792 Wa here by propose to furnish all materials and perform all the"or necessary for the completion of the project as folia": Location:Second level Scope of Work: To remove and dispose of two walls of ACM sheetrock. Use wet removal methods, containment, negative air,wash station,half face respirators,HEPA vacs..etc. Schedule: 1 working day. Price: Lump Sum$2,405 Before Blutawater can schedule a project,we must have the two documents listed below: A. One of the three following binding contractual documents: 1. Our contract signed and returned 2. Your contract,signed and returned(a faxed"notice to proceed"will be accepted) 3. Your wrilten purchase order referring to our proposal and all exhibits. B. Complete and return Exhibit D-Owner Information The signature below acknowledges receipt of and acceptance of the attached Exhibit B-Qualifications and Exhibit C- Terms and Conditions. ACCEPTED: B i Q� (Name Typed or Printed) BLUEWATER ENVIRONMENTAL.INC DATE By. THE OWNER HAS T14E RIGHT TO REQUIRE THE CONTRACTOR IStgnm+rsl TO HAVE PERFORMANCE AND PAYMENT BOND,AS DESCRIBED IN NOTICE TO OWNER OF THE TERMS AND CONDITIONS ON THE DATE: REVERSE SIDE. Sent By: Bluewater; 510 346 8925, Jul-24-02 10:21A1ti; Page 4f8 PROPOSAL.&CONTRACT . . No. LtaEs:7t24tZ002 sx ti h c& 41. w c.. Proposal M 02-4193 ENVIRONMENTAL SERVICES,INC. Fedwai Fax 10 0 94-316M P.O.Box t 857.2075 Willem*St State Cw*adont Um-we Number 631366 San Leandro,CA 94677 CaYOSHA RegistraWn Nunter 400 (510)346-M FAX(510)3468927 (SM)536.6702 Exhibit B -Contract Qualifications Initial as accepted 01 This proposal excludes all value engineering,suuc:tural engineering,bond costs,shoring,scaffolding,underpinning,pedestrian batxicades,surveying and special this'd party inspections. 02 General contractor to provide use of portable toilet facilities. 03 Temporary powcx and water by others. 04 Bid assume&straight time,regular weekdays,and day shift. 05 Work primi to be ermpleted on one(1)move-in. Additional costo are nec essan'for phased work and are not covered in this proposal. 06 The base:bid price has no provisions for the salvage,packaging,crating,and storage of items to be re-installed unless itemized in the scope of work. 07 Bluewater Services reserves all salvage rights on items not returned to owner. 08 Utility disconnects,relocation,and iderttification by others 09 Rluewatcr ScrNices is not responsible for damages to unmarked utilities. I() This proposal excludes any and all hazardous waste not specifically identified in the contract scope of wurk. 11 laid wannes the use of diesei-operated equipment in and around the building. 12 Air Quality Management Permits for aslestos removal are included in the proposal cost. 13 Bluewater excludes all building and opdratmg permits except those specifically identified in the Scope of work. 14 Bid assumes the use of buildintt owned elevators. It is the owners rcT. msibilty to maintain elevators in running condition throught this project 15 Itoof irtttovnl is done at the direction of the owner or general contractor only. Rl uewatc r is not responsible Cor water teaks duds to rain during or after roof removal. 16 Bid excludes the patching and repairing of surfaces. 17 Concrete work is excluded,except where specifically addressed in the contract scope of work 18 Phis proposal excludes security fencing andlor security perscmnel. 19 Work to be completed according to all local,stale;and federal asbestos,lead and construction regulations. 21 Bluewater will require a copy of the asbestos and lead paint survey prior to starting work. 22 17atnage to walls,wallpaper,wood,and all painted surfaces occur as a result of containment installation. This is necessary to the intcgxity of the c onuunsnem. Evafy attempt will be snake to keep such occurrence to a minimum. This proposal does not include the cost of any, repair,which may be required as a result of our containment,installation. 23 Indemnification clauses to be mutually agreed.upon. Bluewatrr will not sign indemnification language that makes Bluewater responsible lin others"partial re`cpansibiiitim". ConavA doe unients to include this prcarsosal including Exhibits A,B and C as a referenced exhibit. 24 Mold Projects: Bluewater is not responsible for the reappearance of mold due to continued moisture problems or water intrusion. 25 The paYment schedule will be 1001%of the base contract less 10%retentiom to be due and payable upon completion of the word. Retention is due and payable within sixty(60)days of the completion of the work. Interest will be charged at the rate of 1.5%per month on past due accounts. 26 This proposal is bused upon 13Iuewate es standard asbtNtuslgeneral liability insurance limits of$1,0013.{xx)55,000,000. Additional insurrancc is available and care bc:priced upon request. 27 0rvner is responsible for all electrical and mechanical shutdowns or startups required prior to or preceeding and at the completion of Bluewvater`s work. 28 ()wner or generai cc3ntractor is rcixxnsible for ail layout. This includes layout for concrett:cutting and lead paint removal. Sent By: Bluewater; 510 348 8925; Jul-24-02 10:21AM; Page 6/8 PROPOSAL S CONTRACT DA us JIYilZ002 r c A :C.s:.:, r•c 10% Proposal ttt 02.4193 EWRONMENTAL SERVICES,INC. Fid"Tax iD•94316=0 R.O.Bost 1957,2075 WUNarne St. Siete Contractors Liowm Nurrstser 8313$6 San Leandro,CA 94577 CaY OSHA RegWradon Number 400 (510)348-9900 FAX(510)346-9927 (800)53&6702 Exhibit B -Contract Qualifications (con't) Initial as accepted 29 This proposal excludes sofa-offof concrete openings in the floors and wails. 30 This pruposal includes safe-oft'of concrete openings in the floors and wails created by Riuewater s ttwk. Sate-off shall take place at creation of the hazard,however it is the general contractor's responsibility to ensure sate-oir is maintained in working order while other subcontractors arc working in and aruunsd the area. 01 Sent By: Bluewater; 510 348 8925; Jul-24-02 10:21AM; Page 818 PROPOSAL&CONTRACT "1WOMAN. No. Date:r1"02 a n v .,:is r:C. Proposal# 02-4193 ENVIRONMENTAL SERVICES,INC. Federal Tax 10 it 94.3166260 P.O.Box 1857,2475 Wigiatns St. State Conlrsawm LWOW Number 631366 San Leandro.CA 94577 C&OSHA Registration Number 400 (510)346.8800 FAX(510)34e43927 (800)536x6702 EXHIBIT C:TERNS AND CONDITIONS OF CONTRACT 1. Contractor's License Notice.Contractors are required by law to be licensed by Contractors,State License Board.Any Quastionts concerning a contractor may be referred to the Registrar,Contractors'State License Board,9835 Goethe Road,Sacramento,CA.Mailing addresa:RO.Box 26000,Sacramento,CA 9513213 2. Insurance.Owner is at all times responsible for maintenance of sit casualty and toss of the property at which work is to be perforined by Corntractor(Builder's Risk Insurance). Contractor will carry Workers'Compensation Insurance to protect Contractors employees during the progress of the work.Owner warrants that it shall obtain aid pay for insurance against Injury to its own employees,agents,and persons under owner's direction and persons on the job ale at owner's invitaitbn. 4. Corrective" or Repair Work. If corrective work of a minor nature remains ns to be accomplished by contractor after the project is ready for occuPWOy or use, contractor shag perform the wort expeditiously.Any payment withheld for corrective actions shall be agree upon in writing between Owner and Bluawater.and shall under no circumstances exceed 10%of the contract price. 5. Contract Not CondNbrad on Financing.Tits contract is effective immedtatety and is not subject conditions precedent,including any eondillon regarding financing, governmental approval,satisfactory soil test or any other happening or event.Owner covenants and represents that the owner has sufficient funds ar has arrWWd financing adequate to pay for the work to be pwf nr,*d under this contract. 5. Fiera payment Wolves Claim,The owner,by making fI net payment under this car&=,waives any claim that it may have against Contractor for damages due to defects in true workmanship performed or materials supplied that are known to the owner or apparent from reasonable inspection at the time when final payment ts. made. T Successors and Assigns: Assignment: Modification. This contract shall be binding upon and'inure the benefit of the assigns, succssscs interest, personal representatives,designated beneficiaries and heirs of the respective parties to it.Neither party shall assign any of its rights or obligations hereunder without the prior wnttan consent of the other party and any such attempted assignment without consent shag be null and void. No amendment or modification of this contract shall be valid unless sat forth in a writing signed by all parties. 8. Futh*r Act.Each party to No contract agrees to perform any further acts to execute and deliver any documents.which may be reasonably necessary to carry out the provisions of this contraoct. 4. Notice.Any notice required or pannittad under this contract shah be deemed served on receipt if personally delivered,or two days(excluding Sundays and legal holidays)alar deposit with itis united States postal Service postage pr*pwd and property addressed to the respective party to whom such notice relaters at the address ad forth in this contract or at such diff*ment address as shag be speciled by notice given in the mariner provided for in this paragraph, 10. Governing Law.This contract shag be constructed pursuant to the Iowa of the State of Cafifomia. 1 i. Severatift.it le Intended,that each provision of this contract be viewed as separate and divisible.If any provision of this contract is hell by a court of competent juried ction to be valid,valid or unenforceable,the remaining provisions shall nevertheless continue in full force without being imnpiered or Invalidated In any way. 12- Arbitrobort.Any c aritraversy or claim arising out of or related to this contract,or the broach thereat including any dispute regarding the validity or scope of trite contract,shag be settled and decided by one arbitration conducted in accordance with Commercial Arbitration Rules of the Amenten Arbitration Association("Rutae') as then in effect unless the parties hereto mutually agree otherwise in wilting.Any such arbitration shag be held and conducted in Alameda County,C400ti Lia,within 660 days of the appointment of the arbitrator,in accordance with the provisions set forth in said Rules.The award rendered by the atblrallor shag be entered upon it in accordance with the provision set forth in said Ruins.The award randersd by the arbitrator shall be trial.and judgment may be entered upon A in accordance with applicable haw in any court having jurisdiction thereof.The arbitrator shall award reasonable attorneys,fees and coat to the prevailing party and shag have the power to award any or all types of relief,legal or equitable,including,without limitation,injurnctive of declaratory relief.This contract to arbitrate shall be specilosgy enforceable under the prove ft arbitration law.The demand for arbitration shag be made within a reasonable time after the claim or dispute or other matter in question has*risen. In no event shall the demand for arbitration be made after the data when institution of legal or equitable proceedings based on such claim,dispute or other matter in questions would bo barred by the appicable statutes of limitations. All notices including notices under California Code of Civil Procedures"coon 1290A Shan be 9m m as required in this contract. 13. Competent Persons(Workers).The labor provided under this contract shag be performed by persona trained,and or knowledgeable in the tacthrtiques of asbestos, absternent,handling and disposal of eab ontaining material(ACM),and deeming of contarnhaled areas. 14. Sita Conditions.All movable objects(including wag hangings)are to be removed from work area prior to Contractor ar ivai.Owner sprees to pay 4ddit0nat compensation to Cw&ackw for any labor,matwisla or equipment provided to clew moveable objects(including wail hangings.)Ad*U*%ty,owner wig provide us*of water and electrical power and secure storage space for material and supplies required to complete the work described on the first papa ss"scope of Work". 15. Additional AOM.Contractor asaumes neither responsibility nor 8abii`tty to inspect,rear locate nor remove asbestos beyond the limited locations identified in writing in this contract. Nor wild Contractor be responsible for removing unopened, unexposed anwor inaccessible asbestos. Accessibility Is to be determined by the reasaemwDle discretion of Contractor in consultation with owner.if Contractor determines the asbestos to be inaccessible the owner will have reasti nable time to render itis materia accessibili at tine owner's sale expense and liability. Price for removal anidior encapsulating and claiming of such adcitionally accessible asbestos rnatetiale is not included in the Work unites otherwise stated in writing. 16. Limitations of iasbiity. Owner agrees to raisers*, indemnify,defend and hold CONTRACTOR,its agents,independent contractors and employses #toreinafterr referred to collectively as"Bluawatee")harmless from any and so liability or claims,which Is not created wholly by Bluewster's negligence or wiitfut misconduct. Intbale Sent By: Bluewater; 510 348 8925; Jul-24=02 10.•22AM; Page 718 Date: R IYr .. FAX TO: Barbara Chambers ENVIRONMENTAL SERVICES,INC. P-01 am 1W7,20,76 willams st. FAX No.: 510-346-8925 8 {[Mstn PLEASE NOTE:BEFORE A PROJECT CAN BE SCHEDULED,BLUEWATER WILL REQUIRE THE INFORMATION LISTED BELOW, In addition to this information, we will require one of the following: I. our contract signed and returned by mail or fax, 2.your purchase order referencing our contract and documents, 3. your contract(a"notice to proceed"'letter or fax based upon our quote will get the project scheduled and started while your contract is being prepare. This information is required for the completion of a pre4ien notice and the preparation of Hazardous Waste Manifests(if required). 1305 McDonald Ave. Richmond, CA Owner: General Contractor. Phone: Phone: Job Name: Job Number. .ender: Does Owner have an EPA#? Yes No Provide EPA#: Manifest Information:Pktsse note this applies to"#fazerd- ou s Materials Mar"ests"only,which typically inc.Itrdes Billing Information friable asbastos.lead paint chips and PC8 ballasts. if this =ntraclk is through a goinmE contractor or party otter than the actual budding owner,the GC must detrnrskm from t w building owner whether the owner has a permanent EPA a for this site. If so,ple•s+e provide us with the number. If not,Sluewatar will secure a temporary EPA#{good for 90 days only)from the EPA by request over the phoin& The EPA will issue a temporary number,however they require the owner's name(and comtswct narne),address,phone no.and eke address. If an owner is unsure whether he has an EPAN,he can call 1-$00-618.6942 and they will peftrrn a record ssomch over the phone_ Sent By: Bluewater; 510 348 6925; Jul-24-02 10:23AM; Page 818 PROPOSAL &CONTRACT D1Nit 71241200'l Proposal# 02-4193 ENVIRONMENTAL SERVICES,INC. Fed"Tax ID*94.3166250 P.O.Box 1857,2075 WHIWM SG Slate Contractors LiCOM N=bW 631368 San Lawwo,CA 94W7 CaVOSHA Reputation Number 400 (510)3415-9800 FAX(510)34&8927 (900)536.8702 FREQUENTLY ASKED QUESTIONS: 1.What do I need to do to have a job scheduled? Answer: Bluewater needs the following information and signatures before a project can be scheduled: A)Contract Documentation-any one of the following three forms are acceptable. 1)Sign Bluewlater's contract and proposal document and fax back to the office with the hard copy to follow in thee mail. 2)Provide a written purchase order,which includes reference to our proposal and qualifying exhibits. 3)Provide a written notice to proceed letter referencing our proposal and qualifying exhibits. This is typically thee fast way to schedule when you would like Bluewater to use your contract farm and need time to prepare the form and work out the details. B)Preliminary Uen information: 1)Building Owners Name,Address,Phone Number 2)lender Name and Address,or none if appropriate. C) EPA Number(if there is hazardous waste to be disposed of). An EPA number can be secured over the telephone by calling EPA at 1-800-616 942. They will ask for the Generator's(building owner)name,address, phone number and contact person. They will Issue you a 9"ay temporary EPA number over the phone. This number needs to be called or faxed into our office. 2.What is the BAAQMD and how do they effect our project? Answer: BAAQMD is the Bay Area Air Quality Management Mtrict,which regulates the removal of hazardous asbestos materials. BAAQMD requires notification of certain asbestos projects and requires permit fees paid in advance of schedule notification. Minimum requirements are 10 working days for schedule notification. There are exceptions made for emergency notifications,however there must be fire,water damage or threat to public health to qualify for an emergency notification. Bluewater includes all SAAQMD permit fees in the proposal price and notes that In the scope of work. 3. How does Sluewater handle insurance certificates? Answer: For every project Bluewater will have our insurance company€ssue an insurance certificate with the client named as the certificate holder. The insurance certificate will cover our three main types of insurance, which are general liability,workmen's compensation and auto insurance. The certificate will be generated by our insurance company and a copy will be mailed to the address listed on the contract documents. Any other insurance needs such as additionally Insured or added policy limits need to be addressed in writing to Jerrie Hughs who is our contract administrator. 4.Who are the people in the office I may need to contact? Answer: 8luewater Contact information: 1)Scheduling/Contracts/Insurance: Barbara Chambers Ext. 103 2)InvoicirWAccounts Receivable: Jerrie Hughs Ext.104 3)Personnelfrraining/Medicai, Francisco Alcosta U. 107 4)General Accounting/Office Manager: Nell Stevens Ext. 106 Jul 25 02 10: 16a K W S COMMUN I CHT I ONS INC 925 695 9445 P. 1 KWAS COMMUMATIONS INC.) ) CQIC'�IDATAIFi8F PROM_ My 25,2002 RE:CAL/WZN UPGRADES AT SEVEN SITES we propose to perform the communications work per plans and specifications,and in accordance with the qualifications stated herein: Installed Price 5 66,329.00 S¢oee Includes: SECTION 17000 CONDAUNICATIONS/CONTRA COSTA COUNTY * 30 MUER RD. 40 MUIR RD. * 40 DOUGLAS DR * 2530 ARNOLD DR. 1305 McDONAZ,D AVE. * 151 LINUS PAULING DR. * 4545 DELTA FAIR BLVD. * ADDENDUM#1 ITEM ADI-8,AD1-9 Singly,IcffE.Sola Operations manager KWSS Communications inc. 4180 Treat Blvd.,Suite P ■ Concord, CA 94518 0 Phone: (925)685-5442 ■ Pax: (925)685-6445 Cont. Uc. #806936 Jul 25 UE 10: 19a K W S COMMUNICATIONS INC 925 SeS 6445 p. 1 KWAS COMMUNICArIONS INC.■ V01C /DATA/FfSjR PROI�OSAL July 25,2002 RE:CAL WIN UPGRADES AT SEVEN SITES we propose to petfcstm the communications work per plans and specifications,and in accordance with the qualifications stated herein. butIOW Prke$",329.00 +M odes: SECTION 17000 COMMUNICATIONS/CONTRA,COSTA COUNTY * 30 MUIR RD. * 40 MUIR RD. * 40 DOUGLAS DR. * 2530 ARNOLD DR. * 1305 McDONALD AVE. * 151 LINUS PAULING DIL * 4545 DELTA FAIR BLVD. * ADDENDUM#1ITEM ADI-8.AD1-9 Sin=gy,Jeff E.Sala OpmItions KWS[`nmmunkations inc. 4180 Tretai Btvd., Suite P ■ Concord,CA 94518 ■ Phone: (925)685-5442 ■ Fax (925)685-6445 ■ Cont. Uc. #806936 Jul 24 02 08s33s ACCRA COMM GRP. 510-763-0945 p. 1 r FAX COVER SHEET II O&WWuid,CA 64601 (!Flo)-1,58.90 1 (!A 0)7+53.00-69(0) San to. _ Attention: onto: 06, j Ctl9co tcxarticrn: Office to Fax numaer. _ Phone number. -57�0. I Total pages, including cover, '72L Comments: I l .tui 24 02 088 33s RCCRR COMM GRP. 510-763-0845 P.2 ;ww�we�r�utrwr.rrc. ACCIVA Coaam%nderatious Ciresap C+Wt dad,CA 94601 (519)163-0941 (Z;tOj�gs•O�gS i F? As rerpUer W the ming is a ape of Work dad priding for the CAL-Witrs Commur�uti�cxr+r upwida This Scope of Work and Pricing was dwivw from Sperm See'liao I*x*and prirus. Scope Uf Work:(As Per Prints aed" ) • Actd ae+;►ynwawe edstfag CAWISM rm*s and a MU& macaw#-7 ' I 4 0 S=*wfww Na Priya fon tad bund, mWabs,data or WWphmw add"equipment were inducted in tfiia qac Jim Jackson 497 ': ,r. ca�wrwWcatiorrf yawn,r„c. HH}Murrnxtsk Strctci,Sic i QukHina.G.ifox 0 94607 pphb1U.7{i:1 tl'331, •f3x 510.7f3.U44U calt 510 WHOM "!uc A;rrn.,:.u:::r.urrurrUpi�.,rlrcur.:itufl FROM : DorAr Enterprises Pfd N0. : 4328595 Jul. 24 2002 10.37PM P2 970 Detroit Ave, Suite 1 A s pR��Q$�� Concord, CA 84515 B , " Rhone#925-681-2800 d Fax#92"81-2810 Date Prepared: July 25, 2002 Estimate# 3583ak Work Location:Contra Costa County Bili To: SEI Construction Inc. CAL WIN UPGRADE Address: 1829 Clement Ave VARIOUS LOCATIONS Alameda, CA 94501 tat Contact: 5SI-Shaw Jennings Attn: non Faltings Phone#: 510-563-4100 Phonetlk: 510-521-3792 2nd Contact Cost PON: Phone#: Scope of work Requested: PROJECT:Authorization No, WWO298 CALIWIN UPGRADES AT SEVEN SITES FOR THE EMPLOYMENT AND HUMAN SERVICES DEPARTMENT This proposal is based on specifications dated 7/11!2002,Addendum No. 1 dated 7118102 Advanced Volo and Date will provide material and labor for the following: HORIZONTAL CABLING-( 1 )Cat5 data cables&jacks, (75)Cat data cables&Jacks, termination apparatus and EIAMA compliant suspension hardware is included. COAXIAL BACK BONE CABLING-(150) Feet of OC3 coax,terminated, FIBER OPTIC FEEDER CABLE- (250)feet of 12 strand Multimode ©FNR fiber, (650)feet of 1.5" PVC Innerduct, (600)feet of 12 strand Mutt€mode OFNP fiber, &(600)feet of 1" Plenum Innerduct. Fiber will terminate on rack mounted fiber patch panels. CLOSET BUILDOUT-( 10) 19"x 7'equipment racks in the closets,(6) 19"x 7'Megaftme racks, ( 12) vertical doubled sided wire managers,&(230) feet ladder runway.AVD will provide power GROUNDING COMPONENTS-( 10) 10"x 4" wall mounted bus bars in the IDFs , THNN#6 wire, lugs. AVD will ground within the IDFs. TESTING&DOCUMENTATION-AVD will test and certify all cable for EIA/TIA compliance with an HP350 scanner and provide copies of all test results. WARRANTY-AVD will warrant Installed material against defects far a period of 15 years. EXCLUSIONS AVD will perform all work as detailed with the exception of the following: Installation of ANY conduits(except for any routine wall penetrations) Installation of Ground wire&components not Internal to the IDFs Installation of power circuits for the required power strips. BONDS-Add 2%to AVD'c quoted price if you require AVD to provide a performancolpayment bond Thank you for the opportunity to bid this project l Sincerely,Advanced Voice&Data,Inc. I PROM : Dor-Ar Enterprises PHONE NO. 4328595 Jul. 24 2002 10:38PM P3 010 0*,AoD 'age 2 Date: July 25,2002 Contractor Bidding CALANIN Estimate: 3583*k Materials Required: Description: tits► Total 2071 Avsys GATS GIGA SPEED CMP 15200 '$4,783.02 MGS 300SH-246;Avaya CATS GS JACK 76 $524.40 FACE PLATE BUDGET M140-246 76 $310.27 108619347; PM Gigaspeed 24 prt, PIP 7 41,473.15 OR808044$65;2RU Horz Wire Mgr. 6 $241.16 108320029; 1100 Cats 48 prt. PP 2 $609.50 ORTRONICS 12 PORT PP 4 $271.40 003 COAX 130 $58.93 BNC 2 ! $5.01 01210-LPR 12 st MM 6bwOFNR 260 $416.88 1,6" Innerduct PVC 650 $580.83 A13C-012D-L PX; 12 st MM fiber pin. 600 1,621.50 1"Innerduct plenum 500 1,150.00 700007321; 24 port 6006LSC 10 $1,035.00 700006813; SC connector panel 10 X2,242.50 106917263; SC connector clip 144 $86.11 700007040;SC plfsg anaerobic 144 $1,306.92 12183-718;Jumper tray 10 $769.00 MEGA FRAME CAB 6 5,865.00 19"X T EQUIPMENT RACK 10 $2,058.50 11729403;Vert. Wire Mgr. DS wide 12 $3,077.40 10260-106,ladder runway 12"-gray 23 $1,507.66 11421-506;wadi angle sup. kit for 12 17 $273.70 10595-508;rack to runway plate- 15 $362.25 SHELVES 4 ! $271.40 12061-{101;{around strap kit 30 $483.00 1061019; 18"rack mount ground bar 15 $634.75 10622-020;gmd busbar k(t 10 1,207.50 GROUND lugs 60 i $476.66 THNN#6 500 $86.25 Power strip&brackets 16 $1,196,00 Rack&runway hardware 45 1 $284.63 2"j honks&wire 75 $168.19 labels B00 i $55.20 MISC. ITEMS- fire block, velcro etc 1 $434.49 MISC. ITEMS- consumables 1 $201.25 Tatsi Mst*risl $16,010.06 Sales Tax $2,970.83 Total $38,980.59 Labor t�$,980.12 Total Quote $ 57 950.00 FROM : DonAr Enterprises PHONE NO. 4328595 Jul. 24 2M2 10:38PM P4 Date: Accepted By: +Et+ iI LR July 26,2002 #�+�►!�+m!,I . � � Contractor Bidding CAL/WIN e'AD Mage 3 Estimate# 3583ak Advanced 'Voice& Datil Terms and Condition 1. Advanced Voice&Data Ino.will implement this Installation in accordance with th .National Electrical Code, State anti Notal mandates and within EIAMA telecommunications installation standards 2. Advanced Voice&Date Inc.will warranty this project for one year from the date of project acceptance for materials and labor unless otherwise noted in the scope of work, 3, Advanced Voice&Data, Inc.assumes that this work may be performed during notmal business hours unless noted otherwise in the scope of work. 4. Advanced Voice&Data, Inc.assumes that no asbestos or hazardous materials will be encountered during the Installation. This quotation does not include removal or abatement of any as3best+s or contaminated materials. 5. Advanced Voice&Data, Inc. assumes that all tables will be placed above a typical drop ceiiing;with removable lay-in ties unless noted otherwisein the scope of work. 6, Advanced Voice&Data, Inc. assumes that conditions affecting this work have not!changed sinter the time of our site visitation. 7. Advanced Voice&Data, Ino, assumes that any conduits or raceways scheduled fCr re use during the site wslkthrou$h are of sufficient capacity for the proposed cables and are not domalg 4d or blocked in any way. 8. Advanced Voice&Dots, Inc,assumes that sufficient rack space and power are a4ailable for the listed equipment, 9. Advanced Voice&Data, Inc. assumes that there will be unimpeded access to all necessary work areas for the duration of the project. 10. Advanced Voice&Data, Inc. has not Included any rented of lift trucks or scissor Ilitb unless noted in the proposal. 11. The customerMil provide a clean and safer environment for the duration of this project. Where applicable,the customer will Inform Advanced Voice&Data,Inc, Representatives of,any hazards us working conditions and provide appropriate training and precautions, 12. This quota is valid for thirty(30) days from the date shown. Advanced Voice&D'to, Inc. reserves the right to adjust this quotation for any phases of this project that are schedules for the com=ion beyond sixty(60)days from the date shown below. 13. Upon delivery of material to job site, all material costs are due the same day, Change orders due 15 days after invoiced. Upon completion of project,total contract price is due. Late charges will;be assessed at 1.5%per month for invoices over 20 days, Customer agrees to pay any charges such as legal fees,collection costs,etc. accumulated regarding Invoice payments, 14. List payment schedule,if different that Item 13: 15. Additional aseurn ionslexceptions to above: Acceptance of Terms and Conditions: weik the c ustomw v#m4h the above tenne and make modification or adders as needed,Have the oiustomer 3nitiallm below ago � that the terms as written or as rnodifted are accaprable, � t Customer Signature Date Advanced Voice&Dater, Inc. i 07/24/2502 08:33 2095995683 DC COM+'tNICATIONS PAGE 01 DC CUMMMCAT'IONS P.U. BOX 118 RIPON,CA 95366 TEL TAX 209.599.5+683 LIC.#797056 BI1 PROPOSAL FOR CAL/WIN UPGRADES RE: TELECOM ROOM UPGRADE SUBII=D BY: DC COMNOJNICATIONS P.O.BOX 118 RIPON, CA 95366 TELTAX 209.599.5683 PREPARED BY: Celina Brown,Owner AUTHORMATION# WW'0298 CERTMCATION: SBE,MBE, WBE OSBCR Ref.#0026108 Conga Cosa County-Self-Certification Caltrans Civil Rights Program-Pending DATE: 7ULY 22,20032 07/24/2002 013;33 2095995683 DC COMMINICATIONS PAGE 92 .4COPE OF WORK + DC Communications hereby proposes to furnish all materials and necessary equipment,and perforin all labor accessary as detailed by the dmwings/plans and specifications in S_esgion_,17000,titled Comrnu-u&—abons. * DC Communications Mall perform all wont in accordance to published codes, industry guidelines,rules and regulations. EXCL US,IONYS • Termination plywood backboards for all Telecom Rooms(TR) + All conduit sus(i.e.conduit,i=er-duce,cable trays,raceways,etc.) + 1n--wall junction boxes and pull boxes + Gromd Bus Bars • Openings,chases and sleeves + &' 'Wiremold plug-mold strips on std-off brackets U"AND CONI3ITIOI�S Some or all ofthe following Terms and.Conditions may or may not apply w your application. Should you have a question concerning thorn, you should call,us for clarification.or to modify therm. TERMS: • 100/6 upon acceptance of the quote/proposal. • Upon delivery of material to the job site,material charges are due upon.,eceipta • Labor biller schodule due upon receipt: Cable installed(Rough in) Cable terminated Cable tested and Job signed off • Change orders due upon receipt • Payment terms are Net(3 0) • Progressive billing on jobs over(30)days due Net(30)upon receipt • Agree to pay a late urge of 1.5%per month(1.8%per ann=)on amounts offer thirty(30)days post due. • Agree to pay any charges such as legal fees,collection costs etc.accumulated regarding invoice payments. 07/24/2002 09:33 2095995683 DC COMMUNICATIOM PAGE 03 CCi►ItitUIT ONS. • It is understood that we are not liable for any loss,damage or delays occasioned by fire,strikes,lockouts,acts of trod,accidents, boycotts,material shortages,or labor conditions. PR ICI1VCr All material is guaranteed to be as specified,and the above work to be performed in accordance with the drawings and specifications submitted and subst=tially completed in a professional manner for the sum of: Material $37,346.00 Labor $22,500.00 Lump Sum Total $59,846.00 This proposal is submitted by DC Com rnunications on July 24,2002 and is valid for thirty(3 0)days from the submission date. Thank you for the opportunity to quote this project. Sincerely, DC Communications BY: Celina Brown,Owner AC"T ritC"E OF PROPl1SAL You are hereby authorized to furnish all material,equipment and labor required to com=plete the work described in the above proposal,for which the undersigned agrees to pay the amount stated in said proposed and according to the terms thereof. Signature: Date: Signature: Date; Cost Quote Informcatiot`t =� 05 �, ustomer Job/TSR/PO# CF COMMUNICATION SOLUTIONS, INC. � �l�i� �� �, Cost Quote# CA Lic. 629228 y� ;"v to Prepared: 7/22/02 Customer Name: BEI CONSTRUCTION, INe.cP Site Address: 1829 CLEMENT AVENUE t, City&State: ALAMEDA, CA 94509 Requesting Party: DON F'ALTINCS Telephone Number: (510) 529-3792 Fax Number: (510)865-2594 Scope of Work: SEE ATACHED SCONE OF WORK Materiel Summery Quantity Description Price SEE ATTACHED MATERIAL LISTS TOTAL MATERIAL ALL SITES $42,729.70 Labor Summary: Quantity Type Hours Price TOTAL LABOR ALL SITES $34,320.00 Shipping Costs: INCL. Sales Tax: N/A Total project Cost: $77,048.70 Customer Approval Acceptance Date This is an estimate only and is subject to modification upon completion of a customer site survey. All ICF Contractual Terms +&Conditions will apply to this Cost Quote. FILE.CC County BE[Const.COST QUOTE t •n i � �n 90 V1 i C3ii m11+ 4A 1 fa 4 4A+ t t W i + CI) , i N� fit t 1 t»1 Lit i t W+ t ' La, C. w l 4A 40 l rn r�W CA w , ooil 4n+ t01o N' , 460 �}} �1 1 1 t w } W �+ ct3 CO ig N t 6* M t + S1 -a +; Nl c� CAL/WIN UPGRADES CONTA COSTA COUNTY AUTHORIZATION NO. WW0298 SCOPE OF WORD Section 17000 PART i GENERAL 1.03 Standards and Codes TCF Communications is familiar with the reference materials pertaining to telecommunications one through twenty seven. 1.04 Coordination TCF Communications will accommodate County schedules for project installations. 1.05 Project Conditions ICF Communications will work in locations as shown on drawings. 1.06 Labeling A. System Components 1. ICF Communications will be responsible for labeling of all components as stated in the paragraph including a through f. B. Records and Labeling I throuszh 4. ICF Communications will conform to TIAIEIA Administration Standards. C. Label Format ICF Communications will adhere to the labeling specifications found in parts 1 through 5. 1.07 Field Quality Control and Testing Testing of cable shall be performed by ICF Communication in conformance with parts I a. b, 2a 1-4, 2b 1-14. 1CF Communication Solutions, In 2840 Howe Road, suite D, Martinez,CA 94553-4000 Ph (925) 335-4000 Fax (925) 335-2796 www.icf.com CA Lit.#629 CAL[WIN UPGRADES CONTA COSTA COUNTY AUTHORIZATION NO. WW0298 SCOPE OF FORK PARI` 2 PRODUCTS 2.01 Cable ICF Communications will comply with the County's request for the use of Avaya Communication products as specified in sections A through D. 2.02 Termination hardware ICF Communications will comply with the County's request for specified hardware in sections A through D. 2.03 Supporting Infrastructure ICF Communications will comply with the County's request for specified hardware in sections Al through A4. 2.04 Cable Management ICF Communications will comply with the County's request for specified hardware in sections A through E. 2.05 Cable Runway ICF Communications will comply with the County's request for specified hardware in section A. 2.06 Miscellaneous ICF Communications will provide all miscellaneous materials required to complete the project. PART 3 EXECUTION .3.01 Installation ICF Communications' work will be performed according to published guidelines, rules. and regulations. CAL/WIN UPGRADES CONTA COSTA COUNTY AUTHORIZATION NO. WW0298 SCOPE OF WORK 3.01 Installation (con't.) A. Cable ICF Communications understands and will comply with,parts I through 7. C. Riser/ Feeder Cable iCF Communications understands and will comply with parts I through 13, D. Horizontal Station Cable ICF Communications understands and will comply with parts I through 12, E. Station .Tacks ICF Communications understands and will comply. F. Faceplates (Surface Mount Blocks) ICF Communications understands and will comply with parts I through 2. G. Patch Panel Mounting and Termination ICF Communications understands and will comply with parts I through 4. I. Vertical and Horizontal Cable Management ICF Communications understands and will comply with parts in this section. S. Cable Runway ICF Communications understands and will comply with parts I through 5. K. Firestopping ICF Communications understands and will comply with parts in this section. CAL WIN UPGRADES CONTA COSTA COUNTY AUTHORIZATION NO. WW0298 SCOPE OF WORK 3.02 County Facilities A. 30 Muir Road 1. 1"Floor Telecommunications Room Equipment ICF Communications understands and will comply with parts 1 a through 1 c. 2. DS3 Feeder Cable ICF Communications understands and will comply with part 2. 3. Fiber Optic Feeder Cable ICF Communications understands and will comply with parts 3a through 3b. B. 40 Muir Road I. Horizontal Station Cable ICF Communications understands and will comply with parts 1 a through 1 c. 2. Cable Removal ICF Communications understands and will comply with part 2. C. 40 Douilas Drive 1. MegaFrame Cabinet ICF Communications understands and will comply with part 1. 2. Horizontal Station Cable ICF Communications understands and will comply with parts 2a through 2b. CAL/WIN UPGRADES CONTA COSTA COUNTY AUTHORIZATION NO. WW0298 SCOPE OF WORK 3. Cable Removal ICF Communications understands and will comply with part 3. D. 2530 Arnold Drive 1. 3`' floor Computer Room Equipment ICF Communications understands and will comply with parts I a through I d. E. 1305 !McDonald Ave. I. 3 °floor Computer Room Equipment ICF Communications understands and will comply with parts la through 1c. 3. Fiber Optic Feeder Cable ICF Communications understands and will comply with parts 3a through 3b. F. 151 Linus Pauling Drive 1. 1"Floor Telecommunications Room ICF Communications understands and will comply with parts !a through I e. 1 MPOE /Supporting Infrastructure ICF Communications understands and will comply with parts 2a through 2b. 3. IMPOE J Relocation of Existing equipment ICF Communications understands and will comply with parts 3a through 3d. CAL WIN UPGRADES CONTA COSTA COUNTY AUTHORIZATION NO. WW0298 SCOPE OF WOE{. G. 4545 Delta Fair Blvd. 1. 1.2 Computer Room ICF Communications understands and will comply with parts i a through 1 f. 2. 1.1 TR 1CF Communications understands and will comply with parts 2a through 2e. 3. 1.3 TR ICF Communications understands and will comply with parts 3a through 3f. 4. 2.1 TR ICF Communications understands and will comply with parts 4a through 4f. 5. 2.2 TR ICF Communications understands and will comply with parts 5a through 5f. 6. Fiber Optic Feeder Cable ICF Communications understands and will comply with parts 6a through 6b. 7. Cable Removal (Cable originating in the 2.2 TR) ICF Communications understands and will comply with part 7. SYSTEM SALES QUOTE SUMMARY CUSTOMER: C.C. County - 30 Muir Read EQUIPMENT/MATERIAL SALE PRICE OTY TOTAL PRICE 1 19"x84" CPI Rack 46353.503 $238.48 2 $476.95 !CPI Vertical Rack 12096.503 $274.38 2 $548.76 1CP! Me aFrame M1035201 $938.40 1 $938.40 ICPI Vert. Cbl RinE 12465.707 $138.03 1 $138.03 ICPI 6 ft plu mold strip 12070.701 $238.00 1 2 $476.00 !CP1 Cable Runway 10250.112 $81.67 5 $408.34 ICPI Wall An le 11421.112 $20.40 4 $81.60 :CPI Triangular Sup Brkt 11-312-11.2 { $20.40 4 $81.60 CPI .function Splice 11 -1302-001 j 37.82 4 $31.28 `CP1 Anchor Kit 40604.001 $17.68 $70.72 CPl J Bolt Kit 11308.001 $4.76 4 $19.04 Comscope DS3 Coax PVC 734C1 $239.20 1 $239.20 DS3 Coax BNC AMP 31-70008.1000 $3.75 4 $15.01 Ava a Fiber Mt 19" 108565763 $425.23 2 $850.46 iAva a MM SC Conn 700007024 $10.06 26 $261.66 va a 12 Strand MM 700009392 $1.89 200 $378.08 :Avaya SC duplex Clio (l0.ba $13.60 3 $40.80 Ill' PVC Innerduct $0.68 175 $119.00 Crtronics Ground Bar 808004551 $28.56 1 $28.56 CPI Lioper .1umoer Trav !2183.719 $87.615 1 $87.65 TOTAL MISC EQUIPMENT COST I I 'Minor Matertai 5125.00 !OTDR Test $500.00 Shipping/freight $0.00 I !Warranty (if applicable) $0.0 I MATERIAL SUB-TOTAL $5.916.15 Total Hours REGULAR HOURS .$2.640.00 OVERTIME HOURS $0.00 i SALES TAX 8.00T, $0.00 'TOTAL SYSTEM PRICE :'' $8.556.15 Page 1 SYSTEM SALES QUOTE SUMMARY CUSTOMER: C.C. County - 40 Muir Road E UIPMENT/MATERIAL SALE PRICE QTY ITOTAL PRICE , F Avava CAT 5 PVC Gray 1061 $0.11 3.000 $326.40 Avava CAT 5 Jack insert Ivor $6.85 18 $123.38 Ava a i port SmTivory $2.99 16 $47.87 Ava a 1 Port Faceplate $1.70 2 $3,40 CP# Cable Runwav 10250-112 $0.00 0 $0.00 $81.67 0 $0.00 CPl Wail Angie 11421-112 $20.40 0 $0.00 1CF'# Trian alar Sup Brkt 11312-112 1 $20.40 0 $0.00 CPI Jurction Splice 11302.001 $7,82 0 $0.00 ;CPI Anchor Kit 40604.001 $17.68 0 30.00 CPI J ;Snit Kit 11308.001 $4.76 0 $0.00 Coscope OS3 Coax PVC 73401 $239.20 0 $0.00 'dS3 Coax BNC AMP 31.70008.1000 $3.75 0 $0.00 Ava a Fiber Mt 19" 108565753 $425.23 1 0 $0.00 Iva a MM SC Conn 700007024 $10.06 0 $0.00 Ava a 12 Strand MM 700009392 $1.89 0 $0.00 Ava 6 SC dupiex Clip 10.baw) $13.60 $0.00 1" PVC Innerduct $0.68 0 $0.00 Ortronics Ground Bar 808004551 $2$.56 0 $0.00 CPI Upoer Jumper Tray 12183.719 $87,65 0 $0.00 TOTAL, , ,MISC EQUIPMENT COST Minor (Material $20.00 Shiooin /frei ht Warranty (if applicable) $0.00 # MATERIAL SUB-TOTAL $521.05 t Totai Hours REGULAR HOURS $2.970.00 OVERTIME HOURS $0.00 SALES TAX c@z'8.00% $0.00 NOTAL SYSTEM PRICE $3.491,05 Page 1 SYSTEM SALES QUOTE SUMMARY CUSTOMER: C.C. County • 40 Dcugias Drive EQUIPMENT/MATERIAL SALE PRICE TY TOTAL PRICE Avava PEen CAT 6 2071E $0.42 9.000 $3.794.44 jAvaya Jack Insert 108232737 $6.65 55 $365.77 CPI Me ai-rame, M1035201 j $938.40 1 $938.40 CFI Vert. Cb! Ring 12465-707 $138.03 11 $138.03 CPI 6 ft olu mold strip 12070-701 $238.00 3 $714.0(3 CPI Cable Runwa 10250-112 $81.67 2 $163.34 CFI Wall Angle 11421.112 $20.40 3 $61.24 Avava M13C Mod Furn FaceDite $2.33 X14 $102.33 CPI Junction Solice 11302.001 $7.82 1 1 $7.82 ;CP( Ancnor Kit 40604-001 $17.68 1 $17.68 CPE J Boit Kit 11308.001 $4.76 1 $4.76 CPI Vert Dubl Sided 6" 11729.503 $297.02 1 $297.42 ,Hilti Snot 100/pkE $43.52 1 $43.52 Crtronics 19" Wire M r 808044855 $46.63 2 $93.27 Ova a 48 Port PP 700173743 $549.51 2 $1.099.42 rtronics CAT 5 12 Port w/ 89D brkt $118.32 5 $591.60 IHilti 6 Ft. Han ers 100/bundl $93.84 1 $93.84 ICaddv 4 Inch hook $4.41 20 $88.13 Ortronics Ground Bar 808004551 $28.56 1 $28.56 Avava Flush Wall Plate 108258419 $1.65 i 1 $18.10 T OTAL MISC EQUIPMENT COST Minor Material $175.00 i Shiopin r#rei ht $0.40 ! I,Warranty (if aoplicable) $0.00 MATERIAL SUB-TOTAL $8.835.78 Tota! Hours REGULAR HOURS $10,725.00 OVERTIME HOURS $0.00 SALES TAX 8.00 :r..: $0,00 _ _ TOTAL SYSTEM PRICE $19,560.78 Page 1 SYSTEM SALES QUOTE SUMMARY CUSTOMER: C.C. County - 2530 Arnold Drive EQUIPMENT/MATERIAL SALE PRICE QTY TOTAL PRICE 1,Avava Plen CAT 6 21771E $0.42 0 $0.00 `Avava Jack Insert 108232737 $6.65 0 $0.00 IC°i Me aFrame iM1035201 $938.40 1 $93$.40 I ;CPI Vert. Cbl Ring 12465.707 $138.03 1 $138.03 tCPI 6 ft piu mold strim 3.20701.70}1 $238.00 2 $476.00 CPI Cable Runway10250.112 $81.67 4 $326.67 CPI Wall Angle 11421.112 $20.401 3 $61.20 CPI Vert 0ubl Sided 3" 12096.503 $2.33 1 1 $2.33 ;CPI Junction Solice 11302.001 $7.82 I 3 $23.46 :CPI Anchor Kit 40604.0101 $17.68 2 $35.36 CPI Balt Kit 11.308.001 $4.76 21 $9.52 I 1CPI Vert Jubl Sided 6" 11729.503 $297.02 0 $0.00 1 ICPI 19' Rack 46353.503 $238.48 2 $4.76.95 'Ortronics 1r3" Wire Mgr 8080448.55 $46.63 0 $0.00 Avaya 48 Port PP 7070173743 $549.51 0 $0.00 rtrcnics CAT 5 12 Port wi 89D brkt $118.32 0 $0.00 CPI Bubl Sided Shelf 40108.519 $138.39 1 $138.39 CPI Monitor/Ke brd Shif 11487-519 $224.40 1 $224.40 Ortronics Ground Bar 808004551 $28.56 2 $57.12 I1 1l2" IVC innerduct $0.75 250 $187.00 TOTAL. MISC EQUIPMENT COST V1inor CV"ateriai $75.00 i ShipmIfrei ht $0.00 Warranty (if amicable) $0.04 MATERIAL SUB-TOTAL $1169,83 Total Hours REGULAR HOURS $2.310.00 OVERTIME HOURS $0.00 { i ,SALES TAX @ 8.00% $0.00 'TOTAL SYSTEM PRICE $5,479.83 Page 1 SYSTEM SALES QUOTE SUMMARY CUSTOMER: C.C. County • 1305 McDonaid EQUIPMENTIMATERIAL SALE PRICE QTY TOTAL PRICE Avava MM 12 Stance 700009392 $1.89 100 $189.04 'Avava SC Connectors 7000007024 $10.06 24 $241.54 CP# Me aFrame M1035201 $938.40 i f $938.40 CPI Vert, Cb# Ring 12465.707 $138.03 1 $138.03 CPI 6 ft o#urrmo#d strip 12070701 $238.00 3 $714.00 CPI Cable Runway 10250.112 $81..67 6 $490.01 CPI Wal# An ie 11421-112. $20.403 6 $322.403 1" P'/C Innerduct $0.68 2.50 $170.00 CPI Junction Splice 11302.001 # $7.82 3 $23.46 CP# Anchor Kit 403604.001 $17.68 3 $53.034 CPI J Solt Kit 11308.001 $4.76 3 $14.28 CPI Vert Dubl Sided 6" 11729.503 $297.02 2 $594.05 CPI 19"x84" Rack 46353.503 $238.48 4 $953.90 Ortronics 19" Wire M r 808044855 $46.63 0 $0.40 ,va a 48 Port PP 740173743 $549.51 0 $0.00 PI Jumper Trough 12183-719 $87.65 1 $87-.65- :CPI 87.65`CP# Vert Dub# Sided 3" 1.2096.503 $274.38 4 $1,097.52 Avaya 24 Port Fiber Pn# 108565763 $425.23 2 $850.46 Ortronics ground Sar 808004551 $28.56 3 $85.68 Avava Flush Wall Plate 108258419 $1.65 0 $0.00 TOTA L, MISC EQUIPMENT COST i Minor :Materiai $150.00 OTDR TestinE $500.00 Shfppfn /;ref ht $03.030 Warranty fif applicable) $4.00 i ! 1 MATERIAL SUB-TOTAL $7,413.45 Total Hours REGULAR HOURS $3.630.40 IOVERTIME HOURS $0.00 3 SALES TAX �7a 8.005 $0.00 TOTAL SYSTEM PRICE $11.443.46 Page 1 SYSTEM SALES QUOTE SUMMARY CUSTOMER: C.C. County - 151 L.inus Pauling Drive EQUIPMENT/MATERIAL SALE PRICE QTY TOTAL PRICE i Avava Plen CAT 6 2071E $0.42 0 $0.00 IAvaya Jack Insert 108232737 $5.65 0 $0.00 1,CP1 Me aFrame M1035201 $938.40 1 $938.40 CPI Vert. Cbl Rin 12465.707 $138.03 1 $138.03 CPI 6 ft alu mold strip 12070.701 $238.00 3 $714.00 CPI Cable Runway 10250.112 $81.67 4 $326+.67 CPI Wall An le 11421.112 $20.40 2 $407.80 CPI 19" Rack 12096-503 $238.48 1 $238.48 1CP1 Junction Solice 11302.001 $7.82 4 $31.28 1CPI Ancnor Kit 40604.001 ( $17.58 2 $35.36-. iCP1 J Bolt Kit 11308.001 $4.76 $19.04 1 CP1 Vert Dubi Sided 6" 11723503 $297,02 0 $0.00 CPI Dubl Sided 3" Vert 12096-503 $274.38 1 $274.38 Ortronics 19"Wire Mar 808044855 $46.6.3 0 $0.00 Avaya 48 Port PP 700173743 $549.51 0 $0.00 )rtronics CAT 5 12 Port w/ 89D brkt $118.32 0 $0.00 ;CPI 19" Shelf 40074.500 $619.20 2 $138.39 Caddy_4 Inch hook 1 $4.41 0 $0.00 11 Ortronics Ground Bar 808004551 $28.56 3 $85.68 Ava a Fiush Wall Plate 108258429 $1..65 0 $0.00 :TOTAL MISC EQUIPMENT COST Minor Material $75.00 Shippin /frei ht $0.00 i Warranty (if aoplicabie) $0.00 I IMATERIAL SUB-TOTAL $3.055.51 Total Hours I REGULAR HOURS $2.640.00 OVERTIME HOURS $0.00 SALES TAX @ 8.00% $0.00 I i 'TOTAL SYSTEM PRICE $5.695.51 Page 1 SYSTEM SALES QUOTE SUMMARY CUSTOMER: C.C. County - 4545 Delta Fair Blvd. E UIPMENT/MATERIAL SAME PRICE QTY ITOTAL PRICE Avava MM 12 Strand 700009392 $1.89 1.000 $1.590.40 Ava a SC Connectors 7000007024 $10.06 192 $1,932.29 CPI Me arrame M1035201 I $938.40 1 $938.40 CPI Vert, Cbi Ring 12465.707 $138.03 1 $138.03 CPI 6 ft plu mold strip 12070.701 $238.00 2 $476.00 CPI Cable Runway 10250.112 $81.67 2 $163.34 CPI Wall Angle 11421.112 $20.40 3 $61.20 1" Plen innerduct $3.06 800 $2,448.00 CPI ,function Solice 11302.0301 $7.82 1 $7.82 s I'M Ancnor Kit 40604.001 t $17.68 0 $0.00 CPI J Bolt Kit 11308.001 $4.76 4 $19.04 iCPI Vert Dubl Sided 6" 11725.503 $237.02 1 $257.02 Avava CAT 6 Poen 2071 E $0.52 200 $103.36 Avava MPS100E-246 Jack Ivory $6;65 1 $6.65 Ava a 413 Port PP 700173743 $549.51 1 $549.51 i CPI_Jumper Trough 12183-719 $87.65 3 $262.96 ICPI Vert Dubi Sided 3" 12096.503 $274.38 $274.38 1 Ava a 24 Port Fiber Pni 108565763 $425.23 6 $2,551.39 l Ortronics Ground Bar 808004551 $28.56 14 $399.84 CPI 19"x24 Wali Rack 11960.505 $171.97 1 $171.97 i Ava a 2.4 Pt PP 1OOGS2.24 $353.60 1 $353.60 KPG Unibracket 0203.01 i $36.37 2 $72.73 TOTAL MISC EQUIPMENT COST s Minor Materiai $200.00 OTDR Testing___ $5003.00 Shiopinlfreiht 77777, $0.00 s Warrant (if agolicable) $0.00 $13.817.92 MATERIAL SUB-TOTAL Total Hours REGULAR HOURS $9,405.00 OVERTIME HOURS $0.00 SAFES TAX c 8.00 0 1:E ... . >:;:<:: $0.00 Tt"�TAL SYSTEM PRICE : < $23.222.92 Page 1 FRW F FO< NO. Jul. 23 202 22:33PM P! MR WIRE 2209 KINGSTON AVE. SAN BRUNO CA 94 366 PHONE1FAX 6811E-873-9473 PAGE i OF 3 TO: BELCONSTRUCTION, INC .ATTN: ESTIMATING DEPARTMENT MATE: JULY 23, 2002 FAX: 510-865-S 594 FROM: MIKE, IF, YOU HAVE ANY QUESTION PLEASE CALL; 650.873-9473. THANK YOU, MIKE FROM FAX NO. 4M.. 23 2002 12:34PM P2 MR WIRE, Estimate Phone/Fax 650-$73-9473 2209 Kingston Ave DATE ESTUATE# San Bruno,CA 94066 7/23/2002 __._.. 671 NAMEIADDRESS CONTRA COSTA COUNTY HUMAN FACILITY CALWIN PROJECT, CA 000-0204 PROJECT j CALWIN UPG... DESCRFT[ON COST j TOTAL LABOR AND MATERLAL ESTIMATE FOR SECTION 67,,945.00 � 67.945.00 17000 COMMUNICATIONS PROTECT#000-0204/9.4 CALwjN UPGRADES AT sEVEN sans FOR THE j PLOYMENT AND IH24AN SERVICES DEPARTMENT- 1.30 EPARTMENT:1.30 MUIR RD;INSTALL THREE.EQUDgviENT RACKS, ASSOCIATED EQUIP.A COAX FEEDER CABLE AND 12 STRAND FIBER OPTIC FEEDER.CABLE FROM ROOM 1.22 TO 1 ST FLOOR DISTRIBLMON RACK i LOCATED AT'WEST END OF BUILDING. 2.40 MUIR RD,-INSTALL ONE CAT 5 CABLE TO 18 DATA OUTLETS AND INSTALL ONE MEGAFRAME_ ! 3.2530 ARNOLD Dp,,REARRANGE E3GSTING i EQUIPMENT RACKS AND INSTALL ONE MEC1�.A.NtE. 4. 130514+�1��'.+�.ONALD AVE;INSTALL TWO RELAY RACKS AND ONE MEGAFR ME WITH ASSOCIATED RQUIlM4ENT AND INSTALL ONE 12 STRAND FIBER � OPTIC FEEDER CABLE BETWEEN NEW 3RD FLOOR COMMUNICATION'S ROOM AND 2ND FLOOR. I F DISTRIBUTION RACK.AT EAST LAND OF BUMI)I G. TOTAL pa"{ FROM FAX NO. Jul. 23 212P 12:34PM P3 MR WIRE Estimate Phone/Fax 650-873-94733 Es'nMATE# 2209 KftigXon Ave San Bruno, CA 94066 7/23/2002 671 NAMEIADDRESS CONTRA,COSTA COUNTY HUMAN FACTLTTY CALWIN PROJECT, CA 000-0204 i PROJSC'f CALWIN UPO... OESCRFTION _ COST TOTAL S. 151 LINL3S PAULING LAR;REARRANGE EQUIPMENT ' IN TELECOMSIUNICATIONS AND MPOE ROOM. � INSTALL TWO RELAY RACKS AND ASSOCIATED EQUIPIVIENT. {6.4545 DELTA FAIR.BLVD,REARRANGE EQUIPMENT IN RVE IT-LEPRONE ROOMS,INSTALL LINE i !MEGAFRAMF AND ONE WALL RELAY RACK AND � ASSOCIATED EQUIPMENT. INSTALL TWELVE STRAND FIBER IT-EDER CABLES FROM 1 ST FLOOR. COMPUTER ROOM TO FOUR TELEPHONE ROOMS. THE ABOVE ESTIMATE IS FOR COMMUNICATIONS WIRE, CABLE AND ASSOCIATED TERMINATION EQUIPMENT. j i i TOTAL. 567.945.00 PSW2 U. BSI Bay Systems Integrators 24967A MakAwkkd Ark. Kayward,CA 9.654!. (P) 510.259.0877 Date: 7/26/02 11:56 AM . gerbsi.coun TAMnze 9 748 527 Company: BEI Construction To: Donald Fsltin s �'�'• Steve Bickford .! •�,�^`��`-� ;��� 1 :�,�:.,.' :< ;� �� ''����Ir�li};w •`:'rt„w'.'..` ''i'".:�i. 1 !i:,r,.,y'WJ'v:1'i r•,u:iyp 1��'{ ii{�'u?uu, ♦ �,:..,1:,,.• ,�+�,�,A: :�ryft��ttl f.,.� . :"..�• s;,x.t� �� , 1. ',r; S ,•fp,,..µ: �i7 Fax Number: ~ T K J _ f.t.. ?]{�{�,}a:l: VI t Y .Il•� 1. Pi1 f � '�I'1I�i:•�r ! �blE� L ..:t'=' ..yr.r•�,"-M'�U,.}+t ��3tnp�n+ �',;�( �"�.t�yl;�''t x',. 1h,�,� Ni eluding covar s "PI.I.,1, 0 yp+ �•1��b•.""w �.,,�„"ter r,, � ,"1 � i"'y;f. ,t,d1��,j �' rifafGI!": 'S p.�rx � _ ! t 1 tt i f � i i aF. 1 • -tk,KRtk,.0 Ntl�'1,S N t' t 'UUii''{ 1{4}yf� t}.._';t y 1IJ ,q�1 �r.i"' +n5�:.KM iil:'Gif�, ��{�r f i'!'C' �2f � y U�:N•�, Don, 1e '. r. •. :.r>,. hire Is anything Will,$An da Thanks. +A ?,;z6.`^i:T";'w."r'•~.'.wG.r:G`..i".,',t''�`�.A Ytil'' :.i°'`»w'e { 7r.i."iy, �• us".eiex �*i{ 'i���',t1Y,.y.nti,:.r:'#��utv�r°1 .,q���t r;y:S:Y1l��'-���"�",'wti•,�+:,.`'.;., r ._«.�.;t .in �al�t��l°{�.:P:ri Rtr,.ytu q' C::1•.: .y}yp a}jof;i•In BSI Bay Systems 7/25102 11:49 AM Integrators 24967A sf kAb"ee Ave. ard, A 945" BEI Construction, Inc. Hayr+v10. 99.0877 1829 Clement Avenue (Y) 310.2$9.0876 Alameda, CA 94501 .*-*W-W 6gab*1.+coXn Fax: 510-865-2594 ��,� 745a27 Ref: Contra Costa Cal/Win Upgrade �f BSI Proposal No. 134-02 ,�� ' } IM Bay Systems Integrators is pI t7� ; r u our price of$72��Nk followingC7\rLIO U2 work,'', , p hw�.rr4 ��h N �.uY �}r 'rtpL` kM411M _x L5 Y.{ t'�,� J '� }o �Y�Wh' �i.]4�'� aiiya n�� N 'ti��r di Is• 7.•�f?fsd 4ad �''j. �" �t�'y$?!qi&a�J i�k� �na x 'f'N, wu r Scope: KYh .r� d hi' 'L,.• nfY 4 necessary mateftrir"lection 17000 per specifications. ° Vit,,•,�;r�.�G�; J a w t...ay'Jih Ktt V�d' ns ( i✓XCIilSions .7Q'�iC'%�d� flN ''„�t5sh,;ri�' Yrs, �? `� pi'r�st4i� .+N•``' ,fL9,1 �.� Sl assumes allconduits, sleeves arsndin nr�i r s # � h wcJ{bi ��� , ,will be done byc�ers. <i;. :�: u� � �. ,..kl: �� �;3 ...,��.��} ;work not specified In, 17Un0 is not Included !n l } ny r�ew work nee "completed, it will be billed on a' i ai basis. j, '40"11 1H 3. BSI will ., irk d , f�t7urS• W��jif�' a. Installs '� " lSIes. .1 a , Id u}.• u>nk1" t f N9a n r x• u.rt i S b. '1 erminations" , f all coppe c. Cutover and demo# ales. t r. 4. All fiber and Coax installation wt ne during noal busin' hours. If this work needs to be done during off hours, there will be change to the original contract. 5. All plywood will be installed by others. If you have any questions, please do not hesitate to call. Sincerely, Stove Blckford Steve Bickford Estimator 07/23/2002 12:o9 FAX $10 636 2492 CUD OAKLAND Z01 TUCKER TT CH NOLOGY INC. gf i4-sty smte m.oakl.Vr ad. Date: 07125t02 J Number of pagem including cover ahnet: To: From: BEI Hal shields Mr. Dan Fahop �I edmiom,bc. Phone. 510-521.3792 Phone- 310-936-0422 Fax 510-865.2594 Fax 510,436a 7.5 REMhRKS: Urgent X For your review Reply ASAP Q Plan cammi, Quote and Certifleadons. t Sincerely, r- al Slields Director of Sales 07/25/2002 12:00 FAX 310 536 2492 CMD OAKLAND (a 02 t TUCKER TECUNqLOGY,INC. , July 25,2002 License 729774 BEI Mr. Ikon Faltings 1 829 Clement ` Alameda, CA 94501 Tucker Technology Inc.is please to submit this proposal for contract labor to ineWl/tr st struatlmr cabling for the CAL IW'IN Upgrades at Severs Sites for Employment and Human Services. I've dtao tl>p maw list and description of work to be performed. Material and Labor costs are listed below: � i Mateflals: 145,96$.00 Labor: $ 29,247.00 Total $ 135,215.00 Bid Notes: I. Quoted price valid for 30 days unless extended in writing by Tucker TecBnotoSY=Inc. 2. Bid pries does not include any applicable solos tax. t 3. Certifications attached. al Shields Director of Sales 439 14 street suite 723 OakL-M,CA,94612.2709 Tel (510)836-0422 Fax(510)936-2625 e�tsrsilclsai{�tutlt+ertech ecutt � 07/23/2002 12109 FAX 610 636 2402 _. s Af mmm AWN }} W r 4—t C I .may l•r�w{Z � � w 4 .s i itiN 07/2 2 12:09 G, ,O 438 24921004 CCCCCCCCC TTTT DEPARTMENT OF TRANSPORTATI CCCs;CCCCC TTTT Ausinr-aA Enterswiska P:W CCCC TTTTTTTTTTTTTT PO 50X 942874 - !IS 9$ CCCC TTTTTTTTTTTTTT SAC��D+ CA 94274-000 CCCCCCCCC TTTT cCCCCLCCC TTTT TTTT (914) Ul-9699 TTTTTTTTT CALfRANS Cartification Nu ark CY-027723 BLEs X ClRTIFI PRO(M[AMS IIbE SMAE Certifying Apencly l CALTRANS CQRPQRATION Sxtraratann 0&**t 09.01-2003 Curttsvt Person: FRANK TUCKED 1510! 1f3d-a+tzt Attenuant FRANK TUCKER TUCKER TECnNOLOQY INC 1 434-1014 STREET SUITE t723 QAXLAND, CA 946122703 -----Post in Public View----- CERTIFICATION MUST !E RENEWED 120 DAYS PRIOR TO EXPIRATION DATE.-- L t as vour r*myonsibi l.ity to a Apply for Racrrt0lcation an r Tinsly lowrtiis. Raysew thae nailficttiti*n far accuracy sn4 netify Caltreaw in wtitltte of *Av mseemse chan0as. __---Preferred WORK LOCATIONS:- • - CF CENTURY FREEWAY SW STATE WIDE -----sroftered WORK CAICOORIES *Ad AUSINE$S Ty**;-•--' 04100 CONSULTANT S 00711 COMPUTER S E4410 ILLIPNONE CONKUWICA.TIO14Z 5 ff#45 CWUTER EQUIPMENT I SUP#' S 17340 mISC EQUIPMENT RENTAL 6 1 5 I7374 COMPUTES I DATA PROCESSIN S f 374 CC4MMt1toR rRQt3RANMiNB S 1'7375 INFORMATION RETRIEVAL SYS S 41417 COMPUTER RENTAL AND LCASI 5 11318 COMPUTER MAINTENANCE i RE S 0 300 Misr ffuStNESS S€RVICES S + Only C04-tifiod DAE•s may be utilized to east fadarally funded eantrect Qa*I*. or,ly caetiflea SMse or swsxfo _.ay be utilixod to **ot State funded contract 20410. Q;,ly c.rti'fiad CFM39 or CFWJE*a may be utilized to meat century Freeway aentesct Rtottltt. To, TERRY S XId-463 From: Green Star Products, Inc. 7-25-02 12122pm P. 1 of 1 BWO273 JUL_25,2002 19:33 PACIFIC 14:33 EASTERN (BW)(CA-GREEN-STA€i-PROD)(CSP1) Green Star Products, Inc. Adds to Management Team In Connection with Asian Marketing Initiative for SuperSAT and other Products Business Editors SAN DIEGO—(BUSINESS WIRE)—July 25,2002Y- Name and Stack Symbol Change of BAT International(BAAT.-OTC)to Green Star Products Inc. (GSPI:OTC) Etfieobve Today Green Star Products, Inc. (GSPI:OTC)(formerly BAT International, Inc.under trading symbol BAAT)has hired several management staff that will be heading up the Green Star Products Asian Division.Jackson Chen,who has an extensive background in the lubricants industry,will be the Vice President of GSPI,Asian Lubricants Division. Mr.Chen has worked over a 20 year period as a chemical engineer and manager for various petroleum company lubricant divisions including Unocal,Ethyl Petroleum Additive Co.,US Lubricant Co.and Wynn Oil Co.Mr.Chen has 2 PhD in petroleum chemistry and has extensive background in both lubricant science and marketing of lubricant products. Michael Hu, who has been marketing products in Asia over several decades, has been appointed Vice President of Asian Marketing for GSPI.Mr.Hu was the management director ofSCE,which wasthe exclusive distributor of Wynn Oii Co.and US Lubricants Products in China over a 24 year period.Mr.Hu worked as a project engineer for Uyimura Co., a Japanese chemical plating company for 4 years.Mr.Hu has recently headed up EZ Long Life Co.,which is involved in numerous trading activities 211 over Asia.The two management staff will work as a team to introduce a variety of GSPI lubricant products to Asian markets as well as other products of GSPI. GSPI will be using this management team to move more aggressively in marketing of both lubricants and other products in China and other Asian countries.Both Jackson Chen and Michael Hu have been involved through a consulting relationship in marketing of GSPI products in China.This has resulted in the sales of the equivalent of 90,000 retail bottles of GSPI's SuperBAT TVT Anti Friction Metal Treatment in the motor vehicle sector in 2002.A new marketing initiative is being planned by the management team that will initially concentrate on distribution of cutting oil in China,where SuperBAT cutting oil has substantial advantages in machine shops toextend cutting tool and blade life and improve productivity of cutting equipment(see press release 4/18/02).China has the largest concentration of machine shops in the world and currently uses antiquated cutting oils that severely limit tool,blade and bit life. The marketing initiative is planned starting in September,2002 and will then expand to other GSPI products as an expanded distributor network is established in China and other Asian countries. In other news,the stock symbol for BAT International(BART) has been changed to Green Star Products,Inc. (GSPI)effective today.COMTEX wire service announced this symbol change today of BAAT to GSPI.It usually takes 2-3 days for the various reporting systems to acknowledge this change.Questions concerning OTC changes should be directed to Market Data Integrity at 203-375-9609.GSPI will be delaying releases planned for 7125/02 and 7/29/02 on production and marketing activities of American Bio-Fuels(see press release dated 7/23/02)until the reporting systems have fully acknowledged the change. Fon Wd-14x*ing ttaternerAs in the miesse are made pursuant to the .saile harbor"prounion of the PnVate Securities Litigation Reform Act of 189r Investors ars cautiorwd that such f0rward40Wn9 statemonta lnvcive ricks and uncertainties,including without limitation, continued aeceptance of the company's Produc* increased 1"Ws of competition for the Conrparn+, now products and teclur<Mogtcai chtngam, the Company"s dePenderxv on third party supp1mvi and other risks detailed from time to time in the Company s Periodic filings with the Securities and Exchange Commitskan, —30--Slsd" tsfsd CONTACT:Green Star Product,Inc. Joseph LaStells,619/40&8977 KEYWORD:CALIFORNIA INDUSTRY KEYWORD:ENERGY OiL/GA8 MANAGEMENT CHANGES SOURCE:Green Star Products,Inc. FROM : DomPr Enterpr i scS PHONE N0. 4328595 3u i. 24 2W2 10:37PM P1 Fax Cover 0,&40 970 Detroit Avenue,Sulu 1A Conoord,CA 94518 apt. Phone#925-681-2600 Falx#925.881-2810 Fax Cover Sheet 1v, Pon Fault#ngo From. A. Koft Company: BEI Conetructlon Ins. Date: 25-Jul-02 Fax#. 610-806-2694 #of trigs. 'hone#: 610-621-5792 Comments- Hello ornmenu.Hello Hers Is the quotation for the to#ecorzrtrtuni ait#ons vrtlrsn of: CAL NVIN UPGRADES AT SEVEN SITES ,FOR THE EMPLOYMENT AND HUMAN SERVICES DEPARTMENT Fl**"omit me if have acnypcI sVahas. 'thank ypu, Arno-TEL 926-661-2jON102,FAX 926.981-2810,or E-MAIL skolbsOaMOSWIr .corn We a reciate your buetnerss t Pagel FROM :ACS FAX NO. :9256874:328 Jul. 24 232 09:37AM PI ACS At;*o Inez. dba Air Conditl`ac MX9 Sys#e►nw 5m-C Parc Ch o hTtghwrxy* Canwr+d,Cada MIG OO-to-1,2_16• (gW)67& 3(33• MjM W.784'$s FAX(M)OR?'4nO July 21,2002 Re ft"O;CAUWxN UPGRADES L4caLion:Four Saes AC Systems Lao,a W.&L,is pleased to present the following praposei fur the above lean. =()F Wi t 1. Furnish and install a new Goodman 24,00015"RJ dueden split system at 30 Muir Rd., Mardue4 for the new 1"#loar Telecommunications ions Room. 2. Provide sad install a now CWdn an 18,000 SM ductless split sj*=to replace the v datinS systern for the 2"e floor Computer Rom at 40 Douglas Dr.,Mattinea, 3. Provide and InsmIl a now Goodmml8.000 DIU ductless split systenx for rhe now 3`4 Am Tolecos »icadons Roan at 1301 MacDonald Met.,Ridiniond. 4. Provide and install 180 CFM cellin exhaust fans with thamosW controls in the 1.1 and 2.1 `1'dleoommuniostio s Rooms at 4141 Delta Fair Blvd.,Antioch. S. Providc and install 350 CFM cW*mounted exhsust fans with thermostat oontrols in the 1.3 and 2.2 Telecommunications rooms at 4545 Delta Fair Blvd.,Andoch. 6. Fabricate and install neoessary duct transitions to vent adianst fans into the attic. 7. Provide for others to install 4 door louvers for Ow Delta Fair sites. S. Provide and install all necessary condensate drain Ime piping Frown now equipment to the appropristd site drain. 9. Provide all necessary rigging and trucking ofremoved and now equipnnent to and from project sites. 10, Provide and install all necessary refrigerant piping for now eq eat,including bracing and Mrappiag as needed. 11. Perform a complex start-up tend test of all now equipment to ensure groper systems aperadm 12. 1 + 1 Warranty(one year parts and labor). dIMU= AC Systems'total prices to patform this work will be: ind uding material,tax and labor, "'t?his Quote is valid for 30 days and subject to approval thy. 1Ysact�.Air t�rxclttdorttn6. 9i�srs Meecel 1�iss'daneta�I: Ce:mrn�rr(a�t www eec�ywtam.cem Lk+ No. 632329 F ;ACs FAX NO. :9256874328 �u1. 24 �0�2 09:37AM P� .AC Sy+slomi4 Inc. dba .Air Cepa t*tioning S 0enme 51,01•C Fort+Chkw Highway• C;oneonat,C010min 94520-1316. (83l)678.2183• (!07164.9-7343 •FAX(M)687.4328 idi= �i I. Ovettlme Labor. 18. Perrmts&Fees 2. Concrete Pods 11. Rtpair Exis&S Equipmeat 3. Ewterls 12. Sight yens 4, Acros Dome 13, Smoke!Mors S. Asbestos Removal 14. Struawral Enginteritig 6. CutW*&Patching 13. Structural FronjAg 7. Disconnem 16, Tide 24 CalcWatjo la 9. tie Nonage 17. Pawng 9. Ohn Pipe*Maker-up Wour Thamne you for giving AC Systems Inc.the opportunity to:terve you. Please fiat!fret to can if you have any questions. Sincly, r ACCEPTANCE: AC SYSTEMS,INC TME: DAA: Quo*#:d:1207 Hrating. Air O#ndi!%nina* Sham Urian . e*idential s Ch mner+cial urWW'a"J'W10m.00na Jul 24 02 081 338 ACCRA COMM GRP. 510-763-0945 p. 1 FAX COVER SHEET 04" ,CA 0414101 (!Fs )Isoy-o"I 1 PRGENT URGENT URGENT-!!, Sen to: sf!�-X- .1V11,iJr w Attentlom F"qo'-t sgate: 2 Rz Iwi l MR= Office location, "—number. _ Pl�ene number: Total pages,Including cover, Comments• Ive , Jul 24 02 08.33e ACCRA COMM GRP. 510-763-0945 P. accux commwasestAous Group var3tiswrd,W[ 94001 (l IO mI.0041 (410)203«0048(0) As r the"ow*Is a SooM of Woo*and pricing for the CAI,-Wwtaut ii Cattcrns u Ills SaVe of Werk and Pricing was dewed ane Specifiamiow Section t7w wd pt's. SwW Uf Work:(M Paw Prints and ac01t ttiK�oau) aAdd now ,tremove tdst#ng aftwk rare and crbi Labor 5 100,0 matrdraa#'7 L-f, 1_) 0 t 1 Exchrsfou& No pr icer forbid bond,pezmtk iwadu ta,darts or teWphaxe sed"+eqafpaaa+m wtdre indudW in quote. Jim Jackson cornmut+inaDana;pWil,Vac• TUt)Murm.-mll Stan:,Ste Clilkh,tid,O G3-tax 5 940 0A, " pkt's)t}.Jti3 ti`3di-tax 510.7ii1i1!14E, Coll!'110 506,60/U ;;iii k!AifI":S(i3:f,wtv,t'MIfI14"i{11Iill:1-1 lilt 07/24/2002 98:33 2095995683 DC COMMUNICATIONS PACE 01 DC CONMMCATIONS P.O. BOX 118 RIPON CA 98366 ' SAX 209-599.5683 LIC.#797056 BPD PROPOSAL FOR CAL/WIN UPGRADES RE: TELECOM ROOM UPGRADE SUBMIT D BY: IAC COMMUNICATIONS P.O.BOX 118 RIPON, CA 95366 TBLTAX 249.599.5683 PREPARED BY: Colina Brown,Owner AUTHORIZATION# WWO298 CER'MCA 1 IO SBE,MBE, YY BE OSBCR Ref.#4026108 Contra Costa County Self-Certification Caltrans Civil Rights Program-Ponding TATE: JULY 22,2002 07/24/2802 08:33 2095995683 DC COMMUNICATIONS PAGE 02 SCOPE OF WORK + OC Communications hereby proposes to&mish all materials and necessary equipment,and perform all labor necessary as detailed by the drawings/plans and specifications in Section 17000.titled Comxnursicatiur . DC Com munid adons shall perform all work in accordance to published codes, industry guidelines,rales and regulations. FX"CLIIS'tN' • Termination plywood backboards for all Telecom Rooms(TR) • All conduit systems(i.e.conduit,inner-duct,cable trays,raceways,etc.) • In-wall j unction boxes and pull boxes • Ground Bus Bars • Openings,chases and sleeves • 6*Wiremold plug-mold strips on stand-off brackets z11'x' rh Ct7 ►�' (3NS Some or all of the following Terms and Conditions may or may not apply to your application. Should you have a question concerning them,you should call us for clarification or to modify them. TERMS: • 10%upon acceptance of the quote/proposal. • Upon delivery of material to the job site,material charges are due upon receipt. • Labor billing schedule due upon.receipt: Cable installed(Rough in) Cable terminated Cable tested and Job sighed off' • Change orders dues upon receipt • Payment tardus axe Net(34) • Progressive billing on jobs over(30)days duo Net(30)upon receipt • Agree to pay a late charge of 1.5°/o per month(I8%per aimurn) on amounts offer thirty(30)days past due. • Agree to Pay any changes such as legal fees,collection costs etc.accuanulated regarding invoice payments. 07/24/2002 08:33 2095995583 DC COMMUNICATIONS PAGE 03 It is understood that we are not liable for any loss,damage or delays occasioned by fire,strikes,lockouts,acts of Clod,accidents,boycotts,material shortages,or labor conditions. PRICAYNG All material is guaranteed to be as specified,and the above work to be performed in accordance with the drawings and specifications submitted and substautjAlly complmd in a professional manner for the sum of: Mate dal $37,346.00 Labor $22,500.00 Lump Sum Total $59,846.00 This proposal is submitted by DC Communications on July 24,2002 and is valid for thirty(50)days from the submission date.Thank you for the opportunity to quote this project. Sincerely, IAC Communications BY: Celina Brown,Owner .ACCEPTANCE OF PRQPOSAL You are hereby authorized to furnish all material,equipment and labor required to complete the work described in the above proposal,for which the undersigned agrees to pay the amount stated in said proposal and according to the;terms thereof. Signature: Date: Signature: Date; Cost Quote Information ltd 0 ustomer Job/TSR/PO# COMMUNICATION SOLUTIONS, INC. �i'�t�C 'I-00, �' F Cost Quote# CA LIc. 629228PFy to Prepared: 7/22/02 Customer Name: BEI CONSTRUCTION, INkP Site Address: 1829 CLEMENT AVENUE `� -, City&State: ALAMEDA, CA 94501 Requesting Party: DON FALTINCS Telephone Number: (510)521-3792 Fax Number: (510)865-2594 Scope of Work: SEI_ATACHED SCOPE OF WORK Material Summary: Quantity Description Price SEE ATTACHED MATERIAL LISTS TOTAL MATERIAL ALL SITES $42,729.70 Labor Summary: Quantity Type Hours Price TOTAL LABOR ALL SITES $34,320.00 Shipping Costs: INCL. Sales Tax: N/A Total Project Cast: $77,049.70 stomer Approval Acceptance Date This is an estimate only and Is subject to modification upon completion of a customer site survey. All ICF Contractual Terms& Conditions will apply to this Cost Quote. FILE:CC County BEI Coast.COST QUOTE j ` O cn �io 4» "a to i w 00 fi ,a40 , 'A t 40 { CAI./WIN UPGRADES CONTA COSTA COUNTY AUTHORIZATION NO. WW0298 SCOPE OF WORK Section 17000 PART I GENERAL 1.03 Standards and Codes ICF Communications is familiar with the reference materials pertaining to telecommunications one through twenty seven. 1.04 Coordination ICF Communications will accommodate County schedules for project installations. 1.05 Project Conditions ICF Communications will work in locations as shown on drawings. 1.06 Labeling A. System Components 1. ICF Communications will be responsible for labeling of all components as stated in the paragraph including a through f. B. Records and Labeling I through 4. ICF Communications will conform to TIA/EIA Administration Standards. C. Label Format ICF Communications will adhere to the labeling specifications found in parts I through 5. 1.07 Field Quality Control and Testing Testing of cable shall be performed by ICF Communication in conformance with parts 1a, b, 2a 1-4, 2b 1-14. ICF Communication Solutions, Inc. 2840 Howe Road, Suite D, Martinez,CA 94553-4000 Ph (925) 335-4000 Fax (925) 335-2796 www.icf.com CA Lic.#629228 CALIWIN UPGRADES CONTA COSTA COUNTY AUTHORIZATION NO. WW0298 SCOPE OF WORK PART 2 PRODUCTS 2.01 Carie ICF Communications will comply with the County's request for the use of Avaya Communication products as specified in sections A through D. 2.02 Termination Hardware ICF Communications will comply with the County's request for specified hardware in sections A through D. 2.03 Supporting Infrastructure ICF Communications will comply with the County's request for specified hardware in sections Al through A4. 2.04 Cable Management ICF Communications will comply with the County's request for specified hardware in sections A through E. 2.05 Cable Runway ICF Communications will comply with the County's request for specified hardware in section A. 2.06 Miscellaneous ICF Communications will provide all miscellaneous materials required to complete the prof ect. PART 3 EXECUTION 3.01 Installation ICF Communications' work will be performed according to published guidelines, rules, and regulations. CALiWIN UPGRADES CON'TA COSTA COUNTY AUTHORIZATION NO. WW0298 SCOPE OF WORK 3.01 installation (can't.) A, Cable ICF Communications understands and will comply with parts I through 7. C. Riser/Feeder Cable ICF Communications understands and will comply with parts I through 13. D. Horizontal Station Cable ICF Communications understands and will comply with parts I through 12. E. Station Jacks ICF Communications understands and will comply. F. Faceplates (Surface Mount Blocks) ICF Communications understands and will comply with parts I through 2. G. Patch Panel Mounting and'termination ICF Communications understands and will comply with parts 1 through 4. I. Vertical and Horizontal Cable Management ICF Communications understands and will comply with parts in this section. J. Cable Runway ICF Communications understands and will comply with parts 1 through 5. K. Firestopping ICF Communications understands and will comply with parts in this section. CALIWIN UPGRADES CONTA COSTA COUNT' AUTHORIZATION NO. WW0298 SCOPE OF WORK 3.02 County Facilities A. 30 Muir Road 1. 1'c Floor Telecommunications Room Equipment ICF Communications understands and will comply with parts la through lc. 2. DS3 Feeder Cable ICF Communications understands and will comply with part 2. 3. Fiber Optic Feeder Cable ICF Communications understands and will comply with parts 3a through 3b. B. 40 Muir Road 1. Horizontal Station Cable ICF Communications understands and will comply with parts la through Ic. 2. Cable Removal ICF Communications understands and will comply with part 2. C. 40 Douglas Drive 1. MegaFrame Cabinet ICF Communications understands and will comply with part 1. 2. Horizontal Station Cable ICF Communications understands and will comply with parts 2a through 2b. CALIWIN UPGRADES CONTA COSTA COUNTY AUTHORIZATION NO. WW0298 SCOPE OF WORK 3. Cable Removal ICF Communications understands and will comply with part 3. D. 2534 Arnold Drive 1. 3`d floor Computer Room Equipment ICF Communications understands and will comply with parts 1 a through I d. E. 1305 McDonald Ave. 1. 3rd floor Computer Room Equipment ICF Communications understands and will comply with parts 1 a through 1 c. 3. Fiber Optic Feeder Cable ICF Communications understands and will comply with parts 3a through 3b. F. 151 Linus Pauling Drive 1. 1"Floor Telecommunications Room ICF Communications understands and will comply with parts 1 a through 1 e. 2. NIPOE/Supporting Infrastructure ICF Communications understands and will comply with parts 2a through 2b. 3. MPOE/Relocation of Existing equipment ICF Communications understands and will comply with parts 3a through 3d. CAL/WIN UPGRADES CONTA COSTA COUNTY AUTHORIZATION NO. WW0298 SCOPE OF WORK G. 4545 Delta Fair Blvd. 1. 1.2 Computer Room TCF Communications understands and will comply with parts I a through I f 2. 1.1 TR ICF Communications understands and will comply with parts 2a through 2e. 3. 1.3 TR 1CF Communications understands and will comply with parts 3a through 3f 4. 2.1 TR ICF Communications understands and will comply with parts 4a through 4f 5. 2.2 TR ICF Communications understands and will comply with parts 5a through 5f. 6. Fiber Optic Feeder Cable ICF Communications understands and will comply with parts 6a through 6b. 7. Cable Removal (Cable originating in the 2.2 TR) 1CF Communications understands and will comply with part 7. SYSTEM SALES QUOTE SUMMARY CUSTOMER: C.C. County - 30 Muir Road EQUIPMENT/MATERIAL SALE PRICE QTY TOTAL PRICE 19°x84" CPI Rack 46353.503 $238.48 2 $476.95 CPI Vertical Rack 12096.503 $274.38 2 $548.76 CPI Me aFrame M1035201 1 $938.40 1 $938.40 CPI Vert, Cbl Ring 12465.707 $138.03 1 $138.03 CPI 6 ft plugmoldstrip 12070.701 $238.00 2 $476.00 CPI Cable Runway 10254-112 $81.67 5 $408.34 CPI Wall An fe 11421.112 $24.40 4 $81.601 CPI Triangular Sug Brkt 11312.112 $20.40 4 $81.60 CPI Junction Splice 11302-001 $7.82 4 $31.28 CPI Anchor Kit 40604.001 $17.68 4 $70.72 CPI J Balt Kit 11308.001 $4.76 4 $19.04 Comsco e DS3 Coax PVC 734CI $239.20 1 $239.20 DS3 Coax BNC AMP 31.70008.1000 $3.75 4 $15.01 Ava a Fiber Mt 19" 108565763 $425.23 2 $850.46 Avaya MM SC Conn 700407424 $14.06 26 $261.66 a 12 Strand MM 700009392 $1.89 200 $378.08 Ava a SC du lex Clip (10.ba ) $13.60 3 $40.80 1" PVC Innerduct $0.68 175 $119.00 Ortronics Ground Bar 808004551 $28.56 1 $28.56 CPI Upper Jumper Tra 12183.719 $87.65 1 $87.65 TOTAL MISC EQUIPMENT COST 125.0 i n r Material M i o ate a 0 OTDR Test $500.00 ShippinE/freight $0.04 Warif a hcable ::>:;::;:<:;>:::<:;::::::>:::>:<>:>:;<::<:: 0. MATERIAL SUB-TOTAL $5,916.15 Total Hours REGULAR HOURS $2,640.00 OVERTIME HOURS $0.00 C SALT=S TAX $ t# a $0.00 xx n T TAL SYSTEMPRICE $8,556.15 Page 1 SYSTEM SALES QUOTE SUMMARY CUSTOMER: C.C. County " 40 Muir Road EQUIPMENT/MATERIAL SALE PRICE TY TOTAL PRICE Ava a CAT 5 PVC Gray 1051 $0.11 3,000 $326,40 Ava a CAT 5 Jack Insert Ivory $5.85 18 $123.38 Ava a 1 port SMT ivqr $2.09 16 $47.87 Ava a I Port Face #ate $1.70 2 $3.40 $0.00 0 $0.00 CPI Cable Runway 102503.112 $81.67 0 $0.00 CPI Wall Angle 11421.112 $20.40 0 $03.00 CPI Triangular Sup Brkt I1312.112 $20.40 0 $0.00 CPI Junction Splice 11302-001 $7.82 0 $0.00 CPI Anchor Kit 403604.001 $1.7.68 0 $0.00 CPI J Bolt Kit 11308.001 $4.76 0 $0.00 Comsco e DS3 Coax PVC 73401 $239.20 0 $0.00 DS3 Coax BMC AMP 31.70008.1000 $3.75 0 $0.00 Ava a Fiber Mt 19" 108565763 $425.23 0 $0.00 -aya MM SC Conn 700007024 $10.06 0 $0.00 a a 12 Strand MM 700009392 $1.89 0 $0.00 Ava a SC duplex Clip 10.bag) $13.60 0 $0.00 I" PVC Innerduct $0.68 0 $000 Ortronics Ground Bar 808004551 $28.56 0 $0.00 CPI Upper Jumper Tray 12183.719 $87.65 0 $0.00 TOTAL MISC EQUIPMENT COST Minor Material $20.00 SN in /fret ht ::..:::: $0.00 Warrant (if a piicable) $0.00 MATERIAL SUB-TOTAL $521.05 Total Hours REGULAR HOURS $2,970.00 OVERTIME HOURS $0.00 SALES TAX Q 8.0q% :;.>::_:»,:: .:_ $0.00 "C?TAL SYSTEM PRICE $3,491.05 Page 1 SYSTEM SALES QUOTE SUMMARY CUSTOMER: C.C. County - 40 Douglas Drive EQUIPMENT/MATERIAL SALE PRICE 21Y TOTAL PRICE Ava a Plen CAT 6 20715 $0.42 9,000 $8,794.40 Ava a Jack Insert 108232737 $6.65 55 $365.77 CPI Me aFrame M1035201 $938.40 1 $938.40 CPI Vert, Cbl Ring 124615.707 $138.03 1 $138.03 CI'! 6 ft lu mold strip 12070.701 $238.00 3 $714.00 CPI Cable Runway 10250.112 $81..67 2 $163.34 CPI Wall Angle 11421.112 $20.40 3 $61.20 Ava a M13C Mod Furn Face lte $2.33 44 $102.33 CPI Junction S lice 11302.001 $7.82 1 $7.82 CPI Anchor Kit 40604-001 $17.68 1 $17.68 CPI J Bolt Kit 11308.001 $4.76 1 $4.76 CPI Vert Dubs Sided 6" 11729.503 $297.02 1 $297.02 Hiiti Shot 100/pkg $43.52 1 $43.52 Ortronics 19"Wire Mgr 808044855 $46.63 2 $93.27 Ava a 48 Part PP 700173743 $549.51 2 $1,099.02 -onics CAT 5 12 Port w/ 89D brkt $118.32 5 $591.60 Hiiti-6Ft. Han ers 100/bund! $93.84 1 $93.84 Caddy 4 Inch hook $4.41 20 $88.13 Ortronics Ground Bar 808004551 $28.56 1 $28.56 Ava a Flush Wail Plate 108258419 $1.65 11 $18.10 TOTAL MISC EQUIPMENT COST Minor Material $175.00 Shipping/freight0 0. 0 Warrant ��r f applicable) ; .;; $0.00 E MAT RIAL SUBiTO7`AL85.7 88 8 Total Hours REGULAR HOURS $10,725.00 OVERTIME HOURS $0.00 ALES TA 8. S X 00 0.00 � d 1r ry TALTEM Y S S PRICE19 560.78 Page 1 SYSTEM SALES QUOTE SUMMARY CUSTOMER: C.C. County - 2530 Arnold Drive E UIPMENT/MATERIAL SALE PRICE QTY TOTAL PRICE Avava Plen CAT 6 2071 E $0.42 0 $0.00 Ava a .Sack Insert 108232737 $6.65 0 $0.00 CP1 Me al=rame M1035201 $938.40 1 $938.40 CPI Vert, Cb€ Rin 12455.707 $138.03 1 $138.03 CPI 6 ftlu mold stri 12070.701 $238.00 2 $476.00 CPI Cable Runway 10250.112 $81.67 4 $325.67 CPI Wall Angie 11421-112 $20.40 3 $61.20 CPI Vert Dubi Sided 3" 12096.5.03 $2.33 1 $2.33 CPI Junction Splice 11302.001 $7.82 3 $23.45 CPI Anchor Kit 40604.001 $17.68 2 $35.36 CPI J Bolt Kit 11308.001 $4.76 2 $9.52 CPI Vert Dubl Sided 6" 11729.503 $297.02 0 $0.00 CPI 19' Pack 46353-503 $238.48 2 $476.95 Ortronics 19" Wire Mgr 808044855 $46.63 0 $0.00 Ava a 48 Part PP 700173743 $549.51 0 $0.00 onics CAT 5 12 Port w/ 89D brkt $118.32 0 $0.00 CHI Dubl Sided Shelf 401.08.519 $138.39 1 $138.39 CPI Monitor/Ke brd Shlf 11487.519 $224.40 1 $224.40 Ortronics Ground Bar 808004551 $28.56 2 $57.12 1 1/2" PVC Innerduct $0.75 250 $187.00 1 TOTAL MSC E C I EQUIPMENT COST Minor Material $75.00 Sh n /frei h $0.00 E k t Warrant (if applicable) $0.00 MATERIAL SUE-TOTAL ::::< :::;::;:::;; $3,169.83 Total Hours REGULAR HOURS $2,310.00 OVERTIME HOURS $0.00 SALES TAX 11 o.00 � 8. tlo $ Y r 7AL SYSTEM PRICE 547 9.83 Page 1 SYSTEM SALES QUOTE SUMMARY CUSTOMER. C.C. County • 1305 McDonald EQUIPMENT/MATERIAL SALE PRICE QjY TOTAL PRICE Ava a MM-12-Stand 700009392 $1.89 100 $189.04 Ava a SC Connectors 7000007024 $10.06 24 $241.54 CPI Me aFrame M1035201 1 $938.40 1 $938.40 CPI Vert, Cbl Ring 12465.707 $138.03 1 $138.03 CPI 6 ft plu mold strip-11 2070-701 $238.00 3 $714.00 CPI Cable Runwa 10250.112 $81.67 6 $490.01 CPI Wall Angle 11421.112 $20.40 6 $122.40 1" PVC innerduct $0.68 250 $170.00 CPI Junction Splice 11302.001 $7.82 3 $23.46 CPI Anchor Kit 40604.001 $17.68 3 $53.04 CPI J holt Kit 11308.001 $4.76 3 $14.28 CPI Vert Dubl Sided 6" 11729-503 $297.02 2 $594.05 CPI 19"x84° Rack 46353.503 $238.48 4 $953.90 Ortronics 19" Wire Mgr 808044855 $46.63 0 $0.00 Avay a 48 Port PP 700173743 $549.51 0 $0.00 Jumoer Trough 12183.719 $87.65 it $87.65 c.,H Vert Dubi Sided 3" 12096.503 $274.38 4 $1,097.52 Ava a 24 Port Fiber Pnl 108565763 $425.23 2 $850.46 Ortronics Ground Bar 808004551 $28.56 3 $85.68 Ava a Flush Wall Plate 108258419 $1.65 0 $0.00 TOTAL MISC EQUIPMENT COST ::<::>:;:>:: >:; Minor Material . $15 0 00 OTDR Testing__ $500.00 i i Sh0 n /fre, h t 0.00 rn War a t f applicable) $0.00 M $7,413.46 A AL SUB-TOTAL741 3.46 Total Fours REGULAR HOURS $3.630.00 OVERTIME HOURS $0.00 SALES TAX a. $0.00- TOTAL SYSTEM PRICE $11,043.46 Page 1 SYSTEM SALES QUOTE SUMMARY CUSTOMER: C.C. County - 151 Linus Pauling Drive EQUIPMENT/MATERIAL SALE PRICE 21Y TOTAL PRICE Ava a Plen CAT 6 2071E $0.42 0 $0.00 Ava a Jack Insert 108232737 $6.65 0 $0.00 CPI Nle aFrame M1035201 $938.40 1 $938.40 GPI Vert, Cbl Ring_12465.707 $138.03 1 $138.03 CPI 6 ft pluEmold strip 12070.701 $238.00 3 $714.00 CPI Cable Runway 10250.112 1 $81.67 4 $326.67 CPI Wail An le 11421.112 $20.40 2 $40.80 CPI 19" Rack 12096.503 $238.48 1 $238.48 CPI Junction Splice 11302.001 $7.82 4 $31.28 CPI Anchor Kit 40604-001 $17.68 2 $35.36 OP1 J Bolt Ki-t 11308-001 $4.76 4 $19.04 CPI Vert Dull Sided 6" 11729.503 $297.02 0 $0.00 CPI Dubl Sided 3" Vert 12096.503 $274.38 1 $274.38 Ortronics 19" Wire Mgr 808044855 $46.63 0 $0.00 Ava a 48 Fort PP 700173743 $549.51 0 $0.00 conics CAT 5 12 Port w/ 89D brkt $118.32 0 $0.00 I�,P[ 19" Shelf 40074.500 $65.20 2 $138.39 Caddv 4 Inch hook $4.41 0 $0.00 Ortronics Ground Bar 808004551 $28.56 3 $85.68 Ava a Flush Wail Plate 108258419 $1.65 0 $0.00 TOTAL MISC EQUIPMENT COST Minor Material $75.00 Shi in /#rel nt 0.00 Warrant i# applicable) $0.00 MATERIAL SUR-TOTAL $3,055.51 Total Hours REGULAR HOURS $2,640.00 OVERTIME HOURS $0.00 SALES TAX @ 8.04 0 $0.00 TOTAL SYSTEM PRICE $5,695.51 Page 1 SYSTEM SALES QUOTE SUMMARY CUSTOMER: C.C. County - 4545 Delta Fair Blvd. EQUIPMENT/MATERIAL I SALE PRICE QTY TOTAL PRICE Ava a MM 12 Strand 700009392 $1.89 1,000 $1,890.40 Ava a SC Connectors 7000007024 $10.05 192 $1,932.29 CPI Mega Frame M 1035201 $938.40 1 $938.40 CPI Vert, Cbl Ring 12465.707 $138.03 1 $138.03 CPI 6 ft lu mold'strip 12070.701 $238.00 2 $476.00 CPI Cable Runway 10250.112 $81.67 2 $163.34 CPI Wall An le 11421.112 $20.40 3 $61.20 1" Plen Innerduct $3.06 800 $2,448.00 CPI Junction S lice 11302.001 $7.82 1 $7.82 CPI Anchor Kit 40604.001 $17.68 0 $0.00 CPI J Bolt Kit 11308-001 $4.76 4 $19.04 CPI Vert Dubl Sided 6" 11729.503 $297.02 1 $297.02 Ava a CAT 6 Plen 2071 E $0.52 200 $103.36 Ava a MPS10CE-246 Jack Ivory $6.65 1 $6.65 Ava a 48 Port PP 700173743 $549.51 1 $549.51 1 Jumper Trough 12183-719 $87.65 3 $262.96 LPI Vert Dubl Sided 3" 12096.503 $274.38 1 $274.38 Ava a 24 Port Fiber Pnl 108565763 $425.23 6 $2,551.39 I Ortronics Ground Bar 808004551 $28.56 14 $399.84 CPI 19"x24 Wall Rack 11960.506 $171.97 1 $171.97 Ava a 24 Pt PP 100GS2.24 $353.60 1 $353.601 KPG Unibracket 0203-01 $36.37 2 $72.73 TOTAL MISC EQUIPMENT COST Minor a i r M teriai $200.00 OTDR TestinE $500.00 Shipping/freight $7.00 W Warranty f applicable) $0.00 MATERIAL SUB-TOTAL :>:::<:>;;:»:>:::>:>.>:>:::>:<:::::::::«::<:;<::>;»»:<:>::::: $13,81 .92 Total Hours REGULAR HOURS $9,405.00 OVERTIME HOURS $0.00 $ 0 SALES TAX @ 8.O 0.00 a TOTAL SYSTEM PRICE `` ` ` °:�< :>:: $23,222.92 Page 1 FROM FAX NO. Jul. 23 2002 12:331M P1 NIR WIRE 2209 KINGSTON AVE. SAN BRUNO CA 94066 PHONE/FAX$50-873-9473 PAGE 1 OF 3 TO: BELCONSTRUCTION, INC ATTN: ESTIMATING DEPARTMENT DATE: JULY 23, 2002 FAX: 510-865-2594 FROM: MIKE IF, YOU HAVE ANY QUESTION PLEASE CALL; 65"73-9473, THANK YOU, MIKE FROM F'RX NO. Jul. 23 202 12:34M P2 MR WIRL Estimate Phon&Fu 650-873-9473 2209 Kingston Ave DATE ESTUATE# San Aruw,CA 94066 7/23/2002 , 671 I NAME1ADDRESS CONTRA.COSTA COUNTY _ HUMAN FACILITY CALWIN PROJECT,CA 400-0204 PR OJF-CT CALF DESCRIPTION COST TOTAL LABOR.ANIS MATERIAL ES'T'IMATE FOR SECTION 67,945.00 67,945.40 j 17€M COMMUNICATIONS PROJECT#400-420419.4 CALwiN upaRADES AT SEVEN ST'I`ES FOR nipr EWLOYMENT AND IIUMAN SERVICES DEPARTME T: 1 1 1.30 MUI.R RTS;INSTALL THREE EQUIfyh " RAM, ASSOCIATED EQUIPMENT,A COAX FEEDER.CABLE AND 12 STRAND FIBER OPTIC FEEDER CABLE FROM r ROOM 1.22 TO I ST FLOOR DjSTRIBLr KEN RACK. k LOCATED AT WEST ENE?OF BUILDING. 2.44 MUIR.RD;INSTALL ONE CAT 5 CABLE,TO 18 r DATA OUTLETS AND INSTALL ONE MEGA.FRAME. I 3.2534 ARNOLD DR;REARRANGE EXISTING ! EQUIPMENT RACKS AND INSTALL ONE MEGAZAME. 4. 1305 MCDONALD AVE;I'N'STALL TWO RELAY `RAS AND ONE MEGAF.RANIE WITH AS OCIATFD 1 RQUT.I'MENT AND INSTALL ONE 12 STRAND FIBER. OPTIC FEEDER,CABLE BETWEEN NEW 3RD FLOOR 'CONW)NICATIONS ROOM AND 2ND FLOOR, DISTRIBUTION RACK AT EAST END OF BUILDING. ` TOTAL AL Pw 1 FROM FAX NO, : Jul. 23 2002 12:34PM P3 MR WIRE Estimate Phone/Fax 650-873-9473 22019 Kinggon Ave DATE ESTIMATE# San Rnmo, CA.94066 7!23/2002 673 NfAME I AWRESS CONTRA COSTA COUNTY HUMAN FACILITY CALWIN PROJECT,CA 000-0204 i i �_.... PROJECT i CALWIN UPG...; DESCRIPTION COST f TOTAL 5. 151 L€NUS PAULINC DR;REARRANGE EQUIPMENT IN TELECOMMUNICATIONS AND MPOE ROOM. � {INSTALL TWO RELAY RACKS AND ASSOCIATED EQUIPMe.T. { 6.4545 DELTA FAIR BLVD;REARRANGE EQUIPMENT IN FIVE TELEPHONE ROOMS,INSTALL ONE INECAFRAME ANIS ONE WALL RELAY RACK.AND � ASSOCIATED EQUIPMENT. INSTALL, TWELVE STRAND F'IDE R T-SEDER CABLES FRAM 1 ST FLOOR COMPUTER DOOM TO FOUR TELEPHONE ROOMS. THE ABO VE ESTIMATE IS FOP,+CtJiv MLNICATIONS WIRE,CABLE AND ASSOCIATED TERMINAnoN EQT:!?PIVIENT. i I ' i i TOTAL $67,945.00 Pap2 Sent 8y: 8luewater; 510 348 8925; Jul-24-02 10:20AM; Page 1 Date: 7124/02 Pages: 7 To: Donald Faltings Company: BEI Construction, Inc. Phone: (510) 521-3792 Fax: (510) 865-2594 From: Dan Levine E-Mail: DanL@bwserv.com Phone; (514) 346-8800 Fax: (510) 346--8924 Subject: 1305 McDonald Ave., Richmond, CA Dear Sir; Attached please find our proposal to remove and dispose of the ACM sheetrock walls at the above referenced site. Please note that this is a BAAQMD notifiable project which requires a ten clay notification period. Consequently we can start this job on the eleventh day after receipt of a signed contract. Given our current schedule, we could start this job within 4 working days and we would expect that our crew would complete this job within I working day. For your information, Bluewater Inc. is one of the most experienced asbestos 1 lead abatement and selective demolition companies In the bay area. It's project management team has Sent By: Bluewater; 610 346 5926; Jul-24-02 10:20AM; Page 2 over 75 years of abatement and demolition experience. Bluewater prides itself on being one of the fever abatement/ demolition companies that ovens and operates it's own demolition equipment and also► it's own waste collecting / hauling fleet. This allows us to mobilize into a project on very short notice and allows us to be extremely flexible with the scheduling and / or rescheduling of jobs to meet customer needs. Thank you in advance for your consideration on this job. We look forward to serving as you on this project. Sincerely, clk�� Dan Levine Sent By: Bluewater; 510 346 8925; Jul-24-02 10:20AM; Page 3 PROPOSAL &CONTRACT w ir No. tl+rte:7/24/2007 +e Proposal# 02AI93 ENVIRONMENTAL SERVICES,INC. Federal Tax ID#94.3166260 P.O.Box 1857,2075 Wilifsme 5t. State Contractors License Number 631366 San Leandro,CA 94577 CaVOSHA Registration Number 400 (510)346=8800 FAX(510)348.8927 (1300)5366702 JOB LOCATION: 1305 McDonald Ave. CUSTOMER: BEI Construction,Inc. Richmond,CA ADDRESS: 1829 Clement Ave. Alameda„CA 94501 CROSS STREET: CONTACT: Donald Faltings FAX NO. : (510)865-2594 PHONE NO.: (5.10)521-3792 We We by propose to furbish sit materials and perform all the labor necessary for the completion of the project as follows: Location: Second level Scope of Work:To remove and dispose of two walls of ACM sheetrock. Use wet removal methods,containment, negative air,wash station, half face respirators,HEPA vacs..,etc. Schedule: 1 working day. Price:Lump Sum$2,405 Before Bluewater can schedule a project,we must have the two documents listed below: A. One of the three following binding contractual documents: 1. Our contract signed and returned 2. Your contract,signed and returned(a faxed"notice to proceed"will be accepted) 3. Your written purchase order referring to our proposal and all exhibits. B. Complete and return Exhibit D-towner Information The signature below acknowledges receipt of and acceptance of the attached Exhibit B-Qualifications and Exhibit C- Terms and Conditions. r ACCEPTED: B 1 (Name Typed or Printed) BLUEWATER ENVIRONMENTAL,INC DATE BY: THE OWNER HAS THE RIGHT TO REQUIRE THE CONTRACTOR (Signature) TO HAVE PERFORMANCE AND PAYMENT BOND,AS(DESCRIBED IN NOTICE TO OWNER OF THE TERMS AND CONDITIONS ON THE DATE: REVERSE SIDE. Sent By: Bluewater; 510 346 8925; Jul-24-02 10:21AM; Page 4/8 PROPOSAL. &CONTRACT No. Date.712412002 Proposal# 02-4193 ENVIRONMENTAL SERVICES,INC. 66260 P.O.Bax I M7,2075 Wlllisrns St. Federal Tax i #94-36313M San Leandro.CA 94577 State Contractors License N Number 631356 (5 10)346-8800 FAX(510)348.6927 (800)536-87'02 CaUt75HA Registration Number 400 Exhibit 8 - Contract Qualifications initial as accepted 01 This pruposatl excludes all value engineering,structural engineering,bond costs,shoring,scaffolding,undeipinning,pedestrian barricades,surveying and special third party inspections. 02 General contractor to provide use of portable toilet tticilitie4. 03 Temporary power and water by others. 04 laid assumes straight time,regular weekdays,and day slv'tfl 05 Work prieml to be completed on one(1)move-in. Additional casts are necessary for phased work and are not covered in this proposal 06 The bast:bid price has no provisions for the salvage,packaging,crating,and storage of items to be re-installed unless itemized in the scope of work. 07 Bluewater Services reserves all salvage rights on items not returned to owner. 08 Utility disconnects,relocation,and identificatiun by others 09 Blucwatcr Se mites is not responsible for damages to unmarked utilities. 10 This proposal excludes any and all hazardous waste not specifically identified in the contract scope;of work. I l Bid assumes the use of diesel-operated equipment in and around the building. 12 Air Quality Management Permits for asbestos removal are included in the proposal cost. 13 Bluewater excludes all building and operating permits except those specifically identified in the scope of work. 14 Bid assumes the use of building owned elevators. It is the owners responsibilty to maintain elevators in running condition throught this project 15 hoof removal is done at the direction or the owner or general e:ontractor only. Bluewater is not responsibie liar water leaks due to rain during or after roof removal. 16 Bid excludes the patching and repairing of surfaces. 17 Concrete work is excluded,except where specifically addressed in the Contract scope of work 18 'l`his proposal excludes security fencing and/or security pcsonnei, 19 Work to be completed according to all local,state and federal asbestos,lead and construction regulations. 21 Blucuater will require a copy of the asbestos and lead paint survey prior to starting work. 22 Damage to walls,wallpaper,wood,and all painted surfaces occur as a result of containment installation. This is nece—vary to the integrity of thea conLwiment. Every attempt will be make to keep such occurrence to a minimum. This proposal does not include the cost of any repair,which m4 v be required as a result of our containment installation. 23 indemnification clauses to be;mutually agreed upon. Bluewater will not sign indemnification language that makes Bluewater responsible for others"partial responsibilities". Contract documents to include this proposal including Exhibits A,B and C as a referenced exhibit. 24 Mold Projects: Bluewater is not responsible for the reappearance of mold due to continued moisture problems or water intrusion. 25 The payment schedule will be 100%of the base contract less 10%retention,to be due and payable upon completion of the work. Retention is due and payable within sixty(60)days of the completion of the work. Interest will be charged at the rate of 1.5%per month on past due accounts. 26 Tliiist proposal is based upon Bluewatet's standard asbestos/general liability insurance limiN of$1,000,000/$5,000,000. Additional insurance is available and can be priced upon request. 27 Owner is responsible for all electrical and mechanical shutdowns or startups required prior to or preceeding and at the completion of Dluewattes work 28 Owner or general contractor is responsible for all layout. This includes layout for concrete cutting and lead paint removal. Sent By: Bluewater•; 510 346 8925; .Jul-24-02 10:21AM; Page 5/8 PROPOSAL& CONTRACT r.�, No. � �, Dates 7/2412002 ITr $U t:. Proposal# 02-4183 ENVIRONMENTAL SERVICES,INC. N P.Q.Box 1857,2475 Williams St. Fsdeni rax I #b6780 San Leandro,CA 94577 State Contractors L�eesse Number er 63 631366 (510)348-8640 FAX(514)345-8827 (8W)536.6702 Caf/QSNA Registration Number 400 Exhibit B -Contract Qualifications (can't) Initial as accepted 29 This proposal excludes safe-aft'of concrete openings in the floors and walls. 30 This proposal inoludes safe-off of concrete openings in the floors and walks created by Bluewaters work. Safe-off shall take place at creation ofthe hazard,however it is the general contractor's responsibility to ensure sate-off is maintained in working order while other subcontractors are wonting in and around the area. 01 Sent By: Blueweter; 510 346 13925; Jul-24-02 10:21AM; Page 5/8 PROPOSAL&CONTRACT raw No. Dtte:744/7oel2 s a rt v :;e: :,:t", Proposal/t 62.4193 ENVIRONMENTAL SERVICES,INC. Federal Tax 10#943966260 P.O.Box 1857,2075 Williams St. Slate Contractors License Number 631366 San Leandro,CA 94577 CAI/OSHA Registration Number 400 (510)346-Sii00 FAX(510)346-8927 (8W)536-6702 EXHIBIT c:TERMS AND CONDITIONS OF CONTRACT I. Contractors License Notice.Contractors are required by law to be licensed by Contractors`State License Board.Any Question$concerning a contractor may be referred to the Registrar,Contractors'State License Board,9835 Goethe road,Sacramento,CA.Melling address:RO.Box 2WW,Sacramento,CA 95826 2. Insurance,Owner to at all times responsible for maintenance of all casualty and toss of the property at which work Is to be performed by Contractor(Budde!r's Risk Insurance).Contractor will carry Workers'Compensation insurance to protect Contractors employees during the progress of the woric.Owner warrants that it shall obtain and pay for Insurance against injury to its own employees,agents,and persons under owner's direction and persons on the job site at owner's Invitation. 4. Corrective" or Repair Work. If corrective work of a minor nature remains to be accomplished by contractor after the project is ready for occupancy or use, contractor shag perform the work expeditiously.Any payment withheld for corrective actions shall be agree upon in writing between Owner and Btuewater,and shall under no cimumstancas emceed 10%of the contract price. 5. Contract Not Conditioned on Financing.This contract is effective immediately and is not subject conditions prscadent,including any condition regarding financing, governmental approval,satisfactory soil test or any other happening or event. {owner covenants and represents that the owner has sufficient funds or has arranged financing adequate to pay for the work to be performed under this contract. 6. F!nW payment Waives Claim.The owner,by making final payment under this contract,waives any claim that it may(lava against Contractor for damages due to defects in the workmanship performed or materials supplied that are known to the camw or apparent from reasonable Inspection at the dme when final payment is made. 7. Successors and Assigns: Assignment; Modification. This contract shall be binding upon and inure the benefit of the assigns, succssson interest, personal raprosentatives,deed beneficiaries and heirs of the respective parties to ft.Neither party shall assign any of its rights or obligations hereunder without the prior written consent of fie other party and any such attempted assignment without consent shag be null and void.No amendment or modification of this contract shall be valid unless sed forth in a writing signed by all parties. 8. Further Act.Each party to this contract agrees to perform any further acts to execute and deliver any documents,which may be reasonably necessary to carry out the provisions of this contract. 9. Notice.Any notice required or permitted under this contract shall be deemed served on receipt If personally delivered,or two days(excluding Sundays and legal holdays)atter deposit with the united States Postai Service postage prepaid and property addressed to the respective party to whom such notice relates at the address set forth in this contract or at such different address as shall be specified by notice given In the manner provided fox in this paragraph. 10_ Governing Law.This contract shag be constructed pursuant to the laws of the State of California, 11. Sevsrabgfty.f Is Intended that each provision of this contract be viewed as separate and divisible.If any provision of this contract is held by a court of competent jurisdiction to be valid,void or unenforceable,the remaining provisions shall nevertheless continue in fug home without being impaired or Invalidated In any way. 12. Arbitration.Any controversy or claim arising out of or related to this contract,or the breach thereof including any dispute regarding the validity or scope of this contract,shelf be settled and decided by one arbitration conducted in accordance with Commercial Arbitration Rules of the American Arbitration Association("Rules') as than in~unless fie parties hereto mutually agree otherwise in writing.Any such arbitration shag be held and conducted in Alameda County,California,within 60 days of the appointment of the arbitrator,in scocrdance with the provisions set forth in said Rules.The award rendered by the arbitrator shall be entered upon ft in accordance with fie provision set fork~in said Rules.The award rendered by the arbitrator shall be final,and judgment may be entered upon ft in accordance with applicable law in any court having jurisdiction thereof.The arbitrator shall award reasonable attorneys,fees and cost to the providing party and snail have the power to award any or all types of relief,legal or equitable,including,without gmitation,injunctive or declaratory relief.This contract to arbitrate shag be specifically enforceable under the prevailing arbitration law.The demand for arbitration shag be made within a reasonable time after the claim or dispute or other matter in question has arisen. In no event shag the demand for arbitration be made after the date when Institution of legal or equitable proceedings based on such claim,dispute or other matter in questions would be barred by the applicable statutes of limitations. AN notices including notices under California Code of Civil Procedures section 1290A shalt be given as required in this contract, 13. Competent Persons(Workers).The labor provided under this contract shag be performed by persona trained,and or knowledgeable In the techniques of asbestos abatement,handling and disposal of asbeatos-containing material(ACM),and cleaning of contaminated areas. 14. Site Conditions.AN movable objects(Including wag hangings)are to be removed from work area prior to Contractor arrive€.Owner agrees to pay additional compensation to Contractor for any tabor,materfats or equipment provided to clear moveable objects(including wall hangings.)Additionally,owner will provide use of water and electrical power and secure storage space for material and supplies required to complete the work described on the first page as"Scope of Work", 15. Additional ACM.Contractor assumes neither responsbilly nor liability to inspect,nor locate nor remove asbestos beyond the limited locations identified in writing in this contract Nor will Contractor be responsible for removing unopened, unexposed and/or inaccessible asbestos. Accessibility is to be determined by the reasonable discretion of Contractor in consultation with owner.It Contractor determines the asbestos to be Inaccessible the owner will have reasonable time to render the meteriai accessible at the owners sot*expense and liability. Price for removal and/or encapsulating and cleaning of such additionally accessible asbestos materiels Is not Included In the Work unless otherwise stated in writing. 16. Limitations of UslAtty.Owner agrees to release, indemnify,defend and hold CONTRACTOR, its agents,independent contractors and employees (hereinafter referred to collectively as"8tuawatee')harmiess from any and all liability or claims,which is not created wholly by Bkrewaters negligence or~~hitt&misconduct. initials Sent By: Bluewater; 510 348 8925; Jul-24-02 10:22AM; Page 7/8 .� Date: FAX TO: Barbara Chambers ENVIR0114MENTAL SERVICES.INC. FAX No.: 510-346-8926 P.O3 Box 1851,20n W11t"sarrta St. t ation PLEASE NOTE.OF-FORE A PROJECT CAN OF SCHEDULED,BILUEWATER WILL REQUIRE THE INFORMATION LISTED BELOW. In addition to this information,we will require one of the following: 1. our contract signed and returned by mail or fax,2. your purchase order referencing our contract and documents, 3. your contract(a"notice to Proceed"ietter or fax based upon our quote will get the project scheduled and started while your contract is being prepared). This information is required for the completion of a pre-lien notice and the preparation of Hazardous Waste Manifests(if required). 1315 McDonald Ave. Richmond, CA Owner: General Contractor: Phone: Phone: Job Name: Job Number: Lender: Claes Owner have an EPA#? Yes No Provide LPA#: Manifest information:Please nate this applies to"Hazard- ous Materials Manifests"only,which typically inckntes Billing Information friable asbestos,lead paint chips and PC8 ballasts. if*ft contract is through a general contractor or party other than the actual building owner,the GC must deterrrune from the budding owner whether the owner has a ponywnent EPA#for this alta. if so,plesse provide us with the number. if not,Bluewster will secure a temporary EPA#(good for 90 days only)from the EPA by request over the phone. The ERA will issue a temporary number,however they require the owner's name(and contact name),address,phone no.and site address. If an owner is unsure whether he has an EPA#,he can call 1-800-618-6942 and they will perform a record search over the phone. Sent By: Bluewater; 510 346 8925; Jul-24-02 10:23AM; Page 8/8 PROPOSAL & CONTRACT ^` r"" Na. Date:7/2412082 I sr A r:Ir s c r,0 Proposal# 02-4193 ENVIRONMENTAL SERVICES,INC. Federal Tau I#94.3156260 P.O.i=1857,2075 Wiiliam$St. State Contractors License Number 631366 San Leandro,CA 94577 CaVOSHA Registration Number 400 (510)346-8500 FAX(510)346927 (800)536-6702 FREQUENTLY ASKED QUESTIONS: 1.What do I need to do to have a job scheduled? Answer: Bluswater needs the following Information and signatures before a project can be scheduled: A)Contract Documentation-any one of the following three forms are acceptable. 1)Sign Bluewater's contract and proposal document and fax back to the office with the hard copy to follow in thee mail. 2)Provide a written purchase order,which includes reference to our proposal and qualifying exhibits. 3)Provide a written notice to proceed letter referencing our proposal and quallfying exhibits. This is typically thee fast way to schedule when you would like Bluewater to use your contract form and need time to prepare the form and work out the details. B)Preliminary Lien Information: 1)Building Owners Name,Address,Phone Number 2)Lender Name and Address,or nolle If appropriate. C)EPA Number(if there is hazardous waste to be disposed op. An EPA number can be secured over the telephone by calling EPA at 1-800-618-6942. They will ask for the Generator's(building owner)name,address,phone number and contact person. They will issue you a 90-day temporary EPA number over the phone. This number needs to be called or faxed into our office. 2.What is the SAAQMD and how do they effect our project? Answer: SAAQMD is the Say Area Air Quality Management District,which regulates the removal of hazardous asbestus materials. BAAQMD requires notification of certain asbestos projects and requires permit fees paid in advance of schedule notification. Minimum requirements are 10 working days for schedule notification. There are exceptions made for emergency notifications,however there must be fire,water damage or threat to public health to qualify for an emergency notification. Bluewater includes all BAAQMD permit fees In the proposal price and notes that in the scope of work. 3. How does Bluewater handle insurance certificates? Answer: For every project Bluewater will have our insurance company issue an insurance certificate with the client named as the certificate holder. The insurance certificate will cover our three main types of insurance, which acre general liability,workmen's compensation and auto insurance. The certificate will be generated by our Insurance company and a copy will be mailed to the address listed on the contract documents. Any other Insurance needs such as additionally Insured or added policy limits need to be addressed in writing to Jerrie Hughs who Is our contract administrator. 4.Who are the people in the office I may need to contact? Answer: Stuewater Contact Information: 1)Scheduling/ContractsAnsurance: Barbara Chambers Ext. 103 2)Invoicing/Accounts Receivable: Jerrie Hughs Ext.104 3)PersonneUTraining/Medicai: Francisco Alcoste Ext. 107 4)General Accounting/Office Manager: Neil Stevens Ext. 106 *************** -COMM.JOURNAL- ****** ** * DATE JUL-24-2002 ***** TIME 12:02 *** P.01 MODE m TRANSMISSION START=JUL-24 12:01 END=JUL-24 12:02 NO. COM ABBR/NTWK STATION NAME/ PAGES TELEPHONE NO. 001 OK 15254548054 002 **** *** ***L PAX-500 U1.36�** -BLYMYER ENG - - 5108652594- ** 10. BONDS, LIFE OF CREDIT ANIS INSURANCE ASSISTANCE Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,Martinez,CA 94553 (925)355-1045 Fax(925)646-1353 ` LETTER. OF INTENT TO PERFORM AS A svBCONTRACrOR SUPPLIER/MANUFACTURER TRUCKER Name of Prime C tractor Name of Project Project Number The undersigned is a(check one): Sole proprietorship Corporation Limited.friability Partnership Joint Venture Check the following which may apply. 1M8E WBE SBE LBE Subcontractor ., Subcontractor ,,Subcontractor — Subcontractor Supplier _,;,. Supplier Supplier — Supplier Manufacturer _.:� Manufacturer _ Manufacturer _ Manufacturer Trucker Trucker ® Trucker Trucker Other Other ._. Other Other I`3escribe Describe Describe Describe Norte of the Above Apply The undersigned is prepared to perform the following described work in connection with the above project(specify in detail the particular work items or parts thereof to be performed): Total Amount Bid to Prime Contractor: $ Signature Position Title Date Name of PawnCompleting this Form Company Name Phone Number � Fax Number H:.2002,,0000244\02A004010x.doc (Rev.2=02) DIVISION E- 18 Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,Martinez,CA 94553 (925)335-1445 Fax(925)646-1353 LETTER. OF INTENT TO PERFORM AS A SUBCONTRACTOR!SUPPLIER!MANUFACTURER!TRUCKER Name of Prime.Cont ractar Name of Project Project Nurnber The undersigned is a(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the following which may apply. /4,Sluibco MSE WBE SSE LBE Subcontractor �- Subcontractor ntractor _ Subcontractor Supplier ,.,-,. Supplier ..,,. Supplier - Supplier `Manufacturer Manufacturer __._ Manufacturer _,.,_ Manufacturer `•�.� ,-.., Trucker _ Trucker — Trucker — Trucker Other Other _ Other — Other- -Describe ther-Describe Describe Describe Describe Norte of the Above Apply The undersigned is prepared to perform the following described work in connection with the above project(specify in detail the particular work items or parts thereof to be performed): Total Amount Bid to Prime Contractor: S-462*' z X 7 7 Signature Position Title Date Name of Person Completing this Form �:ompany Name Phone Number Fax Number W 20021"204t02A0040IOx.doc (Rev.ZaVO2) DWISION E- 18 1 . + Contra Costa county OUTREACH PROGRAM - a a motive Action Office 651 Pine Street,Martinez,CA 94553 (925)335-1045 Pax(925)646-1353 `►� Y.i.'tl j.sie SETTER OF DgTENT TO PERFORM AS A S1 NTMCMR/SUPPLII:R 1�AC!'(JRP.R/TRUCE •4 � aa� t} ��'��� ��Ai✓'. Y4r Ip,ryy�r, { 4 i � hTrt� �Y�Y�,� k�PtM1JJ 11; r � i♦psi �� ,{ ti... Y .(9 1 1 i'�}y�_aI .J)• � \j+�{k�Y AfVlJ' .•' : .. �{. ....� V�' 2 .�! sA }Vi1Fi 'ti'� "..So1e prpprletohip Corporation Limited Liability its +t�7} y 1�V1d *�Yi ii Cj iN ` I{ 1 Joint VVi1{rLYG •.1 ♦ ` WBE SBE LSE . � Subcontractor . Subcomitractor Subcontractor rilpilier Supplier Supplier :. ^ " " at�ti� ucturer _ Manufacturer Ian iV IIA jTirucker Truer � Trucker *„ ;t *`fit, M i„ Iltgcribe Describe r jOther- Odha� be ¢ Y °► lY Tete 4 �t to pacri the following described work in connection with the above project(specify in y ., � s., reof to be performed). —77 , 7777771 7.777 777, otp ,C�. �' �'•{t t,� H�L'�!}'�r�tgy ^f,!>I f� �i x, en,rt,. .r.., .- � Position Title Date Ac Y-� t}'��0.� -i..sy4 ,i� -t. t •3 i'�.{t h� . y ►1l�1 �M�i�;.. ,t ti; . vm tt n Phone Number NAM My an Fax Number IyMSION E- 18 Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,Martinez,CA 94553 (925)335-1045 Fax(925)646-1353 LETTER OF INTENT TO PERFORM AS A SUBCONntACTOR/SUPPLMR 1 Ar FAcrtlRM I TRUCKER Name of Prime Contractor //'1-1 -//1' e of Projec Project Dumber The undersigned is a(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the fallowing which may apply. MBIv WBE SBE LBE Subcontractor Subcontractor Subcontractor ® Subcontractor ,�.,. Supplier, ,.;. Supplier _,_ Supplier — Supplier Manufacturer Manufacturer _ _ Manufacturer _ Manufacturer „ Trucker Trucker . Trucker — Tricker Other Other Other _,,,_ Other Describe Describe Describe Describe T Node of the Above Apply The undersigned is prepared to perform the following described work in connection with the above project(specify in detail the.particular.work items or parts thereof to be performed): Total Amount Bid to Prime Contractor: S 1� C signature Position Title Date :name of Person-Completing this Form Company Name Phone Number Fax Number H:'.'002,.0000204�02AO04010x.doc (Rev.2122102) DIVISION E• 18 AID:250-0003IA.1.1 TO: BOARD OF SUPERVISORS CONTRA FROM: BARTON J. GILBERT, DIRECTOR OF GENERAL SERVICES COSTA DATE: SEPTEMBER 10, 2002 COUNTY SUBJECT: APPROVE THE FIRST AMENDMENT TO THE CONSULTING SERVICES r� AGREEMENT WITH KLEINFELDER, INC. FOR THE NEW ANIMAL SERVICES FACILITY, 4800 IMHOFF PLACE, MARTINEZ FOR THE ANIMAL SERVICES DEPARTMENT (WH415S) SPECIFIC REQUEST(S)OR RECOMMENDATIONS)&BACKGROUND AND JUSTIFICATION RECOMMENDATION 1. APPROVE. the First Amendment authorizing extra work under the Consulting Services Agreement dated January 6, 2000, with Kleinfelder, Inc. for additional construction testing/inspection services for the new Animal Services Facility, 4800 Imhoff Place, Martinez. The First Amendment increases the scope of services and increases the Payment Limit from $5,600.00 to $50,406.00. 2. AUTHORIZE the Director of General Services to execute the First Amendment to the Consulting Services Agreement and to issue written authorizations for extra work, in addition to the authorization for the First Amendment, provided that the cumulative total cost for such additional authorizations shall not exceed $5,000.00. FINANCIAL IMPACT Funds are budgeted in Plant Acquisition to pay for the additional construction testing/inspection services. BACKGROUND On January 6, 2000 the Director of General Services approved a consulting services agreement for geotechnical engineering services for the Martinez Animal Services Facility. Kleinfelder, Inc. was selected to provide the required geotechnical engineering services based upon successfully providing similar services for other County projects. The First Amendment increases the scope of work to provide additional construction testing and inspection services relative to the construction phase of the New Animal Services Facility project in Martinez. CONTINUED O N ATTACHMENT: YES SIGNATURE: A93tA" COMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE _4__-APPROVE OTHER SIGNATURE(S): 2 ACTION OF BOA O ' n' %''• I� tai" APPROVED AS RECOMMENDEDOTHER VOTE OF SUPERVISORS ® UNANIMOUS(ABSENT 1 f '` � ) AYES: NOES: ASSENTS: ABSTAIN: MEDIA CONTACT:BARTON J.GILBERT(313-7100) Originating Dept.:General Services Department cc: General Services Department l HEREBY CERTIFY THAT THIS ISA TRUE AND CORRECT COPY OF AN ACTION TAKEN Architectural Division AND ENTERED ON THE MINUTES OF THE BOARD Accounting OF SUPERVISORS.ION THE DATE SHOWN AID File: 250-0003/A.5 r r j iti j1 r County Administrator's Office ATTESTED \ f #1 County Counsel JOHNS EE EN.CLERK OF THE BOARD OF SUPERVISORS Auditor Controller AND COUNTY ADMINISTRATOR Animal Services Department(via AID) ' # Consultant(via AID) BY_ ` si } :{ # - w > ) DEPUTY H:\2000\2500003\00L003126b.doo tb Page 1 of 1 M382(10/88) File:250-0003/A.1.1 FIRST AMENDMENT TO CONSULTING SERVICES AGREEMENT FOR THE NEW ANIMAL SERVICES FACILITY,4800 IMHOFF PLACE,MARTINEZ FOR THE ANIMAL SERVICES DEPARTMENT (WH41 SB) 1. Effec&e Date and Parties: Effective September 10,2002, Kleinfelder,Inc.(herein called"Consultant"),a California Corporation,and the County of Contra Costa(herein called"County") a political subdivision of the State of California,mutually agree as follows: 2. Pur : On January 6,2000,the parties entered into a contract entitled"Consulting Services Agreement,"referred to as the"Agreement,"which covers geotechnical engineering services. The parties desire to amend the Agreement to expand the scope of service and to increase the payment limit accordingly. 3, Amendments 1 regiment: A. In the Agreement,Section I(c),change the Payment Limit from$5,600.00 to$50,406.00,an increase of$44,806.00. This change shall apply to charges from and after August 5,2002. B. In accordance with Section 14 of the Agreement provide the following: Additional construction testing and inspection services as it pertains to the construction phase of the project in accordance with Consultant's Proposal No.43-YPI-185 dated March 12,2002 attached. 4. �`f,�fect: Subject to the revisions made by this and any prior amendments,the Agreement shall remain in full force and effect. 5. Signatu1 : These signatures attest the parties'agreement hereto: PULIC AGENCY CONSUL Z By: Date: Type of business: Barton J.Gilbert (Designate type—corporation,sole proprietorship,partnership, Director of General Services/Purchasing Agent partnership,government agency,limited liability company,etc.) If corporation,state of incorporation: _ By: Title: (Designate official capacity in the business) By: Title: (Designate official capacity in the business) Note to Consultant: For corporations,the contract must be signed by two officers. The first signature must be that of the chairman of the board,president or vice-president;the second signature must be that of the secretary, assistant secretary, chief financial officer or assistant treasurer. (Civ. Code, Sec. 1190 and Corps.Code,See.313.) The acknowledgment below must be signed by a Notary Public. .................................................................................................................................................................................................. CERTIFICATE OF ACKNOWLEDGMENT State of California ) } ss County of 1 On the date written below,before me,the undersigned Notary Public,personally appeared the person(s)signing above for Consultant,personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. WITNESS my hand and official seal. Dated: Notary Public [Notary's Seal] RECOMMENDED FOR APPROVAL: By: APPROVED AS TO FORM: Director,Capital Facilities&Debt Management SILVANO B.MARCHESI County Counsel By: Deputy th Attachment H:12000\2500003\00L003127a.doc Page 1 of I ...................... KLEINFELDER An employee owned company March 12, X302 Proposal No. 43-YP 1-185 �y DER Mr. Gerald Bender tBr:N Contra Costa County MAR 14 2002 / General Services Department Architectural Division tEWM S£R'VIOES DEPARTMEW 1220 Morello Avenue, Suite 100 �ICNTECTt1RAL iIitll+SION Martinez CA 94553-4'711 ��`� Subject: Proposal for Construction Testing/Inspection Services Contra Costa County.Animal Services Facility 4800 Imhoff Place Martinez, California. Dear lair. Bender: Kleinfelder is pleased to present this proposal to provide construction testing/inspection services for the proposed Contra. Costa County Animal Services Facility located. in Martinez, California. The purpose of our services will be to provide yourself (or your representative) with field data and information in order to assess compliance with the plans and specifications. The following includes discussions regarding our anticipated scope of services, an estimate of our fees, and project limitations. State .Bill SB1999, which amends prevailing wage laws, was recently passed and signed into law by Governor Davis. This law applies to all California public works projects using public funds and extends payment of prevailing wages to inspection and materiae testing services. The fee rates for prevailing wage work after Jan 1, 20031 are included in this proposal. SCOPE OF SERVICES Based on our review of the geotechnical report and project plans and specifications, the requirements of the 1998 California. Building Code (CBC), and our understanding of the proposed project, we anticipate providing the following services: • Review of the project plans and specifications for conformance with the geotechnical report, and attendance at pre-job meeting(s); • Continuous and periodic observation and field density testing during subgrade preparation and placement of engineered fill for the building pad, backfilling of utility trenches, and subgrade preparation and placement of baserock for parking and driveway areas in conformance with project plans and specifications; • Periodic special inspection during the placement of reinforcing steel, including sampling of the identified and unidentified stock per project specifications; • Special Inspection during reinforced concrete construction. Services will include continuous observation during cast-in-place concrete placement. Batch plant procedures will be inspected for the first load of each mix supplied to the project site. Slump tests will be performed and three concrete cylinders will be cast during each 50 cubic yards or fractional part, whichever is 43-YP l-185/43 YP 1186 I of 4 March 12,2002 KL1 126?cia Avenue, Suite A, Pittsburg, CA 94565-5040 (925)427-6477 (925)427-6478 fax KLEIN FELDER less, of each class and type of concrete for compressive strength testing. Concrete specimens will be picked up after a+48 hour cure period; • Special Inspection during construction of structural masonry. Services will include continuous inspection during placement of masonry units, reinforcing steel, and mortar/grout. Masonry prisms will also be completed per project specifications; • Special Inspection during structural steel construction. Services will include continuous and periodic observation/testing during shop and field welding, and verification of procedure and welder qualifications. Non-destructive examination will be done as required; • Special Inspection of epoxy and expansion anchor bolts. Services will include periodic observation and testing in conformance with contract documents, • Special Inspection of structural plywood, lumber, and manufactured wood products. Inspection will be performed on all fastenings, including plywood shear walls and roof edge nailing, holdowns, straps, ties, etc. Verification will be done on the plywood and lumber grade stamps as specified; • Special Inspection of epoxy and wedge anchors as required. Services will include periodic inspection of the aforementioned anchors per project documents, • Laboratory testing services as required by the CBC. We anticipate our services will include mix design review, and compressive strength testing of structural concrete and masonry, including mortar, grout and prisms. During mass grading and construction of site improvements, samples of soil and aggregate base will be obtained for maximum density/optimum moisture determinations (compaction curves) and for classification or conformance testing to evaluate if the materials conform to the project specifications and the geotechnical report; and Preparation of periodic status reports and final verified reports, project management and supervision. It should be noted our services will not include, (1) review of project plans and specifications with respect to local codes or reports prepared for the site or project, (2) supervision, direction, or acceptance of the contractor's work; (3) interpretation or modification of the project plans or specifications; (4) submittal of test results or reports to any regulatory agency (unless specifically requested by the Client in writing); or(5)job site safety. ESTIMATED FEES We propose our services be compensated on a time-and-expense basis not to exceed the unit rates as shown in the following table. Any services required in addition to those listed above would be in accordance with the attached fee schedule. 43-YPI-1 86/43YPI 186 2 of March 12,2002 CKIeinfelder,hne.,2002 KLEIN FELDER "work Testing and Inspection (includes building pad, underground utilities and pavement areas) Soil technician 130 hrs $651hr $ 8,450.00 Compaction curves ("ASTM D1557A) 2 each $173.00 $ 346.00 1 Compaction curves (ASTM 1715570) 2 each $1.83.00 � $ 366.00 j I Plasticity Index 1 each $142.00 $ 142.00 Sieve Analysis 1 each $ 70.00 IS 70.00 Reinforced Concrete Special Inspector—reinforcement and concrete placement 116 hrs 1 $57/hr $ 6,612.00 j Special Inspector-batch plant 18 hrs $57/hr $ 1,026.00 Technician—pick-up and transport cylinders 20 hrs $57/hr $ 1,140.00 3 Concrete test cylinders (18 sets of each) 54 each $24.00 $ 1,296.00 Concrete mix design review 1 each $190.00 $ 190.00 Structural Masonry Special Inspector-field observation and testing 96 hrs $57/hr $ 5,472.00 Technician-pick up and transport prisms, mortar and grout 14 hrs $57/hr $ 798.00 Laboratory prism testing 6 each $87.00 $ 522.00 Laboratory mortar and grout testing (8 sets of each) 24 each $24.00 $ 576.00 Grout mix design review 1 each 1 $190.00 $ 190.00 Structural Steel and 'Welding Special Inspector- shop welding(includes NDE testing) 64 hrs $57/hr $ 3,648.00 Special Inspector_ field welding (includes NICE testing) 86 hrs $57/hr $ 4,902.00 Epoxy and Expansion Anchor Bolts Special Inspector-field observation and testing 12 hrs $57/hr $ 684.00 Structural Plywood,Lumber& Wood Products Special Inspector-field observation and testing 188 hrs $57/hr $ 5,016.00 Plan Review,Meetings, Summary and Final Reports, .Project Management and Supervision Plan Review and Meetings 6 hrs $115/hr $ 690.00 Summary and Final reports 8 hrs $115/hr $ 920.00 Project Management 10 hrs $115/hr $ 1,150.00 Supervision 8 hrs $75/hr $ 600.00 TOTAL $44,806.00 The general contractors' schedule was not available at the time this estimate was prepared. Therefore, various assumptions were made based on past experience to develop the above estimate. Our total fees can fluctuate depending on the quality of performance and materials as well as contractor approach and scheduling. Proficient contractor performance minimizes the required testing and inspections, consequently resulting in lower total fees. In the event conditions arise which are beyond our control, were unknown at the time this proposal was prepared, unanticipated based on the available information, or differ significantly from the assumptions outlined above, we may need to revise our scope and estimated fees in order to complete the project. Should this occur, we will contact you for authorization before proceeding with additional work.. 43-YP':-186/43 YP 1186 3 of 4 March 12,2002 CKleinfe:det, Inc.,2002 KLEINFELDER LIMITATIONS Materials testing and observation services provided by Kleinfelder will be performed in accordance with generally accepted procedures practiced within the site area. It should be noted that even with diligent monitoring construction defects might occur. In all cases the contractor is solely responsible for the direction and quality of the work, adherence to plans and specifications, and repair of defects regardless of when they are found. AUTHORIZATION A signed copy of the attached Kleinfelder Standard Services Agreement may serve as our formai authorization to proceed. In the event work is to commence before receipt of the signed. contract, Kleinfelder has a one page Letter of Authorization we can fax to you for signature. All terms and conditions indicated in this proposal and on the contract will be considered by both parties to be in effect from the date of the signed better of Authorization through the completion of the project. We appreciate the opportunity of providing assistance to the Contra Costa County, General Services Department, Architectural Division, on this project. If you have questions or require additional information,please contact our office. Sincerely, KLE",INFELDER kz' 4 0-�-Aq TrRobert B. Solomon Operation anager Fernando J. Silva, C.E., G. Area Manager RBS/FJS: gr Enclosures: Standard Services Agreement Fee Schedule for Materials Testing Services 43-'SP1-186A3YP1186 4 of March 12,2002 CKIcinfelder,Inc.,2002