Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 08052008 - C.2
TO: BOARD OF SUPERVISORS aE""S__._L"°� Contra W. FROM: JULIA R. BUEREN, PUBLIC WORKS DIRECTOR BO1. N,- =,yz Costa DATE: August 5, 2008 CT County SUBJECT: APPROVE plans and specifications, AWARD and AUTHORIZE the Public Works Director, or designee, to execute a contract to the lowest responsive and responsible bidder for the Alhambra Valley Road Pedestrian Bridge project, Martinez area, (District II) Project No. 0662-6R4059-08. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDED ACTION: APPROVE plans and specifications; AWARD and AUTHORIZE the Public Works Director, or designee, to execute a contract in the amount of $201,409.17 to E.E. Gilbert Construction, Inc., the lowest responsive and responsible bidder for the Alhambra Valley Road Pedestrian Bridge project, Martinez area. (Alhambra Valley Specific Plan Funds) (District II) Project No. 0662- 6R4059-08. FISCAL IMPACT: Project will be funded by Alhambra Valley Specific Plan Funds. Continued on Attachment: ® SIGNATURE: _ 5�APPROVE OMMENDATION OF COUNTY ADMINISTRATOR ❑ RECOM END TI OF BOARD COMMITTEE ❑ OTHER SIGNATURE(S): �/ ACTION OF BOARD ON d�t/r APPROVED AS RECOM EN �DW OTHfR ❑ I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. VO OF SUPERVISORS UNANIMOUS (ABSENT We WV ) AYES: NOES: ATTESTED: 47 ABSENT: ABSTAIN: JOHN CULLEN, Clerk dfthe Board of Supervisors and County Administrator G:\Const\BO\2008\8-5-08 Award Alhambra Valley Ped Bridge.doc Orig.Div: Public Works(Construction Division) By , Deputy Contact: Kevin Emigh (925/313-2233) c: Auditor-Controller E. Kuevor, CAO County Counsel Contractor Surety SUBJECT: Award of Contract for Alhambra Valley Road Pedestrian Bridge project, Martinez area. (District II) Project No.0662-6R4059-08 DATE: August 5, 2008 PAGE: 2 of 4 REASONS FOR RECOMMENDATIONS AND BACKGROUND: The Public Works Department received bids from the following contractors: BIDDER TOTAL AMOUNT BOND AMOUNTS E.E. Gilbert Construction, Inc. $201,409.17 Payment: $201,409.17 155 Howe Road Performance:$201,409.17 Martinez, CA 94553 SRP Company Brentwood, CA 94513 W.R. Forde Associates Richmond, CA 94801 George Bianchi Construction, Inc. San Jose, CA 95123 Granite Construction Company Watsonville, CA 95076 JFC Construction, Inc. Martinez, CA 94553 The above-captioned project having been previously approved, and the plans and specifications having been prepared by, filed with, and approved by the Board of Supervisors, and bids having been duly invited and received by the Director of Public Works on July 1, 2008; and The general prevailing rates of wages, which shall be the minimum rates paid on this project, having been filed with the Clerk of the Board, and copies to be made available to any party upon request; and The Board of Supervisors having determined that there is no substantial evidence the project will have a significant effect on the environment and adopted a Mitigated Negative Declaration and Mitigation Monitoring program in compliance with the California Environmental Quality Act, and a Notice of Determination having been filed with the County Clerk on April 9, 2008; and The bidder listed first above, E.E. Gilbert Construction, Inc., having submitted the lowest responsive and responsible bid, which is $29,606.83 less than the next lowest bid; and The Board having evaluated all of the documentation of the good faith effort to comply with the County's Outreach Program. The Director of Public Works recommending that the bid submitted by E.E. Gilbert Construction, Inc. is the lowest responsive and responsible bid, and this Board concurring and so finding; SUBJECT: Award of Contract for Alhambra Valley Road Pedestrian Bridge project, Martinez area. (District II) Project No.0662-6R4059-08 DATE: August 5, 2008 PAGE: 3 of 4 NOW, THEREFORE, the Board finds, determines and orders as follows: The Board APPROVES the plans and specifications for the project; and The Board DETERMINES that E.E. Gilbert Construction, Inc., 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 requirement of the County's Outreach Program and the Board WAIVES any irregularities in such compliance; and FURTHER DETERMINES that E.E. Gilbert Construction, Inc. has complied with the Mandatory Subcontracting Minimum, 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 E.E. Gilbert Construction, Inc. at the listed amount and at the unit prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Director of Public Works 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 Public Works has reviewed and found them to be sufficient, the Director of Public Works, or designee, 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 Public Works, or 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 Public Works, or designee is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Public Contract Code Section 22300; 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 Public Works, or designee; and Pursuant to Labor Code Section 6705, the Board also DELEGATES to the Director of Public Works or to any registered civil or structural engineer employed by the County the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavation covered by that section; and The Board DECLARES that, should the award of the contract to E.E. Gilbert Construction, Inc. 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 re-awarding 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). SUBJECT: Award of Contract for Alhambra Valley Road Pedestrian Bridge project, Martinez area. (District II) Project No.0662-6R4059-08 DATE: August 5, 2008 PAGE: 4 of 4 CONSEQUENCES OF NEGATIVE ACTION: Project will not be built. 000M.M.,Contra Costa County Public Works Julia R. BuerDirector ,, Deputy Directors 01 D e n a r t m e n t R. Mitch Avalon• Brian M. Balbas r Stephen Kowalewski• Patricia McNamee LETTER OF TRANSMITTAL MATE: January 13, 2009 TO: Emy Sharp, COB FROM: Janet Dowling, Construction Division SUBJECT: August 5, 2008 BOS Agenda Item C.2 WE ARE SENDING YOU: 0 Attached, ❑ , the following items: Copies Description Documentation of good faith effort submitted by the low bidder, E.E. 1 Gilbert Construction, Inc., for the Alhambra Valley Road Pedestrian Bridge project, Project No. 0662-6R4059-08. THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted ❑ Reviewed - no additional comments 0 For your use ❑ Approved as noted ❑ Reviewed - see additional comments ❑ As requested ❑ Returned for corrections ❑ Return corrected prints ❑ For review ❑ copies retained for our files ❑ Sign and return originals MESSAGE: Emy, Can you please verify for me that this material was copied and given to the Board for review before it was on the August 5, 2008 Agenda? Thanks for the information. My phone number is 313-2330. Janet Dowling cc: Emma Kuevor,CAO 'Accredited by the American Public Works Association" 255 Glacier Drive Martinez,CA 94553-4825 TEL: (925)313-2000•FAX: (925)313-2333 www.cccpublicworks.org PUBLIC WORKS DEPARTMENT CONTRA COSTA COUNTY DATE: July 10, 2009 TO: Emy Sharp, Clerk of the Board of Supervisors FROM: Janet Dowling, Engineering Technician, Construction Division SUBJECT: Original Bid Packets FILE: Project: Alhambra Valley Road Pedestrian Bridge Project No.: 0662-6R4059-08 Project Award Date: August 5, 2008 BOS Agenda Item No.: Item C.2 Attached are all original proposals, as well as a copy of the bid abstract worksheet and the worksheet showing the average of the three lowest bidders, for the above-mentioned project. If you have any questions, please contact me at (925) 313-2330. G:\const\Capital Projects\2008\Alhambra Valley Road Pedestrian Bridge\MEMO-COB Bid packets.doc z \/ l I N O O V T CTt A W N i p O Co V O VI A W N 0 3 p � o _ 3 n 0. -� _D ;(7 i i S S 0 m n m m Cb O O - a oO v O (D ° a°3o Zm _ vv M < C/) C7 n (s ° v cn m c - o m (� sv v co o 0 o w 0 D � � cn a a v m cn v 0 � � c c m � sv cn CL o� m =1 m m m (s (n w (D cn p CD o a m < co v 3 0 � CD cD m m m m <' (u D m � 5LD. . m m N Z) a m IV Q °' C7 co m O O (n CD 7 ti O ': m 5 l< m 3 CD m a v 6 ' �� m m 3 CD N 3 O O C11 N m 3 0 Q O CD r m r m cn r r m cn o o cn cn o o r r r r c z z N Ul N 00 O O A G A -� O t7) _ C O -� ff3 b9 b9 N t-A ffl 69 O O W ^' m O O Cn i V 69 b9 -� O 69 69 to &q O O O C7 7 O O O (n N co O O m (n m N N N O O O EA O (Q O O O O Co Cn O O O O C71 -! CJl Cn Cn O O O CD ,N. - O D O 010 O O 1 O O O O O O O O O CD 1 O O O N CD �. O O O O O O O O O O O O O O O O O O Ul CD O CA N to t!1 N 0 w j to 4A 60 to to 4n69 - Hd4 to to 69 to IW 6j 6F1 D 3 CD O w N i i A N m i N W i i w N O O W 4A 3 d t0 O0 Ul 0 W N O O N V V i V V O O O O Ln C CD � O W O O O Cl O Ul O O O O A O i Cn O O O O w O O O O A O O O O O O V O0 O O O O N N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O CD N CD m o cri l 0O u, Ilo *� N CD a 'CIOffl 69 C N N Q O W 700 O C-) O CD -P, Ul -� b9 b9 W 69 W 69 to 69 N i O Co b9 O. -, w ow i w w i i i W A C, D o m A Cn Ul A A V w N CD co Ul C0 co W O co O O NO O O O O �I O O N CD -+ (0 W O N A O O O Cn v C1 O O A O W Ul CII O V W V (n A O O O O wN N Cn C- 0 O W N �+ ° a ito -� to to to tsi t1+ toto 169 3 D — m .g, :,4 69 CO A A Cn W N V A O W N W W O '69 O c"I O A O W N O V V N O O A O O Ln A i CD 00 O D O 00 i V 00 00 W L" CJ( O Ln V W Ul V i V W A V A O O N O A W w 0) A O V V A O CD O V O O O N O O O O O N :" V N A O O O i (7 V O O O O 00 O O O O O A V O O O O O O N 0 N O O O 4EA (n O CD n W EA b9 b9 <A fA b9 V O o -0 W C W U' O A W (D EA O Q-) W — W 69 CL O — i V i N Ul M -P Co O O W N Co O W Cn -O N O O O O N O O O O O O O O C lO O O CP A [z7 N O O o O O O O O O O O O o o O O O O O N m D j 0 o O O O O o O O O O o O O o O O o O O = a D 0 o ° co CL v 40 wt� 4A D D `�° 3 w to IA <A H9 to i to (n to tW 69 tq <n 4A to b9 D a Q d 00 OD V V b9 C7 W N O O A N W co i 00 A i 3 A w i Du CD CD W O O N V CO A A A A Ul V A W (D O O N O A — O O A N A O C7 N O N O W to m O O O O CA O O O O O co O O O O O O O O y O O O O O O O O O O O O O O Cl O O O O O p O O O O O O O O O O O O O O O O O O O Cl v a CD C o 0 0 c <-A O 7 A .Z7 n fl01 N b9 Ea 69 69 tf� p (D 0 � O- A O rn W U a CDN O O N O 69 (n r-4) N C-e ffl 69 N O (n O tf3 CL C 7 CD O O 00 O W A V O (D Co M W b9 M V O O CD OO Q O O O O (n (n O O UA Ul I (n M Ul (n O O o Cn D v, (nD w a) CD m O O O O O o O O O6 O O O O O O O O O N N O O O O O O O O O O O O O O O O O O O OCD W 0 CL O OD coa) a ;u �. m 1A O (1 A O Cf) N tLi _fl O O W N JA to F!A b9 to to �i � ' O. D CD 00 V N N V W 00 N CP N tn N A CD PEft (D 00 O O O O W N Cr O m W O W O CA 4 O 0 O CD � 00 CD O Oa O O w (n O O O -� O w w Cr O O O co a) O OO O O O O O O O O A A O O O O O O O O O Cl O O O O Cl O Cl O Cl O OO O O O O 0 O O O O O O 0 O O O Cl 0 O 0 O O O I O O 1 1 ' Z \! ♦I N O Oo V 4m CT A W N p (D 00 V O Cn A W N p O 0 `o O mol °' 0 o v o 3 o C7 o CD o - m v v0 cn O O W (� U) x' x N � a m C7 o n' CD n� CT D D D n � Q , O v 3 m o n) T � -O -Oa aD ° m o x Q o o m (n co c x o �t o c CDm v 0 0 o m G7 D m a n 2 _ v — - v c c m cQ O Cn W m oo m cr Cnv o Q m a =` m 3 0 — m cnCD cD m 3 L m * m m N � 3 ca 3 �' a m i n Co CD m cn CD c m UD cn (D0 cn m 3 cn D CD N Cn CD C °o C/)Q 0 o m = ° m cn 3 N 3 3 cn p' O N' CD o CO O_ CC.) CD NO U1 N W j O p N Ut N 00 O O p 00 A i U) 4sa w ' <" D W N ffl U) EA 4fg 69 Uri ° (D Q o a 4 fA cs, EA to fA rn crn � oo c c j D w W 0 W w to 3 fl w 'C 4&S w w oo rf a 3 , v V QO O Ui w V V co N O A N O Cfl w m m Cil O > c O O . w 7XDO O O O O U7 CO O O O O O O O Cr O O O N O O O O N W N O O O O O O O O O O O (n O (� W N O O 6A.. w cn Q cn Q 0 N 4A c CD p7 0 ' D D N GA 4A fA 4A 4A 4A 4A — — — 4A 4A 4A 4A 4A 4A 4A O 00 Oo CO N N 00 s W N -1 W " N -+ O O CJ1 A W 3 7 A A 00 O O Ut (D (A CD A N N W W 00 N O A -� N D — ` O O V O O " O V W UI O" 0 D'1 W W A W T m � m � = x Uf O O 00 W (D O N O A N90 O 00 00 -+ A V N n I C V O O O O V O A O O O O O V O O O O O 00 O O O O O O O O O O O O O A O O O O O O N -0 g G7 O .r s O cn n O m 00 U7 EA EA EA Efl H9 N xx co O O N 69 fA � EA 4 G EA ffl 4A CD A _o .p cn 0 C7 ff3 W N Efl N W A W Cn 4A it - o s O O V O O� N Cb A C� W O W EA A v O O O O � N OD CP O O O O A U' cn •- N O O O O O O O O O O O O O O O O O O 02 O O O O O O O O O O O O O O O O O O O m S o 0 fl 4A < ° C7 Q N 4Am < O 4A 3 CD N 0 4A 4A 4A A O W N 00 T 00 ?A 4A 4A 4A 4A to 3 D C7 0 (J� 00 O to V U1 CD A 4A O O CD N s O O N N O 00 W w W (D A W Ui co D O O O O A O N O A A O — " Ul O O O O O oo O O O O w O N N O O O O O m o C7 O O O O O O O O O O O O O O O O O O O O m O O O O O O O O O O O O O O O O O O O O O A L � N � O TI 69 Cn a n Qo ff3 4A f!3 69 4A N 69 1) CD N v Efl _W j W N 0 cn Ul O W --4Cn f9 Cn EA 4A 4A 1W Cn --J W Q m O Cn O O Cn m O J O m A N CO O N Cn A N (DDD c CO O O O O O CP O Cn O CP O Cr CP O CP O O N N O O O O O O O O O O O O O O O O O O O O (D CA O o O O O O O O O O O O O O O O O O O O O Cn O w cn a 07 D a =r 4A CL n> NEA CD 69 164 lw v N M O A 4A 40 4A 4A 4A 4A EA 40 4A 4A 4A to4fi O O V W O O (D N N N CD N V V O d O 0 O V A W Cn W O 0 O W T W W M (.n 4 W 00 C co O U7 O O O O O O O O A 0 0 O N N A O CD 00 O O O O O O O O O O O O O O Ui O O 00 fl1 O O O O O O O O O O O O O O O O O O O O O (0 O � � a m O O m 0 G1 rA o m to CD Zl m A � cn O W 0 � Q 00 O Adlik z � O 00 �I O CP W N -� O CD Cb �1 (A U, W N 0 CD n n o (� n D �o 1 2 2 C7 m G7 C7 —I n O (D 00 00 5. O 0 vO 00 � v CD v 00 O C c� M_ CO C7 O Cn X X N O Q (D n 0 n ST (D not o- ° 3 " D D D C7 CD 0 0 cB n 0 cn cn CO O m m m O o o m m 3 cn cQ 0 0 o O m m c co m O_ C-Dm 0 0 o v G — D CD N a m m — O CD to CQ Q W co m oo CD �. m 0 CD � 0 o a m m 3 o �p to 3 CD �. CD v v -a n co m � O O �° Nm CO �' 77o51 _" m ,c CD l< * (D D CD » C-D N 00 cn CD —i m — 0 3 CD cn 0 CD m o 0 3 � O CD Q. c0 O r m r m Cn r r m cn Cn cn C) 0 r r- r r- C (n D -n D m ,-i m D 0 0 < cn Cn cn m . oo D CD CJ, O O O O Co O C7) c�D O 7 O 69 N ffl ffl ff3 ffl ff3 S � N N ffl Efl W <� W (q U) Ef) b09 � N C D ` CD GJ CP -co CIt CO (> W '' N co N O ---,. CD C W O 0 v O O w Cn O) . . W co A O Cb O Cl) {j) `G r N O O W --4W N � m N O N v w m W W O (D CA O W CJ, co v W O N O - O cn N DD N 69 f�9W N to &9 ffl 69 69 f!) Q! b9 Ef) f l 60 H3 b9 En K) TO N N w m -P' N CP W U, v C3) W - N W W N i Q, D 0* N CXR O � v 0) O W CO O cn -oP O Cb O N O Cn 3 N N � cn C) Cp -I m �l O Cn -• N m m U, O 0D -.� U, --,i co -r, W N --• CO W 0 Q. O W 0) �l W W W O O --4 (0 -g, A W (� W 0' O O O W �l m W W W N Cb N O O --4W v W (� --4 CD cn D 2) 3 n Cr o 3 °' m o CD cn FD- '< 0 ;u z � O Q- o CD rn a m CD ;u �. A 0 Ln n O n O Q O CQ 00 CD To the Board of Supervisors of Contra Costa County Martinez, California PROPOSAL FOR Alhambra Valley Road Pedestrian Bridge Project No. 0662-6R4059-08 Name of bidder 4�5-4�E-, <5 i1 �j7�S /(J�il jU�'l, , Zn G. Business address /5_5 �1 Mailing address ZS� Nawe- Rol. Qr /i P z . C 9y553 Business Phone 9a;5- ,,10-Z8 - C`3,1 Fax Number 2.A — D 1-f g S Contact To the Board of Supervisors of Contra Costa County: The undersigned, as bidder, declares that the only persons or parties involved in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that he/she has carefully examined the location of the proposed work, plans and specifications; and he/she proposes and agrees, if this proposal is accepted, that he/she will contract with the Agency to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time prescribed, and according to the requirements of the Engineer as therein set forth, and that he/she will take in full payment therefor an amount based on the unit prices specified hereinbelow for the various items of work, the total of said work as estimated herein being (Insert total) and the following being the unit prices bid, to wit: 1 Alhambra Valley Road Pedestrian Bridge Item Bid Item Description Unit Quantity Unit Price Total No. (In Figures) (In Figures) 1 Temporary Fence (Type ESA Silt) L.F. 64 10 . 58 677 . 00 2 Construction Area Signs L.S. 1 N/A 840 . 00 3 Traffic Control System L.S. 1 N/A 1, 939 . 00 4 Clearing and Grubbing L.S. 1 N 5 Roadway Excavation (F) C.Y. 16 213 .40 3 , 415 . 00 6 Imported Borrow C.Y. 30 119 .24 3 , 577 . 00 7 Geogrid Reinforcement S.Y 114 18 . 05 2 , 057 . 00 8 Erosion Control (Blanket) S.Y 41 15 . 37 630 . 00 9 Class 2 Aggregate Base TON 44 78 . 96 3 , 474 . 00 10 Hot Mix Asphalt (Type B) TON 18 336 . 17 6 , 051 . 00 11 Hot Mix Asphalt (Driveway Replacement) S.Y. 140 32 . 90 4 , 606 . 00 12 Minor Structure (Type C Inlet) EA 4 4 , 313 . 2 5 17, 253 . 00 13 18" Plastic Pipe L.F. 20 137 . 65 2 , 753 . 00 14 18" Corrugated Steel Pipe L.F. 50 74 . 68 3 , 734 . 00 15 Minor Concrete (Sidewalk) S.F. 68 74 . 71 5 0 16 Removable Steel Bollards EA 2 2 , 141 . 00 4 , 282 . 00 17 Metal Beam Guard Railing (Wood Post) L.F. 25 175 . 04 41, 376 . 00 18 Alternative Flared Terminal System EA 2 4 , 505 . 0 0 1 9, 010 . 00 19 (S)Prefabricated Steel Truss Pedestrian Bridge L.S. 1 1 N/A 117 484 . 00 201, 408 . 00 Total a�►, yon �� 2 The work for which this proposal is submitted is for construction in conformance with the special provisions (including the payment of not less than the State general prevailing wage rates or Federal minimum wage rates), the project plans, including any addenda thereto, the contract annexed hereto, and also in conformance with the California Department of Transportation Standard Plans, dated May, 2006, the Standard Specifications, dates May, 2006, and the Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished. Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item,the unit price shall prevail,except as provided in(a)or(b), as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentagewise the unit price or item total in the Agency's Final Estimate of cost. If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single item and a clear,readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total,the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the Agency, and that discretion will be exercised in the manner deemed by the Agency to best protect the public interest in the prompt and economical completion of the work.. The decision of Agency respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be final. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation 3 s or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. The improvement contemplated in the performance of this contract is an improvement over which the State of California shall exercise general supervision. The State of California, therefore, shall have the right to assume full and direct control over this contract whenever the State of California, at its sole discretion, shall determine that its responsibility to the United States so requires. It is understood and agreed that the quantities of work under each item are approximate only, being given for a basis of comparison of proposal, and the right is reserved to the Agency to increase or decrease the amount of work under any item as may be required, in accordance with provisions set forth in the specifications for this project. It is further understood and agreed that the total amount of money set forth for each item of work or as the total amount bid for the project, does not constitute an agreement to pay a lump sum for the work unless it specifically so states. It is hereby agreed that the undersigned, as bidder, shall furnish a Payment Bond in an amount equal to one hundred percent of the total amount of this proposal and a Faithful Performance Bond to be one hundred percent of the total amount of this proposal, to the Agency and at no expense to said Agency, executed by a responsible surety acceptable to said Agency in the event that this proposal is accepted by said Agency. If this proposal shall be accepted and the undersigned shall fails to contract as aforesaid and to give the two bonds in the sums to be determined as aforesaid, with surety satisfactory to the Board of Supervisors and proper evidence of insurance in accordance with the contract requirements within eight (8) days, not including Saturdays, Sundays, and legal holidays, after the bidder has received notice from the public agency that the contract is ready for signature, the Board of Supervisors may, in its discretion, award the contract to the next highest bidder and declare the successful bidder's security forfeited, as provided in Public Contract Code section 5106. 4 PROPOSAL All good faith effort documentation must be submitted with the bid or within two (2) working days following the bid opening. Failure to submit the required good faith effort documentation within two (2) working days following the bid opening may render the bid non- responsive. The bidder is required to subcontract the following minimum percentage of its bid: Mandatory Subcontracting 25 % Minimum (MSM) Requirement NOTE: Outreach Program information and/or assistance may be obtained through the County's Affirmative Action Office at (925) 335-1045. *The MSM percentage figure will vary from project to project depending upon staff's determination of the amount of work appropriate for subcontracting, the availability of subcontractors, and other pertinent factors. Engineer to determine this percentage on a project by project basis. 5 PROPOSAL(CONT.) The contractor agrees, by submission of this proposal, to conform to the requirements of Section 4100 through 4113 of the Public Contract Code. The undersigned, as bidder, declares that he/she has not accepted any bid from any subcontractor or supplier through any bid depository, the by-laws, rules or regulations of which prohibit or prevent the contractor from considering any subcontractor or supplier which is not processed through said bid depository, or which prevent any subcontractor or supplier from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository. The following is a complete list of items to be subcontracted,including the subcontractor's name and address, as required. If a portion of any item of work is done by a subcontractor, the value of the work subcontracted will be based on the estimated cost of such portion of the contract item, determined from information submitted by the contractor, subject to approval by the engineer. Contra Costa County requires that all subcontractor information shall be submitted at the time of bid opening,no time extension will be allowed to submit this information per Assembly Bill 1092. The Bidder shall list each subcontractor to whom the Bidder proposes to subcontract any item of work, or portion thereof, in excess of one-half of one percent (.50%) of the total bid or $10,000, whichever is greater in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. 6 0 . o Ct) o a� 4° c� Y o 00 o r v O ' Ei O N Ol O O O N O 00 Q O O Ln d' N O O O O d+ O O U o 0 0 Q 00 Ol k.0d' N O O O b10 .O H -7L} CD CD VI O N Ol O CD N 00 C if) I- � L(1 ('�l � � O O V 00 00 L V)- V)7 VI r+ O V u O . ,x o U U w f� U O o � r -1 U) (� o A 04 (1) 4. r U rI 14 (o a 1 G o o p as m > 0 O � ( � 4-) -- 3 s0. W Q U W a, Q ) r`' U p• a > q A N U1 O -4-4-I V? N J-1 3 N O �-4 Q N Ul �1 U 4�1 - rl ul O �I 04N � U U) Z O rdk v 3 a o U F. Q �4 rn m O b 61 �4 0 rd u 04 al 3 al ro J o u U) w 3 p x N I o Ln x cn o O w0 'n Ln M P4 °° rn o o D Ln rl l 1 0 (� M 1 O 00 O I N ra O rl F- 1n N (3) a a, U a A O V] U r-I -rl O 0 (Tj � °o a U > p ZH O N •.�, 44 M o O 0 p aai _a O 1l O >1 U ul10 U �. P4 4JO u Ei � �, H � ro o � G� rl iD N U � x 1 U >13 C y o N O a (0 l) b O O C7 `.~ U U) W x 0 ' U W U R. NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 'being first duly sworn,deposes and says (Name) that he or she is of 5�. 15, 6,liBVl (Title,position in Company) (Name of Company) 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 overhead, profit, or cost element of the bid price, or 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 order 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." � e l (Signature of Bidder) State of Californ'a ) ACKNOWLEDGEMENT (By Individual,Partnership or County offs► ,P4 )ss Corporation) r The person(s) signing above fore, 6i/1'j_ Xi,Kknown to me individual and business capacities as stated, personally appeared before me today and acknowledged that he/she/they executed it and acknowledged to me that the partnership named above executed it or acknowledged to me that the corporation named above executed it pursuant to its bylaws or a resolution of its board of directors. Dated: b/ Signature: Name(Typed or Printed) (This area for official notarial seal) 8 or CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of (X_q1m On before me, ' Date `[ Here Insert arre and Title f the officer personally appeared �rl� l9r►Ilop Name(s)of Signer(s) who proved to me n the basis of satisfactory evidence to be the person hose names/subscribed to the within instrument and acknowledged to me that he/s4eAKey executed the same in his/he"kh>str authorized capacityksl', and that by his/he0thrr signature(<on the instrument the person49r1 or the entity upon behalf of which the person�cted, executed the instrument. JAKE ZANE Commission 1753560 I certify under PENALTY OF PERJURY under the laws Notary Public -California of the State of California that the foregoing paragraph is Contra Costa County true and correct. WComm EOW Jun26,2011 WITNESS my hand and official seal. Signature Place Notary Seal AboveZ/ V — �VIre of otary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Documen,d1/ `t1 - Title or Type of Document: � OVUII C20 ' Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: 0 Individual C Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner—❑ Limited El General ❑ Partner—❑ Limited CJ General _ ❑ Attorney in Fact - • ❑Attorney in Fact • El Trustee ❑Trustee Top of thumb here Top of thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing:- 02007 epresenting:©2007 National Notary Association•9350 De Soto Ave.,P.O.Box 2402•Chatsworth,CA 91313-2402•www.NationalNotary.org Item#5907 Reorder:Call Toll-Free 1-800-876-6827 For bids exceeding$25,000, accompanying this proposal is a Proposal Guaranty in the amount of Ten 0 0) Percent of Amount Bid (Cashier's Check, Certified Check or Bidder's Bond acceptable) The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE If the bidder or other interested person is a corporation, state legal name of corporation, also names of president, secretary, treasurer, and manager thereof. If a copartnership, state true name of firm. If bidder or other interested person is an individual, state first and last name in full. ,7✓ oga e4a1 . Licensed to do or subcontract all classes of work involved in the project, in accordance with an act providing for the registration of contractors, License No.801481 Class: A (Expires 11 3 o 2 p0!? ). By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing information is true and correct. Date: 9005 (Signature of Bidder) Business address 15-5- AulC_ I?Ul /f9G,d-*)cx, C+4 9 53 Place of residence Date 'SLY 20 9 BID BOND Bond No. n/a KNOW ALL BY THESE PRESENTS: That we, E.E. Gilbert Construction, Inc. as Principal, and International Fidelity Insurance Company a corporation organized and existing under the laws of the State of New Jersey and authorized to transact surety business in the State of California, as Surety,are held and firmly bound unto Contra Costa County as Obligee, in the sum of Ten Percent (10%) of the amount of' the bid Dollars lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for Alhambra Valley Road Pedestrian Bridge 0662-6R4059-08 (Project Name) (Project Number) 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 such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. SIGNED AND SEALED, this 1st day of July 2008 (SEAL) (SEAL) E.E. Gilbert Construction, Inc. International Fidelity Insurance Company (Principal) (Surety) B (Signature) ( gnature) Kelly Holtemann (SEAL AND ACKNOWLEDGMENT OF NOTARY) Attorney-In-Fact 10 ACKNOWLEDGMENT State of California County of------Marin On -----?/1/08 ------------- before me, J_ DeLucaZ_Notary_Public ------------ (insert name and title of the officer) personally appearedKelHoltemann _ ---------------------------ly---------------------- who proved to me on the basis of satisfactory evidence to be the person(s) whose name(sl is/afe subscribed to the within instrument and acknowledged to me that he/she/" executed the same in +I4�her/t*err authorized capacity(4es} and that by 4is/her/t*eir signature( on the instrument the person(a), or the entity upon behalf of which the person(,&) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ` J. DE LUCA r- COMM. #1521691 \ s 7 NOTARY PUBLIC-CALIFORNIA C7 -- SONOMA COUNTY Signature (Seal). MY Comm.Expires Oct.24,2008 Tel (973)624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 FOR BID BOND/RIDER/CONSENTS/AFFIDAVITS KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey,and having its principal office in the City of Newark, New Jersey,does hereby constitute and appoint .................................................. .._..........................................................................................................................__.............................. ............................................ LAWRENCE J. COYNE, KELLY HOLTEMANN, THOMAS E. HUGHES, JOAN DELUCA Novato, CA. its true and lawful attorney(s)-in-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law,stature, rule, regulation,contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed,and may be revoked,pursuant to and by authority of Article 3-Section 3,of the By-Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary,shall have power and authority. (1)To appoint Attorneys-in-fact,and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and, (2)To remove,at any time,any such attorney-in-fact and revoke the authority given. Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. TY/Nf IN TESTIMONY WHEREOF,INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be p- G signed and its corporate seal to be affixed by its authorized officer,this 16th day of October, A.D.2007. SEAL INTERNATIONAL FIDELITY INSURANCE COMPANY T STATENEW JERSEY yd y�J� County off Essex •r-► Secretary On this 16th day of October 2007, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn,said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. MA R(�� IN TESTIMONY WHEREOF,I have hereunto set my hand affixed my Official Seal, P �� at the City of Newark, New Jersey the day and year first above written. NOTARY cr — 0 PUBLIC ��Eas� A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission Expires Nov. 21,2010 I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the By-Laws of said Company as set forth in said Power of Attorney,with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY,and that the same are correct transcripts thereof,and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF,I have hereunto set my hand this 1St day of July, 2008 'f, �04tz� Assistant Secretary WARRANTYANDREPAIR AGREEMENT To -?6l c— U645 (Agency): The undersigned agrees to repair and/or replace all improvements installed as part of AI Vq 14 R-�deAr i r Ida (Insert Project Name) 0-f>62- 6240-9-00 (Insert Project Number) Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the work of any part thereof fail to operate properly as originally intended and in accordance with the plans and specifications, due to any of the above causes, for a period of 12 months after date on which the contract work is accepted by the Agency. The undersigned also agrees to reimburse the Agency, upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, if such work is performed by the Agency. Alternatively, upon demand by the Agency, the undersigned further agrees to replace any such material and to repair said work completely without cost to the Agency so that said work will function successfully as originally contemplated. The Agency shall have the unqualified option to make any needed replacements or repairs itself or to have such replacements or repairs done by the undersigned. In the event the Agency elects to have such work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the Agency. If the undersigned shall fail or refuse to comply with his obligations under this agreement, the Agency shall be entitled to all costs and expenses, including attorneys' fees, reasonably incurred by reason of the said failure or refusal. The warranty period on the replaced materials or repaired defects shall commence, for a separate period of 12 months, beginning on the date the repair work is accepted by the Agency. In no event will the warranty period extend beyond three (3) years from the date the original contract work is accepted by the Agency. All Opticom (or equal) components shall be guaranteed in accordance with the manufacturer's warranty, which shall start after successful completion of the function test. All equipment for the Submaster shall be guaranteed for a period of three(3)years from the date the contract work is accepted by the Agency. .L A C-- (Comp N e (Authorized Signature) (Print Name) Date: III u G:\GrpData\Design\CTSPEC\PROPOSAL\MAINT.doc 7/30/98 13 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT PROPOSAL AND CONTRACT FOR ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE PROJECT NO: 0662-6R4059-08 _ A ' Ht �t3dvvdl��l�l'4 f^- ,.... 0 f T J ® , t \ COU1`j'1'`� FOR USE WITH STANDARD SPECIFICATIONS DATED MAY, 2006 AND STANDARD PLANS DATED MAY, 2006 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION, AND GENERAL PREVAILING WAGE RATES AND APPLICABLE LABOR SURCHARGE AND EQUIPMENT RENTAL RATES, AS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS. BID OPENING DATE: July 1,2008 FOR PRE-BID INFORMATION CONTACT: Alex Anaya(925)313-2312 FOR PLAN HOLDER'S LIST: Visit the Design Division at the Public Works website, www.co.contra-costa.ca.us/depart/pw/ (under"Contractor Info."), or call (925) 313-2000. TABLE OF CONTENTS PROPOSAL ................................................................................................ l SUBCONTRACT INFORMATION .................................................................... 7 TITLE 23 SECTION 112 NON-COLLUSION AFFIDAVIT ........................................ 8 SIGNATUREOF BIDDER .............................................................................. 9 SAMPLE BIDDER'S BOND ............................................................................. 10 LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT ..... 11 VERIFICATION OF PERFORMANCE SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT ..... 12 WARRANTY AND REPAIR AGREEMENT ......................................................... 13 SAMPLECONTRACT .................................................................................... 14 SAMPLE PERFORMANCE BOND ..................................................................... 18 SAMPLE PAYMENT BOND ............................................................................. 19 I W 'Q J UL co Q � �J O °) M Q e wU 2 Z_ Lo H \ .� T a L- - � v A To the Board of Supervisors of Contra Costa County Martinez, California PROPOSAL FOR Alhambra Valley Road Pedestrian Bridge Project No. 0662-6R4059-08 Name of bidder S./Z,P. 60A4&,&24 Business address 4-Co-0 u10LF 0A . Ay-r/oc#4 GA 94S.3/ Mailing address f.0. &-yx 534 . bXW TWOOD 6A q4,/3 Business Phone & 7_S 3 —S'/4 2— Fax Number 2 Contact To the Board of Supervisors of Contra Costa County: The undersigned, as bidder, declares that the only persons or parties involved in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that he/she has carefully examined the location of the proposed work, plans and specifications; and he/she proposes and agrees, if this proposal is accepted, that he/she will contract with the Agency to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time prescribed, and according to the requirements of the Engineer as therein set forth, and that he/she will take in full payment therefor an amount based on the unit prices specified hereinbelow for the various items of work, the total of said work as estimated herein being S/xtS6A) A- "ll" PVU-Al S (Insert total) and the following being the unit prices bid, to wit: 1 Alhambra Valley Road Pedestrian Bridge Item Bid Item Description Unit Quantity Unit Price Total No. (In Figures) (in Figures) 1 Temporary Fence (Type ESA Silt) L.F. 64 d- q&o. ci 2 Construction Area Signs L.S. 1 0 �� -3 SO, 3 Traffic Control System L.S. 1 4 U ob O ob 4 Clearing and Grubbing L.S. 1 7 10c.Vo 00 5 Roadway Excavation (F) C.Y. 16 T 6 Imported Borrow C.Y. 30 00. ry 7 Geogrid Reinforcement S.Y 114 8 Erosion Control (Blanket) S.Y 41 60, � 2 ¢�0• °' 9 Class 2 Aggregate Base TON 44 /00. " 10 Hot Mix Asphalt (Type B) TON 18 0 au 8 O h 11 Hot Mix Asphalt (Driveway Replacement) S.Y. 140 el 12 Minor Structure (Type C Inlet) EA 4 3 O - 13 18" Plastic Pipe L.F. 20 0- 0067, rD 14 18" Corrugated Steel Pipe L.F. 50 �a DOO 15 Minor Concrete (Sidewalk) S.F. 68 12. �� 8 16 Removable Steel Bollards EA 2 17 Metal Beam Guard Railing (Wood Post) L.F. 25 316. 00,4 18 Alternative Flared Terminal System EA 2 4¢/pyD S24." 19 (S)Prefabricated Steel Truss Pedestrian Bridge I L.S. 1 /38, /OD °U /3$ /00• " Total �t Z 3/, 0/6 2 The work for which this proposal is submitted is for construction in conformance with the special provisions (including the payment of not less than the State general prevailing wage rates or Federal minimum wage rates), the project plans, including any addenda thereto, the contract annexed hereto, and also in conformance with the California Department of Transportation Standard Plans, dated May, 2006, the Standard Specifications, dates May, 2006, and the Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished. Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth under the "Item Total"column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item,the unit price shall prevail, except as provided in(a)or(b),as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentagewise the unit price or item total in the Agency's Final Estimate of cost. If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single item and a clear,readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total,the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the Agency, and that discretion will be exercised in the manner deemed by the Agency to best protect the public interest in the prompt and economical completion of the work.. The decision of Agency respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be final. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor,then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation 3 or to undertake self-insurance in accordance with the provisions of that code,and I will comply with such provisions before commencing the performance of the work of this contract. The improvement contemplated in the performance of this contract is an improvement over which the State of California shall exercise general supervision. The State of California, therefore, shall have the right to assume full and direct control over this contract whenever the State of California, at its sole discretion, shall determine that its responsibility to the United States so requires. It is understood and agreed that the quantities of work under each item are approximate only, being given for a basis of comparison of proposal, and the right is reserved to the Agency to increase or decrease the amount of work under any item as may be required, in accordance with provisions set forth in the specifications for this project. It is further understood and agreed that the total amount of money set forth for each item of work or as the total amount bid for the project, does not constitute an agreement to pay a lump sum for the work unless it specifically so states. It is hereby agreed that the undersigned, as bidder, shall furnish a Payment Bond in an amount equal to one hundred percent of the total amount of this proposal and a Faithful Performance Bond to be one hundred percent of the total amount of this proposal, to the Agency and at no expense to said Agency, executed by a responsible surety acceptable to said Agency in the event that this proposal is accepted by said Agency. If this proposal shall be accepted and the undersigned shall fails to contract as aforesaid and to give the two bonds in the sums to be determined as aforesaid, with surety satisfactory to the Board of Supervisors and proper evidence of insurance in accordance with the contract requirements within eight (8) days, not including Saturdays, Sundays, and legal holidays, after the bidder has received notice from the public agency that the contract is ready for signature, the Board of Supervisors may, in its discretion, award the contract to the next highest bidder and declare the successful bidder's security forfeited, as provided in Public Contract Code section 5106. 4 PROPOSAL All good faith effort documentation must be submitted with the bid or within two (2) working days following the bid opening. Failure to submit the required good faith effort documentation within two (2) working days following the bid opening may render the bid non- responsive. The bidder is required to subcontract the following minimum percentage of its bid: Mandatory Subcontracting 25 % Minimum (MSM) Requirement NOTE: Outreach Program information and/or assistance may be obtained through the County's Affirmative Action Office at (925) 335-1045. *The MSM percentage figure will vary from project to project depending upon staffs determination of the amount of work appropriate for subcontracting, the availability of subcontractors, and other pertinent factors. Engineer to determine this percentage on a project by project basis. 5 For bids.exceeding$25,000, accompanying this proposal is a Proposal Guaranty in the amount of Ten 0 0) Percent of Amount Bid (Cashier's Check, Certified Check or Bidder's Bond acceptable) The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE If the bidder or other interested person is a corporation, state legal name of corporation, also names of president, secretary, treasurer, and manager thereof. If a copartnership, state true name of firm. If bidder or other interested person is an individual, state first and last name in full. W.R.Force Associates,A General Partnership Partners: _ Donald J.Russell,Inc.,Donald J.Russell,President W.R.Forde Construction Co.Inc,Marilyn J.Forde,President Licensed to do or subcontract all classes of work involved in the project, in accordance with an act providing for th re stratio of contractors, License No. y 7 'Class: A �/ Z, t+l L (Expires - D - b 11). By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing information is true and correct. Date: • b ) ( ignature of Bidder) Business address q 1 SA . t, �-Ik VVI-t v4l/ Yz:16 Place of residence Date 20 V 9 R� SAMPLE BID)BOND Bond No. N/A KNOW ALL BY THESE PRESENTS: That we, W. R. FORD- OCIATE a Princi l and as P WESTERN SURE COMPANY , a corporation organized and existing under the laws of the State of SOUTH DAKOTA and authorized to transact surety business in the State of Califomia, as Surety, are held and firmly bound unto CONTRA COSTA COUNTY as Obligee, in the sum of Ten Percent1 D% f ) of the amount of the bid Dollars lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE _ 0662-6R4059-08 (Project Name) (Project Number) 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 such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former, then this obligation shall be null and void,otherwise to remain in full force and effect. SIGNED AND SEALED, this 19 day of JUNE 20 08 . (SEAL) (SEAL) W. R. FORDE ASSOCIATES WESTERN SURETY COMPANY (Principal) (Surety) By: kignature) Si�IM1ature DONAALD J. RUSSELL, INC. GENERAL PARTNER CLAYDONALD J. RUSSELL PRESIDENT THOMPSO ATTORNEY-IN-FACT (SEAL AND ACKNOWLEDGMENT OF NOTARY) CLAY THOMPSON, CPCU, CRIS 'ISU SANDER,JACOBS,CASSAYRE INSURANCE SERVICES 3200 VILLA LANE NAPA,CA 94558—(707)254.4114 10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT r�.r�.�croc'.Gree.��crcrcrc`.c�.crcrc�'.erg.�.ec�cK�.ecse�cc�,rcrce�.e�.rrcr.�=.r_ . _ - - :..cc:c�.erer.�.oc.ecercc.cc State of California County of NAPA On JUNE 19, 2008 before me, CHERYL S. JENSEN, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared CLAY THOMPSON, ATTORNEY-IN-FACT Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(* whose name(s) is/axf§ subscribed to the within instrument and acknowledged to me that he/skabW executed the same in hisftoNvix authorized r Eu��, " CHERYL S. JENSEN capacityW), and that by his/D[�MoNt signature( on the b COMM.#16JE instrument the personM), or the entity upon behalf of U NOTARY PUBLIC-CALIFORNIA 1/ which the person(g) acted, executed the instrument. L s NAPA COUNTY r- , ,F My Comm Expires Nov 15 zoes I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my an fficial se Place Notary Seal Above Signature ignature of ry Pub' OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑Corporate Officer—Title(s): ❑ Partner—J Limited ❑ General _ _ ❑Partner—:1 Limited ❑ General ❑ Attorney in Fact • ❑Attorney in Fact ❑ Trustee Top of thumb here El Trustee Top of thumb here ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: ®2007 National Notary Association-9350 De Soto Ave.,PO.Box 2402-Chatsworth,CA 91313-2402 www NationalNotaryDrg Item#5907 Reorder:Call Toll-Free 1-800-876-6827 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Clay Thompson, Robert E Chovick, Jeffrey D Erickson, Theresa Studebaker, Damon Garrett, Individually of Napa,CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 8th day of October,2007. S�ae`r". WESTERN SURETY COMPANY . 1.0 =Wt i Paul .Bmflat,Senior Vice President State of South Dakota 1 Jl ss County of Minnehaha On this 8th day of October,2007,before me personally came Paul T.Bruflat,to me known,who,being by me duly swom,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires } f D. KRELL f November 30,2012 i S AE NOTARY PUBLIC SE r SOUTH DAKOTA fA—L4 klitil +Sh titi Yhtih SS titibq�sti tih4�stititi D.Krell,No ary Public CERTIFICATE I, L. Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 19 day of JUNE 2008 WESTERN SURETY COMPANY rs�acr'y`w, Q?.. oo•. =aFVO !i^iai SC A < r. �v.Z L.Nelson,Assistant Secretary Form F4280-09-06 WARRANTY AND REPAIR AGREEMENT To cbv\ ('off cb* &&V��l (Agency): The undersigned agrees to repair and/or replace all improvements installed as part of -ij f (Insert Project Name) 0 0 b S I - 0� (Insert Project Number) Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the work of any part thereof fail to operate properly as originally intended and in accordance with the plans and specifications, due to any of the above causes, for a period of 12 months after date on which the contract work is accepted by the Agency. The undersigned also agrees to reimburse the Agency, upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, if such work is performed by the Agency. Alternatively, upon demand by the Agency, the undersigned further agrees to replace any such material and to repair said work completely without cost to the Agency so that said work will function successfully as originally contemplated. The Agency shall have the unqualified option to make any needed replacements or repairs itself or to have such replacements or repairs done by the undersigned. In the event the Agency elects to have such work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the Agency. If the undersigned shall fail or refuse to comply with his obligations under this agreement, the Agency shall be entitled to all costs and expenses, including attorneys' fees, reasonably incurred by reason of the said failure or refusal. The warranty period on the replaced materials or repaired defects shall commence, for a separate period of 12 months, beginning on the date the repair work is accepted by the Agency. In no event will the warranty period extend beyond three (3) years from the date the original contract work is accepted by the Agency. All Opticom (or equal) components shall be guaranteed in accordance with the manufacturer's warranty, which shall start after successful completion of the function test. All equipment for the Submaster shall be guaranteed for a period of three(3)years from the date the contract work is accepted by the Agency. �1 Fo f-CL RsSc(`k� S (Company Name) c� ( uthorized Signature) 7� (Print Name) Date: G:\GrpData\Design\CTSPEC\PROPOSAL\MAINT.doc 7/30/98 13 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT PROPOSAL AND CONTRACT FOR ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE PROJECT NO: 0662-6R4059-08 H Q +as ! ® `-•, _� Iy"1. S1 rA COU�'1`� FOR USE WITH STANDARD SPECIFICATIONS DATED MAY, 2006 AND STANDARD PLANS DATED MAY, 2006 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION, AND GENERAL PREVAILING WAGE RATES AND APPLICABLE LABOR SURCHARGE AND EQUIPMENT RENTAL RATES, AS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS. BID OPENING DATE: July 1,2008 FOR PRE-BID INFORMATION CONTACT:Alex Anaya(925)313-2312 FOR PLAN HOLDER'S LIST: Visit the Design Division at the Public Works website, www.co.contra-costa.ca.us/depart/pw/ (under"Contractor Info."), or call (925)313-2000. TABLE OF CONTENTS PROPOSAL ................................................................................................ 1 SUBCONTRACT INFORMATION .................................................................... 7 TITLE 23 SECTION 112 NON-COLLUSION AFFIDAVIT ............... ..... 8 .................... SIGNATUREOF BIDDER .............................................................................. 9 SAMPLE BIDDER'S BOND ............................................................................. 10 LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT ..... 11 VERIFICATION OF PERFORMANCE SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT ..... 12 WARRANTY AND REPAIR AGREEMENT ......................................................... 13 SAMPLECONTRACT .................................................................................... 14 SAMPLE PERFORMANCE BOND ..................................................................... 18 SAMPLE PAYMENT BOND ............................................................................. 19 SAMPLE BID BOND Bond No. KNOW ALL BY THESE PRESENTS: That we, , as Principal, and , a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto , as Obligee, in the sum of Ten Percent (10%) of the amount of the bid Dollars lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for (Project Name) (Project Number) 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 such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former,then this obligation shall be null and void, otherwise to remain in full force and effect. SIGNED AND SEALED,this day of 120—. (SEAL) (SEAL) (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGMENT OF NOTARY) 10 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 SUBCONTRACTOR/ SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT Name of Prime Contractor Name of Project Project Number The undersigned is a(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the following which may apply. MBE WBE SBE LBE Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor Supplier _ Supplier _ Supplier _ Supplier Manufacturer _ Manufacturer _ Manufacturer _ Manufacturer _ Trucker _ Trucker _ Trucker _ Trucker Other _ Other _ Other _ Other Describe Describe Describe Describe _None 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 Person Completing this Form Company Name Phone Number Fax Number Revised Effective 8/3/2000 11 Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,Martinez,CA 94553 (925)335-1045 Fax(925)646-1353 VERIFICATION OF PERFORMANCE SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT 1. Name of Prime Contractor 2. Name of Project 3. Project Number 4. The undersigned performed work in connection with the above project as(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture 5. Check the following which may apply. MBE WBE SBE LBE Subcontractor — Subcontractor — Subcontractor — Subcontractor — Supplier — Supplier — Supplier — Supplier Manufacturer — Manufacturer _ Manufacturer — Manufacturer Trucker — Trucker — Trucker — Trucker Sub Consultant — Sub Consultant — Sub Consultant — Sub Consultant Other — Other — Other — Other Describe Describe Describe Describe —None of the Above Apply 6. The undersigned has performed the following described work in connection with the above project (specify in detail the particular work items or parts that were performed): 7. Total Bid to Prime Contractor or Consultant: $ 8. Total Amount Received: $ 9. Explain any difference between lines#7 and#8 by attaching a written explanation. 10. Signature Position/Title Date 11. Name of Person Completing this Form 12. Company Name Phone Number L—) FAX Number 12 SAMPLE CONTRACT(Page 1 of 4) (Contra Costa County Standard Form Construction Agreement) 1.SPECIAL TERMS. These special terms are incorporated below by reference. (See Secs.2,3) Parties: Public Agency-- Contra Costa County Contractor— Use complete legal name of Contractor. Effective Date: (see Section 4 for starting date.) (See Sec.3) Project Name Proj.No. located The work consists of all in accordance with the Plans,Drawings,Special Provisions and/or Specifications prepared by or for the Public Works Director/Chief Engineer(cross out one)and in accordance with the accepted Bid Proposal (See Sec.4) Completion Time: ((DELETE ONE OF THE FOLLOWING STATEMENTS.)) (a) By (b) Within working/calendar((circle the appropriate word))days from starting date. (See Sec.5) Liquidated Damages: S per calendar day. (See Sec.6) Public Agency's Agent: (See Sec.7) Contract Price: S more or less, in accordance with finished quantities at unit bid prices. ((DELETE TEXT if not unit price bid.)) (See Sec.8) Federal Taxpayer's I.D.or Social Security No. 2. SIGNATURES&ACKNOWLEDGEMENT. Public Agency,By: Julia R. Bueren, Public Works Director Contractor, hereby also certifying awareness of and compliance with Labor Code Sections 1861 and 3700 concerning Workers' Compensation Law, By: (Designate official capacity in the business) By: (Designate official capacity in the business) Note to Contractor: 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. (Civil Code,Section 1190 and Corporations Code,Section 313.) The acknowledgment below must be signed by a Notary Public. CERTIFICATE OF ACKNOWLEDGMENT State of California ) ss. County of ) On before me, (here insert name and title of the officer),personally appeared 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's Seal) (Notary Public) 14 3.WORK CONTRACT CHANGES. (a) By their signatures in Section 2,effective on the above date,these parties promise and agree as set forth in this contract,incorporating by these references the material in Section 1,SPECIAL TERMS. (b) Contractor shall,at his own cost and expense,and in a workmanlike manner,fully and faithfully perform and complete the work;and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans,drawings and specifications and in accordance with the accepted bid proposal. (c) The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties;and the Public Agency shall never have to pay more than specified in Section 7,PAYMENT,without such an order. 4. TIME. NOTICE TO PROCEED. Contractor shall start this work as directed in the specifications or the Notice to Proceed;and shall complete it as specified in Section 1,SPECIAL TERMS. 5. LIOUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time fixed therefor,allowance being made for contingencies as provided herein,he becomes liable to the Public Agency for all its loss and damage therefrom;and because,from the nature of the case,it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof,it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Section 1,SPECIAL TERMS,the result of the parties' reasonable endeavor to estimate fair average compensation therefor,for each calendar day's delay in finishing said work;and if the same be not paid,Public Agency may,in addition to its other remedies,deduct the same from any money due or to become due Contractor under this contract. If the Public Agency for any cause authorizes or contributes to a delay,suspension of work or extension of time,its duration shall be added to the time allowed for completion,but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Section 4215,the Contractor shall not be assessed liquidated damages for delay in completion of the work,when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. INTEGRATED DOCUMENTS. The plans, drawings and specifications or special provisions of the Public Agency's call for bids, and Contractor's accepted bid for this work are hereby incorporated into this contract;and they are intended to cooperate,so that anything exhibited in the plans or drawings and not mentioned in the specifications or special provisions,or vice versa,is to be executed as if exhibited,mentioned and set forth in both,to the true intent and meaning thereof when taken all together;and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Section 1,SPECIAL TERMS. 7. PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions,and as full compensation for all this work,the Public Agency shall pay the Contractor the sum specified in Section 1,SPECIAL TERMS,except that in unit price contracts that payment shall be for finished quantities at unit bid prices. (b) On or about the first of each calendar month,the Contractor shall be paid for all work done through the 15th of the preceding calendar month,as determined by Public Agency, minus 10%thereof pursuant to Public Contract Code Section 9203,but not until defective work and materials have been removed,replaced,and made good. 8.PAYMENTS WITHHELD. (a) The Public Agency or its Agent may withhold any payment,or because of later discovered evidence nullify all or any certificate for payment,to such extent and period of time only as may be necessary to protect the Public Agency from loss because of. (1) Defective work not remedied,or uncompleted work,or (2) Claims filed or reasonable evidence indicating probable filing,or (3) Failure to properly pay subcontractors or for material or labor,or (4) Reasonable doubt that the work can be completed for the balance then unpaid,or (5) Damage to another contractor,or (6) Damage to the Public Agency,other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor,as the work progresses,the materials and labor which are not satisfactory to it,so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire work,it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract,provided the contractor shows that all claims for labor and materials have been paid,no claims have been presented to the Public Agency based on acts or omissions of the Contractor,and no liens or withhold notices have been filed against the work or site, and provided there are not reasonable indications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURANCE. (Labor Code Secs. 1860-61) On signing this contract,Contractor must give Public Agency (1) a certificate of consent to self- insure issued by the Director of Industrial Relations,or (2) a certificate of Workers'Compensation insurance issued by an admitted insurer,or (3) an exact copy of duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Section 3700 and the Workers' Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties,in amount(s) specified in the specifications or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. SAMPLE CONTRACT(Page 2 of 4) 15 11. FAILURE TO PERFORM. If the Contractor at any time refuses or neglects,without fault of the Public Agency or its agent(s),to supply sufficient materials or workmen to complete this agreement and work as provided herein,for a period of 10 days or more after written notice thereof by the Public Agency,the Public Agency may famish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal,state,and local laws and regulations,especially Chapter 1 of Part 7 of Division 2 of the Labor Code(beginning with Section 1720,and including Sections 1735, 1777.5,and 1777.6 forbidding discrimination). The parties specifically stipulate that the relevant penalties and forfeitures provide in the Labor Code,especially in Sections 1775 and 1813 concerning prevailing wages and hours,as well as Section 1776 concerning certified payroll records,shall apply to this agreement. 13. SUBCONTRACTORS. Public Contract Code Sections 4100-4114 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Section 1773,the Director of the Department of Industrial Relations has ascertained the general prevailing rates of wages per diem,and for holiday and overtime work,in the locality in which this work is to be performed,for each craft, classification,or type of workman needed to execute this contract,and said rates are as specified in the call for bids for this work and are on file with the Public Agency,and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified;and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. When less than that number of hours are worked,the daily wage rate is proportionately reduced,but the hourly rate remains as stated. (c) The Contractor,and all his subcontractors,must pay at least these rates to all persons of this work,including all travel,subsistence,and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes necessary for the Contractor or any subcontractor to employ any person in a craft,classification or type of work(except executive,supervisory,administrative,clerical or other non-manual workers as such)for which no minimum wage rate is specified,the Contractor shall immediately notify the Public Agency which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work,and no workman employed at any time on this work by the Contractor or by any subcontractor shall be required or permitted to work longer thereon except as provided in Labor Code Sections 1810-1815. 16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Sections 1777.5 and 1777.6,forbidding discrimination. 17. DESIRE TO PROMOTE ECONOMY OF CONTRA COSTA. The Public Agency desires to promote the industries and economy of Contra Costa county,and the Contractor therefore is encouraged to use the products,workmen,laborers and mechanics of this County in every case where the}rice,fitness and quality are equal. 18. ASSIGNMENT. The agreement binds the heirs,successors,assigns,and representatives of the Contractor;but he cannot assign it in whole or in part,nor any monies due or to become due under it,without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGENCY. Inspection of the work and/or materials, or approval of work and/or materials inspected,or statement by any officer,agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of payments therefor,or any combination of these acts,shall not relieve the Contractor of his obligation to fulfill this contract as prescribed;nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS&INDEMNIFICATION (a) Contractor promises to and shall defend,indemnify,save,and hold harmless the indemnitees from the liabilities as defined in this section. (b) The indemnitees benefitted and protected by this promise are the Public Agency and its elective and appointive boards, commissions,officers,agents,and employees,together with any additional persons and entities,if any,listed in Section 6-1.01,"Additional Insureds",of the Special Provisions. (c) The liabilities protected against are any and all claims,demands,causes of action,damages,costs,expenses,actual attorneys'fees, losses,or liabilities arising out of or in connection with the actions defined below for personal injury,sickness,disease,emotional injury, death,property damage(including loss of use),trespass,nuisance,inverse condemnation,patent infringement,or any combination of these, regardless of whether or not such liability, claim, or damage was foreseeable at any time before the Public Agency approved the improvement plans or accepted the improvements as completed, and including the defense of any suit(s) or action(s)at law or equity concerning these. (d) The actions causing liability are any act or omission(negligent or non-negligent)in connection with the matters covered by this contract and attributable to the Contractor,subcontractor(s),supplier(s),trucker(s),anyone for whose acts the Contractor may be liable,or any officer(s),agent(s)or employee(s)of one or more of them. (e) The promise and agreement in this section is not conditioned or dependent on whether or not any indemnitee has prepared, supplied,or approved any plan(s),drawing(s),specification(s),or special provision(s)in connection with this work or has insurance or other indemnification covering any of these matters. (f) Except as prohibited by Civil Code Section 2782, the Contractor's obligations under this section shall exist regardless of the existence or degree of fault of the Public Agency or any indemnitee. SAMPLE CONTRACT(Page 3 of 4) 16 (g) The Contractor's obligations under this section shall extend to claims arising after the work is completed and accepted if the claims are related to alleged acts or omissions that occurred during the course of the work. Public Agency's inspection is not a waiver of full compliance with these requirements. (h) The Contractor and the Contractors insurance carrier(s)shall respond within 15 days to the tender of any claim for defense and indemnity by the Public Agency,unless this time has been extended by the Public Agency. (I) With respect to third-party claims against the Contractor, the Contractor waives all rights of any kind to express or implied indemnity against the indemnitees. 0) Nothing in this section is intended to establish a standard of care owed to any third party or to extend to any third party the status of a third- parry beneficiary. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Section 6705, if applicable,by submitting to Public Agency a detailed plan showing the design of shoring,bracing,sloping,or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. 22. RECORD RETENTION. Except for records delivered to Public Agency, Contractor shall retain, for a period of at least five years after Contractor's receipt of the final payment under this contract,all records prepared in the performance of this contract or otherwise pertaining to the work, including without limitation bidding,financial and payroll records. Upon request by Public Agency,Contractor shall make such records available to Public Agency,or to authorized representatives of the state and federal governments,at no additional charge and without restriction or limitation on their use. 23. CONFLICT WITH BID. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this contract and the bid or proposal of said Contractor,then this contract shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. 24. USE OF PRIVATE PROPERTY. Contractor shall not use private property for any purpose in connection with the work absent a prior,written agreement with the affected property owner(s). At FORM APPROVED by County Counsel. (CC-1;Rev.3-95) G:\Design\CTSPEC\PROPOSAL\sameontr-DRAFT.doc 5/1/01 SAMPLE CONTRACT(Page 4 of 4) 17 SAMPLE PERFORMANCE BOND— PUBLIC WORK Bond No. Premium Any claim under this Bond should be sent to the following address: KNOW ALL BY THESE PRESENTS: That we, , as Principal, and a corporation organized and existing under the laws of the State of_ and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto , as Obligee,in the sum of Dollars($ ) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated , with the Obligee to do and perform the following work, to- wit: as is more specifically set forth in the contract documents,reference to which is hereby made. NOW THEREFORE, if the Principal shall well and truly perform all the requirements of said contract documents required to be performed on its part, at the times and in the manner specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said contract documents, shall not in any way release the Principal or the Surety thereunder, nor shall any extensions of time granted under the provisions of said contract documents release either the Principal or the Surety, and notice of such alterations or extension's of time is hereby waived by the Surety. PROVIDED, that if any action is commenced on this bond by the Obligee, in addition to the sum specified above, the Principal and the Surety,their heirs, executors, administrators, successors and assigns,jointly and severally, shall be obligated to pay to the Obligee all costs, attorney's fees and other litigation expenses incurred by the Obligee in collecting monies due under the terms of this bond. SIGNED AND SEALED,this day of (SEAL) (SEAL) (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGMENT OF NOTARY) g:\grpdata\design\ctspec\proposal\perfbnd.doc 18 SAMPLE PAYMENT BOND-- PUBLIC WORK [Civ. Code Secs. 3247 - 3248] Bond No. Premium Any claim under this Bond should be sent to the following address: KNOW ALL BY THESE PRESENTS: That we, , as Principal, and a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto as Obligee,in the sum of Dollars($ ) lawful money of the United States of America, for the payment of which sum well and truly to be made,we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated , with the Obligee to do and perform the following work, to-wit: as is more specifically set forth in the contract documents,reference to which is hereby made. NOW THEREFORE, if the Principal or a subcontractor fails to pay any of the persons named in Section 3181 of the Civic Code, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, the Surety will pay for the same, in an amount not exceeding the sum specified in this bond, and also, in case suit is brought upon this bond, a reasonably attorney's fee, to be fixed by the court. This bond shall ensure to the benefit of any of the persons named in Section 3181 of the Civic Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. SIGNED AND SEALED,this day of (SEAL) (SEAL) (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGMENT OF NOTARY) 19 60 � 00 � 0 co U r„d V T Lw �Z � O!::!:,U) QarZ rcooho U uCAzq)L� !)Z O'n 0C 1:LLI D-r 0Q- I- '- "t c)� U O v S CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT PROPOSAL AND CONTRACT FOR ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE PROJECT NO: 0662-6R4059-08 Its0 IF _L dp �. 00 OF •� rA,COU FOR USE WITH STANDARD SPECIFICATIONS DATED MAY, 2006 AND STANDARD PLANS DATED MAY, 2006 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION, AND GENERAL PREVAILING WAGE RATES AND APPLICABLE LABOR SURCHARGE AND EQUIPMENT RENTAL RATES, AS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS. BID OPENING DATE: July 1,2008 FOR PRE-BID INFORMATION CONTACT:Alex Anaya(925)313-2312 FOR PLAN HOLDER'S LIST: Visit the Design Division at the Public Works website, www.co.contra-costa.ca.us/depart/pw/ (under"Contractor Info."), or call (925) 313-2000. 1 TABLE OF CONTENTS PROPOSAL ................................................................................................ l SUBCONTRACT INFORMATION .................................................................... 7 TITLE 23 SECTION 112 NON-COLLUSION AFFIDAVIT ........................................ 8 SIGNATUREOF BIDDER .............................................................................. 9 SAMPLEBIDDER'S BOND ............................................................................. 10 LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT ..... 11 VERIFICATION OF PERFORMANCE SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT ..... 12 WARRANTY AND REPAIR AGREEMENT ......................................................... 13 SAMPLECONTRACT .................................................................................... 14 SAMPLE PERFORMANCE BOND ..................................................................... 18 SAMPLE PAYMENT BOND ............................................................................. 19 To the Board of Supervisors of Contra Costa County Martinez, California PROPOSAL FOR Alhambra Valley Road Pedestrian Bridge Project No. 0662-6R4059-08 Name of bidder 6tortjL' SIclpc• i 4n v Ao'o C, Business address 115- Mrilyv y U. Slyx 3-0 C j�" a X13,3 Mailing address ITS- A- A j,/ U Scn Business Phone 10%- q53-3C9-7 Fax Number %6- - gs-L- [364 Contact tral 1 S �I CA V1 j To the Board of Supervisors of Contra Costa County: The undersigned, as bidder, declares that the only persons or parties involved in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that he/she has carefully examined the location of the proposed work, plans and specifications; and he/she proposes and agrees, if this proposal is accepted, that he/she will contract with the Agency to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time prescribed, and according to the requirements of the Engineer as therein set forth, and that he/she will take in full payment therefor an amount based on the unit prices specified hereinbelow for the various items of work, the total of said work as estimated herein being (Insert total) and the following being the unit prices bid, to wit: 1 Alhambra Valley Road Pedestrian Bridge Item Bid Item Description Unit. Quantity Unit Price Total No. (In Figures) (In Figures) 1 Temporary Fence (Type ESA Silt) L.F. 64 @ .51)L10 32t2 ,eo 2 Construction Area Signs L.S. 1 L/S .4163- 00 3 Traffic Control System L.S. 1 LIS 5464. 00 4 Clearing and Grubbing L.S. 1 tJS 6e81. Do 5 Roadway Excavation (F) C.Y. 16 6246'. Do 6 Imported Borrow C.Y. 30 394.6A 11.939. Do 7 Geogrid Reinforcement S.Y 114 L8 24,9-' 2.639. 34 8 Erosion Control (Blanket) S.`( 41 @ @,pO 19;9. Do 9 Class 2 Aggregate Base TON 44 a 3ce 01 1;.SSz . Do 10 Hot Mix Asphalt (Type B) TON 18 @ 6z� .°'- ti.Zrd. W 11 Hot Mix Asphalt (Driveway Replacement) S.Y. 140 L@ Ito.'9 15 400. oo 12 Minor Structure (Type C Inlet) EA 4 C& 9gg,p° 395 L,oe 13 18" Plastic Pipe L.F. 20 @ I6 B z 1536.4o 14 18" Corrugated Steel Pipe L.F. 50 (6119.56 8939, 00 15 Minor Concrete (Sidewalk) S.F. 68 @ 3� 01. L503. I6 16 Removable Steel Bollards EA 2 @ 145 9.°O 29119. to 17 Metal Beam Guard Railing (Wood Post) L.F. 25 @ 392.°D sBpo, 00 18 Alternative Flared Terminal System EA 2 44na p0 e 9 Do . Do 19 (S)Prefabricated Steel Truss Pedestrian Bridge L.S. 1 Total 2 The work for which this proposal is submitted is for construction in conformance with the special provisions (including the payment of not less than the State general prevailing wage rates or Federal minimum wage rates), the project plans, including any addenda thereto, the contract annexed hereto, and also in conformance with the California Department of Transportation Standard Plans, dated May, 2006, the Standard Specifications, dates May, 2006, and the Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished. Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth under the "Item Total"column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item,the unit price shall prevail,except as provided in(a)or(b),as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentagewise the unit price or item total in the Agency's Final Estimate of cost. If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted,the bid may be deemed irregular unless the project being bid has only a single item and a clear,readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total,the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the Agency, and that discretion will be exercised in the manner deemed by the Agency to best protect the public interest in the prompt and economical completion of the work.. The decision of Agency respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be final. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation 3 • or to undertake self-insurance in accordance with the provisions of that code,and I will comply with such provisions before commencing the performance of the work of this contract. The improvement contemplated in the performance of this contract is an improvement over which the State of California shall exercise general supervision. The State of California, therefore, shall have the right to assume full and direct control over this contract whenever the State of California, at its sole discretion, shall determine that its responsibility to the United States so requires. It is understood and agreed that the quantities of work under each item are approximate only, being given for a basis of comparison of proposal, and the right is reserved to the Agency to increase or decrease the amount of work under any item as may be required, in accordance with provisions set forth in the specifications for this project. It is further understood and agreed that the total amount of money set forth for each item of work or as the total amount bid for the project, does not constitute an agreement to pay a lump sum for the work unless it specifically so states. It is hereby agreed that the undersigned, as bidder, shall furnish a Payment Bond in an amount equal to one hundred percent of the total amount of this proposal and a Faithful Performance Bond to be one hundred percent of the total amount of this proposal, to the Agency and at no expense to said Agency, executed by a responsible surety acceptable to said Agency in the event that this proposal is accepted by said Agency. If this proposal shall be accepted and the undersigned shall fails to contract as aforesaid and to give the two bonds in the sums to be determined as aforesaid, with surety satisfactory to the Board of Supervisors and proper evidence of insurance in accordance with the contract requirements within eight (8) days, not including Saturdays, Sundays, and legal holidays, after the bidder has received notice from the public agency that the contract is ready for signature, the Board of Supervisors may, in its discretion, award the contract to the next highest bidder and declare the successful bidder's security forfeited, as provided in Public Contract Code section 5106. 4 PROPOSAL All good faith effort documentation must be submitted with the bid or within two (2) working days following the bid opening. Failure to submit the required good faith effort documentation within two (2) working days following the bid opening may render the bid non- responsive. The bidder is required to subcontract the following minimum percentage of its bid: Mandatory Subcontracting 25 % Minimum (MSM) Requirement NOTE: Outreach Program information and/or assistance may be obtained through the County's Affirmative Action Office at (925) 335-1045. *The MSM percentage figure will vary from project to project depending upon staffs determination of the amount of work appropriate for subcontracting, the availability of subcontractors, and other pertinent factors. Engineer to determine this percentage on a project by project basis. 5 PROPOSAL(CONT.) The contractor agrees, by submission of this proposal, to conform to the requirements of Section 4100 through 4113 of the Public Contract Code. The undersigned, as bidder, declares that he/she has not accepted any bid from any subcontractor or supplier through any bid depository, the by-laws, rules or regulations of which prohibit or prevent the contractor from considering any subcontractor or supplier which is not processed through said bid depository, or which prevent any subcontractor or supplier from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository. The following is a complete list of items to be subcontracted, including the subcontractor's name and address, as required. If a portion of any item of work is done by a subcontractor, the value of the work subcontracted will be based on the estimated cost of such portion of the contract item, determined from information submitted by the contractor, subject to approval by the engineer. Contra Costa County requires that all subcontractor information shall be submitted at the time of bid opening,no time extension will be allowed to submit this information per Assembly Bill 1092. The Bidder shall list each subcontractor to whom the Bidder proposes to subcontract any item of work, or portion thereof, in excess of one-half of one percent (.50%) of the total bid or $10,000, whichever is greater in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. 6 o co() (41 a,o U RS i. W v � o � � o � ° 3 w w LO � � a �U O U � o H Q e w c o z o b o o 03 H N 4 2 !� r:, • o a 7 y CA a U 0 C� . NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID Trkv�-5 NhC�� ,being first duly sworn,deposes and says (Name) / _11 I S�CrGtL�—I of (TCof EIW(6i (Of74"V 10v► that he or she is 4 (Title,position in Company) (Name of Company) 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 overhead, profit, or cost element of the bid price, or 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 order 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." Tr 91CAlnC�l� StcrCt�v (Signature of Bidder) State of California ) ACKNOWLEDGEMENT(By Individual,Partnership or Countyof Snn� cic% � )ss Corporation) The person(s) signing above for (?tory(, rfgnc�; `OnSTry(Lo !Tmown to me individual and business capacities as stated, perso ally appeared before me today and acknowledged that he/she/they executed it and acknowledged to me that the partnership named above executed it or acknowledged to me that the corporation named above executed it pursuant to its bylaws or a resolution of its board of directors. Dated: Signature: or Printed) 5MAN BRADBURY Commlulon * i 1665 (This area for official notarial seal) Notmp rudNc-CoWomlobMo Cleo County t 8 For bids exceeding$25,000, accompanying this proposal is a Proposal Guaranty in the amount of Ten 0 0) Percent of Amount Bid (Cashier's Check, Certified Check or Bidder's Bond acceptable) The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE If the bidder or other interested person is a corporation, state legal name of corporation, also names of president, secretary, treasurer, and manager thereof. If a copartnership, state true name of firm. If bidder or other interested person is an individual, state first and last name in full. 3r kV14 TTltk ,plclh�ht — V1�( 1 (�1�C�7 Licensed to do or subcontract all classes of work involved in the piToject, in accordance with an act providing for the registration of contractors, License No. 162150 Class: A, r2l H k (Expires 7,/Z $/f ). By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that/the/foregoing information is true and correct. Date: A- (Signature of --Bidder) Business address 11 S A- Mcjc u'Y ILEI CC�lh ao%l ca fsS/33 Place of residence �40 S V40YI rvL S I-. —S�rl so SG L#f Date / /D� 2007 9 1 � 1 f Ft Ifl I a I . 4h f a � I I ;. fi } I 1 I I it ,( 1 JI �r T It ti f. I 11 444 i l' ' ��I �l: i' I• I lira k € I 1 t= I ggIF� ry�; Yti! F i I !I r r €V t I zl ! , 4 41 f I , i E x f 4 [[ff ifi q 1 r j➢ ' �I f I 3 i , i�,�i i i � i �• I 1 , pqp , , r t y. I rt it C Yi E i I t p i r i I I II 1 f l I Illi I t: T 1 � yy Y f I', ppp- t ii/r BID BOND Bond No. - - - - KNOW ALL BY THESE PRESENTS: That we, George Bianchi Construction, Inc . as Principal,and SureTec Insurance Company a corporation organized and existing under the laws of the State of Texas ! and authorized to transact surety business in the State of California; as Surety,are beld and firmly Pound unto as Obligee, in the sump of Ten Percent (10%) of the amount of the bid Dollars lawful money of the United States of America, for the payment of which sum well and truly to be made,we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for I Alhambra Valley Road Pedestrian Bridge 10662-6R4059-08 (Project Name) (Project Number) NOW, THEREFORE, if the;Obligee shall accept the bid df the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety fbr the faithful performance of sach contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and pl a amount for which Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the fozmer,then this obligation shall;be null and void,otherwise to remain in full force and effect. SIGNED AND SEALED,th 82?thday of June 2(1 oa (SEAL) (SEAL) George Bianchi Constr4zction, Inc. SureTeT Insurance Company (Principal) (SAY) By: ( �_ �— �Q��� QJ Si ature ( �► ) ature) SCLYt{rr+ David Crain, Attorney In Fact (SEAL AND ACY{NOWL�DGMENT Of NOTARY) 10 �� CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Mateo On June 27, 2008 before me, Nancy L. Ferguson Notary Public, Name of Officer personally appeared David Crain Name(s)of signers) who proved to me on the basis of satisfactory evidence to be the person(-s)whose nameW is4i4- subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/"„�e./thea authorized capacity0es3, and that by his/".,,e„thei signatureW on the instrument the person(&), or the entity on behalf of which the personW acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. �— WITNESS my hand and official seal. f NANCY FERGUSON Commissss ion N1752066 D LL -,z a Notary PUbliC-UhfOrnia a San Mateo County My Comm.Exp.Jun.19,2011 SgnaWre of Notary 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(s) ❑ Corporate Officer(s) Title(s) Title or Type of Document ❑ Partner(s) ❑ Limited ❑ General ❑ Attorney(s)-In-Fact ❑ Trustee(s) Number of Pages ❑ Guardian(s)/Conservator(s) ❑ Other: Date of Document Signer is representing: Name of person(s)or entity(ies) Signer(s)other than named above POA#: 510017 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint David Crain, Nancy Ferguson of San Mateo, CA its true and lawful Attorney(s)-in-fact, with full power and authority hereby conferred in its name,place and stead,to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/100 ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/08 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved,that the President,any Vice-President,any Assistant Vice-President. any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 2e of April, 1999.) In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 20th day of June,A.D.2005. 7 VKig, RANCE COMPANY By. � B. reside t State of Texas ss: County of Harris On this 20th day of hme, A.D. 2005 before me personally c B.J. King, to me known,who, being by me duly swom, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. Michelle Deriny qD Notary RibliGState of Texas ^My Conxttlsstort Expinas Michelle Denny,Notaryr Piiblie August 27,2008 My commission expires August 27,2008 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect 27th June 08 Given under my hand and the seal of said Company at Houston,Texas this day ,201 A.D. .BreABea , Lsistant Sec tary Any Instrument Issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(113)812-050 any t usiness day between 8:00 am and 5:00 pm CST. 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 SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT Name of Prime Contractor Name of Project Project Number The undersigned is a(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the following which may apply. MBE WBE SBE LBE _ Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor Supplier _ Supplier _ Supplier _ Supplier Manufacturer _ Manufacturer _ Manufacturer _ Manufacturer _ Trucker _ Trucker _ Trucker _ Trucker Other _ Other _ Other _ Other Describe Describe Describe Describe None 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 Person Completing this Form Company Name Phone Number Fax Number Revised Effective 8/3/2000 11 Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,Martinez,CA 94553 (925)335-1045 Fax(925) 646-1353 VERIFICATION OF PERFORMANCE SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT 1. Name of Prime Contractor 2. Name of Project 3. Project Number 4. The undersigned performed work in connection with the above project as(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture 5. Check the following which may apply. MBE WBE SBE LBE _ Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor Supplier _ Supplier _ Supplier _ Supplier Manufacturer _ Manufacturer _ Manufacturer _ Manufacturer Trucker _ Trucker _ Trucker _ Trucker Sub Consultant _ Sub Consultant _ Sub Consultant _ Sub Consultant _ Other _ Other _ Other- _ Other Describe Describe Describe Describe None of the Above Apply 6. The undersigned has performed the following described work in connection with the above project (specify in detail the particular work items or parts that were performed): 7. Total Bid to Prime Contractor or Consultant: $ 8. Total Amount Received: $ 9. Explain any difference between lines#7 and#8 by attaching a written explanation. 10. Signature Position/Title Date 11. Name of Person Completing this Form 12. Company Name Phone Number FAX Number 12 WARRANTY AND REPAIR AGREEMENT To (o4t.,- (p4,-, (VVV1 (Agency): The undersigned agrees to repair and/or replace all improvements installed as part of �CAJI< 12J- PCAeS4-V'J-CW1 gra (In ert Project Name) 466 Z -6 1-to5'9 --og (Insert Project Number) Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the work of any part thereof fail to operate properly as originally intended and in accordance with the plans and specifications, due to any of the above causes, for a period of 12 months after date on which the contract work is accepted by the Agency. The undersigned also agrees to reimburse the Agency, upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, if such work is performed by the Agency. Alternatively, upon demand by the Agency, the undersigned further agrees to replace any such material and to repair said work completely without cost to the Agency so that said work will function successfully as originally contemplated. The Agency shall have the unqualified option to make any needed replacements or repairs itself or to have such replacements or repairs done by the undersigned. In the event the Agency elects to have such work performed by the undersigned, the undersigned agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the Agency. If the undersigned shall fail or refuse to comply with his obligations under this agreement, the Agency shall be entitled to all costs and expenses, including attorneys' fees, reasonably incurred by reason of the said failure or refusal. The warranty period on the replaced materials or repaired defects shall commence, for a separate period of 12 months, beginning on the date the repair work is accepted by the Agency. In no event will the warranty period extend beyond three (3) years from the date the original contract work is accepted by the Agency. All Opticom (or equal) components shall be guaranteed in accordance with the manufacturer's warranty, which shall start after successful completion of the function test. All equipment for the Submaster shall be guaranteed for a period of three(3)years from the date the contract work is accepted by the Agency. Gcor�t� )3'gnc,k; (C?Vls riG4o✓( 110 C. (Company Name) (Authorized Signature) Trw�is L3(anc�i / (Print Name) Date: � ` � /O G:\GrpData\Design\CTSPEC\PROPOSAL\MAINT.doc 7/30/98 13 SAMPLE CONTRACT(Page 1 of 4) (Contra Costa County Standard Form Construction Agreement) 1.SPECIAL TERMS. These special terms are incorporated below by reference. (See Secs.2,3) Parties: Public Agency-- Contra Costa County Contractor-- Use complete legal name of Contractor. Effective Date: (see Section 4 for starting date.) (See Sec.3) Project Name Proj.No. located The work consists of all in accordance with the Plans,Drawings,Special Provisions and/or Specifications prepared by or for the Public Works Director/Chief Engineer(cross out one)and in accordance with the accepted Bid Proposal (See Sec.4) Completion Time: ((DELETE ONE OF THE FOLLOWING STATEMENTS.)) (a) By (b) Within working/calendar((circle the appropriate word))days from starting date. (See Sec.5) Liquidated Damages: $ per calendar day. (See Sec.6) Public Agency's Agent: (See Sec.7) Contract Price: $ more or less, in accordance with finished quantities at unit bid prices. ((DELETE TEXT if not unit price bid.)) (See Sec.8) Federal Taxpayer's I.D.or Social Security No. 2. SIGNATURES&ACKNOWLEDGEMENT. Public Agency,By: Julia R. Bueren, Public Works Director Contractor, hereby also certifying awareness of and compliance with Labor Code Sections 1861 and 3700 concerning Workers' Compensation Law, By: (Designate official capacity in the business) By: (Designate official capacity in the business) Note to Contractor: 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. (Civil Code,Section 1190 and Corporations Code,Section 313.) The acknowledgment below must be signed by a Notary Public. CERTIFICATE OF ACKNOWLEDGMENT State of California ) ss. County of ) On before me, (here insert name and title of the officer),personally appeared 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's Seal) (Notary Public) 14 3.WORK CONTRACT,CHANGES. (a) By their signatures in Section 2,effective on the above date,these parties promise and agree as set forth in this contract,incorporating by these references the material in Section 1,SPECIAL TERMS. (b) Contractor shall,at his own cost and expense,and in a workmanlike manner,fully and faithfully perform and complete the work;and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans,drawings and specifications and in accordance with the accepted bid proposal. (c) The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties;and the Public Agency shall never have to pay more than specified in Section 7,PAYMENT,without such an order. 4. TIME; NOTICE TO PROCEED. Contractor shall start this work as directed in the specifications or the Notice to Proceed;and shall complete it as specified in Section 1,SPECIAL TERMS. 5. LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time fixed therefor,allowance being made for contingencies as provided herein,he becomes liable to the Public Agency for all its loss and damage therefrom;and because,from the nature of the case,it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof,it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Section 1,SPECIAL TERMS,the result of the parties' reasonable endeavor to estimate fair average compensation therefor,for each calendar day's delay in finishing said work;and if the same be not paid,Public Agency may,in addition to its other remedies,deduct the same from any money due or to become due Contractor under this contract. If the Public Agency for any cause authorizes or contributes to a delay,suspension of work or extension of time,its duration shall be added to the time allowed for completion,but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Section 4215,the Contractor shall not be assessed liquidated damages for delay in completion of the work,when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. INTEGRATED DOCUMENTS. The plans, drawings and specifications or special provisions of the Public Agency's call for bids, and Contractor's accepted bid for this work are hereby incorporated into this contract;and they are intended to cooperate,so that anything exhibited in the plans or drawings and not mentioned in the specifications or special provisions,or vice versa,is to he executed as if exhibited,mentioned and set forth in both,to the true intent and meaning thereof when taken all together;and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Section 1,SPECIAL TERMS. 7. PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions,and as full compensation for all this work,the Public Agency shall pay the Contractor the sum specified in Section 1,SPECIAL TERMS, except that in unit price contracts that payment shall be for finished quantities at unit bid prices. (b) On or about the first of each calendar month,the Contractor shall be paid for all work done through the 15th of the preceding calendar month,as determined by Public Agency, minus 10%thereof pursuant to Public Contract Code Section 9203,but not until defective work and materials have been removed,replaced,and made good. 8.PAYMENTS WITHHELD. (a) The Public Agency or its Agent may withhold any payment,or because of later discovered evidence nullify all or any certificate for payment,to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied,or uncompleted work,or (2) Claims filed or reasonable evidence indicating probable filing,or (3) Failure to properly pay subcontractors or for material or labor,or (4) Reasonable doubt that the work can be completed for the balance then unpaid,or (5) Damage to another contractor,or (6) Damage to the Public Agency,other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor,as the work progresses,the materials and labor which are not satisfactory to it,so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire work,it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract,provided the contractor shows that all claims for labor and materials have been paid,no claims have been presented to the Public Agency based on acts or omissions of the Contractor,and no liens or withhold notices have been filed against the work or site, and provided there are not reasonable indications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURANCE. (Labor Code Secs. 1860-61) On signing this contract,Contractor must give Public Agency (1) a certificate of consent to self- insure issued by the Director of Industrial Relations,or (2) a certificate of Workers'Compensation insurance issued by an admitted insurer,or (3) an exact copy of duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Section 3700 and the Workers' Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties,in amount(s) specified in the specifications or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. SAMPLE CONTRACT(Page 2 of 4) 15 11. FAILURE TO PERFORM. If the Contractor at any time refuses or neglects,without fault of the Public Agency or its agent(s),to supply sufficient materials or workmen to complete this agreement and work as provided herein,for a period of 10 days or more after written notice thereof by the Public Agency,the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state, and local laws and regulations,especially Chapter 1 of Part 7 of Division 2 of the Labor Code(beginning with Section 1720,and including Sections 1735, 1777.5, and 1777.6 forbidding discrimination). The parties specifically stipulate that the relevant penalties and forfeitures provide in the Labor Code,especially in Sections 1775 and 1813 concerning prevailing wages and hours,as well as Section 1776 concerning certified payroll records,shall apply to this agreement. 13. SUBCONTRACTORS. Public Contract Code Sections 41004114 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Section 1773,the Director of the Department of Industrial Relations has ascertained the general prevailing rates of wages per diem,and for holiday and overtime work,in the locality in which this work is to be performed,for each craft, classification,or type of workman needed to execute this contract,and said rates are as specified in the call for bids for this work and are on file with the Public Agency,and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified;and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. When less than that number of hours are worked,the daily wage rate is proportionately reduced,but the hourly rate remains as stated. (c) The Contractor,and all his subcontractors,must pay at least these rates to all persons of this work,including all travel,subsistence,and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes necessary for the Contractor or any subcontractor to employ any person in a craft,classification or type of work(except executive,supervisory,administrative,clerical or other non-manual workers as such)for which no minimum wage rate is specified,the Contractor shall immediately notify the Public Agency which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work,and no workman employed at any time on this work by the Contractor or by any subcontractor shall be required or permitted to work longer thereon except as provided in Labor Code Sections 1810-1815. 16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Sections 1777.5 and 1777.6,forbidding discrimination. 17. DESIRE TO PROMOTE ECONOMY OF CONTRA COSTA. The Public Agency desires to promote the industries and economy of Contra Costa county,and the Contractor therefore is encouraged to use the products,workmen,laborers and mechanics of this County in every case where the price,fitness and quality are equal. 18. ASSIGNMENT. The agreement binds the heirs,successors,assigns,and representatives of the Contractor;but he cannot assign it in whole or in part,nor any monies due or to become due under it,without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGENCY. Inspection of the work and/or materials,or approval of work and/or materials inspected, or statement by any officer,agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of payments therefor,or any combination of these acts,shall not relieve the Contractor of his obligation to fulfill this contract as prescribed;nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS&INDEMNIFICATION (a) Contractor promises to and shall defend,indemnify,save,and hold harmless the indemnitees from the liabilities as defined in this section. (b) The indemnitees benefitted and protected by this promise are the Public Agency and its elective and appointive boards, commissions,officers,agents,and employees,together with any additional persons and entities,if any,listed in Section 6-1.01,"Additional Insureds",of the Special Provisions. (c) The liabilities protected against are any and all claims,demands,causes of action,damages,costs,expenses,actual attorneys'fees, losses,or liabilities arising out of or in connection with the actions defined below for personal injury,sickness,disease,emotional injury, death,property damage(including loss of use),trespass,nuisance,inverse condemnation,patent infringement,or any combination of these, regardless of whether or not such liability, claim, or damage was foreseeable at any time before the Public Agency approved the improvement plans or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission(negligent or non-negligent)in connection with the matters covered by this contract and attributable to the Contractor,subcontractor(s),supplier(s),trucker(s),anyone for whose acts the Contractor may be liable,or any officer(s),agent(s)or employee(s)of one or more of them. (e) The promise and agreement in this section is not conditioned or dependent on whether or not any indemnitee has prepared, supplied,or approved any plan(s),drawing(s),specification(s),or special provision(s)in connection with this work or has insurance or other indemnification covering any of these matters. (f) Except as prohibited by Civil Code Section 2782, the Contractor's obligations under this section shall exist regardless of the existence or degree of fault of the Public Agency or any indemnitee. SAMPLE CONTRACT(Page 3 of 4) 16 (g) The Contractor's obligations under this section shall extend to claims arising after the work is completed and accepted if the claims are related to alleged acts or omissions that occurred during the course of the work. Public Agency's inspection is not a waiver of full compliance with these requirements. (h) The Contractor and the Contractor's insurance carrier(s)shall respond within 15 days to the tender of any claim for defense and indemnity by the Public Agency,unless this time has been extended by the Public Agency. (1) With respect to third-party claims against the Contractor, the Contractor waives all rights of any kind to express or implied indemnity against the indemnitees. 6) Nothing in this section is intended to establish a standard of care owed to any third party or to extend to any third party the status of a third- party beneficiary. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Section 6705, if applicable, by submitting to Public Agency a detailed plan showing the design of shoring,bracing,sloping,or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. 22. RECORD RETENTION. Except for records delivered to Public Agency, Contractor shall retain, for a period of at least five years after Contractor's receipt of the fmal payment under this contract, all records prepared in the performance of this contract or otherwise pertaining to the work, including without limitation bidding,financial and payroll records. Upon request by Public Agency,Contractor shall make such records available to Public Agency,or to authorized representatives of the state and federal governments,at no additional charge and without restriction or limitation on their use. 23. CONFLICT WITH BID. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this contract and the bid or proposal of said Contractor,then this contract shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. 24. USE OF PRIVATE PROPERTY. Contractor shall not use private property for any purpose in connection with the work absent a prior,written agreement with the affected property owner(s). At FORM APPROVED by County Counsel. (CC-1;Rev.3-95) G:\Design\CTSPEC\PROPOSAL\samcontr-DRAFT.doc 5/1/01 SAMPLE CONTRACT(Page 4 of 4) 17 SAMPLE PERFORMANCE BOND-- PUBLIC WORK Bond No. Premium Any claim under this Bond should be sent to the following address: KNOW ALL BY THESE PRESENTS: That we, ,as Principal, and a corporation organized and existing under the laws of the State of_ and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto , as Obligee, in the sum of Dollars ($ ) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated , with the Obligee to do and perform the following work, to- wit: as is more specifically set forth in the contract documents,reference to which is hereby made. NOW THEREFORE, if the Principal shall well and truly perform all the requirements of said contract documents required to be performed on its part, at the times and in the manner specified therein, then this obligation shall be null and void,otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said contract documents, shall not in any way release the Principal or the Surety thereunder, nor shall any extensions of time granted under the provisions of said contract documents release either the Principal or the Surety, and notice of such alterations or extensions of time is hereby waived by the Surety. PROVIDED, that if any action is commenced on this bond by the Obligee, in addition to the sum specified above, the Principal and the Surety, their heirs, executors, administrators, successors and assigns,jointly and severally, shall be obligated to pay to the Obligee all costs, attorney's fees and other litigation expenses incurred by the Obligee in collecting monies due under the terms of this bond. SIGNED AND SEALED,this day of (SEAL) (SEAL) (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGMENT OF NOTARY) g:\grpdata\design\ctspec\proposal\perfbnd.doc 18 SAMPLE PAYMENT BOND-- PUBLIC WORK [Civ. Code Secs. 3247 - 3248] Bond No. Premium Any claim under this Bond should be sent to the following address: KNOW ALL BY THESE PRESENTS: That we, , as Principal, and a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto , as Obligee, in the sum of Dollars($ ) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated , with the Obligee to do and perform the following work, to-wit: as is more specifically set forth in the contract documents,reference to which is hereby made. NOW THEREFORE, if the Principal or a subcontractor fails to pay any of the persons named in Section 3181 of the Civic Code, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, the Surety will pay for the same, in an amount not exceeding the sum specified in this bond, and also, in case suit is brought upon this bond, a reasonably attorney's fee, to be fixed by the court. This bond shall ensure to the benefit of any of the persons named in Section 3181 of the Civic Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. SIGNED AND SEALED,this day of (SEAL) (SEAL) (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGMENT OF NOTARY) 19 i C), U (1V�_ 1 ''W^^ Z V \Jcim O UW Z � Q o < a3 -� I Ho v7 OWUO0° - U W o E Cp Q 3 V U N 0 U o ", � Uw a c QN c Z J3. 5 0 -0 0 C �Qn OOU � O N Uo UdUc-4 � j� Ue m aJ W co N � � i.;) Q m O 0) O < � ' O N � r, Cpp Q Z 711- n m V Q W u W s= Q d m • s CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT PROPOSAL AND CONTRACT FOR ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE PROJECT NO: 0662-6R4059-08 COUN �� . . a a f3 •T I^I ♦ _ � FOR USE WITH STANDARD SPECIFICATIONS DATED MAY, 2006 AND STANDARD PLANS DATED MAY, 2006 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION, AND GENERAL PREVAILING WAGE RATES AND APPLICABLE LABOR SURCHARGE AND EQUIPMENT RENTAL RATES, AS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS. BID OPENING DATE: July 1,2008 FOR PRE-BID INFORMATION CONTACT: Alex Anaya (925)313-2312 FOR PLAN HOLDER'S LIST: Visit the Design Division at the Public Works website, www.co.contra-costa.ca.us/deparVpw/ (under"Contractor Info."), or call (925)313-2000. To the Board of Supervisors of Contra Costa County Martinez, California PROPOSAL FOR Alhambra Valley Road Pedestrian Bridge Project No. 0662-6R4059-08 Name of bidder GRANITE CONSTRUCTION COMPANY Business address 585 W. Beach Street, Watsonville, CA 95076 Mailing address P.O. Box 50085, Watsonville, CA 95077 Business Phone 831-724-1011 Fax Number 831-768-4021 Contact To the Board of Supervisors of Contra Costa County: The undersigned, as bidder, declares that the only persons or parties involved in this proposal as principals are those named herein; that this proposal is made without collusion with any other person; firm or corporation; that he/she has carefully examined the location of the proposed work, plans and specifications; and he/she proposes and agrees, if this proposal is accepted, that he/she will contract with the Agency to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time prescribed, and according to the requirements of the Engineer as therein set forth, and that he/she will take in full payment therefor an amount based on the unit prices specified hereinbelow for the various items of work, the total of said work as estimated herein being (Insert total) and the following being the unit prices bid,to wit: 1 I Alhambra Valley Road Pedestrian Bridge Item Bid Item Description Unit Quantity Unit Price Total No. (in Figures) (In Figures) 1 Temporary Fence (Type ESA Silt) L.F. 64 2 Construction Area Signs L.S. 1 'oo SOO 3 Traffic Control System L.S. 1 4 300 4 Clearing and Grubbing L.S. 1 00 9 L400 ao 5 Roadway Excavation (F) C.Y. 1670 0o O+o 6 Imported Borrow C.Y. 30 21560 00 us oa 7 Geogrid Reinforcement S.Y 114 8 Erosion Control (Blanket) S.Y 41 3 •� �� 9 Class 2 Aggregate Base TON 44 000 10 Hot Mix Asphalt (Type B) TON 18 3`oo G g, 11 Hot Mix Asphalt (Driveway Replacement) S.Y. 140 6, 1 00 00 60 12 Minor Structure (Type C Inlet) EA 4 � � 13 18" Plastic Pipe L.F. 20 g °° coo 14 18" Corrugated Steel Pipe L.F. 50 p°o 15 Minor Concrete (Sidewalk) S.F. 68 J o0 00 16 Removable Steel Bollards EA 2 60 17 Metal Beam Guard Railing (Wood Post) L.F. 25 ��� 00 18 Alternative Flared Terminal System EA 2 z 19 (S)Prefabricated Steel Truss Pedestrian Bridge L.S. 1 J 5 OW 60 LS '4 Total �. 2 . 14 so 2 The work for which'this proposal is submitted is for construction in conformance with the special provisions (including the payment of not less than the State general prevailing wage rates or Federal minimum wage rates), the project plans, including any addenda thereto, the contract annexed hereto, and also in conformance with the California Department of Transportation Standard Plans, dated May, 2006, the Standard Specifications, dates May, 2006, and the Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished. Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item bf work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth under the "Item Total"column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item,the unit price shall prevail, except as provided in(a)or(b),as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentagewise the unit price or item total in the Agency's Final Estimate of cost. If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted,the bid may be deemed irregular unless the project being bid has only a single item and a clear,readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices,item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total,the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the Agency, and that discretion will be exercised in the manner deemed by the Agency to best protect the public interest in the prompt and economical completion of the work.. The decision of Agency respecting the amount of a bid, or the existence or treatment of an irregularity in a bid,shall be final. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation 3 or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. The improvement contemplated in the performance of this contract is an improvement over which the State of California shall exercise general supervision. The State of California, therefore, shall have the right to assume full and direct control over this contract whenever the State of California, at its sole discretion, shall determine that its responsibility to the United States so requires. It is understood and agreed that the quantities of work under each item are approximate only, being given for a basis of comparison of proposal, and the right is reserved to the Agency to increase or decrease the amount of work under any item as may be required, in accordance with provisions set forth in the specifications for this project. It is further understood and agreed that the total amount of money set forth for each item of work or as the total amount bid for the project, does not constitute an agreement to pay a lump sum for the work unless it specifically so states. It is hereby agreed that the undersigned, as bidder, shall furnish a Payment Bond in an amount equal to one hundred percent of the total amount of this proposal and a Faithful Performance Bond to be one hundred percent of the total amount of this proposal, to the Agency and at no expense to said Agency, executed by a responsible surety acceptable to said Agency in the event that this proposal is accepted by said Agency. If this proposal shall be accepted and the undersigned shall fails to contract as aforesaid and to give the two bonds in the sums to be determined as aforesaid, with surety satisfactory to the Board of Supervisors and proper evidence of insurance in accordance with the contract requirements within eight (8) days, not including Saturdays, Sundays, and legal holidays, after the bidder has received notice from the public agency that the contract is ready for signature, the Board of Supervisors may, in its discretion, award the contract to the next highest bidder and declare the successful bidder's security forfeited, as provided in Public Contract Code section 5106. 4 PROPOSAL All good faith effort documentation must be submitted with the bid or within two (2) working days following the bid opening. Failure to submit the required good faith effort documentation within two (2) working days following the bid opening may render the bid non- responsive. The bidder is required to subcontract the following minimum percentage of its bid: Mandatory Subcontracting 25 % Minimum (MSM) Requirement NOTE: Outreach Program information and/or assistance may be obtained through the County's Affirmative Action Office at (925) 335-1045. *The MSM percentage figure will vary from project to project depending upon staff's determination of the amount of work appropriate for subcontracting, the availability of subcontractors, and other pertinent factors. Engineer to determine this percentage on a project by project basis. 5 I PROPOSAL(CONT.) The contractor agrees, by submission of this proposal, to conform to the requirements of Section 4100 through 4113 of the Public Contract Code. The undersigned, as bidder, declares that he/she has not accepted any bid from any subcontractor or supplier through any bid depository, the by-laws, rules or regulations of which prohibit or prevent the contractor from considering any subcontractor or supplier which is not processed through said bid depository, or which prevent any subcontractor or supplier from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository. The following is a complete list of items to be subcontracted, including the subcontractor's name and address, as required. If a portion of any item of work is done by a subcontractor, the value of the work subcontracted will be based on the estimated cost of such portion of the contract item, determined from information submitted by the contractor, subject to approval by the engineer. Contra Costa County requires that all subcontractor information shall be submitted at the time of bid opening,no time extension will be allowed to submit this information per Assembly Bill 1092. The Bidder shall list each subcontractor to whom the Bidder proposes to subcontract any item of work, or portion thereof, in excess of one-half of one percent (.50%) of the total bid or $10,000, whichever is greater in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. 6 Cl Ri V] 4C c S O O Q O C cn �+ U RS CA Ri O JS U o 0 0 0 C Q � 7E � w CD � Qv H QIrs v co U a� o Vc a Mz O C � c, E 2 Z N •~ v M C o O C9 y O a LL <31c, NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID Jigisha Desai ,being first duly sworn,deposes and says (Name) that he or she is Vice President of GRANITE CONSTRUCTION COMPANY (Title,position in Company) (Name of Company) 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 overhead, profit, or cost element of the bid price, or 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 order 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." GRANITE CONSTRUCTION COMPANY BY: Q=W"� Ji sha Desai Vice President (Signature of Bidder) SEE ATTACHED ACKNOWLEDGEMENT State of California ) ACKNOWLEDGEMENT(By Individual,Partnership or County of )ss Corporation) The person(s) signing above for , known to me individual and business capacities as stated, personally appeared before me today and acknowledged that he/she/they executed it and acknowledged to me that the partnership named above executed it or acknowledged to me that the corporation named above executed it pursuant to its bylaws or a resolution of its board of directors. Dated: Signature: Name(Typed or Printed) (This area for official notarial seal) 8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Santa Cruz On July 1, 2008 before me, Catherine Hope Horvath, Notary Public Date Here!nsert Name and Tide of the Officer personally appeared Jigisha Desai, Vice President Name(s)of Signer(s) who 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 CA7NERINE HOPE HOflVATH which the person(s) acted, executed the instrument. COMM. 1631201 !\)fgRyPUatlGCAUFORNfA I certify under PENALTY OF PERJURY under the laws LM `°.NTA CRUZ COUNTY �Nrl Col..'.41SStONEXPIRESDEC1a,-OD9 of the State of California that the foregoing paragraph is true and correct. WITNESS my ha a d o ' ial eal. Signature Cl�f�f Place Notary Seal Above re of No lic " OPTIONAL Catherine Hope Horvath,Notary Pub i( s Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s)Other Than.Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual D Individual ❑ Corporate Officer—Title(s): _ O Corporate Officer—Title(s): _ ❑ Partner—❑ Limited ❑General ❑Partner—❑ Limited D General O Attorney in Fact • ❑Attorney in Fact • ❑ Trustee Top of thumb here El Trustee Top of thumb here ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer is Representing: Signer Is Representing: 02007 National Notary Association•9350DeSoto Am,P.O.Box 2402•Chaborth,CA9131[3-2402•wAv.Nationa)Notaryor9�Item#5907 Reorder:Call Toll-Free 1-800-876-6827 For bids exceeding $25,000, accompanying this proposal is a Proposal Guaranty in the amount of Ten (10) Percent of Amount Bid (Cashier's Check, Certified Check or Bidder's Bond acceptable) The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE If the bidder or other interested person is a corporation, state legal name of corporation, also names of president, secretary, treasurer, and manager thereof. If a copartnership, state true name of firm. If bidder or other interested person is an individual, state first and last name in full. GRANITE CONSTRUCTION COMPANY William G. Dorey, President Michael Futch, Secretary Jigisha Desai, Treasurer Patrick Traverso, Branch Manager Licensed to do or subcontract all classes of work involved in the project, in accordance with an act providing for the registration of contractors, License No. 89 Class: A (Expires 05/31/09 ). By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing information is true and correct. Date: July 1, 2008 /Jigisha Desai BY: /Vice President (Signature of Bidder) Business address 585 W. Beach Street, Watsonville, CA 95076 Place of residence N/A Date July 1 20 08 9 S/AMIPLE BID BOND Bond No. N/A KNOW ALL BY THESE PRESENTS: That we, GRANITE CONSTRUCTION COMPANY as Principal, and Federal Insurance Company , a corporation organized and existing under the laws of the State of Indiana and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto Contra Costa Count - P14blic Work as Obligee, in the sum of Ten Percent (10%) of the amount of the bi t Dollars lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for Alhambra Valley Road Pedestrian Bridge 0062-6R4059-08 (Project Name) (Project Number) 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 such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former,then this obligation shall be null and void,otherwise to remain in full force and effect. SIGNED AND SEALED,this 25thday of July 52008 (SEAL) (SEAL) GRANITE CONSTRUCTION COMPANY Federal Insurance Company (Principal) (Surety) By: BY ( re) (Signature J -sha Desai, Vice President Ananya Mukherjee, orney-in-Fact (SEAL AND ACKNOWLEDGMENT OF NOTARY) 10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Santa Cruz On June 25, 2008 before me, Catherine Hope Horvath, Notary Public Date Here Insert Name and TRIO of the Officer personally appeared Ananya Mukherjee,Attorney-In-Fact Name(s)of Signer(s) who 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 qAlk-iERINE HOPE HORVATH capacity(ies), and that by his/her/their signature(s) on the Comm. 1631201 instrument the person(s), or the entity upon behalf of N07ARYPUBUC-C..AUFORNW which theerson s acted, executed the instrument. ZANTA CRUZ COUNTY p ( ) Cot 1,AnSloia e(P�.RES DEC 13,ZW99 I certify under PENALTY OF PERJURY:under the laws of the State of California that the foregoin paragraph is true and correct. WITNESS my an a o cial s al. Place Notary Seal Above Signature I Public OPTIONAL Catherine Hope Horvath,Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: . Document Date: Number of Pages: Signer(s)Other Than Named Above: _ Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): _ ❑Corporate Officer—Title(s): _ F1 Partner—❑ Limited ❑General • [I Partner—El Limited D General ❑ Attorney in Fact ❑Attorney in Fact • ❑ Trustee El Trustee Top of thumb here Top of thumb here F1 Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: UIX 02007 National Notary Association•9350 De Soto Ave.,PO.Box 2402•Chatsworth,CA 95313-24W-Nnnv.Na6onalNotary.org Item#5907 Reorder.Call Toll-Free l-800$76-6827 Chubb POWER Federal Insurance Company Attn: Surety Department Surety OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren,NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jlgisha Desai,John D.Gilliland and Ananya Mukherjee of Watsonville,California-------- --------------- each as their true and lawful Attorney-In-Fact to execute under such designation in their names and to affix their corporate seals to end deliver for and on their behaO as surety thereon or otherwise,bonds and undertakings and other writings obligatory In the nature thereof(other than bail bonds)glven or executed In the course of business on behaff Granite Construction Incorporated and all Subsidiaries alone or in Joint venture-----— -- -- ____ in connection with bids,proposals or contracts to or with the United States cf America,arty State or political subdivision thereof or any person,tarn or corporation. And the execution of such bond or obligation by such Attorney-in-Fact in the Companys name and on Its behalf as surety thereon or otherwise,under its corporate seal,in pursuance of the authority hereby conferred shelf,upon delivery thereof,be valid and binding upon the Company. In Witness Whereof,said FEDERAL INSURANCE COMPANY,%YILANT INSURANCE COMPANY and PACIFIC INDEMNITY COMPANY have each executed and altestad these presents and affixed their corporate seals on this B day of November,2061. Kenneth C.Wendel,Assis nt Secretary .Norris,Jr.,Vi ide STATE OF NEW JERSEY as. County of Somerset On this. 6th day of November,2007 before me,a Notary Public of New Jersey,personally came Kenneth C.Wendel,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney,and the said Kenneth C.Wendel,being by me duly swum,did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-laws of said Companies;and that he signed sold Power of Attorney as Assistant Secretary of said Companies by Oka authodtyr and that he is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney Is in the genuine handwriting of David B.Norris,Jr.,and was thereto subscribed by authority of said By-Laws and In deponents presence. Notarial Seel TAR q� KATHERINE KALBACHER NOTARY PUBLIC OF NEW JERSEY �o-O No.23 i 6685 PUBLIC+ CCHMI iOn Expire)July e,2009 J�gG� Notary Public CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY: `ATI powers of attomoy for and on behalf of the Company may and shall be executed In the name and on behalf o1 the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President,Jointly with the Secretary or an Assistant Secretary, under their respective designations.The signature of such officers may be engraved,printed or lithographed.The signature of each of the following officers:Chairman,President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to arty power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-In-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certNicate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which It is attached.' I,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the "Companies'}do hereby certify that (i) the foregoing extract of the By-Laws of the Companies Is we and correct, 01) the Companies are duty licensed and authorized to transact surety business In all 50 of the United States of America and the District of Columbia and are authorized by the U.S.Treasury Department:further.Federal and Vlgllant are licensed in Puerto Rico and the U.S.Virgin Islands,and Federal Is licensed In American Samoa,Guam,and each of the Provinces of Canada except Prince Edward Island;and (ill)the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this June 25, 2008 '+*jV Kenneth C.W del Assistant Secreta N THE EVENT YOU WISH TO NOTIFY US OF A CLAIM,'VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE ACT US AT ADDRESS L15MD ABOVE OR BY Telephone 408 903-3493 FaX 908 903-3656 e-mail:surety@ chubb.com Form Is-tor olsas-U (Rev.10-02)CORP CONSENT � J U z CD a a 0 ML C�a CO E v W c "¢> c c%)) w p iii � C � J I COcc-m cc C 0 aD m - Q m 0 I-x CO m U Q .> a)y~oCDp p� L > Z r CD a) :° � = � Q QQ i VZrw 0 LU 2 () V N m W H R N =) W cl c U') w cr.cm vaaN � Qa m SAMPLE BID BOND Bond No. NSA KNOW ALL BY THESE PRESENTS.- 'Mat we JFC CONSTRUCTION, INC. as Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA , a corporation organized and existing under the laws of the State of CONNECTICUT and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CONTRA COSTA COUNTY as Obligee, in the sum of Ten_ Percent 00%) of the amount of the bid Dollars lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for ALHAMBRA VALLEY RD. PEDESTRIAN BRIDGE , 0662-684059-08 (Project Name) (Project Number) 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 such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former, then tlis obligation shall be null and void, otherwise to remain in full force and effect. SIGNED AND SEALED,this 18 day of JUNE 2008 (SEAL) (SEAL) JFC CONSTRUCTION, INC. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA (Principal) (Surety) By, (Signature) Signatu e) JOHN F. CONNOLLY PRESIDENT CLAY THOMPSON ATTORNEY-IN-FACT (SEAL ANDACKNOWLEDGMENT OF NOTARY) CLAY THOMPSON, CPCU, CRIS •ISU SANDER,JACOBS,CASSAYRE INSURANCE SERVICES 3200 VILLA LANE NAPA,CA 94558—(707)254-4114 10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of NAPA On JUNE 18, 2008 before me, CHERYL S. JENSEN, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared CLAY THOMPSON, ATTORNEY-IN-FACT Nani of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(* whose namli is/Mig subscribed to the within instrument and acknowledged to me that he/g)mdbe*executed the same in his ltt authorized capacityRa), and that by his/DmMOW signature(X) on the CHERYL S. JENSEN instrument the personM, or the entity upon behalf of r "� which the person(%) acted, executed the instrument. QFP COMM #1622101nNOTARY PUBLIC-CALIFORNIA lNPACOUNIY — I certify under PENALTY OF PERJURY under the laws 7MY coma Ezpiree NOV 15 " 2111 1 of the State of California that the foregoing paragraph is true and correct. WITNESS m nd Icial seal. Signatur Place Notary Seal Above _. Slanature of Notary P is OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signers) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): l Corporate Officer—Title(s): U Partner—_J Limited ❑ General ❑ Partner—:1 Limited ❑ General ❑ Attorney in Fact MIAMI 1 ❑Attorney in Fact Iffimsm ❑ Trustee Tap of thumb here ❑Trustee Top of thumb here ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: _ ❑Other: l Signer Is Representing: Signer Is Representing: ®2007 National Notary Association-9350 De Soto Ave.,P.O.Box 2402-Chatsworth,CA 91313.2402•www.NationalNotary.org Item 85907 Reorder.Call Toll-Free 1-BOD-876.6827 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER STPAUL POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 217295 Certificate No. 000960400 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury insurance Company are corporations duly Organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United Slates Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Gustrartty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies'),and that the Companies do hereby make,constitute and appoint Clay Thompson,Jeffrey D. Erickson,Robert E.Chovick,Damon Garrett,and Theresa Studebaker of the City of Napa State of California their true and lawful Aaomey(s)-in-Fact, each in their separate capacity if more than one is named above.to sign,execute,seal and acknowledge any kind all bonds.recognizances,conditional undertakings and other writings ohligatory in the nature thereof on behall of the Companies in their business of guaranteeing the ridelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings requited or perniutd in any actions or proceedings allowed by law. iN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their wiporate seals to be hcivto affixed,this 19th day of June 2006 Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Compnny St.Paul Mercury insurance Company Fidelity and Guaranty Iosutartce Underwriters,inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Cavralty,and Surety Company of America SL Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company �r.sa,�<j SUfiE/y ,icc� �sM..i,ySU p.:Mty+' rr■tioa �� Suty,tl.0 sr°F' �` • ti� ' Al�6ggtar .r : alt �,�rr,.L t r':�rolM�:..p,k �y ��\i ��Tu v t9az o � 7977 1927 �! n �a:'' „- 7 ttunwtm, »II yb i 1951 n�Oy �ti�' �`SE ALi�e"3 �s�SBIiL:`i ` `� 1 �4F SEWN' ?:�rw Hct •�y`,N AN�J fc... ..•�,�° 'a �4r r9ry� State of Connecticut By: City of Hartford ss. orge W antpson.Scntj President On this the 19th day of June 2006,efore me personally appeared George W.Thompson,who ucknowledgcd himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.. Seaboard Surety Company. St. Paul Fire kind Marine Insurance Company, St. Paul Guardian Insurance Company. St. Puul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,its such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 301h day of June.2011. * pll�ll0 f Marie C Tetrawlt.Notary Public 5B440-6-06 Printed in U.S.A. r,THIR F CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Con/TkA COST2� On Slit NF_ 2g,2CC) before me, LI` V• SCF SOW( n IC-rrA k--( RA EA-_1 C_ Date Here Insert Name and Title of the Officer personally appeared jby+H) G0t\)K OLLy Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the personN whose names,) is/we-subscribed to the within instrument and acknowledged to me that he/&4eAb.a-y executed the same in hisAieA4ek authorized USA capacity(ie4 and that by his/4944e4signatureN on the Curnrni�Non#= t6�9295 instrument the personts� or the entity upon behalf of ,� Notary►ubNc Cdt nla which the personN acted, executed the instrument. CoNa Cogs Courgy AA 29.201 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my had and official al. Signature Place Notary Seal Above Signature&f No ary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Descripti of Attached Document Title or Type of Docu Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ner's Name: ❑ Individual ❑ In ' idual ❑ Corporate Officer—Title(s): ❑Corpor Officer—Title(s): ❑ Partner—❑ Limited ❑ General ❑ Partner—11 'mited ❑ General ❑ Attorney in Fact • ❑Attorney in Fact • ❑ Trustee Top of thumb here ❑Trustee Top of thumb here ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: ©2007 National Notary Association-9350 De Soto Ave.,P.O.Box 2402•Chatsworth,CA 91313-2402•www.NationalNotary.org Item#5907 Reorder:Call Toll-Free 14300-876-6827 T" NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID �E C70L�S ��/2T1-ku ,being first duly sworn,deposes and says (Name) that he or she is?90TE:1-M A0A6Sk of-,IM `'DI N&n• uX ll II)G C. (Title,position in Company) (Name of Company) 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 overhead, profit, or cost element of the bid price, or 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 order 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 collu 've or sham bid." (Signature of Bidder) State of Californ'1 } ACKNOWLEDGEMENT(By Individual,Partnership or County of )ss Corporation) The person(s) signing above r , known to me individual and business capacities as stated, sonally appeared before me today and acknowledged that he/she/they executed it and ackno ged to me that the partnership named above executed it or acknowledged to me that the corpora named above executed it pursuant to its bylaws or a resolution of its board of directors. Dated: Signature: N,bne(Typed or Printed) (This area for official notarial seal) 8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California - County of l;( NtkA CC67A On Jm30,2M9 before me, Date Here Insert Name and Title of the Officer personally appeared 07TEVe 69OL05n)O�Ti 44 Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the personN) whose nameN is/ar@subscribed to the within instrument and acknowledged to me that he/s4@A1 eyr executed the same in hisAi4944ek-authorized capacityNL5), and that by his/hQr4hoir signatureN on the use►v sCHOW instrument the personN, or the entity upon behalf of ComrnWdon* 1679205 which the personal acted, executed the instrument. IWNotary PWAC-CaWOMIa _ Contra Costa County I certify under PENALTY OF PERJURY under the laws My Comm.Expires Jul 29,201 of the State of California that the foregoing paragraph is true and correct. WITNESS my an and official seal. Signature Place Notary Seal Above Signature of tory Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: /Y01I(f0 LLL4510tV AFF)Ll4y)I Document Date: hori f_ Number of Pages: Signer(s) Other Than Named Above: V)OfUQ- _ Capacity(ies) Claimed by Signer(s) Signer's Name:�VE�Lby Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑Corporate Officer—Title(s): ❑ Partner—! I Limited I J General ❑ Partner— Limited L' General Ll Attorney in Fact . •RE; El Attorney in Fact • ❑ Trustee Top of thumb here ❑Trustee Top of thumb here ❑ Guardian or Conservator ❑Guardian or Conservator Other: 90_TEGT 06ile– ❑Other: Signer Is Representing: Signer Is Representing: WAC. 0 2007 National Notary Association•9350 De Soto Ave.,P.O.Box 2402•Chatsworth,CA 91313-2402•www.Nabona[Notaryorg Item#5907 Reorder:Call Toll-Free 1-800-876-6827 JFCCONSTRUCTION, INC. JOHN F. CONNOLLY CONSTRUCTION Certification by Secretary of Corporate Resolution At the meeting of the Directors of JFC Construction, Inc., a corporation organized and existing under the laws of the State of California, duly called and held in accordance with with the articles of incorporation and bylaws of the corporation at its office on June Yd, 2002 at which a quorum of the directors was present the following resolution was adopted to Wit: Resolved, that John Connolly-President, Vice President and Chief Financial Officer or Lei Lani Whalen or Steve Goldsworthy or Lisa Schow are hereby authorized to sign contracts/agreements in the name of and on behalf of JFC Construction, Inc. I, Lynn Connolly, Secretary of JFC Construction, Inc., do hereby certify that I am the Secretary of said corporation and that the above is a full, true, and correct copy of a resolution of the Board of Directors of said corporation, duly adopted at the meeting held on June 3 d, 2002 and that said resolution has not been revoked or rescinded. In witness whereof, I have hereunto subscribed my name and affixed the seal of said corporation. Date ,' Secretary CA LIC# 592562 http://www.ifcconstruction.com Business Office: Production Office: 1670 Reliez Valley Road, Lafayette, CA 94549-2124 4901 Pacheco Boulevard, Martinez, CA 94553-4324 Phone: (925) 938-6595 - Fax: (925) 939-5327 Phone: (925) 228-0924 - Fax: (925) 228-0477 COPY CERTIFICATION BY DOCUMENT CUSTODIAN State of �{ 4 f rt A ss. County of CUS I, L y),� (ahri o l jY , hereby swear (or affirm) that the N.me of Cust0dl ,of orgrw /I Dbwnent attached reproduction of C-I" le/,4W4 a�(prp"ak Ksv�fi is a true, of Original correct and complete photocopy of a document in my possession. '' C�t'ct Gs?ABY (� 't:a Ot,S�. 125,582567 signature of Custodian or Docur„em t- �s. 1_:t.i`•::_. N', Mi`(MiBi.1r•C.Ai.I'ORMA 1(o-7v Re l,R-i 19 s+- ,Oi:'R.?COSTA COl'N'Y 7 `T' I i,2004s —�— �A_r_jaw• C-OrAri,EX,,='.MARCH e � 1D^''� '` " '-.•r` -`� Subscribed and sworn to (or affirmed) Mbefore me on this r day of Data onth Year Place Notary Seal Above Signature oy1 o ry Pubk OPTIONAL Though the information in this section is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document II Title or Type of Document: �er�17 jCht,uri by 5f o 6wegle 4So Document Date: 3 G Identifying No.: No. of Pages: Signer(s) or Issuing Agency: LCin l Capacity Claimed by Custodian ❑ Individual ' t�Corporate Officer—Title: SrC-,,e II t1 r,i Top of thumb here ❑ University or School Officer—Title: _ ❑ Governmental Officer or Agent —Title: ❑ Business Proprietor or Manager ❑ Attorney ❑ Trustee ❑ Other: Custodian Is Representing: ir (�Vllj 4f ht L��✓j 0 1997 National Notary Association•9350 De Solo Ave..P.O.Box 2402•Chatsworth.CA 81313.2402 Prod.No.5923 Reorder Call ToN-Free 1.800-4976-5827 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT PROPOSAL AND CONTRACT FOR ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE PROJECT NO: 0662-6R4059-08 0 op cou FOR USE WITH STANDARD SPECIFICATIONS DATED MAY, 2006 AND STANDARD PLANS DATED MAY, 2006 OF THE CALIFORNIA DEPARTMENT OF TRANSPORTATION, AND GENERAL PREVAILING WAGE RATES AND APPLICABLE LABOR SURCHARGE AND EQUIPMENT RENTAL RATES, AS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS. BID OPENING DATE: July 1,2008 FOR PRE-BID INFORMATION CONTACT: Alex Anaya(925)313-2312 FOR PLAN HOLDER'S LIST: Visit the Design Division at the Public Works website, www.co.contra-costa.ca.us/depart/pw/ (under"Contractor Info."), or call (925)313-2000. To the Board of Supervisors of Contra Costa County Martinez, California PROPOSAL FOR Alhambra Valley Road Pedestrian Bridge Project No. 0662-6R4059-08 Name of bidder �L. '(-O�0 -(U c�j o-- Sti G. Business address 410 T"c&o UV,. , A"4 Wt-2,., co, 140.3 Mailing address 5.%%A.c, a5 •' Business Phone q ZT- :.2,g- 04(7-9 Fax Number Z Z 8- 110411 , Contact 5+rl b I c�SL+o O C To the Board of Supervisors of Contra Costa County: The undersigned, as bidder, declares that the only persons or parties involved in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that he/she has carefully examined the location of the proposed work, plans and specifications; and he/she proposes and agrees, if this proposal is accepted, that he/she will contract with the Agency to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time prescribed, and according to the requirements of the Engineer as therein set forth, and that he/she will take in full payment therefor an amount based on the unit prices specified hereinbelow for the various items of work, the total of said work as estimated herein being , 2$IP61 (Insert total) and the following being the unit prices bid, to wit: 1 Alhambra Valley Road Pedestrian Bridge Item Unit Price Total No. Bid Item Description Unit Quantity (In Figures) (In Figures) 1 Temporary Fence (Type ESA Silt) L.F. 64 2 Construction Area Signs L.S. 1 90 11310 3 Traffic Control System L.S. 1 2-,'7 5'0 4 Clearing and Grubbing L.S. 1SZS S 2,5- 5 Roadway Excavation (F) C.Y. 16 loo It 660 6 Imported Borrow C.Y. 30 6[47" Z 1,0 7 Geogrid Reinforcement S.Y 114 2,� Z 8 Erosion Control (Blanket) S.Y 41 40 9 Class 2 Aggregate Base TON 44 6 - 2- 10 10 Hot Mix Asphalt (Type B) TON 18 5 11 Hot Mix Asphalt (Driveway Replacement) S.Y. 140 -7s- /0 moo 12 Minor Structure (Type C Inlet) EA 4 2,560 /6,000 13 18" Plastic Pipe L.F. 20 3 1 lx� 14 18" Corrugated Steel Pipe L.F. 50P�p �( 15 Minor Concrete (Sidewalk) S.F. 68 100 G1$6D 16 Removable Steel Bollards EA 2 -700 17 Metal Beam Guard Railing (Wood Post) L.F. 25 3525 g 7 �-b 18 Alternative Flared Terminal System EA 2 �: vo /01000 19 (S)Prefabricated Steel Truss Pedestrian Bridge L.S. 1 /6 Total 2?2,061 2 C4- 1E cl � U � 00 g � � — N a U ba �} L W O U U � � o w, w en a, CIO En _ r O 'F z c s c � cv- For bids exceeding $25,000, accompanying this proposal is a Proposal Guaranty in the amount of Ten (10) Percent of Amount Bid (Cashier's Check, Certified Check or Bidder's Bond acceptable) The names of all persons interested in the foregoing proposal as principals are as follows: IMPORTANT NOTICE If the bidder or other interested person is a corporation, state legal name of corporation, also names of president, secretary,treasurer, and manager thereof. If a copartnership, state true name of firm. If bidder or other interested person is an individual, state first and last name in full. y Licensed to do or subcontract all classes of work involved in the prompt, in accordance with an act providing for the regi ration of contractors, License No.51Z<62 Class: M. b (Expires 12. 3l 6 1 ). By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing information is true and correct. Date: -M-68 (Signature of Bidder) Business addresslet0 l ���- b i V 1• Place of residence Iry Date 7— 2001 9 r � ps y d � � Vow 04 V dw I 64 Co SIM'! - ttl ?SQ _UCS yaw ' Z job < 6 12 C) 0 0 0 0 0 0 0 0 0 0 0 Cl O 0 0 0 0 0 0 0 0 0 0 0 o O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o v v o 0 0 0 0 0 0 0 0 0 0 00 c (D O O 0 O u) 03 D7 (D O o O u') 00 O 0 O O O a) O 7 O p u> O 1n (D M a0 M ,(D O �n N M O O O O M_ U IT O 6 to fD O 4 N to r N to N 00 M t` N N r O O Q E to to - 69 to to to to - - to to to 69 to 69 N 2. O V a r M U) N m m d a V a w N _ o 0 cn C °' t o 0 0 (D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m N 'D ON 0) O O O O O O O O O O O O O O O O O O O m h co Q O O O u0 u7 co V 6 6 O O tf0 � � O O O O a N tD � JU w O O o r 00 Efl M M O) 6) O r- I- M0 CO O O d O , CD 0 a -0 •C m to O lf0 O NCA eaU-, to NEf! tt? u0 69 V O m c 0 co rn v - ED c a !� LL 2 0 N Efl to tf) ffl Ef3 cli �.l` in N 0 V f r O N . CL O 0 L y a o 0 0 Cl 0 0 0 0 0 o O 0 0 0 0 0 0 0 0 0 w 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0R 0 o a R 0 0 0 0 0 0 0 0 0 0 0 0 0 0 cc 0 0 0 0 C (D u) M O N O N tD O st N -t O O 't O N0 m D to M 'IT 1- LO -ItIq 00 n N O O 00 O 0) 00 - O > f0 c) 0 d' 00 u) M N 4 O (D N M (D to r- r- O O m ` C Q w to tra to w to to to t» to w to to to to tsr M E E U U tH t R L_ r o OD Qco ° 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c C: c 0 0 0 0 0 0 o O o o O O o 0 0 0 0 0 0 N cu a >. Nu CO CC) O O O O O O O O O O O O N O O O O N uO M O O M M (D O W V CO LO N � O E •C a &) M v- 1-- Ef3 - 69 Ef3 M to O e-- 69 Q7 M ot5 iA M CO C 00 61) EH EA ffJ C`') 61Yw _ U 0 x 693 to to to tR 69 d o m i cfl o lY `o O w co c ® c::) N O O O O O O ti (D O O O O O O O O O r- U O O O O d• N I- r N O O O O O N 0 O O O �- u1i N ti O O O t` O (D M M 4 O N (D O t Qj 0 r-• c h M t` r h u7 M t` 0 O u7 0 M 00 O r- e- O C (D O O — o o (D q O tD N f` r- O N M O I rYa U O to 69 - O M M N M tD j N N M u) V -t O 1` r 1pp +wh�y � C Q 69 to t4 w to to w to w to tH to w 69 O L c to NU.1VO r. i' m cM Ld�e Lr) M O O O O V LO l- O r O LO Cf') c0 � O V O O i' c LO O O O V N O M M O N O O O O O O O 0 o O O O O M 6) OO L6 00 O N M 1-- C 'ZiuO u7 V _. _ .. Q M r- M f� .- .- 1� M M M t� I� 1` O 00 tf) 00O Nfl tf3 V> 6.) M to M tH E& lf0 T 3 ni CO m •- O C N V O c N Ef3 69 En fA Efl 00W �9 N _ O W C) N ^ O o O O O O O O O O O O o O O O o 0 o O t r O O O o o O O O O O O O o O o O O O O p In >, N o O O O O O ti O O O O o O 4 O O O O M C O O O O O O r- O .qo O O O LOO O o O O L5 7 to O o 0 0 h n t` h N O O N O to to O O � .DO - M O o N M -7 N 4 r r N M O E60 - to H to to 69 U% to to to to to to 69 00 V R N 6f? W N C y u0 O O O O O O O O O O O O O O O 0 O O 'a • N N O O0 O O O O O O O O O O O O O O O Q y C O O O O U) u0 u) I- uO O O O O u7 00 o O O O >Z IT 0 t9 O O O N N N OO LO O O O 00 N UO O O O _ O c U O o O t9 613 - 6f3 O - ce CO 1` .-- u7 O m W M O O 69 tR to N ua Efl ffl O •C tf3 cA H9 D �3 T m to T O r r r M N u7 (DN N N r i j • Lo � LL Z Z r Q LL LL LL Q LL Q (n a J J J J U U (n (n 0 0 fn W J J fn W J W J 'LU N m _ C o N cc C N Q 0 E Y 11 (n O a) C Q 0 O W (n (n p In X U) U) W ay m Q o C. E Q c �c (D 3 c� E CD y o a @ m T .> o a� ai O rn a� T a) m m76 �- Y m Q (� m 0 0 0 m a o a� a� p W c -o x c s s a) (n C� @ iv c c W m o a a 4 m E u (9 U v 0 io U m " � U Q Q Q N i o ' ns (n :r O 3 a) ` c N x_ x_ U) cv o U > 47 is j C E c � a o °-° o d U a �o E a w a. 0 U c N U U 0) Z N Met u1 CD h 00 T O rCN M N CD 1- 00 O r r r r r 4) 00 � o U CO o c`r b ' N N � cD � o � z IV O c > m � U E _C Q N Cl) O O N co N M M M (D Il- M O (fl O C M CO V d 07 f� O O M M M I� O M O O M M N N co 00 I� () c- 00 O O Q7 ti O In (O 00 r LO O ti (0 r- M (fl to V N r N m E O O (VM O q to O M co O O r- r- 'T (D 00 N ?� Q '9 — i N M M N M (O I: L2 COL6 N V CD 00 N N O 6) Lq w 61j (fl EA 64 ua EA ua EA EA 69 (A EH ua (fl N J Cl) N O N 'p O co m N O NM CO � � 00 O � N M � CD CO (� Cf) M O M O O V M O � N NLO O (CJ ° T coc.j co 00 N IT M C6 (D r O Lr) V M O ti � O J L _ O N O O N_ — M00 M Lr) C) LO M CO 00 Cl) 7 CN > E N Efl G-9EA 69 ca Efl � � es Efl 69GGH4 69 _N r p7 w C ° C rn a OC �t (D O O O 00 LO a ? (D M N 0 (D N N N Q m d O Q) _ m C O C O (� N d O = a aa) -0 H d Q ° > m C CT co L >+ W c- C: I- m c m c ca °' O Q) ca m a .� Q m o CL d O to N m O ►� m -p ~ (n Y 76 -t6 65 75 m O o o x c m �a ap CD L iLL - ° o a a� v ELL 0 U U cm mp O m Nw U c3 -,7-- ` o � E c CU n. o o U o E E L co O O N c c_ N a ) U F� U C7 W U 2 2 Q U c U O U U O N M V (o O (p m O N M V O r 00 O) Z 'Y PPOPMJ4 Contra Costa Count D Y Public Works Julia R. , Director Deputy Directors D e p a r t m e n t R. Mitch Avalon . Brian M. Balbas 7AStephen Kowalewski. Patricia McNamee August 5, 2008 WILL CALL Mr. John Fegundes E.E. Gilbert Construction, Inc. 155 Howe Road Martinez, CA 94553 Project Name: Alhambra Valley Road Pedestrian Bridge Project No. 0662-6114059-08 Dear Mr. Fegundes: Enclosed are the original and four copies of the referenced contract. Please follow the instructions in this letter as carefully and completely as possible. The contract, insurance certificates, and bonds are to be returned to: Contra Costa County Public Works Department Construction Division, Attn: J. Dowling 255 Glacier Drive Martinez, CA 94553 I. CONTRACT 1. The original and the four copies must be signed by two officers, one from each of the two following groups: a.(1) The board chairperson, or (2) The president, or (3) Any vice president, AND b,(1) The secretary, or (2) An assistant secretary, or (3) The chief financial officer, or (4) An assistant treasurer. 'Accredited by the American Public Works Association" 255 Glacier Drive Martinez, CA 94553-4825 TEL: (925)313-2000• FAX: (925)313-2333 www.cccpublicworks.org Page 3 of 5 10. Send the original and one copy of each bond to: Contra Costa County Public Works Department Construction Division, Attn: 3. Dowling 255 Glacier Drive Martinez, CA 94553 III. INSURANCE - ALL INSURANCE CERTIFICATES ARE TO BE FURNISHED IN DUPLICATE (Special Provisions, Section 3-1.03, Insurance Requirements) A. Worker's Compensation - Pursuant to State Law, including Employer's Liability. B. Comprehensive or Commercial General Liability Insurance, including coverage for blanket contractual, owners' and contractors' protective and broad form property damage liability, with a minimum combined single limit coverage of $1,000,000.00 for all damages because of bodily injury, sickness, disease, or death to any person and damage to property including the loss of use thereof arising out of each accident or occurrence. C. Comprehensive Motor Vehicle Liability Insurance, including coverage for motor vehicles, owned, non-owned, leased or hired by or on behalf of the contractor with a minimum combined single limit of $1,000,000.00 for all damage because of bodily injury or death to any person and damages to property including loss of use thereof arising out of each accident or occurrence, 2 With Respect to Subcontractors' Operations: A. Worker's Compensation Insurance pursuant to State law; B. Comprehensive Motor Vehicle Liability Insurance, including coverage for motor vehicles, owned, non-owned, leased, or hired by or on behalf of the subcontractor with a minimum combined single limit coverage of $500,000.00 for all damages because of bodily injury or death to any person and damage to property including the loss of use thereof arising out of each accident or occurrence. 3. Additional Insurance Requirements. — Regarding Comprehensive or Commercial General Liability and Motor Vehicle Liability Insurance, the policy or policies and the riders attached thereto or the certificates for the policies or riders shall name Contra Costa County and the owners and occupants of the real property at 5086 Alhambra Valley Road, Parcel No. 367-130-025, and their respective officers, agents, employees, representatives, governing body, commissioners, and volunteers as additional insureds. All insurance policies shall include a provision for 30 days' written notice to Contra Costa County of cancellation or material change. r Page 5 of 5 10. Send two copies of all of the insurance certificates and two copies of any required umbrella policy endorsement to: Contra Costa County Public Works Department Construction Division, Attn: Janet Dowling 255 Glacier Drive Martinez, CA 94553 If the foregoing items are not properly completed and returned, together with the five copies of the signed contract, by August 15, 2008, the contract may be awarded to another bidder. If this action is taken, any bid security you may have submitted will be forfeited. We will appreciate your careful and complete compliance with these instructions. If you have any questions, please call Janet Dowling or me immediately, at (925) 313-2330 or (925) 313-2233, respectively. Sincerely, Kevin Egh Assistant Pu orks Director Construction Division R ECEIVED KE:jd:kg G:\Const\Projects&Misc\2008\Alhambra Valley Road Pedestrian Bridge\C37 Ltr-EEGilbert.doc Enclosures: Contract(original and 4 copies) Two extra copies of this letter(one each for the bonding company and the insurance agent) Performance Bond and Payment Bond W-9 form c: Clerk of the Board P. Denison, Finance 2 PPWC . Contra Costa County 9Public Works Julia R. Bueren, Director P�__= Deputy Directors D e p a r t m e n t R. Mitch Avalon. Brian M. Balbas Stephen Kowalewski . Patricia McNamee September 11, 2008 CERTIFIED MAIL _ 7007 0710 0004 6172 1843 U Mr. John Fagundes SEP 1 5 2008 E.E. Gilbert Construction, Inc. 155 Howe Road CLERK BOARD OF SUPEF,7,SOBS CONTRA CO^.•T-^CO. Martinez, CA 94553 Project Name: Alhambra Valley Road Pedestrian Bridge Project No. 0662-61114059-08 Dear Mr. Fagundes: Enclosed is your copy of the approved contract for the Alhambra Valley Road Pedestrian Bridge, Project No. 0662-6R4059-08. This is your Notice to Proceed as set forth in Section 4 of the project "Notice to Contractors and Special Provisions." The first chargeable working day shall be September 22, 2008. The Resident Engineer assigned to this project is Larry Leong, who may be reached at (925) 595-6010 or the County office at (925) 313-2320. Sincerely, W V✓v Kevin E igh Assistant Public Works Director Construction Division KE:jd:kg G:\CONST\PROJECTS&MISC\2008\ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE\C33 LTR-NOTICE TO PROCEED.DOC enclosure: contract c: L. Leong, Resident Engineer Survey Section Materials and Testing Division Maintenance P. Denison, Finance w/copy of Contract, W-9, Insurance, Outreach package Clerk of the Board, w/copy of Contract, Bonds and Insurance (originals) Auditor-Controller, w/copy of Contract Affirmative Action Officer 'Accredited by the American Public Works Association" 255 Glacier Drive Martinez,CA 94553-4825 TEL: (925)313-2000. FAX: (925)313-2333 www.cccpublicworks.org CONTRACT(Page 1 of 4) (Contra Costa County Standard Form Construction Agreement) 1.SPECIAL TERMS. These special terms are incorporated below by reference. (See Secs.2,3) Parties: Public Agency-- Contra Costa County Contractor-- E.E. Gilbert Construction, Inc. Use complete legal name of Contractor. Effective Date: August 5, 2008 (see Section 4 for starting date.) (See Sec.3) Project Name Alhambra Valley Road Pedestrian Bridge Project No. 0662-6R4059-08 located in the Martinez area The work consists of furnishing and installing_an 80 foot long prefabricated steel truss pedestrian bridge constructing a 5 foot wide HMA pedestrian path, salvaging and Installing metal beam guard railing, and drainage improvements all in accordance with the Plans, Drawings, Special Provisions and/or Specifications prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. (See Sec.4) Completion Time: Phase l: Within 30 working days from starting date. Phase 2: Within 10 working days from the delivery date of the pedestrian bridge. All work shall be completed by December 31,2008 (See Sec.5) Liquidated Damages: $ $1,000.00 per calendar day. (See Sec.6) Public Agency's Agent: Public Works Director (See Sec.7) Contract Price: $ $201,409.17 more or less, in accordance with finished quantities at unit bid prices. 2.SIGNATURES&ACKNOWLEDGEMENT. Public Agency,By: � Julia R.'ITueren, r" Public Works Director Contractor,hereby also certifying awarene.0 of and compliance with Labor Code Sectiones 1�86?1 and 3700 concerning Workers'Compensation Law, B Official Capacity: (s' (fill in) 13 • Official Capacity: (signature) (fill in) Note to Contractor: 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. (Civil Code,Section 1190 and Corporations Code,Section 313.) The acknowledgment below must be signed by a Notary Public. CERTIFICATE OF ACKNOWLEDGMENT State of California // ) Countyof .&4w. (�//JJ DS40— ss. // ��� On A14,11 1-i ZLr�g before me, the undersigned notary public,personally appeared 2,51tae e- &I/ who prove&Ao 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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. OFFICIAL SEAL � c� STEVEN JEFF WIDMAN M NOTARY PUBLIC-CALIFORNIA N W COMMISSION#1539923 C CONTRA COSTA COUNTY My Commission Exp.December 31,2008 r 3.WORK CONTRACT.CHANGES (a) By their signatures in Section 2,effective on the above date,these parties promise and agree as set forth in this contract,incorporating by these references the material in Section 1,SPECIAL TERMS. (b) Contractor shall,at his own cost and expense,and in a workmanlike manner,fully and faithfully perform and complete the work;and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans,drawings and specifications and in accordance with the accepted bid proposal. (c) The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties;and the Public Agency shall never have to pay more than specified in Section 7,PAYMENT,without such an order. 4.TIME; NOTICE TO PROCEED Contractor shall start this work as directed in the specifications or the Notice to Proceed; and shall complete it as specified in Section 1,SPECIAL TERMS. 5.LIQUIDATED DAMAGES If the Contractor fails to complete this contract and this work within the time fixed therefor,allowance being made for contingencies as provided herein,he becomes liable to the Public Agency for all its loss and damage therefrom;and because,from the nature of the case,it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof,it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Section 1, SPECIAL TERMS, the result of the parties' reasonable endeavor to estimate fair average compensation therefor,for each calendar day's delay in finishing said work;and if the same be not paid,Public Agency may,in addition to its other remedies,deduct the same from any money due or to become due Contractor under this contract. If the Public Agency for any cause authorizes or contributes to a delay,suspension of work or extension of time,its duration shall be added to the time allowed for completion,but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Section 4215,the Contractor shall not be assessed liquidated damages for delay in completion of the work,when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6.INTEGRATED DOCUMENTS. The plans, drawings and specifications or special provisions of the Public Agency's call for bids, and Contractor's accepted bid for this work are hereby incorporated into this contract;and they are intended to cooperate,so that anything exhibited in the plans or drawings and not mentioned in the specifications or special provisions,or vice versa,is to be executed as if exhibited,mentioned and set forth in both,to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Section 1,SPECIAL TERMS. T PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions,and as full compensation for all this work,the Public Agency shall pay the Contractor the sum specified in Section 1,SPECIAL TERMS,except that in unit price contracts that payment shall be for finished quantities at unit bid prices. (b) On or about the first of each calendar month,the Contractor shall be paid for all work done through the 15th of the preceding calendar month,as determined by Public Agency, minus 10% thereof pursuant to Public Contract Code Section 9203, but not until defective work and materials have been removed,replaced,and made good. 8.PAYMENTS WITHHELD. (a) The Public Agency or its Agent may withhold any payment,or because of later discovered evidence nullify all or any certificate for payment,to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied,or uncompleted work,or (2) Claims filed or reasonable evidence indicating probable filing,or (3) Failure to properly pay subcontractors or for material or labor,or (4) Reasonable doubt that the work can be completed for the balance then unpaid,or (5) Damage to another contractor,or (6) Damage to the Public Agency,other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor,as the work progresses,the materials and labor which are not satisfactory to it,so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire work,it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract,provided the contractor shows that all claims for labor and materials have been paid,no claims have been presented to the Public Agency based on acts or omissions of the Contractor,and no liens or withhold notices have been filed against the work or site, and provided there are not reasonable indications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURANCE. (Labor Code Secs. 1860-61) On signing this contract,Contractor must give Public Agency (1) a certificate of consent to self- insure issued by the Director of Industrial Relations,or (2) a certificate of Workers'Compensation insurance issued by an admitted insurer,or (3) an exact copy of duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Section 3700 and the Workers' Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties,in amount(s) specified in the specifications or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. (Page 2 of 4) II. FAILURE TO PERFORM. If the Contractor at any time refuses or neglects,without fault of the Public Agency or its agent(s),to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency,the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal,state,and local laws and regulations,especially Chapter 1 of Part 7 of Division 2 of the Labor Code(beginning with Section 1720,and including Sections 1735, 1777.5,and 1777.6 forbidding discrimination). The parties specifically stipulate that the relevant penalties and forfeitures provide in the Labor Code,especially in Sections 1775 and 1813 concerning prevailing wages and hours,as well as Section 1776 concerning certified payroll records,shall apply to this agreement. 13. SUBCONTRACTORS. Public Contract Code Sections 41004114 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Section 1773,the Director of the Department of Industrial Relations has ascertained the general prevailing rates of wages per diem,and for holiday and overtime work,in the locality in which this work is to be performed,for each craft,classification,or type of workman needed to execute this contract,and said rates are as specified in the call for bids for this work and are on file with the Public Agency,and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified;and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced,but the hourly rate remains as stated. (c) The Contractor,and all his subcontractors,must pay at least these rates to all persons of this work,including all travel,subsistence,and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes necessary for the Contractor or any subcontractor to employ any person in a craft, classification or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such)for which no minimum wage rate is specified,the Contractor shall immediately notify the Public Agency which shall apply from the time of the initial employment of the person affected and during the continuance of'such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work,and no workman employed at any time on this work by the Contractor or by any subcontractor shall be required or permitted to work longer thereon except as provided in Labor Code Sections 1810-1815. 16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Sections 1777.5 and 1777.6, forbidding discrimination. 17. DESIRE TO PROMOTE ECONOMY OF CONTRA COSTA The Public Agency desires to promote the industries and economy of Contra Costa county,and the Contractor therefore is encouraged to use the products,workmen,laborers and mechanics of this County in every case where the price,fitness and quality are equal. 18. ASSIGNMENT. The agreement binds the heirs,successors,assigns,and representatives of the Contractor;but he cannot assign it in whole or in part,nor any monies due or to become due under it,without the prior written consent of the Public Agency and the Contractor's surety or sureties,unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGENCY. Inspection of the work and/or materials,or approval of work and/or materials inspected,or statement by any officer,agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of payments therefor,or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS&INDEMNIFICATION (a) Contractor promises to and shall defend,indemnify,save,and hold harmless the indemnitees from the liabilities as defined in this section. (b) The indemnitees benefitted and protected by this promise are the Public Agency and its elective and appointive boards,commissions,officers, agents,and employees,together with any additional persons and entities,if any,listed in Section 6 of the Special Provisions. (c) The liabilities protected against are any and all claims,demands,causes of action,damages,costs,expenses,actual attorneys' fees, losses,or liabilities arising out of or in connection with the actions defined below for personal injury, sickness, disease, emotional injury, death,property damage(including loss of use),trespass,nuisance,inverse condemnation,patent infringement,or any combination of these,regardless of whether or not such liability, claim, or damage was foreseeable at any time before the Public Agency approved the improvement plans or accepted the improvements as completed,and including the defense of any suit(s)or action(s)at law or equity concerning these. (d) The actions causing liability are any act or omission(negligent or non-negligent)in connection with the matters covered by this contract and attributable to the Contractor,subcontractor(s),supplier(s),trucker(s),anyone for whose acts the Contractor may be liable,or any officer(s),agent(s) or employee(s)of one or more of them. (e) The promise and agreement in this section is not conditioned or dependent on whether or not any indemnitee has prepared,supplied,or approved any plan(s),drawing(s),specification(s),or special provision(s)in connection with this work or has insurance or other indemnification covering any of these matters. (f) Except as prohibited by Civil Code Section 2782,the Contractor's obligations under this section shall exist regardless of the existence or degree of fault of the Public Agency or any indemnitee. CONTRACT(Page 3 of 4) (g) The Contractor's obligations under this section shall extend to claims arising after the work is completed and accepted if the claims are related to alleged acts or omissions that occurred during the course of the work. Public Agency's inspection is not a waiver of full compliance with these requirements. (h) The Contractor and the Contractor's insurance carrier(s)shall respond within 15 days to the tender of any claim for defense and indemnity by the Public Agency,unless this time has been extended by the Public Agency. (I) With respect to third-party claims against the Contractor,the Contractor waives all rights of any kind to express or implied indemnity against the indemnitees. 0) Nothing in this section is intended to establish a standard of care owed to any third party or to extend to any third party the status of a third-party beneficiary. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Section 6705, if applicable, by submitting to Public Agency a detailed plan showing the design of shoring,bracing,sloping,or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. 22. RECORD RETENTION. Except for records delivered to Public Agency, Contractor shall retain, for a period of at least five years after Contractor's receipt of the final payment under this contract, all records prepared in the performance of this contract or otherwise pertaining to the work, including without limitation bidding,financial and payroll records. Upon request by Public Agency,Contractor shall make such records available to Public Agency,or to authorized representatives of the state and federal governments,at no additional charge and without restriction or limitation on their use. 23. CONFLICT WITH BID. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this contract and the bid or proposal of said Contractor,then this contract shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. 24. USE OF PRIVATE PROPERTY. Contractor shall not use private property for any purpose in connection with the work absent a prior,written agreement with the affected property owner(s). \tt FORM APPROVED by County Counsel. (CC-1;Rev.2-07) G:\Const\Projects&Misc\2008\Alhambra Valley Road Pedestrian Bridge\CONTRACT-EE Gilbert.docx CONTRACT(Page 4 of 4) Bond Executed In Duplicate PERFORMANCE BOND--PUBLIC WORK Bond No. 0478991 Premium 84 , 021 . 00 Any claim under this Bond should be sent to the following address: 1575 Treat Blvd. , Ste 208 Walnut Creek, CA 94598 KNOW ALL BY THESE PRESENTS: That we, E. E. Gilbert Construction, Inc . as Principal, and International Fidelity Insurance Company' a corporation organized and existing under the laws of the State of New Jersey and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto Contra Costa County as Obligee,in the sum of Two Hundred one Thousand* Dollars ($ 201,4 0 9-1 3 lawful money of the United States of America, for the payment of which sum well and truly to be made,we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. *Four Hundred Nine & 17/100 --- THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated August 5th. 2008 with the Obligee to do and perform the following work,to-wit: Alhambra Valley Road Pedestrian Bridge Project No: 0662-6R4059-08 as is more specifically set forth in the contract documents,reference to which is hereby made. NOW THEREFORE, if the Principal shall well and truly perform all the requirements of said contract documents required to be performed on its part, at the times and in the manner specified therein,then this obligation shall be null and void,otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said contract documents, shall not in any way release the Principal or the Surety thereunder,nor shall any extensions of time granted under the provisions of said contract documents release either the Principal or the Surety, and notice of such alterations or extensions of time is hereby waived by the Surety. PROVIDED, that if any action is commenced on this bond by the Obligee, in addition to the sum specified above, the Principal and the Surety, their heirs, executors, administrators, successors and assigns,jointly and severally, shall be obligated to pay to the Obligee all costs,attorney's fees and other litigation expenses incurred by the Obligee in collecting monies due under the terms of this bond. SIGNED AND SEALED,this 8th day of ALgus t , 2008 (SEAL) (SEAL) E.E. Gilbert Construction, Inc. International Fidelity Insurance Company (Prillrjipal)� (Surety) By: (Signature) {Signature) (SEAL AND ACKNOWLEDGMENT OF NOTARY) Lawrence J. Coyne, Attorney-In-Fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California ) County of Contra Costa ) On August 20, 2008 before me, Steven Jeff Widman, Notary Public, personally appeared, Shane Gilbert, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under penalty of perjury under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. OFFICIAL SEAL STE1tEN JEFF YVIDMAN 0) NOTARY I'UBW CAUFORNIA Cn (Seal) oOOossclo°Nsra COOMn c My�OIMdNbm ExP.December 31,2008 OPTIONAL INFORMATION Bond#0478991 Title or Type of Document: Performance Bond—Public Work Date of Document: August 8, 2008 Number of Pages: 1 Signer(s) other than named above: None ACKNOWLEDGMENT State of California County of------- Marin----------------) On 8/8/08before me, K. Holtemann,_Notary_Public -------- ------------------------- ------------------ (insert name and title of the officer) personally appeared-------------------- Lawrence ------_ __ __________Lawrence J.--9-0=,e-----__---_—______—, who proved to me on the basis of satisfactory evidence to be the person(&}whose names} is/are- subscribed to the within instrument and acknowledged to me that he/s�y executed the same in his/t 4r authorized capacity(4s), and that by his/4e4#�sir signature() on the instrument the person(-&), or the entity upon behalf of which the person( acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. K. HOLTEMANN r COMM. #1702161 () ..- NOTARY PUWC•CAUFORNA SONOMA COUNT`f -` Signature ��=� ------------------- (Seal) wycam,. ocr 831,2010 Bond Executed In Duplicate PAYMENT BOND --PUBLIC WORK [Civil Code Secs. 3247-3248] Bond No. 0478991 Premium Included Any claim under this Bond should be sent to the following address: 1575 Treat Blvd, Ste 208 Walnut Creek, CA 94598 KNOW ALL BY THESE PRESENTS: That we, E. E. Gilbert Construction, Inc. as Principal, and International Fidelity Insurance Company a corporation organized and existing under the laws of the State of New Jersey and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto Contra Costa Co my , as Obligee,in the sum-of Two Hundred one* Dollars($ 201 .409.17 ) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, * administrators,hour Hccessorss undred and assigns3 joionttly and severally, firmly by these presents. THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated August 5th, 2008 , with the Obligee to do and perform the following work,to-wit: Alhambra Valley Road Pedestrian Bridge, Project No: 0662-6R4059-08 as is more specifically set forth in the contract documents,reference to which is hereby made. NOW THEREFORE, if the Principal or a subcontractor fails to pay any of the persons named in Section 3181 of the Civic Code, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, the Surety will pay for the same, in an amount not exceeding the sum specified in this bond, and also, in case suit is brought upon this bond, a reasonably attorney's fee,to be fixed by the court. This bond shall ensure to the benefit of any of the persons named in Section 3181 of the Civic Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. SIGNED AND SEALED,this 8th day of August, 2008 (SEAL). (SEAL) E.E. Gilbert Construction, Inc. International Fidelity Insurance Company (P ' cipal (Surety) By. (Signature) (Signature) Lawrence J. Coyne, Attorney-In-Fact (SEAL AND ACKNOWLEDGMENT OF NOTARY) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California ) County of Contra Costa ) On August 20, 2008 before me, Steven Jeff Widman, Notary Public, personally appeared, Shane Gilbert, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under penalty of perjury under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. OFFICIAL SEAL NOTARY PUBLIC CALIF RNIA Ln 5��Pjlw65_.11YJ (Seal) 3 COONMTRRAsCOSTACOUNTTY My ooirr*WM EV.Dfoembw 91,coos OPTIONAL INFORMATION Bond#0478991 Title or Type of Document: Payment Bond—Public Work Date of Document: August 8, 2008 Number of Pages: 1 Signer(s) other than named above: None ACKNOWLEDGMENT State of California County of------- Marin---------------------) On 8/8/08before me, K. Holtemann,_Notary—Public -------- (insert name and title of the officer) personally appeared---------------------- Lawrence J.— Coyne—____________---_--, who proved to me on the basis of satisfactory evidence to be the person(6}whose name(&) is/afe- subscribed to the within instrument and acknowledged to me that he/� executed the same in his/l eis authorized capacity(ies}, and that by his/4e4#44 signature(-&) on the instrument the person(&), or the entity upon behalf of which the person( acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. K. HOLTEMANN }:jri COMM. #1702161 U NOTARY PUBLIC•CAUFORNIA n SONOMAA COUNTY -� Mrcomm.6cpka0C � 2a10 Signature—�=-- --_' �------- (Seal) Tel(973)624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey,and having its principal office in the City of Newark,New Jersey,does hereby constitute and appoint .................................................-................-..........................................................................................................-............................................................................ ............__..__... LAWRENCE J. COYNE, KELLY HOLTEMANN, THOMAS E. HUGHES, JOAN DELUCA Novato, CA. ............................................................................................................................................................................................................................. .......................................... ............: its true and lawful attorney(s)-in-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law,stature, rule, regulation,contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed,and may be revoked,pursuant to and by authority of Article 3-Section 3,of the By-Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President,Executive Vice President,Secretary or Assistant Secretary,shall have power and authority (1)To appoint Attorneys-in-fact,and to authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto,bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and, (2)To remove, at any time,any such attorney-in-fact and revoke the authority given. Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signatures or facsirrule seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. Ty/NJ. IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer,this 16th day of October,A.D.2007. Q Opp `ol �Z INTERNATIONAL FIDELITY INSURANCE COMPANY C= SEAL m 19()4,4t' 904 STATE OF NEW JERSEY !� O JCounty of Essex d Eac' a� Secretary On this 16th day of October 2007, before me came the individual who executed the Preceding instrument, to me personally known, and, being by me duly sworn,said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. OA R Q& IN TESTIMONY WHEREOF,I have hereunto set my hand affixed my Official Seal, �Q • �� at the City of Newark, New Jersey the day and year first above written. 0 NOTARY '� _ L —� �`V� PUBLIC "1'�JE�IS� A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission Expires Nov.21,2010 I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the By-Laws of said Company as set forth in said Power of Attorney,with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF,I have hereunto set my hand this 8th day of August, 2008 Assistant Secretary / . , .ACORD,. CERTIFICATE OF LIABILITY INSURANCE D08/07/2008ATE Y) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Woodruff-Sawyer&Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 88 Rowland Way, Suite 180 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Novato,CA 94945 (415) 878-2460 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Travelers Property Casualty Co. of America 25674 E.E. Gilbert Construction Inc. INSURER B: Travelers Indemnity Co. of Connecticut 25682 155 Howe Road Martinez,CA 94553 INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRDD' POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTTYPE OF INSURANCE A X GENERAL LIABILITY DTEC0365K8501 06/01/2008 06/01/2009 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 3OO OOO X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurence $ > CLAIMS MADE FRI OCCUR MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 17 POLICY X PRO LOC B X AUTOMOBILE LIABILITY DT810365K8501 06/01/2008 06/01/2009 COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND 10/01/2007 10/01/2008 L'M WC STATU- OTH- B EMPLOYERS'LIABILITY I ER E.L.EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Alhambra Valley Road Pedestrian Bridge Project No.0662-6R4059-08.By endorsement to Policy No.DTEC0365K8501 and DT810365K8501,Contra Costa County and the owners and occupants of the real property at 5086 Alhambra Valley Road,Parcel No.367-130-025 and their respective officers,agents, employees,representatives,govering body,commissioners and volunteers are named as additional insured solely as respects the above listed job per form CG D2 48 08 05 and CA 00 01 03 06 2 attached. CERTIFICATE HOLDER CANCELLATION 10 Day Notice for Non-Payment of Premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Contra Costa County Public Works Dept. Construction DATE THEREOF,THE ISSUING INSURER WILL&dEXIL'&KSX MAIL 30 DAYS WRITTEN Division Attn: J. Dowling NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,,)*_4X )(Xyrp)(ip(VX,*X,1 �en�c}+Q�elb�bk��Crh6cX�1X�i.)f�c3�Xnlfr�'cl}fa�c3�17(I�7krZ(u1��i#Xd�Yr�� 255 Glacier Drive T � Martinez, CA 94553 AUTHOR[ DR RESENTATIVE LOAN#: tiD L l ACORD 25(2001/08)ID#: V __!OR7D CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001/08) NAMED INSURED: E.E.Gilbert Construction Inc. POLICY NUMBER: DTEC0365K8501 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (CONTRACTORS OPERATIONS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ;I �1. WHO IS AN INSURED — (Section II) is amended to include any person or organization that you agree in a written contract requiring insurance" to include as an additional insured on this Coverage Part, but: a) Only with respect to liability for"bodily injury", "property damage" or"personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of"your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the insurance provided to the additional insured shall be limited to the limits of liability required by that "written contract requiring insurance". This endorsement shall not increase the limits of insurance described in Section III —Limits Of Insurance. b) The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: L The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders or change orders, or the preparing, approving, or failing to prepare or approve, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional insured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products-completed operations hazard". 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional insured under such "other insurance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: L How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or"suit" is brought against the additional insured, the additional insured must: L Immediately record the specifics of the claim or"suit" and the date received; and Page 1 of 2 2005 The St. Paul Travelers Companies, Inc. CG D2 48 08 05 COMMERCIAL GENERAL LIABILITY ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit' as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or"suit', cooperate with us in the investigation or settlement of the claim or defense against the "suit', and otherwise comply with all policy conditions. d) The additional insured must tender the defense and indemnity of any claim or "suit' to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insurance provided to the additional insured by this endorsement is primary to 'other insurance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional insured on this Coverage Part, provided that the "bodily injury" and "property damage" occurs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. Contra Costa County Public Works Dept. Construction Division Attn: J. Dowling 255 Glacier Drive Martinez,CA 94553 Alhambra Valley Road Pedestrian Bridge Project No.0662-6R4059-08.By endorsement to Policy No.DTEC0365K8501 and DT810365K8501,Contra Costa County and the owners and occupants of the real property at 5086 Alhambra Valley Road,Parcel No. 367-130-025 and their respective officers,agents,employees,representatives,govering body,commissioners and volunteers are named as additional insured solely as respects the above listed job per form CG D2 48 08 05 and CA 00 01 03 06 2 attached. Page 2 of 2 2005 The St. Paul Travelers Companies, Inc. CG D2 48 08 05 NAMED INSURED: E.E.Gilbert Construction Inc. POLICY NUMBER: DT810365K8501 B. Owned Autos You Acquire After The Policy or a "covered pollution cost or expense". How- Begins ever, we have no duty to defend any "insured" against a "suit" seeking damages for "bodily in- 1. If Symbols 1, 2, 3, 4, 5, 6 or 19 are entered jury" or "property damage" or a "covered pollution next to a coverage in Item Two of the Decla- cost or expense" to which this insurance does not rations, then you have coverage for "autos" apply. We may investigate and settle any claim or that you acquire of the type described for the "suit" as we consider appropriate. Our duty to de- remainder of the policy period. fend or settle ends when the Liability Coverage 2. But, if Symbol 7 is entered next to a coverage Limit of Insurance has been exhausted by pay- in Item Two of the Declarations, an "auto" you ment of judgments or settlements. acquire will be a covered "auto" for that cov- 1. Who Is An Insured erage only if: The following are "insureds": a. We already cover all "autos" that you own for that coverage or it replaces an "auto" a. You for any covered "auto". you previously owned that had that cover- b. Anyone else while using with your per- age; and mission a covered "auto" you own, hire or b. You tell us within 30 days after you ac- borrow except: quire it that you want us to cover it for that (1) The owner or anyone else from coverage. whom you hire or borrow a covered C. Certain Trailers, Mobile Equipment And Tem- "auto". This exception does not apply porary Substitute Autos if the covered "auto" is a "trailer" connected to a covered "auto" you If Liability Coverage is provided by this Coverage own. Form, the following types of vehicles are also covered "autos" for Liability Coverage: (2) Your "employee" if the covered "auto" is owned by that "employee" or a 1. "Trailers" with a load capacity of 2,000 member of his or her household. pounds or less designed primarily for travel on public roads. (3) Someone using a covered "auto" while he or she is working in a busi- 2.. "Mobile equipment" while being carried or ness of selling, servicing, repairing, towed by a covered "auto". parking or storing "autos" unless that 3. Any "auto" you do not own while used with business is yours. the permission of its owner as a temporary (4) Anyone other than your "employees", substitute for a covered "auto" you own that is partners (if you are a partnership), out of service because of its: members (if you are a limited liability a. Breakdown; company), or a lessee or borrower or b. Repair; any of their "employees", while mov- ing property to or from a covered c. Servicing; "auto". d. "Loss"; or (5) A partner (if you are a partnership), or e. Destruction. a member (if you are a limited liability SECTION II —LIABILITY COVERAGE company) for a covered "auto" owned by him or her or a member of his or A. Coverage her household. We will pay all sums an "insured" legally must pay c. Anyone liable for the conduct of an "in- as damages because of "bodily injury" or sured" described above but only to the "property damage" to which this insurance extent of that liability. applies, caused by an "accident" and resulting 2. Coverage Extensions from the ownership, maintenance or use of a covered "auto". a. Supplementary Payments We will also pay all sums an "insured" legally We will pay for the "insured": must pay as a "covered pollution cost or expense" (1) All expenses we incur. to which this insurance applies, caused by an11 (2) Up to $2,000 for cost of bail bonds accident" and resulting from the ownership, maintenance or use of covered "autos". However, (including bonds for related traffic law violations) required because of an we will only pay for the "covered pollution cost or "accident" we cover. We do not have expense" if there is either "bodily injury" or to furnish these bonds. "property damage"to which this insurance applies that is caused by the same "accident". (3) The cost of bonds to release attach- We have the right and duty to defend any "in- ments in any "suit" against the "in- sured" against a "suit" asking for such damages sured" we defend, but only for bond Page 2 of 11 Copyright, ISO Properties, Inc., 2005 CA 00 01 03 06 �I • Office of the County Administrator Contra Costa County Affirmative Action Office 651 Pine Street, Martinez, CA 94553 925-335-1045 Fax 925-335-1098 Ekuev@cao.cccounty.ca.us Memorandum Date: July 16, 2008 To: Board of Supervisors /11,Ll From: Emma Kuevor Affirmative Action Officer Subject: Alhambra Valley Road Pedestrian Bridge Project Attached for your review and consideration is the documentation of good faith effort submitted by the low bidder, E. E. Gilbert Construction, Inc., for the Alhambra Valley • Road Pedestrian Bridge project. cc: John Cullen, County Administrator Silvano Marchesi, County Counsel Abby Dye, Deputy County Counsel Kevin Emigh, Assistant Director—Construction Alex Anaya, Project Engineer BDGFEAlhambra Vall eyRdPedestBridgeEEGilbeR08 • To the Board of Supervisors of Contra Costa County Martinez, California PROPOSAL FOR Alhambra Valley Road Pedestrian Bridge Project No. 0662-6R4059-08 Name of bidder �Si'?J�litl�, --/-n L Business address Mailing address ,c lncoe- �� �r /i�P � � • q�55� Business Phone 9d�5- ,9o8 - O31 Fax Number _�oZJ� - 2;8 — 0 116 5 • Contact Jd�� ���u►.C�P S To the Board of Supervisors of Contra Costa County: The undersigned, as bidder, declares that the only persons or parties involved in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that he/she has carefully examined the location of the proposed work, plans and specifications; and he/she proposes and agrees, if this proposal is accepted, that he/she will contract with the Agency to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time prescribed, and according to the requirements of the Engineer as therein set forth, and that he/she will take in full payment therefor an amount based on the unit prices specified hereinbelow for the various items of work, the total of said work as estimated herein being (Insert total) and the following being the unit prices bid, to wit: • 1 5 ' The work for which this proposal is submitted is for construction in conformance with the special • provisions (including the payment of not less than the State general prevailing wage rates or Federal minimum wage rates), the project plans, including any addenda thereto, the contract annexed hereto, and also in conformance with the California Department of Transportation Standard Plans, dated May, 2006, the Standard Specifications, dates May, 2006, and the Labor Surcharge and Equipment Rental Rates in effect on the date the work is accomplished. Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item of work a unit price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for that purpose. In the case of unit basis items, the amount set forth under the "Item Total" column shall be the product of the unit price bid and the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for a unit basis item,the unit price shall prevail,except as provided in(a)or(b), as follows: (a) If the amount set forth as a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price; (b) (Decimal Errors) If the product of the entered unit price and the estimated quantity is exactly off by a factor of ten, one hundred, etc., or one-tenth, or one-hundredth, etc. from the entered total, the discrepancy will be resolved by using the entered unit price or item total, whichever most closely approximates percentagewise the unit price or item total in the Agency's Final Estimate of cost. • If both the unit price and the item total are unreadable or otherwise unclear, or are omitted, the bid may be deemed irregular. Likewise if the item total for a lump sum item is unreadable or otherwise unclear, or is omitted, the bid may be deemed irregular unless the project being bid has only a single item and a clear,readable total bid is provided. Symbols such as commas and dollar signs will be ignored and have no mathematical significance in establishing any unit price or item total or lump sums. Written unit prices, item totals and lump sums will be interpreted according to the number of digits and, if applicable, decimal placement. Cents symbols also have no significance in establishing any unit price or item total since all figures are assumed to be expressed in dollars and/or decimal fractions of a dollar. Bids on lump sum items shall be item totals only; if any unit price for a lump sum item is included in a bid and it differs from the item total, the items total shall prevail. The foregoing provisions for the resolution of specific irregularities cannot be so comprehensive as to cover every omission, inconsistency, error or other irregularity which may occur in a bid. Any situation not specifically provided for will be determined in the discretion of the Agency, and that discretion will be exercised in the manner deemed by the Agency to best protect the public interest in the prompt and economical completion of the work.. The decision of Agency respecting the amount of a bid, or the existence or treatment of an irregularity in a bid, shall be final. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting • herewith. By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation 3 PROPOSAL All good faith effort documentation must be submitted with the bid or within two (2) working days following the bid opening. Failure to submit the required good faith effort documentation within two (2) working days following the bid opening may render the bid non- responsive. The bidder is required to subcontract the following minimum percentage of its bid: Mandatory Subcontracting 25 % Minimum (MSM) Requirement NOTE: Outreach Program information and/or assistance may be obtained through the County's Affirmative Action Office at (925) 335-1045. *The MSM percentage figure will vary from project to project depending upon staff's determination of the amount of work appropriate for subcontracting, the availability of subcontractors, and other pertinent factors. Engineer to determine this percentage on a project by project basis. • 5 • '4-O , c Q RS cn -.• O O U •_' O O O ' OD 0 .�,,, 0 O N Ol p O O O O Ln zi, CD •i7 Q O U 00 Ol N O O O O O CD O U p O Vl N O bD A, O :::sN Lll OO M N � `� l0 U} p O v-+ `p ('') d CC) CO L {�} V)- U1- 1/} r+ C O V U O r r� vcn F >10 o 1 �, c o_ x 04 v o �4 H 04 U) m rd � tT o 0 �d o m ro W a a) -H `'- �n q) d N rl �( N U a Cn PO O O O `i' a' O O P4 U � P 3 0 L • W W a La >1 U a o. UO J-J 4 N x41 a �i -A Q H U) �" Q U 11 � ( � 0 - U. � a, O J 1 0 rl G4 v u ` S 4 >i (d -1 a a) U 41 U Z 0 "Cl x 3 r rl a' 0 v ,� rn U sci�. E- d rn m � �-4 b l0 UN p Q c m 3 coo O a E A O H ?1 U� 0 xu w x (n o 0 x v 0 Ln ul O w O rn 00rn � Pq 0 w OLn N m a a 0000 0 N r+ a p Z U Q404 a U) (d o 44 M O l-) O >1 U m � U _a O 0 � 04 U � x P4 U >1 '-1 r14 r71 U] OO a Fi (d ++ ao rI ) N O R C7 `"G U W x L�MD U W U U) R. • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of . On &n7oig before me, Date ` Here Insert Marne and Title 1 the Officer personally appeared � � �, (�r,l10iek Name(s)of Signer(s) who proved to me n the basis of satisfactory evidence to be the person hose name*-iis/subscribed to the within instrument and acknowledged to me that he/s4eAt�e_y executed the same in his/heMf retr authorized capacityk<-and that by his/h&0tftteir signatureK"On the instrument the person,(<or the entity upon behalf of which the person�cted, executed the instrument. JAKE ZANE Commission 1753860 I certify under PENALTY OF PERJURY under the laws Notary Public -California of the State of California that the foregoing paragraph is Contra Costa County true and correct. WCOMM E10M A n26,2011 • WITNESS my hand and official seal. Signature Place Notary Seal Above147 V �VIre ofotary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: NA6 00 w.L:' Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General _ _ ❑ Partner—❑ Limited ❑ General _ ❑ Attorney in Fact - ❑Attorney in Fact • El Trustee El Trustee Top of thumb here Top of thumb here ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: • ©2007 National Notary Association•9350 De Soto Ave.,P.O.Box 2402-Chatsworth,CA 91313-2402•www.NationalNotary.org Item#5907 Reorder:Call Toll-Free 1-800-876-6827 • BID BOND Bond No. n/a KNOW ALL BY THESE PRESENTS: That we, E.E. Gilbert Construction, Inc. as Principal, and International Fidelity Insurance Company , a corporation organized and existing under the laws of the State of New Jersey and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto Contra Costa County as Obligee, in the sum of Ten Percent (10%) of the amount of the bid_ Dollars lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents.. WHEREAS,the Principal has submitted a bid for Alhambra Valley Road Pedestrian Bridge 0662-6R4059-08 (Project Name) (Project Number) 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 such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such • contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in access of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. SIGNED ANL SEALED, this 1st day of July 2008 (SEAL) (SEAL) E.E. Gilbert Construction, Inc. International Fidelity Insurance Company (Principal) (Surety) B . _ � - (Signature) ( gnature) Kelly Holtemann (SEAL AND ACKNOWLEDGMENT OF NOTARY) Attorney-In-Fact • 10 Tel (973)624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY • HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 FOR BID BOND/RIDER/CONSENTS/AFFIDAVITS KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey,and having its principal office in the City of Newark, New Jersey,does hereby constitute and appoint ............................................................................................................................................................................................................................................................................ LAWRENCE J. COYNE, KELLY HOLTEMANN, THOMAS E. HUGHES, JOAN DELUCA Novato, CA. ........................................................................................................................................................................................................................................................................... ..... its true and lawful attomey(s)-in-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnit..y and...> other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law,stature, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed,and may be revoked,pursuant to and by authority of Article 3-Section 3,of the By Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1p974. The President or any Vice President, Executive Vice President,Secretary or Assistant Secretary,shall have power and authority. (1)To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company,and attach the Seal of the Company thereto, bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and, (2)To remove,at any time,any such attorney-in-fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. • Ty/NJ, IN TESTIMONY WHEREOF,INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be pp-� G signed and its corporate seal to be affixed by its authorized officer, this 16th day of October,A.D.2007. O.w� �� INTERNATIONAL FIDELITY INSURANCE COMPANY SEAL m y STATE OF NEW JERSEY 1904 JENo County of Essex Secretary On this 16th day of October 2007, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn,said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. IN TESTIMONY WHEREOF,I have hereunto set my hand affixed my Official Seal, � at the City of Newark, New Jersey the day and year first above written. � O NOTARY tr PUBLIC �`��•1� >t� � WJE A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission Expires Nov. 21,2010 I,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Section of the By-Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY,and that the same are correct transcripts thereof, and of the whole of the said originals,and that the said Power •f Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF,I have hereunto set my hand this lst day of July, 2008 Assistant Secretary WARRANTY AND REPAIR AGREEMENT • To Cavo e!:;V v i�lY Y"�Mle, a-6-4s Pe-d (Agency): The undersigned agrees to repair and/or replace all improvements installed as part of (Insert Project Name) 0,66,2- 6R4059-00 (Insert Project Number) Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty workmanship, material furnished or methods of installation, or should the work of any part thereof fail to operate properly as originally intended and in accordance with the plans and specifications, due to any of the above causes, for a period of 12 months after date on which the contract work is accepted by the Agency. The undersigned also agrees to reimburse the Agency, upon demand, for its expenses incurred in restoring said work to the condition contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and replacing any other work necessary to make such replacement or repairs, if such work is performed by the Agency. Alternatively, upon demand by the Agency, the undersigned further agrees to replace any such material and to repair said work completely without cost to the Agency so that said work will function successfully as originally contemplated. The Agency shall have the unqualified option to make any needed replacements or repairs itself or to have such replacements or repairs done by the undersigned. In the event the Agency elects to have such work performed by the undersigned, the undersigned agrees that the repairs shall be made and such • materials as are necessary shall be furnished and installed within a reasonable time after the receipt of demand from the Agency. If the undersigned shall fail or refuse to comply with his obligations under this agreement, the Agency shall be entitled to all costs and expenses, including attorneys' fees, reasonably incurred by reason of the said failure or refusal. The warranty period on the replaced materials or repaired defects shall commence, for a separate period of 12 months, beginning on the date the repair work is accepted by the Agency. In no event will the warranty period extend beyond three (3) years from the date the original contract work is accepted by the Agency. All Opticom (or equal) components shall be guaranteed in accordance with the manufacturer's warranty, which shall start after successful completion of the function test. All equipment for the Submaster shall be guaranteed for a period of three (3)years from the date the contract work is accepted by the Agency. (Comp N e (Authorized Signature) �, C4o-;i (Print Name) Date: TL u2&n 6 G:\GrpData\Design\CTSPEC\PROPOSAL\MAINT.doc 7/30/98 • 13 CONTRA COSTA COUNTY OUTREACH PROGRAM • E.E. GILBERT CONSTRUCTION t I Sign In Sheet Alhambra Valley Road Pedestrian Bridge Project No.: 0662-6R4059- 08 Pre-bid Meeting, Monday, June 16, 2008 Conference Room A 10:00 a.m. Contra Costa County Public Works Department 255 Glacier Drive Martinez, CA 94523 Name Or anization/Address Telephone Number/email 1 AUw T�I "� 06 Z 2 ,4� w N, L Q v 1< <. ��-T cell q,, asp- c. H Y/3--3-- 7r�6 , 2. 13 3 12 4 &Aff'e'rL F6�f OA] -fd(f 5 Eh l'lre2 `/Zr-V 6t N21, y 6 7 &C'pw 8 9 10 11 12 13 14 G:\Design\Correspondence\CURRENT PROJECTS\Alhambra Valley Road Pedestrian Bridge\Project Package for Advertising\Sign In Sheet Prebid Mtg.doc 1 of 3 E.E. Gilbert Construction, Inc. 155 Howe Road • Martinez, Ca 94553 Phone: 925-228-0317 Fax: 925-228-0485 GILBERT i CONSTRUCTION Fax To: Estimator From: Frank Fagundes Company: Economy Trucking Services Fax: 510-733-9600 Pages: 1 Phone: 510-733-9100 Date: 6/25/08 Re: Alhambra Valley Bridge CC: ❑ Urgent ❑ For Review ❑ Please Comment Q Please Reply ❑ Please Recycle • • Comments: INVITATION TO BID We are seeking quotes from MBE/WBE/SBE/OBE/LBE/DVBE businesses and invite you to bid/quote on the following project ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE Seeking trucking off haul and hauling to project in Martinez, CA. We are an equal opportunity employer and intend to negotiate with qualified MBE/WBE/SBE/OBE/LBE/DVBE business enterprises for project participation. Please fax response to 925-228-0485 Att. Frank • Thank you 1-7 rc O hp LaserJet 3015 • EE GILBERT CONSTRUCTION INC i n v e n t 925 228 0485 Jun-25-2008 4:36PM Fax Call Report Job Date Time Type Identification Duration Pages Result 376 6/25/2008 4:36:19PM Send 15107339600 0:33 1 OK E.E.Gilbert Construction,Inc. 155 Howe Road Martinez,Ca 94553 Phone: 925-228-0317 Fax: 925-228-0485 1 ' SIM- To. Estimator Frorre Frank Faglndes conpny.Economy Trucking Services Farm 510-733.9800 Pagau i • Phona: 510-733-9100 0-6. 825108 Ras Alhambra Valley Bridge cc- 0 Urgent ❑Fw Rwlew ❑Plesee Comment H Plesse Reply ❑Please Recycle e Comrrantss INVITATION TO BID We are seeking quotes from MSENIBFJSBE/OBE/LBE/DVBE businesses and invite you to bid/quote on the following project ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE Seeking track ng off had and hauling to project in Martinez,CA We are an equal opportunity employer and intend to negotiate with qualified MBENVBE/SBE/OBE/LBE/DVBE business enterprises for project participation. Please fax response to 925228-0485 A8.Frank Thank you • E.E. Gilbert Construction, Inc. 155 Howe Road • Martinez, Ca 94553 Phone: 925-228-0317 GILBERT CONSTRU Fax: 925-228-0485 va CTION Fax To: Estimator From: Frank Fagundes Company: Kenko Utility Supply Inc. Fax: 925-252-0498 Pages: 1 Phone: 925-252-0400 Date: 6/18/08 Re: Bridge Martinez CC: ❑ Urgent ❑ For Review ❑ Please Comment 0 Please Reply ❑ Please Recycle • • Comments: INVITATION TO BID We are seeking quotes from MBE/WBE/SBE/OBE/LBE/DVBE businesses and invite you to bid/quote on the following listed project ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE Seeking trades for Asphalt, underground pipe supply, pile driving, concrete supply, rock supply, catch basin supply, silt fence. We are an equal opportunity employer and intend to negotiate with qualified MBE/WBE/SBE/OBE/LBE/DVBE business enterprises for project participation. Plans, specifications and requirements are available at our office or the Contra Costa Builders Exchange lL� Please fax response to 925-228-0485 Aft. Frank F. G, t � hp LaserJet 3,015 • EE GILBERT CONSTRUCTION INC n v e n t 925 228 0485 Jun-18-2008 1:50PM Fax Call Report Job Date Time Type Identification Duration Pages Result 263 6/18/2008 1:50:10PM Send 2520498 0:37 1 OK E-E-Gilbert Construction,Inc. 155 Howe Road Martinez,Ca 94553 Phone: 925-228.0317 Fax: 925-228-0485 F Fax To: Estimator From: Frank Fagundes Conywy-Kenko Utility Supply Inc Fax: 925-252-0498 ►ayes: 1 Phone: 925-252-0400 oatr. 8118110 RW Bridge Martinez CC: ❑UrysM ❑For Rawl— ❑Pl—Commant ®Flaaw fill O Pi—R"yCte e Comments: INVITATION TO BID We are seeking quotes from MBENVBFISBE/O8EfLBE/DVBE businesses and invite you to bidlquote on the t0 1 1 ov4nq listed project ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE Seeking trades for Asphat,underground pipe supply,pile driving,concrete supply,rock supply,catch basin supply,sit fence. We are an equal opportunity employer and Intend to negotiate with qualified MBENVBE/SBE/OBE/LBEIDVBE business enterprises for project participation. Plans,specifications and requirements eve available at our office a the Contra Costa Builders Exchange Please tax response to 925228-0485 At,Frank F. • E.E. Gilbert Construction, Inc. 155 Howe Road • Martinez, Ca 94553 Phone: 925-228-0317 GILBERT Fax: 925-228-0485 CONSTRUCTION Fax To: Estimator From: Frank Fagundes Company: Harold Hudson Construction Fax: 925-370-6600 Pages: 1 Phone: 925-370-6600 Date: 6/18/08 Re: Bridge Martinez CC: ❑ Urgent ❑ For Review ❑ Please Comment 0 Please Reply ❑ Please Recycle • • Comments: INVITATION TO BID We are seeking quotes from MBE/WBE/SBE/OBE/LBE/DVBE businesses and invite you to bid/quote on the following listed project ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE Seeking trades for Asphalt, underground pipe supply, pile driving, concrete supply, rock supply, catch basin supply, silt fence. We are an equal opportunity employer and intend to negotiate with qualified MBE/WBE/SBE/OBE/LBE/DVBE business enterprises for project participation. Plans, specifications and requirements are available at our office or the Contra Costa Builders Exchange Please fax response to 925-228-0485 Aft. Frank F. (1 e U Q �S�r� • t hp LaserJet 3015 • EE GILBERT CONSTRUCTION INC i n v e n t 925 228 0485 Jun-18-2008 1:53PM Fax Call Report Job Date Time Type Identification Duration Pages Result 264 6/18/2008 1:51:39PM Send 3706600 1:20 1 OK l61 Ibert Construction,Inc. 155 owe Road Martinez,Ca 94553 Phone: 925-221 17 Fax 925-228-0485 I 1 To: Estimator From: Frank Fagimdes Con4anY Hal Hudson Construction 1— 925-3704" Paseo 1 Phoma 025.370800 Date: 6/18100 Ill Bridge Martinez CC, ❑Url ❑Far Review ❑Fine-Com et 0 Pl—.Reply ❑Please Recycle e Conamentfl INVITATION TO BID We are seeking quotes from M8EVdBC1SBE/06ELBE/DV13E businesses and invite you to bid/quote on the following listed project ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE Seeking trades for Asphalt,underground pipe supply,pit-driving,concrete supply,roar supply,catch basin supply,silt fence. We are an equal opporNnity employer and intend to negotiate win qualified MBEANBESBE/OBE/LBE/DVBE business enterprises for project padiapation. Plans,specifications and requlremenls are available at our office or the Contra Costa Builders Exchange Please fax response to 925228-0405 Alt.Frank F. • E.E. Gilbert Construction, Inc. 155 Howe Road • Martinez, Ca 94553 Phone: 925-228-0317 GILBERT Fax: 925-228-0485 P" To: Estimator From: Frank Fagundes Company: No Fault Asphalt Fax: 650-962-1541 Pages: 1 Phone: 650-324-2944 Date: 6/18/08 Re: Bridge Martinez CC: ❑ Urgent ❑ For Review ❑ Please Comment 121 Please Reply ❑ Please Recycle • • Comments: INVITATION TO BID We are seeking quotes from MBENVBE/SBE/OBE/LBE/DVBE businesses and invite you to bid/quote on the following listed project ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE Seeking trades for Asphalt, underground pipe supply, pile driving, concrete supply, rock supply, catch basin supply, silt fence. We are an equal opportunity employer and intend to negotiate with qualified MBE/WBE/SBE/OBE/LBE/DVBE business enterprises for project participation. Plans, specifications and requirements are available at our office or the Contra Costa Builders Exchange Please fax response to 925-228-0485 Aft. Frank F. e hp LaserJet 3015 EE GILBERT CONSTRUCTION INC • n v e n t 925 228 0485 i Jun-18-2008 1:58PM Fax Call Report Job Date Time Type Identification Duration Pages Result 267 6/18/2008 1:57:08PM Send 16509621541 0:50 1 OK E.E.Gilbert Construction,Inc. 155 Howe Road Martinez,Ca 94553 : Phone: 925-228-0317 Fax: 925-228-0485 I I 1 Win— h: Estimator From: Frank Fagundes Company.No Fault Asphalt Fax: 650-962-1541 Pallas+ 1 • Marine 650.324-2944 Dats: 5118..(08 Re: Bridge Martinez CC: ❑Urgent ❑For Ravtew ❑Fill—Comararrt 0 Please Reply ❑Plaasa R..y to •Comrtwnts: INVITATION TO BID We are seeking quotes from MBENVBE/SBEIOBEILBE/DVBE businesses and Invite you to bid/quote on the following listed project ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE Seeking trades for Asphalt,underground pipe supply,pile driving,concrete supply.rock supply,calch basin supply,silt fence. We are an equal opportunity employer and intend to negotiate with qualified MBEWBE/SBE/OBE/LBFJDVBE business enterprises for project participation. Plans,specifications, and requirements are available at our office or the Contra Costa Builders Exchange Please fax response to 925-22&0485 All,Frank F. • 0 hp LaserJet 3015 EE GILBERT CONSTRUCTION INC • n v e n t 925 228 0485 i Jun-30-2008 1:49PM Fax Call Report Job Date Time Type Identification Duration Pages Result 406 6/30/2008 1:49:OOPM Send 16509621541 0:51 1 OK E.E.Gilbert Construction,Inc. 155 Howe Road Martinez,Ca 94553 Phone: 925-228-0317 Fax: 925-228-0485 1 1 lb: Eslknator From: Frank Fagundes Compaayc No Fault Asphalt I= 85Oa2-1541 Pages: 1 • Phar: 650-324-2944 gabc 6118108 Re: Bridge Martinez CC: ❑Urgent ❑For Revlsw ❑Please Comment 0 Miss-Reply Cl Please Recycle •Comments: INVITATION TO BIO We are seeking quotes from MBEANBE/SBE/OBFJLBE/DVBE businesses and invite you to bkUquote on the following listed project ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE Seeking trades for Asphalt,underground pipe supply,pile driving,concrete supply,rock supply,mlch basin supplysift fence. We are an equal opportunity employer and intend to negotiate with qualified MBE/WBE/SBFJ0BFJL8E/DV8E business enterprises for project participation. Plans,specifications and requirements are available at our office or the Contra Costa Builders Exchange Please fax response to 925228-0485 Att Frank F, • or . 3 E.E. Gilbert Construction, Inc. 155 Howe Road • Martinez, Ca 94553 Phone: 925-228-0317 E. , Fax: 925-228-0485 CTI CONSTRUCTION Fax To: Estimator From: Frank Fagundes Company: Bay Line Construction Fax: 510-420-8982 Pages: 1 Phone: 510-420-8992 Date: 6/18/08 Re: Bridge Martinez CC: ❑ Urgent ❑ For Review ❑ Please Comment 0 Please Reply ❑ Please Recycle • • Comments: INVITATION TO BID We are seeking quotes from MBE/WBE/SBE/OBE/LBE/DVBE businesses and invite you to bid/quote on the following listed project ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE Seeking trades for Asphalt, underground pipe supply, pile driving, concrete supply, rock supply, catch basin supply, silt fence. We are an equal opportunity employer and intend to negotiate with qualified MBE/WBE/SBE/OBE/LBE/DVBE business enterprises for project participation. Plans, specifications and requirements are available at our office or the Contra Costa Builders Exchange Please fax response to 925-228-0485 Aft. Frank F. t7R//--- � v t� c�� hp LaserJet 3015 • EE GILBERT CONSTRUCTION INC i n v e n t 925 228 0485 Jun-18-2008 3:16PM Fax Call Report Job Date Time Type Identification Duration Pages Result 272 6/18/2008 3:15:32PM Send 15104208982 0:34 1 OK E.E.Gilbert Construction,Inc. 155 Howe Road Martinez,Ca 94553 Phone: 925-228-0317 1 Fax: 925-226-0485 1 I I Fax Tor ESbnlalor From: Frank Fagundes Coerp.ny.Bay Line Construction Pam 510-420982 Pages: 1 • Phone 510421.8992 Data: 6/lW8 R. Bridge Martinez CC: ❑Uryent ❑For Review ❑Pleese Comment EI Please Reply ❑Flexes Recycle •Comments: INVITATION TO BIO We are seeking quotes from MBEWWJSBE/OBFJLBE/DVBE businesses and invite you to bidrquote on the following lisled project ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE Seeking trades for Asphalt.underground pipe supply,pile driving,concrete supply,rock supply,catch basin supply,sill fence. We are an equal opportunity employer and intend to negotiate with qualified MBE/WBE/SBE/OBFJLBE/DVBE business enterprises for project participation. Plans,specificallons and requirements are available at our olfice or the Contra Costa Builders Exchange Please fax response lo 925228-0485 Alt Frank F. • E.E. Gilbert Construction, Inc. 155 Howe Road • Martinez, Ca 94553 Phone: 925-228-0317 GILBERT Fax: 925-228-0485 CONSTRUCTION Fax To: Ellis Logans From: Frank Fagundes Company: Logans Marketing Fax: 619-233-3768 Pages: 1 Phone: 619-233-3767 Date: 6/25/08 Re: Alhambra Valley Road Bridge CC: ❑ Urgent ❑ For Review ❑ Please Comment 2 Please Reply ❑ Please Recycle • • Comments: Ellis, We need a price for 44 tons of Class 2 aggregate base rock for the project (Alhambra Valley Road Pedestrian Bridge) in Martinez.What is your location for trucking prices? Thanks Frank Fagundes V7 hp LaserJet 3015 • EE GILBERT CONSTRUCTION INC i n v e n t 925 228 0485 Jun-25-2008 8:21AM Fax Gall Report Job Date Time Type Identification Duration Pages Result 356 6/25/2008 8:20:22AM Send 16192333768 0:41 1 OK L.E.Gilbert Construction,Inc. 155 Howe Road Martinez,Ca 94553 Phone: 925-228-0317 Fax: 925-229-0485 00 t T. Ellis Logans Roar: Frank Fagundes Cortrprry:Logans Marketing Fac 619-233-3766 Paw, 1 • Phone 619.233-3767 Deft 6125/6 RAM Alhambra Valley Road Bridge CC: O Urgent O For R.A.. 0 Pi""CommoM ®Pleese Reply O Fl--Rscycta s Comment.: Ellis, We need a price for 44 tons of Class 2 aggregate base rock for the project(Alhambra Valley Road Pedestrian Bridge)in Martinez.What is your location for trucking prices? Thanks Frank Fagundes so ebidboard 1 . 800. 4795 6/24/2008 7:35 PAGE 001/001 Fax Server 'Rate: 6/24/2008 3:48:47 PM From: Logans Marketing Seat 3, Nicole Watkins Subject: MBE/DVBE/SBE AGGREAGTE SUPPLIER To: Frank Fagundes - E.E. Gilbert Construction, Inc. Fax: (925)228-0485 Phone: (925)228-0317 Project Information: Project Name: Alhambra Valley Road Pedestrian Bridge Project#: 0662-6R4059-08 Location: We are an MBE/SBE/DVBE aggregate supplier an can quote you on this project.If possible forward material take offs a.s.a.p. Thanks Ellis Logans 619-233-3767 619-233-3768 fax WAHERA@PACBELL.NET - 4 E.E. Gilbert Construction, Inc. 155 Howe Road • Martinez, Ca 94553 Phone: 925-228-0317 G I Mi RT Fax: 925-228-0485CTI ,,CONSTRUCTION 42 Fax To: Estimator From: Frank Fagundes Company: Black Diamond Asphalt Inc. Fax: 707-448-9407 Pages: 1 Phone: 707-448-9402 Date: 6/18/08 Re: Bridge Martinez CC: ❑ Urgent ❑ For Review ❑ Please Comment 0 Please Reply ❑ Please Recycle • • Comments: INVITATION TO BID We are seeking quotes from MBE/WBE/SBE/OBE/LBE/DVBE businesses and invite you to bid/quote on the following listed project ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE Seeking trades for Asphalt, underground pipe supply, pile driving, concrete supply, rock supply, catch basin supply, silt fence. We are an equal opportunity employer and intend to negotiate with qualified MBE/1NBE/SBE/OBE/LBE/DVBE business enterprises for project participation. Plans, specifications and requirements are available at our office or the Contra Costa Builders Exchange Please fax response to 925-228-0485 Aft. Frank F. a---- b.1 hp LaserJet 3015 1[h P • EE GILBERT CONSTRUCTION INC n v e n t 925 228 0485 i Jun-18-2008 3:14PM =Faxall Report Job Date Time Type Identification Duration Pages Result 271 6/18/2008 3:14:13PM Send 17074489407 0:27 1 OK E.E.Gilbert Construction,Inc. 155 we Road Martinez,Ca 94553 Phone: 925-228-0317 r Fax: 92S-228-0485 1 I I / To: Estimator F— Frank Fagundes ComPary:Black Diamond Asphalt Inc. Fax. 707448-9407 Pa.asr 1 Phew: 707448-9402 Oats: 6/18/08 • Ran Bridge Martinez Cc: ❑Grysnl O F-Rwlsw ❑Ptssse Comment ®Plaus R.Ply ❑ptini s Racyale •Cemnrents: INVITATION TO BID We are seeking quotes from M8EANBE/8BE/08E/LBEIDVBE businesses and irwde you to bidlquote on the following!sled project ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE Seeking trades for Asphalt:ndergrouna pipe supply pile diming,concrete supply,rock supply,catch basin supplytill, fence. We are an equal opporWmty employer and Intend to negotiate with qualRed MBEWBE/SBE/OBE/LBE/DVBE business enterprises for project participation. Plans,specifications and requirements are available at our otrice or the Contra Costa Builders Exchange Please fax rasponse to 925228-0485 All,Frank F. • E.E. Gilbert Construction, Inc. 155 Howe Road • Martinez, Ca 94553 Phone: 925-228-0317 , Fax: 925-228-0485 CONSTRUCTIO Fax To: Estimator From: Frank Fagundes Company: Thomas&Pratt Highway Specialty Fax: 510-222-0972 Pages: 1 Phone: 510-222-7125 Date: 6/18/08 Re: Bridge Martinez CC: ❑ Urgent ❑ For Review ❑ Please Comment R1 Please Reply ❑ Please Recycle • • Comments: INVITATION TO BID We are seeking quotes from MBE/WBE/SBE/OBE/LBE/DVBE businesses and invite you to bid/quote on the following listed project ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE Seeking trades for Asphalt, underground pipe supply, pile driving, concrete supply, rock supply, catch basin supply, silt fence. We are an equal opportunity employer and intend to negotiate with qualified MBE/WBE/SBE/OBE/LBE/DVBE business enterprises for project participation. Plans, specifications and requirements are available at our office or the Contra Costa Builders Exchange Please fax response to 925-228-0485 Aft. Frank F. iC'� a�,e 0 hp LaserJet 3015 • EE GILBERT CONSTRUCTION INC n v e n t 925 228 0485 i Jun-18-2008 2:01PM Fax Call Report Job Date Time Type Identification Duration Pages Result 269 6/18/2008 2:00:16PM Send 15102220972 0:51 1 OK E.E.Gilbert Construction,Inc. 155 Howe Road Martinez,Ca 94553 / Phone: 925-228-0317 1 Fax: 925-228-0485 III 1 Fax Ta Estimator Frorrr: Frank Fagundes Cenprry.Thomas 8 Pratt Higtv"y Specralty F— 510-222-0972 Fella. 1 • Frar 510-222-7125 Data: 6118I08 Its: Bridge Martini CC: ❑Urgent 0 For Review ❑risme Comment 0 Please Reply ❑Islas"Recycle •Cemmentc INVITATION TO BID We are seeking quotes f—MBE/N/BErSBE/OBE/LBE/DVBE businesses and invite you to bid/quole on the Wic"rg listed project ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE Seeking trades for Asphalt,underground pipe supply,pile driving,concrete supply,rock supply,catdh basin supply,silt fence. We are an equal opportunity employer and Intend to negotiate with qualified MBENVE1;SBEiOBFABFJDVBE business enterprises for project participation. Plans,specifications and requirements are available at our office or the Contra Costa Buiktem Exchange Please tax response to 925-228-0485 A8.Frank F. • '%) IP SL �o LQ � � ► b v �+ O O N 4 � 9 S 1 O 70 13 60 It ci ° W R �\r W 4-- `y ► r " N N C'4 N O N June 26, 2008 • Contra Costa County Construction Outreach Program GILBERT C�iI I INC. LIC.NO.801481 We have contacted recruitment organizations thru the inter net. We used the following net works 155 HOWE ROAD Contra Costa County Affirmative Action Office MARTINEZ, CALIF.94553 PHONE (925)228-0317 State of California Department of General Services Procurement Division FAX(925)228-0485 • I've included the lists of the subcontractors. Thanks Frank Fagundes Certified Small Business and Disabled Veterans Business Enterprise Lists Page 1 of 1 Certified Small Business and Disabled Veteran Business • Enterprise Lists The certified Small Business (SB)and Disabled Veteran Business Enterprise Listings (DVBE) may be viewed online or downloaded to your personal computer. The listings are available in two (2) formats: Related Links An address field that contains four(4) asterisks represents an incorrect address. Certified Firms Search Larger files will take several minutes to download. Certification Status Search The PDF version is a monthly list that you can view and/or print. Certified Firm Profile Login California State Contracts Small Businesses(pdf) Register(CSCR) Home -»Disabled Veteran Business Enterprises (pdf) SB/DVBE Services Home The TXT version is a daily list that you can view and/or print. The TXT are plain text files (comma delimited). 'The format of the TXT files allow you to manipulate the data to customize your own listings using a data tool such as Microsoft Excel or Access. Fields include: OSDC Reference (REF) Number, Firm Name,Address, City, State, Zip Code, County, Phone Number, Fax, Email, Home Page, Cert Start Date, Cert End Date, Standard Industrial Classification (SIC) Codes descriptions. You will need to import the TXT file within a database application (i.e. EXCEL)to format and view the data. Click "Formatting A TXT File Using EXCEL"for instructions on saving, importing and formatting the TXT data in EXCEL. For other database applications, refer to the application's instructions for importing data. Formatting A TXT File Using EXCEL (pdf) • Small Businesses: -»Commodities(txt) Construction(txt) Services(txt) All Categories(txt) Disabled Veteran Business Enterprises: Commodities(txt) Construction (txt) Services(txt) All Categories(txt) Both Small and Disabled Veteran Businesses: All Categories(txt) Need Help? Contact Us • http://www.pd.dgs.ca.gov/smbus/sbdvbelist.htm 6/18/2008 Department of General Services Page 1 of 2 • DGS Highlights California's Green Buildin_„c s: Find out where they are located, and what we are doing at the State of California. Now viewable on Google maps! a Gov. Schwarzenegger Announces$463 Million in Proposition 1 D Funds Awarded to 29 California Charter Schools: Press Release, List of Schools Notes from the Zig- May 2008: Read the latest news from the California Department of General Services. - Traveling to DGS headquarters? Find out about alternative routes to avoid congestion during the"Fix 1-5"construction project. How Do I ... Select an item from the list ... Go Quick Links • Doing Business with Green California the State 44 Access State Contracts(CMAS) >>California's Green Buildings Become Certified >>Green California View State Contracting -»Working Green Opportunities Environmentally Preferable Find a Small Business or Disabled Purchasing Veteran Business Enterprise Publications for State Other Services Agencies t41)GS • >>State Administrative Manual (SAM) >>Travel Resources SAM Management Memos »Auction Services http://www.dgs.ca.gov/default.htm 6/18/2008 Construction As of:06/03/2008 • Business Name Standard Industry Classification (SIC) Code Ref. No.: 00021495 Insulation and Acoustical CAL-THERM CORP 10621 BLOOMFIELD ST#20 LOS ALAMITOS, CA 90720 Phone: 5624307524 Fax: 5624317449 Expiration Date: 02-28-2009 Email: caltherm@earthlink.net Web Site: www.cal-therm.com Ref. No.: 00040830 Painting and Decorating CALIFORNIA HOT SEAL INC 19375 MOUNTAIN MAPLE RD LAKEHEAD, CA 96051-9663 Phone: 5302388770 Fax: 5302388771 Expiration Date: 04-30-2009 Email: californiahotseal@dishmail.net Ref. No.: 00027926 General Building Contractor CALIFORNIA PACIFIC UTILITY INC General Engineering 13600 COLUMBET AVE SAN MARTIN, CA 95046 • Phone: 4086832707 Fax: Expiration Date: 02-28-2009 Email: walsh_mike25@yahoo.com Ref. No.: 00037063 General Building Contractor CALIFORNIA PAINTERS ASSOCIATION Painting and Decorating 1403 CAPISTRANO AVE SPRING VALLEY, CA 91977 Phone: 8003888001 Fax: 6196984496 Expiration Date: 04-30-2009 Email: cpapainters@aol.com Web Site: www.maid-fast.com Ref. No.: 00020401 Excavation work and paving CALIFORNIA STATE HANDYMAN CO General Building Contractor 9746 BLACK SWAN DR ELK GROVE, CA 95624-4420 Phone: 9166860312 Fax: 9166860313 Expiration Date: 04-30-2009 Email: teaming@dvbeonline.com Web Site: www.dvbeonline.com • Page: 63 Construction As of:06/03/2008 is Business Name Standard Industry Classification (SIC) Code Ref. No.: 00005297 Plumbing RON PRUSHKO'S PLUMBING HEATING &AIR Warm air heat, ventilating, Air Conditioning P0BOX 159 GLEN ELLEN, CA 95442 Phone: 7079961850 Fax: 7079961850 Expiration Date: 07-31-2008 Email: prushko@vom.com Ref. No.: 00048163 Electrical (general) RUSK COMMUNICATIONS 29483 REGATTA WAY LAKE ELSINORE, CA 92530-1237 Phone: 9513751353 Fax: 9516749450 Expiration Date: 07-31-2008 Email: james.rusk@ca.rr.com Ref. No.: 00010976 Painting and Decorating RUSSELL& BOALS PAINTING INC 2921 COMMERCIAL DR YUBA CITY, CA 95993 Phone: 5306714220 • Fax: 5306714229 Expiration Date: 11-30-2008 Email: russellboals@succeed.net Ref. No.: 00037020 Fencing S& L FENCE CO 1096 FULTON AVE SUNNYVALE, CA 94089 Phone: 4087457021 Fax: 4087457146 Expiration Date: 09-30-2009 Email: rcas555@hotmail.com Ref. No.: 00011530 Fencing S& S FENCE COMPANY INC General Building Contractor 7448 REESE RD SACRAMENTO, CA 95628 Phone: 9166821100 Fax: 9166824433 Expiration Date: 05-31-2009 Email: ptaskey@sandsfenceco.biz • Page: 96 Construction As of:06/03/2008 • Business Name Standard Industry Classification (SIC) Code Ref. No.: 00050182 General Building Contractor SUPER HOME INC Painting and Decorating 1310 FILLMORE ST. #502 SAN FRANCISCO, CA 94115 Phone: 4157168833 Fax: 4158345322 Expiration Date: 12-31-2008 Email: superhome00@yahoo.com Web Site: www.superhomeconstruction.net Ref. No.: 00000325 Roofing SUTTER FOAM &COATING INC 909A N GEO WASHINGTON YUBA CITY, CA 95993 Phone: 5307413626 Fax: 5307550167 Expiration Date: 12-31-2008 Email: ken@sutterfoam.com Web Site: www.sutterfoam.com Ref. No.: 00032194 Electrical (general) SWALE ELECTRIC General Building Contractor 5146 EL ROBLE CT Low Voltage Communications and Wiring Systems • SAN JOSE, CA 95118-2320 Phone: 4083481447 Fax: Expiration Date: 07-31-2009 Email: swale-electric@pacbell.net Web Site: http://home.pacbell.net/sswale/ Ref. No.: 00037195 General Building Contractor SYGNOS INC 3950 MAHAILA AVE APT#P24 SAN DIEGO, CA 92122-6138 Phone: 8585520314 Fax: 8585520316 Expiration Date: 08-31-2008 Email: sygnosinc@aol.com Web Site: www.sygnosinc.com Ref. No.: 00010323 Electrical (general) SYSTEMS MECHANICAL INC Low Voltage Communications and Wiring Systems 660 MARINA WAY SOUTH Warm air heat, ventilating,Air Conditioning RICHMOND, CA 94804-3733 Phone: 5102363794 Fax: 5102363795 Expiration Date: 09-30-2008 Email: zina@systemsmechanical.com • Web Site: www.systemsmechanical.com Page: 100 Construction As of:06/03/2008 • Business Name Standard Industry Classification (SIC) Code Ref. No.: 00043439 Doors, Gates and Activating Devices THE BOWAN COMPANY Electrical (general) 4061 E CASTRO VALLEY BLVD#406 Low Voltage Communications and Wiring Systems CASTRO VALLEY, CA 94552 Phone: 5107282144 Fax: 8883051022 Expiration Date: 09-30-2008 Email: jimrobinson@thebowancompany.com Web Site: www.thebowancompany.com Ref. No.: 00042511 Painting and Decorating THE CARING PAINTERS P O BOX 740876 SAN DIEGO, CA 92174 Phone: 6195491044 Fax: 6196673469 Expiration Date: 06-30-2008 Email: lovingcarepainter@hotmail.com Web Site: www.thecaringpainters.com Ref. No.: 00000310 Low Voltage Communications and Wiring Systems THE EDELMAN CORPORATION 4113 SCOTTS VALLEY DR#104 • SCOTTS VALLEY, CA 95066 Phone: 8314386621 Fax: 8314386721 Expiration Date: 01-31-2009 Email: dedelman@edelmancorporation.com Web Site: www.edelmancorporation.com Ref. No.: 00049480 General Building Contractor THE H C BROCK COMPANY 2033 PLUMAS ST KINGSBURG, CA 93631 Phone: 9253956378 Fax: 9258876346 Expiration Date: 11-30-2008 Email: tiffany@hcbrock.com Web Site: www.hcbrock.com Ref. No.: 00040023 General Engineering THE RUTHERFORD COMPANY P.O. BOX 931 CARMICHAEL, CA 95609 Phone: 9165332211 Fax: Expiration Date: 07-31-2008 Email: estimating@rutherfordcompany.com Page: 102 Construction As of:06/03/2008 • Business Name Standard Industry Classification (SIC) Code Ref. No.: 00026473 Construction Zone Traffic Control Contractor THOMAS& PRATT HIGHWAY SPECIALTY General Engineering SERVICES INC Limited Specialty 2522 MAY ROAD Parking and Highway Improvement EL SOBRANTE, CA 94803 Sign Installation Phone: 5102227125 Fax: 5102220972 Expiration Date: 10-31-2008 Email: guadalupe@thomas-pratt.com Web Site: www.thomas-pratt.com Ref. No.: 00000004 sonry THOMAS DEE ENGINEERING CO INC DBA DEE COMPANY INC 4314 REDWOOD HWY STE 300 SAN RAFAEL, CA 94903 Phone: 4154997714 Fax: 4154997716 Expiration Date: 02-28-2009 Email: deeco@sbcglobal.net Ref. No.: 00032701 landscaping TIM'S GARDENING SERVICE • 3035 SUNRISE AVE MARINA, CA 93933 Phone: 8313846773 Fax: 8313846773 Expiration Date: 04-30-2009 Email: jackfam@sbcglobal.net Ref. No.: 00050795 General Engineering TONY DA COSTA 7340 WALNUT CANYON RD MOORPARK, CA 93021 Phone: 8058909658 Fax: 8055311115 Expiration Date: 11-30-2008 Email: tonyrdc@hotmail.com Ref. No.: 00040119 General Building Contractor TOTAL TEAM CONSTRUCTION SERVICES INC P O BOX 980903 WEST SACRAMENTO, CA 95798 Phone: 9163758819 Fax: 9163751419 Expiration Date: 06-30-2008 Email: ttcs@totalteamcs.com • Page: 103 Services As of:06/03/2008 • Business Name Standard Industry Classification (SIC) Code Ref. No.: 00029440 Business consulting services, n.e.c. AMERIT CONSULTING INC Computer processing &data preparation &processing services 9141 E STOCKTON BLVD STE 250-130 Employment agencies ELK GROVE, CA 95624-9515 Help supply services Phone: 9252840377 Management consulting services Fax: 9252840376 Expiration Date: 05-31-2009 Email: gherbold@ameritconsulting.com Web Site: www.ameritconsulting.com Ref. No.: 00016361 Information retrieval services AMERIVET ENTERPRISES INC Insurance agents, brokers, &service P 0 BOX 1074 Loan brokers INGLEWOOD, CA 90308 Mortgage bankers&loan correspondents Phone: 3106416284 Real estate agent& mgrs. Fax: 3106416368 Expiration Date: 12-31-2009 Email: amerivet@aol.com Web Site: www.amerivetenterprises.com Ref. No.: 00042161 Electrical &electronic repair shops, n.e.c. AMNETICS INC 15335 ILLINOIS AVE • PARAMOUNT, CA 90723-4108 Phone: 5626088163 Fax: 5622720186 Expiration Date: 03-31-2009 Email: cpeninger@amnetics.com Web Site: www.amnetics.com Ref. No.: 00050671 Computer maintenance &repair ANALYSIS BY JJ COMPUTERS 508 PASEO ROSAL CHULA VISTA, CA 91910 Phone: 6192168560 Fax: 6192161534 Expiration Date: 01-31-2009 Email: jj-manager@pacbell.net Ref. No.: 00000091 Architectural services ANCHOR ENGINEERING INC Engineering services 246 30TH STREET STE 101 Management services OAKLAND, CA 94611-5746 Phone: 5108933833 Fax: 5108932987 Expiration Date: 12-31-2008 Email: admin@anchorcm.com Web Site: www.anchorcm.com • Page: 120 Services As of:06/03/2008 Business Name Standard Industry Classification (SIC) Code Ref. No.: 00017945 Carwashes AZTEC MOBILE WASH & DETAIL 3129 MERCED AVE EL MONTE, CA 91733 Phone: 6264544082 Fax: 6264445406 Expiration Date: 10-31-2008 Email: Ref. No.: 00049016 Bldg. Cleaning &maintenance services, n.e.c. B P ZACK CORPORATION 7071 WARNER AVE STE F 120 HUNTINGTON BEACH, CA 92647 Phone: 7148475544 Fax: 7148482074 Expiration Date: 10-31-2008 Email: bpz1@earthlink.net Ref. No.: 00042941 Management consulting services BAILEY&ASSOCIATES 41575 VIA ANITA RD TEMECULA, CA 92592 Phone: 7605215087 Fax: 9513022245 Expiration Date: 11-30-2008 Email: Ref. No.: 00025135 Local trucking without storage BAYAREA TRANSPORT INC P O BOX 2089 LIVERMORE, CA 94551 Phone: 9254491600 Fax: 9254491622 Expiration Date: 05-31-2009 Email: info@bayareatransport.com Web Site: www.bayareatransport.com Ref. No.: 00046541 Business consulting services, n.e.c. BEAM SECURITY Computer integrated systems design 17450 VINEYARD ROAD Security systems services CASTRO VALLEY, CA 94546-1238 Phone: 5105860291 Fax: 2402095970 Expiration Date: 06-30-2008 Email: bob.harren@beam-itsec.com Web Site: www.beam-itsec.com • Page: 124 Services As of:06/03/2008 • Business Name Standard Industry Classification (SIC) Code Ref. No.: 00000217 Heavy construction equipment rental & leasing IDIG BACKHOE SERVICE 5093 ELLSWORTH RD VACAVILLE, CA 95688 Phone: 7074512757 Fax: 7074512797 Expiration Date: 03-31-2009 Email: gloria@idigbackhoe.com Web Site: www.idigbackhoe.com Ref. No.: 00044678 Engineering services IDK ENGINEERING &CONSULTING LLC Management consulting services PO BOX 1533 DUARTE, CA 91009 Phone: 6262212399 Fax: 6263592391 Expiration Date: 04-30-2009 Email: myrnacm@gmail.com Ref. No.: 00043754 Advertising agencies IN COMMUNICATIONS Management consulting services 3341 EDGAR LANE Public relations services CARMICHAEL, CA 95608 • Phone: 9165488988 Fax: 9169444113 Expiration Date: 10-31-2008 Email: ckohn@lNcommunications.biz Web Site: www.INcommunications.biz Ref. No.: 00043807 Business consulting services, n.e.c. INAVATA INC 1655 GLEN HOLLOW CT ENCINITAS, CA 92024 Phone: 6192185820 Fax: 7606521091 Expiration Date: 10-31-2008 Email: blocksidge.andrew@inavata.com Web Site: www.inavata.com Ref. No.: 00039021 Management consulting services INFINIA BUSINESS SOLUTIONS INC 48 MATHEWS PLACE ALAMO, CA 94507 Phone: 8005072450 Fax: 8005072450 Expiration Date: 03-31-2009 Email: infinia@infinia.biz Web Site: www.infinia.biz • Page: 169 • Unified Certification Program Page 1 of 4 Back To Query Form Search Returned 7 Records Wed Jun 18 14:19:35 PDT 2008 Query Criteria District: 04 County: CONTRA COSTA Naics Category: 23 Construction Work Codes: C0639 ASPHALT Firm Type: 1 Firm ID 21117 DBA Name BAY LINE CONSTRUCTION Address Line1 1033 YERBA BUENA AVENUE Address Line2 City OAKLAND State CA Zip Code1 94608 Zip Code2 Certification Type DBE Mil jcbayline@sbcglobal.net Area Code (510) Phone Number 420-8992 Fax Area Code (510) Fax Phone Number 420-8982 Agency Name DEPARTMENT OF TRANSPORTATION Counties 00; Districts 00; DBE NAICS 237310; • ACDBE NAICS Work Codes C0639 ASPHALT;C0651 CONCRETE&CEMENT;C5100 CONCRETE STRUCTURE;C5150 CORE CONCRETE-REPAIR BRIDGE DECK; Licenses A General Engineering Contractor; Gender M Ethnicity HISPANIC Firm Type DBE ONLY Firm ID 22999 DBA Name BLACK DIAMOND ASPHALT, INC. Address Line1 118 MAIN STREET Address Line2 V City VACAVILLE ` 1 State CA Zip Code1 95688 Zip Code2 S1' tG Certification Type DBE EMail allisonragan@earthlink.net � Area Code (707) Phone Number 448-9402 Fax Area Code (707) Fax Phone Number 448-9407 Agency Name DEPARTMENT OF TRANSPORTATION Counties 00; Districts 00; DBE NAICS 324121;484110; ACDBE NAICS • Work Codes C0600 MISC SUPPLIERS;C0639 ASPHALT;C9771 TRUCK BROKER;C9774 TRUCKER;D2950 ASPHALT PAVING&ROOFING MATERIALS; A General Engineering Contractor; http://www.dot.ca.gov/ucp/QuerySubmit.do 6/18/2008 Unified Certification Program Page 2 of 4 Licenses Gender F Ethnicity BLACK • Firm Type DBE ONLY Firm ID 9616 DBA Name MONROE TRUCKING Address Line1 1024 90TH AVENUE Jl Address Line2 City OAKLAND �� o State CA �L Zip Code1 94603n Zip Code2 W Certification Type DBE EMail Area Code (510) Phone Number 569-5625 Fax Area Code (510) Fax Phone Number 208-5344 Agency Name BAY AREA RAPID TRANSIT DISTRICT(BART) Counties 01;07;21;38;41;43;48; Districts 04; DBE NAICS 212319;212321;238110;238120;238990;324121;484110;532120; ACDBE NAICS 81420 CRUSHED&BROKEN STONE;81440 SAND&GRAVEL;C0625 SAND&GRAVEL;C0639 ASPHALT; Work Codes C5501 STEEL STRUCTURES;C5570 STEEL CRIB WALL;C9602 BOTTOM DUMP TRUCKING;C9605 FLAT BED TRUCKING;C9670 TRUCK RENTAL;C9771 TRUCK BROKER;C9774 TRUCKER;D2950 ASPHALT PAVING&ROOFING MATERIALS; Licenses Gender M Ethnicity BLACK • Firm Type DBE ONLY Firm ID 32849 DBA Name NUNES GRADING AND PAVING Address Line1 2061 VILLAGE DRIVE Address Line2 City TRACY State CA Zip Code1 95376 Zip Code2 Certification Type DBE EMail Area Code (209) Phone Number 321-1136 Fax Area Code (209) Fax Phone Number 833-0519 Agency Name DEPARTMENT OF TRANSPORTATION Counties 01;07;21;27;28;34;38;39;41;43;44;48;49;50; Districts 03;04;05;10; DBE NAICS 212321;237310;238110;238120;238910;238990;324121;423390; ACDBE NAICS B1440 SAND&GRAVEL;C0625 SAND&GRAVEL;C0639 ASPHALT;C0683 GUARD RAILINGS& BARRIERS;C0685 PAVEMENT MARKERS;C0699 TOOLS;C1601 CLEARING&GRUBBING;C1901 Work Codes ROADWAY EXCAVATION;C1920 STRUCTURE EXCAVATION;C1930 STRUCTURE BACKFILL;C1940 DITCHES EXCAVATION;C5501 STEEL STRUCTURES;C5570 STEEL CRIB WALL;C9980 DEMOLITION; D2950 ASPHALT PAVING&ROOFING MATERIALS; Licenses C12 Earthwork and Paving Contractor; Gender M • Ethnicity HISPANIC Firm Type DBE ONLY Firm ID 2658 http://www.dot.ca.gov/ucp/QuerySubmit.do 6/18/2008 Unified Certification Program Page 3 of 4 DBA Name SM SALES Address Line1 17524 W.SIERRA HIGHWAY • Address Line2 city SANTA CLARITA State CA Zip Code1 91351 Zip Code2 Certification Type DBE EMail sales@socall.rr.com Area Code (818) Phone Number 897-5096 Fax Area Code ( ) Fax Phone Number Agency Name CITY OF LOS ANGELES Counties 00; Districts 00; DBE NAICS 423320;484220; ACDBE NAICS Work Codes B1420 CRUSHED&BROKEN STONE;B1440 SAND&GRAVEL;C0625 SAND&GRAVEL;C0639 ASPHALT; C0649 PILINGS;C0651 CONCRETE&CEMENT; Licenses Gender F Ethnicity CAUCASIAN Firm Type DBE ONLY Firm ID 32907 DBA Name VILLA TRUCKING Address Line1 1317 92ND AVENUE Address Line2 City OAKLAND • State Zip Code1 94 94603 Zip Code2 Certification Type DBE EMail Area Code (510) Phone Number 635-8091 Fax Area Code (510) Fax Phone Number 635-8091 Agency Name DEPARTMENT OF TRANSPORTATION Counties 01;07;21;38;41;43;48; Districts 04; DBE NAICS 212311;324121; ACDBE NAICS Work Codes 81410 DIMENSION STONE;C0626 GRANITE&MARBLE;C0639 ASPHALT;D2950 ASPHALT PAVING& ROOFING MATERIALS; Licenses Gender M Ethnicity HISPANIC Firm Type DBE ONLY Firm ID 2822 DBA Name W C GOOLSBY,INC Address Line1 970 N.TUSTIN AVENUE,SUITE 102 Address Line2 City ANAHEIM State CA Zip Code1 92807 • Zip Code2 1276 Certification Type DBE EMail wcgoolsbyinc@aol.com Area Code (800) Phone Number 839-9697 http://www.dot.ca.gov/ucp/QuerySubmit.do 6/18/2008 Unified Certification Program Page 4 of 4 Fax Area Code (714) Fax Phone Number 437-7753 • Agency Name ORANGE COUNTY TRANSPORTATION AUTHORITY(OCTA) Counties 00; Districts 00; DBE NAICS 424720;561499; ACDBE NAICS C0624 PETROLEUM,OIL,LUBRICANTS;C0639 ASPHALT;D2950 ASPHALT PAVING&ROOFING Work Codes MATERIALS;D2990 MISC.PETROLEUM&COAL PRODUCTS; D3310 BLAST FURNACE&BASIC STEEL PRODUCTS;F5170 PETROLEUM&PETROLEUM PRODUCTS; 17380 MISC BUSINESS SERVICES; Licenses Gender F Ethnicity CAUCASIAN Firm Type DBE ONLY Back To Quety Form http://www.dot.ca.gov/ucp/QuerySubmit.do 6/18/2008 UniSed Certification Program Page 6 of 9 Certification Type DBE EMail mhernandez@covad.net • Area Code (415) Phone Number 824-4731 Fax Area Code (415) Fax Phone Number 824-4696 Agency Name SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY Counties 00; Districts 00; DBE NAICS 236220;237110;238110;561990; ACDBE NAICS Work Codes C1201 TRAFFIC CONTROL SYSTEM;C9802 BUILDING CONSTRUCTION; Licenses A General Engineering Contractor;C31 Construction Zone Traffic Control Contractor; Gender M Ethnicity HISPANIC Firm Type DBE ONLY Firm ID 27855 DBA Name NORTH STATE SIGNS Address Linel 724 CONVERTIBLE LANE Address Line2 City FALLBROOK State CA Zip Code1 92028 Zip Code2 Certification Type DBE EMail Area Code (760) Phone Number 728-4587 Fax Area Code (760) • Fax Phone Number 723-4606 Agency Name DEPARTMENT OF TRANSPORTATION Counties 00; Districts 00; DBE NAICS 237310;561990; ACDBE NAICS Work Codes Licenses C31 Construction Zone Traffic Control Contractor; Gender F Ethnicity CAUCASIAN Firm Type DBE ONLY Firm ID 29324 DBA Name R.E.SERRANO INC. Address Line1 3430 PACHECO BLVD. Address Line2 City State CA ` Zip Code194553 Zip Code2 Certification Type DBE EMail ricky@reserrano.com / Area Code (925) Phone Number 957-8184 Fax Area Code (925) Fax Phone Number 944-9387 Agency Name DEPARTMENT OF TRANSPORTATION • Counties 00; Districts oo; DBE NAICS 237310;238110;238120;238910;238990;561990-1 ACDBE NAICS http://www.dot.ca.gov/ucp/Query Submit.do 6/18/2008 Unified Certification Program Page 7 of 9 C1601 CLEARING&GRUBBING;C1901 ROADWAY EXCAVATION;C1920 STRUCTURE EXCAVATION; • Work Codes C1930 STRUCTURE BACKFILL;C1940 DITCHES EXCAVATION;C5501 STEEL STRUCTURES;C5570 STEEL CRIB WALL;C8770 CONSTRUCTION MANAGEMENT;C9980 DEMOLITION; Licenses A General Engineering Contractor;C29 Masonry Contractor;C31 Construction Zone Traffic Control Contractor; Gender M Ethnicity HISPANIC Firm Type DBE ONLY Firm ID 214 DBA Name SEQUOIA TRAFFIC SERVICE Address Line1 716-450 BINKLEY LANE Address Line2 City SUSANVILLE State CA Zip Code1 96130 Zip Code2 Certification Type DBE EMail papa_bear@citilink.com Area Code (530) Phone Number 254-6129 Fax Area Code (530) Fax Phone Number 254-0246 Agency Name DEPARTMENT OF TRANSPORTATION Counties 00; Districts 00; DBE NAICS 238990;561990; ACDBE NAICS Work Codes C1201 TRAFFIC CONTROL SYSTEM; Licenses C31 Construction Zone Traffic Control Contractor; • Gender M Ethnicity HISPANIC Firm Type DBE ONLY Firm ID 36130 DBA Name STREET WISE TRAFFIC CONTROL,INC Address Line1 36362 BLACKSMITH DR. Address Line2 City PALMDALE State CA Zip Code1 93550 Zip Code2 Certification Type DBE EMail fourlane@hotmail.com Area Code (661 ) Phone Number 273-1144 Fax Area Code (661 ) Fax Phone Number 273-3069 Agency Name DEPARTMENT OF TRANSPORTATION Counties 00; Districts 00; DBE NAICS 238990; ACDBE NAICS Work Codes C1200 CONSTRUCTION AREA SIGNS;J9220 PUBLIC ORDER&SAFETY; Licenses C31 Construction Zone Traffic Control Contractor; Gender M Ethnicity HISPANIC • Firm Type DBE ONLY Firm ID 30497 DBA Name THOMAS&PRATT HIGHWAY SPECIALTY SERVICES, INC. Address Line1 2522 MAY ROAD http://www.dot.ca.gov/ucp/QuerySubmit.do 6/18/2008 Unified Certification Program Page 8 of 9 Address Line2 City ELSOBRANTE • State Zip Code1 94 94803 Zip Code2 3129 Certification Type DBE EMail guadalupe@thomas-pratt.com Area Code (510) Phone Number 222-7125 Fax Area Code (510) Fax Phone Number 222-0972 Agency Name DEPARTMENT OF TRANSPORTATION Counties 00; Districts 00; DBE NAILS 237310;238990;541618;561499; ACDBE NAICS Work Codes C5601 SIGN STRUCTURE;C5620 ROADSIDE SIGN;C8605 MESSAGE SIGNS,LIGHTING&SIGN ILLUMINATION;C8770 CONSTRUCTION MANAGEMENT; A General Engineering Contractor;C31 Construction Zone Traffic Control Contractor;C32 Parking and Highway Licenses Improvement Contractor;C61 Limited Specialty Contractor; D42 Sign Installation;HIC Home Improvement Certification; Gender M Ethnicity HISPANIC Firm Type DBE ONLY Firm ID 34644 DBA Name TRAFFIC MANAGEMENT, INC. Address Line1 4861 CAMP STREET Address Line2 City CYPRESS State CA • Zip Code1 90630 Zip Code2 Certification Type DBE Entail cspano@trafficmanagement.com Area Code (714) Phone Number 236-9990 Fax Area Code (714) Fax Phone Number 236-9981 Agency Name DEPARTMENT OF TRANSPORTATION Counties 00; Districts 00; DBE NAICS 238910; ACDBE NAICS Work Codes C1601 CLEARING&GRUBBING;C1901 ROADWAY EXCAVATION;C1920 STRUCTURE EXCAVATION; C1930 STRUCTURE BACKFILL;C1940 DITCHES EXCAVATION;C9980 DEMOLITION; Licenses C07 Low Voltage Systems Contractor;C31 Construction Zone Traffic Control Contractor; Gender M Ethnicity HISPANIC Firm Type DBE ONLY Firm ID 33586 DBA Name TROY'S CONTRACTING Address Line1 3026 SAN BRUNO AVENUE,SUITE B Address Line2 City SAN FRANCISCO State CA Zip Code1 94134 • Zip Code2 Certification Type DBE EMail Area Code (415) Phone Number 468-9066 http://www.dot.ca.gov/ucp/QuerySubmit.do 6/18/2008 Unified Certification Program Page 9 of 9 Fax Area Code (415) Fax Phone Number 486-8299 Agency Name BAY AREA RAPID TRANSIT DISTRICT(BART) Counties 00; Districts 00; DBE NAICS 236210;237310;238210;238310;561110; ACDBE NAICS Work Codes C1201 TRAFFIC CONTROL SYSTEM;C9801 BUILDING CONSTRUCTION;C9827 DRYWALL CONSTRUCTION;C9836 PLASTERING;C9858 RESIDENTIAL ELECTRICAL;C9868 INSULATION; Licenses A General Engineering Contractor;B General Building Contractor;C09 Drywall Contractor;C10 Electrical Contractor;C31 Construction Zone Traffic Control Contractor; Gender M Ethnicity BLACK Firm Type DBE ONLY Firm ID 6620 DBA Name UNITED PUMPING SERVICE,INC Address Line1 14016 EAST VALLEY BLVD. Address Line2 City CITY OF INDUSTRY State CA Zip Code1 91746 Zip Code2 Certification Type DBE Entail Area Code (818) Phone Number 961-9326 Fax Area Code ( ) Fax Phone Number Agency Name CITY OF LOS ANGELES Counties 0; 0 Districts o; DBE NAICS 237310;238910;561990; ACDBE NAICS Work Codes C1601 CLEARING&GRUBBING;C1901 ROADWAY EXCAVATION;C1920 STRUCTURE EXCAVATION; C1930 STRUCTURE BACKFILL;C1940 DITCHES EXCAVATION;C9980 DEMOLITION; Licenses A General Engineering Contractor;C21 Building Moving/Demolition Contractor;C31 Construction Zone Traffic Control Contractor;C42 Sanitation System Contractor; Gender M Ethnicity HISPANIC Firm Type DBE ONLY Back To Query Form http://www.dot.ca.gov/ucp/QuerySubmit.do 6/18/2008 SBE Directory Page I of 3 CONTRA COSTA COUNTY • SMALL BUSINESS ENTERPRISE PROGRAM CONSTRUCTION DIRECTORY - BY TRADE DIRECTORY (sorted by trade, A-B) Go To A-B C D-EL EM-EZ F G-GI, GM-GZ H-HH HI-HZ I-K L-LN LO-LZ M-O P-PK PL-PZ Q-R S-SO SP-SZ T-V 11 W-Z NAICS=North American Industrial Classification System LBE=Local Business Enterprise Construction NAICS NAICS DESCRIPTION FIRM ADDRESS CITY Acoustical Ceiling Tile and Panel • 238310 Installation A4 Ally Company P O Box 348418 Sacramento Norge Air Inc dba Simonsen Air 238220 Air Conditioning System Installation Conditioning&Heat 115 Second Ave South Pacheco Norge Air Inc dba Simonsen Air 238220 Air Conditioning System installation Conditioning&Heat 115 Second Ave South Pacheco Environmental Engineering 23499 All Other Heavy Construction Associates, Inc j446 Beaver St Santa Rosa 23499 All Other Heavy Construction Wright Environmental Services Inc 707 E 11 th St#120 Tracy i 234990 All Other Heavy Construction Commercial All-Cal Equipment Services, Inc 3724 S Highway 99 Stockton 'All Other Professional Scientific,Tech 54199 Services Michael E.Dunn 1657 N California Blvd 208 Walnut Creek 235990 All Other Special Trade Contractors Alta Fence Company 40 Hilltop Rd Martinez 238990 All Other Special Trade Contractors ANC 3643 Village Rd Concord 23599 All Other Special Trade Contractors Central Fence Co 3055 Alvarado St San Leandro 1 23599 All Other Special Trade Contractors Delta Fence Co 16901 Brentwood BI. Brentwood 23599 All Other Special Trade Contractors Diablo Grinding 3413 Tabora Dr Antioch 238990 All Other Special Trade Contractors Dino's Concrete 561 Mendota Street Brentwood • 23599 All Other Special Trade Contractors Equipco Rentals http://www.co.contra-costa.ca.us/depart/cao/sbe/sbe_directory_construction A-B.htm 6/18/2008 SBE Directory Page 2 of 3 235990 All Other Special Trade Contractors Fiberglass Pool Resurfacing • 238990 All Other Special Trade Contractors G&K Carpentry 335 South 27th Street Richmond 235990 All Other Special Trade Contractors Lane Safety 340 W Channel Rd F Benicia 238990 All Other Special Trade Contractors Martinell Environmental Graphics 1370 Harrison St San Francisco 5301 Byron Hot Springs Rd 23599 All Other Special Trade Contractors Norwood Construction E Byron Precision Emprise Inc DBA Precision 238990 All Other Special Trade Contractors Concrete Cut. 313 Twenty Third Ave San Mateo 23542 All Other Special Trade Contractors Shalco Construction 7565 Skyline Blvd Oakland 235990 All Other Special Trade Contractors Sunny Neon Inc 598 Patterson Blvd Pleasant Hill 23599 All Other Special Trade Contractors Ultimate Metal 330 N Sherman Ave 103 Corona 235990 All Other Special Trade Contractors Western Mobile Service P O Box 992 Oakley 238990 All Other Specialty Trade Contractors Morgan Aluminum Products Inc 4035 Folsom Court Concord 235990 All Other Specialty Trade Contractors Morgan Bonanno Development, Inc. 134 S.Jackson Way Alamo 562910 Asbestos Abatement Services Allied Environmental, Inc. 26291 Production Ave Hayward • 562910 Asbestos abatement services Asbestos Management Group 3438 Helen St Oakland Asphalt Paving(i.e.,highway, road,street, 324121 pub) No Fault Asphalt 2211 Old Middlefield Way Mountain View Asphalt Paving Mixture and Block 32412 Manufacturing MCK Services Inc P.O. Box 5697 Concord Asphalting of private driveways and 235710 parking areas Harold Hutson Construction 4430 Canyon Way Martinez Audio Equipment Installation(except 2025 Gateway Place, Ste 238210 Automotive) CCS Presentation Systems, Inc 467 San Jose 238290 Automatic Gate Installation Mid-Cal Automatic Gate Company 238290 Automatic Gate Installation Mid-Cal Automatic Gate Company 811122 Automotive Glass Replacement Shops Action Glass, Inc 1301 B Galaxy Way Concord Automotive Mechanical&Electrical Repair 81111 &Maint. David B.Stevens 22254 Meekland Ave Hayward 441310 Automotive Parts and Accessories Stores VBS Material Handling, Inc 180 Lewis Rd,Ste 11 San Jose Bathroom Plumbing Fixture&Sanitary 238220 Ware Installation Discovery Door, Inc. 1700 Kathleen Avenue Sacramento 23595 Building Equipment&Other Machinery Hesselberg,Keesee&Assoc 221 Main St Ste 1580 San Francisco Building Residential,Additions, 236118 Renovations Betters Building Repairs 193 Dakar Dr Pacheco • Building Residential,Additions, 236118 Renovations Edward Builders Inc 4096 Piedmont Ave#180 Oakland King Tolles Inc.dba A-Aair Aluminum http://www.co.contra-costa.ca.us/depart/cao/sbe/sbe_directory_construction_A-B.htm 6/18/2008 SBE Direotory Page 3 of 3 1332311 Buildings,Prefab.,Metal,Manufacturing Awning Co. • GoTo A-BI C D-EL EM-EZ F G-GLI GM-GZ H-HH HI-HZ I-K L-LNI LO-LZ M-OI P-PK PL-PZ Q-R S-SO SP-SZ T-V W-Z Go Back To Index Go To Construction Directory . By Firm Go To Purchasing-Di rectory . By Trade . By Firm Go To Professional/Personal Services Directory • By Trade . By Firm Go Back To The SBE Home Page (Updated December 28, 2006) • http://www.co.contra-costa.ca.us/depart/cao/sbe/sbe_directory_construction_A-B.htm 6/18/2008 SBE Directory Page 1 of 2 r CONTRA COSTA COUNTY SMALL BUSINESS ENTERPRISE PROGRAM CONSTRUCTION • DIRECTORY - BY TRADE DIRECTORY(sorted by trade,A-B) Go"ro A-B © D-EL EM-EZ 0 G-GL GM-GZ H-HH HI-HZ 1-K L-LN LO-LZ M-O P-PK PL-PZ Q-R S-SO SP-SZ T-V W-7. NAP =Noah American lndvemal Clm,fmrion Syarem IBE=L-1 Ecnnesx Enfv m, Construction NAICS NAILS DESCRIPTION FIRM ADDRESS I CITY ISTATE1 ZIPCODE I E-MAIL TELEPHONE FAX MBE Acoustical Ceiling Tile and Panel 238310 Installation A4 Ally Company P O Boz 348418 Sacramento CA 95854-8418 MBE Norge Air Inc dba Simonsen Air 238220 Air Conditioning System Installation Conditioning 8 Heat 115 Second Ave South Pacheco CA 94553 925-798-9225 925-798-9250 Norge Air Inc dba Simonsen Air 238220 Air Conditioning System installation Conditioning 8 Heat 115 Second Ave South Pacheco CA 94553 simonsenhvac@juno.com 925-798-9225 925-798-9250 Environmental Engineering 23499 All Other Heavy Construction Associates,Inc 446 Beaver St Santa Rosa CA 95404 707-575-5851 707-575-0609 23499 All Other Heavy Construction Wright Environmental Services Inc 707 E 11th St#120 Tracy CA 95376 wright@inreach.com 209-833-0758 209-832-5152 234990 All Other Heavy Construction Commercial All-Cal Equipment Services,Inc 3724 S Highway 99 Stockton CA 95215 tdrake@allcal.com 209-464-1472 209-464-2314 All Other Professional Scientific,Tech 54199 Services Michael E.Dunn 1657 N California Blvd 208 Walnut Creek CA 94596 mikedunn@pacbellnet 925-472-5850 925-472-5855 235990 All Other Special Trade Contractors Alta Fence Company 40 Hilltop Rd Martinez CA 94553 925-682-0322 925-228-7502 238990 All Other Special Trade Contractors ANC 3643 Village Rd Concord CA 94519 925-676-8566 925-676-0700 23599 All Other Special Trade Contractors Central Fence Co 3055 Alvarado St San Leandro CA 94571 chjc@pacbetl.net 510-895-8477 510-895-8478 MBE • 23599 All Other Special Trade Contractors Delta Fence Co 6901 Brentwood Bl. Brentwood CA 94513 frank@deltafence.com 925-634-5990 925-634-0520 23599 All Other Special Trade Contractors Diablo Grinding 3413 Tabora Or Antioch CA 94509 925-778-3939 925-778-3969 238990 All Other Special Trade Contractors Dino's Concrete 561 Mendota Street Brentwood CA 94513 Dinoconerete@Aol.com 925-513-7422 925-513-7422 23599 All Other Special Trade Contractors Equipeo Rentals equipcol @ixnetcom.com 925-609-1088 925-674-8655 235990 All Other Special Trade Contractors Fiberglass Pool Resurfacing 925-377-1043 238990 All Other Special Trade Contractors G 8 K Carpentry 335 South 27th Street Richmond CA 94804 g.a.thomas@woddnetad 510-215-0875 MBE 235990 All Other Special Trade Contractors Lane Safety 340 W Channel Rd F Benicia CA 94510 lansaf@aol.com 707-746-4820 707-746-4825 238990 All Other Special Trade Contractors Martinell Environmental Graphics 1370 Harrison St San Francisco CA 94103 Keith@martinall:graphim.com 415-621-1559 415121-2486 5301 Byron Hot Springs Rd 23599 All Other Special Trade Contractors Norwood Construction E Byron CA 94514 norwoodconst@aol.com 925-240-1276 925-240-1292 Precision Emprise Inc DBA Precision 238990 All Other Special Trade Contractors Concrete Cut. 313 Twenty Third Ave San Mateo CA 94403 SF@Pcconcrete.com 650-867-8657 650-240-3866 23542 Al Other Special Trade Contractors Shalco Construction 7565 Skyline Blvd Oakland CA 94611 510-339-9500 MBE 235990 All Other Special Trade Contractors Sunny Neon Inc 598 Patterson Blvd Pleasant Hill CA 94523 matthew@wnnyneon.com 925-939-9999 925-939-9998 23599 All Other Special Trade Contractors Ultimate Metal 330 N Sherman Ave 103 Corona CA 92882 909-279-0302 909-279-0523 235990 All Other Special Trade Contractors Western Mobile Service P O Box 992 Oakley CA 94561 925-625-5199 925-625-4562 238990 All Other Specialty Trade Contractors Morgan Aluminum Products Inc 4035 Folsom Court Concord CA 94520-1209 sandras@morganfence.com 925-687-9620 929-687-2335 235990 All Other Specialty Trade Contractors Morgan Bonanno Development,Inc. 134 S.Jackson Way Alamo CA 94507 925-820-2558 925-820-2679 562910 Asbestos Abatement Services Allied Environmental,Inc. 26291 Production Ave Hayward CA 94545 Ipallied@sbcglobalnet 510-732-1300 510-732-1386 562910 Asbestos abatement services Asbestos Management Group 3438 Helen St Oakland CA 94608 —gofca@aol.com 510-654-8441 510-654-8447 Asphalt Paving(i.e..highway,road,street, 324121 pub) No Fault Asphalt 2211 Old Middlefield Way Mountain View CA 94043 650-324-2944 650-962-1541 Asphalt Paving Mixture and Block 32412 Manufacturing MCK Services Inc P.O.Box 5697 Concord CA 94524 925-692-2115 925-6922119 Asphaiting of private driveways and 235710 parking areas Harold Hutson Construction 4430 Canyon Way Martinez CA 94553 hawm hrdsoncut@aol. 925-3701600 9257701600 Audio Equipment Installation(except 2025 Gateway Place,Ste 238210 Automotive) CCS Presentation Systems,Inc 467 San Jose CA 90036 daw@ccsprojects.com 408-506-4945 888.454-4489 238290 Automatic Gate Installation Mid-Cal Automatic Gate Company http://www.co.contra-costa.ca.us/depart/cao/sbe/sbe_directory_construction_A-B.htm 6/11/2008 SBE Directory Page 2 of 2 238290 Automatic Gate Installation Mid-Cal Automatic Gate Company • 811122 Automotive Glass Replacement Shops Action Glass,Inc 13018 Galaxy Way Concord CA 94520 acbonglass@pacbell.net 925-687-9000 925-087-9009 Automotive Mechanical 8 Electrical Repair 81111 8 Maint, David B.Stevens 22254 Meekland Ave Hayward CA 94541 rlscompany@aol.com 510-889-0908 510-889-0179 441310 Automotive Parts and Accessones Stores VBS Material Handling,Inc 180 Lewis Rd,Ste 11 San Jose CA 95111 dave@vbsmat.com 408-225-7575 408-2254747 Bathroom Plumbing Fixture 8 Sanitary 238220 Ware Installation Discovery Door,Inc. 1700 Kathleen Avenue Sacramento CA 95815 dianeb@discoverydoor.com 916-641-6366 916-641-6368 23595 Building Equipment 8 Other Machinery Hesselberg,Keesee 8 Assoc 221 Main St Ste 1580 San Francisco CA 94105 tom@elevatorconsulting.com 415-243-0313 415-243-0781 Building Residential,Additions, 236118 Renovations Betters Building Repairs 193 Dakar Or Pacheco CA 94553 BBRepairs@aol.com 925-825-1705 925-825-1777 MBE Building Residential,Additions, 236118 Renovations Edward Builders Inc 4096 Piedmont Ave If 180 Oakland CA 94611 Edwrdlewis@aol.wm 510-867-1446 510-243-8751 MBE King Tolles Inc.dba A-Aair Aluminum 332311 Buildings,Prefab.,Metal,Manutacturing Awning Co. Go To A-B © D-EL EM-EZ 0 G-GL GM-GZ H-HH HI-HZ 1-K L-LN LO-LZ M-O P-PK PL-PL Q-R S-SO SP-SZ T-V W-Z Go Back To Index Go To Construction Directory . By Firm GoTQ-Purchasing Directory . By Trade . By Firm Go To Pfess i4 Ine/p mtQna-I.Setvices Directory . By Trade • • By Firm Go Back To The SBE Home Page (Updated December 28,2006) • http://www.co.contra-costa.ca.us/depart/cao/sbe/sbe_directory_construction_A-B.htm 6/11/2008 SBE Directory Page 1 of 2 CONTRA COSTA COUNTY • SMALL BUSINESS ENTERPRISE PROGRAM CONSTRUCTION DIRECTORY - BY TRADE DIRECTORY(sorted by trade,P-PK) Go To A-B © D-EL EM-EZ 0 G-GL GM-GZ H-HH HI-HZ I-K 1,-LN LO-LZ M-O P-PK PL-PZ Q-R S-SO SP-SZ T-V W-Z NA7CS=N-M Amr- ,7nd„sMn1 Clamrfi—oa Sy-, IBE=L-1 Bu.rinrea B.nrrrpn.re Construction ZIP NAICS NAICS DESCRIPTION FIRM ADDRESS CITY STATE CODE I E-MAIL TELEPHONE FAX 238320 Paint and Wall Covering Contractors Ackerman 8 Sons Co,Inc 22704 Ventura Blvd,#450 Woodland Hills CA 91364 jack@mnwaysewices.com 818-887-9050 818-703-515: 23521 Painting 8 Wall Covering Contractors Citywide Painting 2601 Adeline St 180 Oakland CA 94607 510-444-0645 510 444-064, 235610 Painting 8 Wall Covering Contractors Clancy's Precision Painting 631 Webster Or Martinez CA 94553 dancyprecision painting@comcastnet 925-370-0931 925-957-035: 235210 Painting 8 Wall Covering Contractors Diablo Delta Painting Co 109 Campbell Ave Antioch CA 94509 J.McMindes@athbe.com 925-757-4114 925-757-411 23521 Painting 8 Wall Covering Contractors Harriet Anderson Painting,Inc. hapainter@aol,com 916-372-9127 916-372-912: 23521 Painting 8 Wall Covering Contractors Jerome Richardson Painting 1291 Parkway Or Richmond CA 94803 jrppainting@pacbell net 510-223£105 510 2235101 23521 Painting 8 Wall Covering Contractors JRP Painting 1291 Parkway Drive Richmond CA 94803 Jrppainting@pacbell.net 510-2235105 510-223-610: 23521 Painting 8 Wall Covering Contractors Olympic Painting 8 Decorating 5294 S.Montecdo Dr Concord CA 94521 olympicpainting@mail.com 925-356-0256 925-356-025- 23521 Painting 8 Wall Covering Contractors Perfection Painting Company 1483 Olive Ave Richmond CA 94805 pstaubus@hotmail.com 510-235-1757 510-235-425• • 23521 Painting 8 Wall Covering Contractors SchryerfThompson Construction 2600 Pacheco Blvd Martinez CA 94553 accounting@stconstruction.com 925-229-9160 925-229-916: 23521 Painting 8 Wall Covering Contractors Style Painting and Decorating 1175 St Francis Or Concord CA 94518 925-689-7910 925-687-790- 23521 Painting 8 Wall Covering Contractors Wlson Painting 238320 Painting and Wall covering Contractors Integrity Company 510-222-693: Erfert Enterpr.,Inc.dba Dial One Erfert 238320 Painting Contractor Painting 2500 Sutterville Rd. Sacramento CA 95820 sales@dtalonepainbng.com 916-4555578 916-455-226- 238320 Painting Contractor Satellite Painting Inc 3319 Seldon Ct. Fremont CA 94539 Satellptg@aol com 5105565020 510-656-203: Painting Exterior(Except Roofing)and 235210 Interior Final Touch Painting Company 255 Weatherly Way Vacaville CA 95687 707-447-2700 707-447-270- Paving Residential and Commercial 238990 Driveway Astro Construction astroconst@sbcglobal,net 510585-4161 510-275-031: Paving Residential and Commercial 238990 Driveway D.Wnterton Construction Inc 16244 Rancho Escondido Dr. Riverside CA 92506 P08565368@aol.com 951-7805401 951-780-090 237190 Pile Dftng Marina Sean Alexander Marine SenAces 4480 Discovery Point Discovery Bay CA 94514 robdelame@pacbe8.net 9254874-8744 925-834-W4 Go To A-B © D-EL EM-EZ 0 G-GL GM-GZ H-HH HI-HZ 1-K L-LN LO-LZ M-O P-PK PL-PZ Q-R S-SO SP-SZ T-V W-Z Gia-Back To index Go To ConstructionDerry e ft Fir Go To Pum hasina_QILect fy e By Trade e By Firm • Go To ProfessioinaI/PerrsQnal Services Directory a By Trade e By Firm http://www.co.contra-costa.ca.us/depart/cao/sbe/sbe_directory_construction_P-PK.htm 6/11/2008 SBE Directory Page 1 of 1 CONTRA COSTA COUNTY • SMALL BUSINESS ENTERPRISE PROGRAM CONSTRUCTION DIRECTORY - BY TRADE DIRECTORY(sorted by trade, SP-SZ) Go To A-H © D-EL EM-EZ 0 G-GL GM-GZ H-HH HI-HZ I-K L-LN LO-LZ M-0 P-PK PL-PZ Q-R S-SO SP-SZ T-V W-Z NAICS=N-4.4merlam]nd atn'al Clwt0wtwn Symem LBE=Lxd Ruaineae Entoprbe Construction NAICS NAICS DESCRIPTION FIRM ADDRESS I CITY STATE ZIPCODE E-MAIL TELEPHONE FAX MBE W13 235910 Structural Steel Erection Contractors Ami Adini 8 Assoc 4657 Hollywood Blvd Los Angeles CA 90027 amiadini@amiadini.com 323-913-4073 323-667-2336 23591 Structural Steel Erection Contractors Cromwell's Welding Co 2225 A Freed Way Pittsburg CA 94565 925-432-6186 925-432-8794 23591 Structural Steel Erection Contractors Mission City Rebar Inc 542 McGraw Ave Livermore CA 94550 rebarjg@missioncityrebar.com 925-449-6999 925-449-3608 235910 Structural Steel Erection Contractors Reinholdt Engineering Construction tankman@ecis.com 925-689-8406 925-689-8407 23591 Structural Steel Erection Contractors T A Z Welding d Fabrication MBE Support Activities for Oil and Gas Field 213112 Operation Hydraulic Services Inc 2734 San Pablo Ave Berkeley CA 94702 510-548-5400 510-548-1809 Go To A-B © DEL EM-EZ 0 G-GL GM-GZ H-HH HI-HZ I-K • IrLN LO-LZ M-O P-PK PL-PZ Q-R S-SO SP�Z T-V W-Z Go Back To Index Go To Construction Directory . By Firm Go To Purchasing Directory . By Trade . By Firm GQ TQ PrQfamlona -etsonai-_Se tmes_Directory . By Trade . By Firm GQ Back To The SBE Home Page (Updated December 28,2006) • http://www.co.contra-costa.ca.us/depart/cao/sbe/sbe_directory_construction_SP-SZ.htm 6/11/2008 SBE Directory Page 1 of 1 CONTRA COSTA COUNTY • SMALL BUSINESS ENTERPRISE PROGRAM CONSTRUCTION DIRECTORY - BY TRADE DIRECTORY(sorted by trade,T-V) Go To A-B © DEL EM-EZ 0 G-GL GM-GZ H-HH HI-HZ 1-K L-LN LO-LZ M-O P-PK PL-PZ Q-R S-SO SP-SZ T-V W-Z NAILS=Nwrh Anuncmr IM abial Cfaana<fi-noi i Sp&m IBB=fad Bvainrsr F—p—, Construction NPJCS NAICS DESCRIPTION FIRM ADDRESS CITY I STATE IZIP CODE E-MAIL TELEPHONE FAX 541380 Testing Laboratories Engeo Incorporated 2010 Crow Canyon PI,Ste 250 San Ramon CA 94583 —engeo.com 925-866-9000 925-8660199 541380 Testing Laboratories Engineered Soil Repairs,Inc. 1267 Springbrook Road Walnut Creek CA 94597 925-210-2150 925-210-2158 23543 Tile,Marble,Terrazzo,&Mosaic All American Tile and Terrazzo,Inc. 2534 Florida Ave Richmond CA 94804 bromeroaatt@aol com 510-237-9710 510 237-0102 23543 Tile,Marble,Terrazzo,8 Mosaic JS Tile Inc 345 Franklin St. Napa CA 94559 707-255-4587 561730 Tree Pruning and Removal Services California Tree Services 1020 Hook Ave Pleasant Hill CA 94523 godmantree®msn.com 925-932-1648 925-932-0856 561730 Tree Services(e.g.,Bracing,planters) Greenleaf Forestry 3313 G St Antioch CA 94509 highclimbe25@sbcgloba.net 925-779-0139 Tree Services(e.g.,bracing,planting, 561730 pruning) Pete's Tree Care 484110 Trucking,General Freight,Local Mauch Trucking,Inc. 272 Montego Key Novato CA 94949 gmtrucking@aol.com 415-883-1648 415-883-0855 561790 Ventilation Duct Cleaning Services Chemical Exhaust Co. 151 Haskins Way Ste D So.San Francisco CA 94080 650-583-3858 650-845-7123 • Go To A-B © DEL EM-EZ F G-GL GM-GZ H-HH HFHZ I-K L-LN LO-LZ M-O P-PK PL-PZ Q-R S-SO SP-SZ T-V W-Z Go Back To Index Go To Construction Directory e By Firm Go To Purchasing DJrectoN . By Trade . By Firm Go To ProfessiormilPer_sonal Services Directory • By Trade . By Firm Goi Back To The SBE HomePao (Updated December 28,2006) htip://www.co.contra-costa.ca.us/depart/cao/sbe/sbe_directory_construction_T-V.htm 6/11/2008 Unified-Certification Program Page 1 of 9 Back To Query Form • Search Returned 20 Records Wed Jun 18 14:10:51 PDT 2008 Query Criteria District: 04 County: CONTRA COSTA Naics Category: 23 Construction Licenses: C31 Construction Zone Traffic Control Contractor Firm Type: 1 Firm ID 17 DBA Name ALERT BARRICADE,INC. Address Line1 753 WEST NINTH STREET,UNIT C Address Line2 City SAN JACINTO State CA Zip Code1 92582 Zip Code2 Certification Type DBE EMail abarri@linkline.com Area Code (951 ) Phone Number 654-3555 Fax Area Code (951 ) Fax Phone Number 654-1051 Agency Name DEPARTMENT OF TRANSPORTATION Counties 00; Districts 00; • DBE NAICS 237310;238210;238990;561990, ACDBE NAICS Work Codes C1201 TRAFFIC CONTROL SYSTEM;C9858 RESIDENTIAL ELECTRICAL; Licenses C31 Construction Zone Traffic Control Contractor;D42 Sign Installation; Gender F Ethnicity CAUCASIAN Firm Type DBE ONLY Firm ID 16345 DBA Name ALERT-O-LITE,INC Address Line1 P.O.BOX 12224 Address Line2 2379 S"G"STREET(ZIP 93721) City FRESNO State CA Zip Code1 93777 Zip Code2 2224 Certification Type DBE EMail service@alertolite.com Area Code (559) Phone Number 453-2470 Fax Area Code (559) Fax Phone Number 453-3250 Agency Name CITY OF FRESNO Counties 00; Districts 00; DBE NAICS 238990;423830;423990;532412; ACDBE NAICS • Work Codes C0600 MISC SUPPLIERS;C0612 SAFETY,C0683 GUARD RAILINGS&BARRIERS;C0699 TOOLS;C1200 CONSTRUCTION AREA SIGNS;C5601 SIGN STRUCTURE;C5620 ROADSIDE SIGN;C9907 CONSTRUCTION EQUIPMENT RENTAL;C9908 HEAVY EQUIPMENT RENTAL;D3490 MISC FABRICATED http://www.dot.ca.gov/ucp/QuerySubmit.do 6/18/2008 Unified.Certification Program Page 2 of 9 METAL PRODUCTS;D3990 MISC MANUFACTURES;F5070 HARDWARE,PLUMBING&HEATING EQUIPMENT; F5090 MISC DURABLE GOODS; Licenses C31 Construction Zone Traffic Control Contractor;D42 Sign Installation; • Gender F Ethnicity CAUCASIAN Firm Type DBE ONLY Firm ID 30731 DBA Name BOYLES PILOTS&TRAFFIC CONTROL Address Line1 30928 BATTLE CREEK BOTTOM ROAD Address Line2 City MANTON State CA Zip Code1 96059 Zip Code2 Certification Type DBE Mail Area Code (530) Phone Number 474-4214 Fax Area Code (530) Fax Phone Number 474-5548 Agency Name DEPARTMENT OF TRANSPORTATION Counties 02;03;04;05;06;07;08;09;10;11;12;13;14;15;16; 17; 18;20;22;23;24;25;26;27;28;29;31;32;34;35; 39;40;41;43;44;45;46;47;48;49;50;51;52;53;54;55,57;58; Districts 01;02;03;04;05;06;09;10;11; DBE NAICS 237310;238990;561990; ACDBE NAICS Work Codes Licenses C31 Construction Zone Traffic Control Contractor; Gender F • Ethnicity CAUCASIAN Firm Type DBE ONLY Firm ID 33473 DBA Name CMC TRAFFIC CONTROL SPECIALIST Address Line1 375 ILLINOIS STREET Address Line2 City SAN FRANCISCO State CA Zip Code1 94107 Zip Code2 Certification Type DBE EMail Area Code (415) Phone Number 243-8650 Fax Area Code (415) Fax Phone Number 243-8644 Agency Name SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY Counties 00; Districts 00; DBE NAICS 237310;238990,423390;561110; ACDBE NAICS Work Codes C0683 GUARD RAILINGS&BARRIERS;C0685 PAVEMENT MARKERS;C0699 TOOLS; Licenses A General Engineering Contractor;C31 Construction Zone Traffic Control Contractor; Gender F Ethnicity CAUCASIAN Firm Type DBE ONLY • Firm ID 500 N DBA Name CONSTRUCTION AREA SIGNS,INCORPORATED Address Line1 9093 OLD STATE HWY Address Line2 http://www.dot.ca.gov/ucp/QuerySubmit.do 6/18/2008 Unified.Certification Program Page 3 of 9 City NEWCASTLE State CA • Zip Code1 95658 Zip Code2 Certification Type DBE EMail elisa@sierrasafetyco.com Area Code (916) Phone Number 663-9097 Fax Area Code (916) Fax Phone Number 663-1858 Agency Name DEPARTMENT OF TRANSPORTATION Counties 01;02;03;04;05;06;07;O8;09;11;12;17;18;21;22;23;24;25;28;29;31;32;34;38;39;41;43;44;45;46; 47;48,49;50;51;52;53;55;57;58; Districts 01;02;03;04;05; 10; DBE NAICS 237310;238990; ACDBE NAICS Work Codes C1200 CONSTRUCTION AREA SIGNS; Licenses A General Engineering Contractor;C31 Construction Zone Traffic Control Contractor; Gender F Ethnicity HISPANIC Firm Type DBE ONLY Firm ID 5530 DBA Name E D SAFETY SERVICE,INC Address Line1 12440 NORTH TULLY ROAD Address Line2 City LODI State CA Zip Code1 95240 Zip Code2 0000 • Certification Type DBE EMail e.d.safety88@comcast.net Area Code (209) Phone Number 835-9541 Fax Area Code (209) Fax Phone Number 835-9604 Agency Name DEPARTMENT OF TRANSPORTATION Counties 01;07;08; 12;14; 17;21;23;26;28;38;41;43;44;49; Districts 01;04;05;09; DBE NAICS 238990;561990; ACDBE NAICS Work Codes C1200 CONSTRUCTION AREA SIGNS,C1201 TRAFFIC CONTROL SYSTEM; Licenses C31 Construction Zone Traffic Control Contractor; Gender M Ethnicity NATIVE AMERICAN Firm Type DBE ONLY Firm ID 29477 DBA Name E G CONSTRUCTION Address Line1 1485 BAYSHORE BLVD,SUITE 421 Address Line2 City SAN FRANCISCO State CA Zip Code1 94124 Zip Code2 Certification Type DBE EMail Area Code (415) • Phone Number 330-3388 Fax Area Code (415) Fax Phone Number 330-3389 Agency Name SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY http://www.dot.ca.gov/ucp/QuerySubmit.do 6/18/2008 Unified Certification Program Page 4 of 9 Counties 00; Districts 00; • DBE NAICS 237310;238110;238120;238990;541370;561990; ACDBE NAICS Work Codes C0700 CONSTRUCTION STAKING;C5501 STEEL STRUCTURES;C5570 STEEL CRIB WALL;C8760 SURVEYOR; Licenses A General Engineering Contractor;C31 Construction Zone Traffic Control Contractor; Gender M Ethnicity BLACK Firm Type DBE ONLY Firm ID 28463 DBA Name ENTERRA REMEDIATION, INC Address Line1 PO BOX 659 Address Line2 City WILLITS State CA Zip Code1 95490 Zip Code2 Certification Type DBE Entail Area Code (707) Phone Number 459-3202 Fax Area Code (707) Fax Phone Number 459-0404 Agency Name DEPARTMENT OF TRANSPORTATION Counties 00; Districts 00; DBE NAILS 237310;238910;238990;561990. • ACDBE NAICS Work Codes C1601 CLEARING&GRUBBING;C1901 ROADWAY EXCAVATION;C1920 STRUCTURE EXCAVATION; C1930 STRUCTURE BACKFILL;C1940 DITCHES EXCAVATION,C9980 DEMOLITION; Licenses A General Engineering Contractor,C31 Construction Zone Traffic Control Contractor; Gender F Ethnicity CAUCASIAN Firm Type DBE ONLY Firm ID 29335 DBA Name FORCE TRAFFIC CONTROL,INC. Address Line1 PO BOX 1107 Address Line2 1478-B NORTH BELMONT RD City EXETER State CA Zip Code1 93221 Zip Code2 1107 Certification Type DBE EMail forcetraffic@earthlink.net Area Code (559) Phone Number 594-1062 Fax Area Code (559) Fax Phone Number 594-1056 Agency Name DEPARTMENT OF TRANSPORTATION Counties 00; Districts 00; DBE NAICS 237310;238990;561990; ACDBE NAICS • Work Codes C1201 TRAFFIC CONTROL SYSTEM; Licenses C31 Construction Zone Traffic Control Contractor, Gender F Ethnicity CAUCASIAN http://www.dot.ca.gov/ucp/QuerySubmit.do 6/18/2008 Unified Certification Program Page 5 of 9 Firm Type DBE ONLY • Firm ID 33425 DBA Name HIDALGO GENERAL ENGINEERING,INC. Address Line1 1212 UNDERWOOD AVENUE#3 Address Line2 City SAN FRANCISCO State CA Zip Code1 94124 Zip Code2 Certification Type DBE EMail Area Code (415) Phone Number 671-4956 Fax Area Code (415) Fax Phone Number 671-4907 Agency Name SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY Counties 00; Districts 00; DBE NAICS 237310;237990;238110; ACDBE NAICS Work Codes C0651 CONCRETE&CEMENT; Licenses A General Engineering Contractor;C31 Construction Zone Traffic Control Contractor; Gender F Ethnicity CAUCASIAN Firm Type DBE ONLY Firm ID 447 DBA Name K R C SAFETY CO. INC. • Address Line1 6084 WEST HURLEY Address Line2 City VISALIA State CA Zip Code1 93291 Zip Code2 Certification Type DBE Entail GMAN5000@AOL.COM Area Code (559) Phone Number 732-0393 Fax Area Code (559) Fax Phone Number 732-2684 Agency Name DEPARTMENT OF TRANSPORTATION Counties 00; Districts 00; DBE NAICS 238110;238120,238910,238990-1 ACDBE NAICS C1601 CLEARING&GRUBBING;C1901 ROADWAY EXCAVATION;C1920 STRUCTURE EXCAVATION; Work Codes C1930 STRUCTURE BACKFILL;C1940 DITCHES EXCAVATION;C5501 STEEL STRUCTURES;C5570 STEEL CRIB WALL;C9980 DEMOLITION; Licenses A General Engineering Contractor;C31 Construction Zone Traffic Control Contractor, Gender M Ethnicity NATIVE AMERICAN Firm Type DBE ONLY Firm ID 34829 DBA Name M.HERNANDEZ CONSTRUCTION INC Address Line1 2601 MISSION STREET SUITE 215 • Address Line2 city SAN FRANCISCO State CA Zip Code1 94110 Zip Code2 http://www.dot.ca.gov/ucp/QuerySubmit.do 6/18/2008 -0 0 0 c� O [� [� O O ' O N M O = 0 O " O N O O O O kf) 00 00 N O N d' 00 O O N 00 O1 1%0O �+ O 01 O ^' M O O o p N M C> M {� M M d- 110 00 oo r-I W cd O ;j O O va 4-1 cn bA cn Ln c's O O m cd 0 0 W � 1-3 U 4J W Z 0 U Cd cn CA 04 750 Walsh Ave. 2153 Martin Way • Santa Clara, CA 95050 Pittsburg, CA 94565 Tel: 408 980-9711 Tel: 925 252-0400 Fax: 408 980-9377 Fax: 925 252-0498 C- S�ppl• U To: FRAN K Company: E E GILBERT CONSTR, INC Fax: 1-925-228-0485 From: Paul Nehring Memo: QUOTE FOR ALHAMBRA VALLEY PEDESTRIAN BRIDGE • THANK YOU • E E GILBERT CONSTR, INC QUOTE NO. 75489 Page: 3 ITEM DESCRIPTION QTY PRICE EXTENSION 0" INT BELL WATER-TITE PE CORRUGATED DRAIN PIPE DW 20 . 0 15 . 96 319 .20 18" CORRUGATED METAL PIPE GALV 16 GA 70 . 0 19 .64 1374 .80 18" CMP COUPLING GALV 16 GAUGE 3 . 0 33 .43 100 .29 • - - - - - — -- -- TOT3�L ---- 1794. g— TAX 148 . 03 • GRAND TOTAL 1942 . 32 QUOTATION 4VOM: Renko Utility Supply, Inc. 2153 MARTIN WAY DATE: 06/13/08 PITTSBURG, CA 94565 Tel: 925-252-0400 TERMS : 1%-10TH-PROX-N30 Fax: 925-252-0498 Prices quoted are F.O.B . jobsite. TO. E E GILBERT CONSTR, INC DELIVERY: To be negotiated. 155 HOWE RD MARTINEZ, CA 94553 CERTIFIED WOMAN BUSINESS ENTERPRISE (WBE) VON: 6DN00010 We are pleased to quote as follows.Your inquiry -------------------------------------------------------------------------------- The documents accompanying this facsimile transmission contain confidential information belonging to the sender which is legally privileged. The information is intended only for the use of the individual or entity named above. If you are not the intended recipient, you are hereby notified that any disclosure, copying, distribution or the taking of any action in reliance on the contents of this facsimile information is directly prohibited. If you have received this facsimile in error, please notify us immediately by lephone to arrange for the return of the original documents to us . Project : ALHAMBRA VALLEY PED. BRIDGE MARTINEZ Due: Page 1 of 3 -------------------------------------------------------------------------------- PRICES QUOTED ARE FIRM FOR 30 DAYS . QUANTITIES ARE ESTIMATED FOR BID PURPOSES ONLY. SEE LAST PAGE FOR TERMS AND CONDITIONS. • SALES TERMS AND CONDITIONS 1 . Quantities shown are for estimating purposes ONLY and are rnished as a guide. NO guarantee is made to the accuracy or the ecification interpretation. 2 . Quotations are for IMMEDIATE acceptance and are subject to change WITHOUT notice. 3 . Quoted prices DO NOT include any local, state, or federal taxes . 4 . Delivery promises are based upon current conditions and reflect the manufacturer's best estimates . KENKO Utility Supply, Inc. will not be held responsible for any delays that may result . Material in our stock is subject to prior sale. 5 . Any claim of shortages must be made at the time of delivery of the material. 6 . Any claim for incorrect material must be made within three business days from date of delivery. 7 . ALL claims for defective material MUST have inspection of the material by the manufacturer. If material is found to be defective the same shall be replaced at the jobsite free of charge. IN NO CASES will KENKO Utility Supply, Inc. be held liable for labor or damages resulting from defective materials. If upon inspection of materials claimed to be defective, and same are found to be abused or misused, the charges for those materials as well as all charges relating to the retesting and inspection shall be to the account of *.e purchaser. 8 . NO materials shall be returned to KENKO Utility Supply, Inc. without prior WRITTEN consent and then only within the terms of our "RETURNS POLICY" . 9. All orders and/or agreements made by our representative are subject to final approval by the management of KENKO Utility Supply, Inc. 10 . In the event that operation, maintenance or parts manuals are required for materials quoted, a charge of $50 . 00 shall be made for each item so required (original thru 6 copies) . 11 . This quotation is based upon supplying ALL materials listed. Any deviations or deductions must be made with the written approval of KENKO Utility Supply, Inc. 12 . Pipe price is based upon delivery of all PVC pipe by within 60 days from date of bid. Delivery after that date may result in higher prices . 13 . All orders resulting from this quotation are subject to the above terms . • t Galletti & Sons Inc. Reinforcing Division License#570010 • BID PROPOSAL Frank Thursday, June 26, 2008 E. E. Gilbert Construction Inc. 155 Howe Rd Alhambra Valley Rd — Bridge Abutments Martinez, CA 94553 Martinez, CA 925-228-0317 Fax 228-0485 Basis of Bid.- Furnish id.Furnish and install rebar per drawings provided Caissons FOB job site. Tax Included $69485.00 Alternates: N/a 6-6U — �c � Included: • Based on 40 Hour Workweek • Union Subcontractor • Hoisting EXCLUSIONS: • Cost of Bonds • SOG CJ dowels • Stair Pan Wire Mesh • Pipe Encasement Reinforcing, Duct Bank Reinforcing • Mechanical Couplers • Schedule _ • Scaffolding and Elevated Access to Work W11 Testing and Inspection • Survey, Lines and Grades Rebar Template •' Anchor Bolt Ties FOB Jobsite • Drilling, Grouting, Dry Packing, Epoxy Pressure Grouting Anti-impaling Rebar Caps Masonry Steel • All Welding and Furnishing of Welded Rebar • Blocking, Chairing, and Pulling of Mesh • Traffic Control • Cleaning of rebar not caused by G & S Inc. • Reworking of any Existing Rebar • Protective Handrail for Elevated Structures • Rebar not Shown on Structural Drawings • Sitework or anything located outside building foundation • Premium Cost for Overtime • Wearing and Furnishing Respirators or Hazmat Suits or Other Personal Protection • Stamping of shop drawings by certified engineer • Terms of this Quote to be Included in Subcontract CONDITIONS TO BE PROVIDED BY CONTRACTOR OR OTHERS • All grades, lines and templates, all drilled holes for rebar and PT cables enter line elevation at slab edge for post tension layout • Stressing platform, scaffolding for walls and/or columns • Layout for block wall dowel placement Galletti & Sons Inc. Reinforcing Division, has based this bid on a (40)forty Hour workweek. All work is to be completed on a mutually agreed schedule. Retention 5% to be paid (35) thirty-five days from substantial completion of our work. The prices quoted will become invalid (30) Thirty days from the date of this proposal. Jason Galletti, Estimator Acceptance Signature, Title Galletti & Sons Inc. Date • Jun to euua j: ilrn uairipe aecuriLtj naixaras vocou-31Z100o • Cal Pipe Bollards Corporate Office 9650 Washburn Rd Downey, CA 90241 ph:(877)283-8518 ph:(562)803-4388 fax(562)803-9885 Sales Proposal e-mail:sales@pipebollard.com web:www.calpipebollards.com TO: E.E.Gilbert Construction Co FROM: Sandy ATTN: Frank FAX NO: '945•I12000af" - - DATE: 12-Jun-08 NO.PAGES: 4 Frank Please find attached the proposal as requested from Cal Pipe Bollards. If you have an-questions related to the proposal or product listed then please do not hesitate to contact myself or Cal Pipe,Bollards'offices. All of Cal Pipe Bollards'products are produced from the highest quality materials,then finished to high quality standards and specifications.Cal Pipe Bollards stands by our quality with a one year warranty on all products,from oursimplest industrial bollard to the most sophisticated automated retractable bollards. To proceed with an order,simply return your purchase orderor signed proposal to the Details above. I look forward to Cal Pipe Bollards being of service and hope the proposal will most with you■requirements. Regards Sandy CaMpe06898.xls 6/12/2008 Cal Pipe Bollards page 1 of 4 Jun 1C cuuts a: 11r1_1 uairipe z3ecuriL11 aoiiares 00couJU00i p. c • Cal Pipe Bollards Corporate Office 9650 Washburn Rd Downey,CA 90241 ph: (600)225-7473 Sales Proposal ph: (56203-4388 fax(562)803-9885 e-mail:sales@pipebollard.com Proposal No: CalPipe05698 web:www.calpipebollards.com Sales Person: Sand}, Date: 6712/2008 Payment Terms: Client/Invoicing dotal Is E.E.Gilbert Construction Co Name: Frank 155 Howe Rd Title: Department: Martinez,CA 94553 PH: 925-228-0317 FAX: - Delivery address(if different) FREIGHT BASED ON 94553 Project:Alhambra valley rd Ped. Bridge Special Instntctlons 2 IBP05080 5"Padlock removable bollard Powder coat&cap: TBD 2 ESR050p Embedment sleeve with stainless steel flip top lid Code Description _9ty Price Disc. Prise PIU Total 5 in.Padlock/Removable 1BP050110 bollard 2 $361.00 1 $351.00 $ 722.00 • 5 in.Embedment sleeve with ESR050P flip top lid 2 $177.00 1 $177.00 $ 354.00 Total- Is 1,076.00 CA sales tax 1 8.25% sales tax $88,77 Freight lFrelght&Handling Frel ■t $125.00 Total- I S1,289.77 This Sales Proposal is valid for 30 days from Issue date.Cal Pipe Bollards'conditions of sale are aftached All prices are excluding fright unless otherwise stated In writing. Please Proceed as per this Sales Proposal: Credit card type:visa/Mastercard I American Express Purchase order number. Credit card No. Name: Expiry date:—/— Signature 1 of 2: Name on card: Signature: Date: See terms and conditions for direct bank Transfer details. calPipe06898.45 6/112/2008 CAI Pipe Bollards ptgp 211,11/ Jura LG GVuO J. 111 II a.e LI arc JCVVr a v.J uva aver u— --r_..-----v l- . .o • Cal Pipe Bollards OONDITIONS OF BALE i.Dene m a.Unless vsr%od a modified in v MnV and agtled by both psrtles by parsons having au#xx*to sign the same,fie tolOwing Iowa and cagrEOre a W forth the baso of any CCnVW between GI Papp MalufaCteMig(tierealter called Ca I Pipe Bollards)and the Pun75a61r which may result from any order placec with Cal Pipe Bobrde. b.This 1gUQWW le valid for a Wod of 30 days from are above date,after which It may be wit1ee110 review. C.Ties proposal corMhAi s the intellectual property and know now of Cal Pipe Bollards.f7teYtbtltlgl or Copying d dtls proposal in Iuil or in owl to arty 3rd party,campolsor Or other Organization not detaded In this proposal is expressly forbldoen without Cel Pipe herpes W W OW consent.Tris document is pnwided'cmmnerebi in oorildence. 2.VNiday Gkidasae unless ori amiss gated will beflrm for a period of 30 days,therealker auricled to supply and price luduatiole VAthout ndlics. a Or"" The placirnent of any cross upon Cal Ptpa Boards ImpBa aaepance of It,We terms and condtlone and takes preocdence over any oeteabnma and somatise wnll•n or dial. w Delivery Tine A dekvery wilt be omplled with w•Iwwer poesble. It Is not gwranteed and Is sub)ed to axt&IdC a loover decays caused by atrikea-vericie breakdown.Insc oelays,weather and any raises beyond Cal Pipe Bdlw&coneol. The Purchaser"I nol be entitled to be compnsated far arty loss or d7nage due b any of the above causes. All geode are FDO Whither of not the shipper to naninalad by the pur aser. 6.Pessrng of Tile Tela d goods aro neta lals to be,supplied and or snsialed shall remain rAih Cal Rpe BOttird-UrM vise full wraaes p loo.inditsdng InstasatM,and the price of any variations hie been paid Upon dekttA In paymtenl,Cal Pipe Boards reserves the righi to mbr yOW prW IM and recover such goods s.aelremy GI Pipe So1Brm warrants the equipment rnanufau9xed to be Ude from deface In national area wonansrsfNp for j2 enriri s from time of ship:rpent.Cal Pipe Bolards will repair or replaces al its Option arty prodW.wAtich II delern,"s to contain detective material and workrtsrship.Our warranty does nag emend Ural was r'lend tear'or nsgllgan use*four product.This warranty Is In Neu of as other warranties eWessed or Implied. Cal Pipe Balards shat not be sable for any-speclal Inds s�r�,incidentalor csnsegmM d mMOS d erry Rad Or nature. The Purchaser acknovdsdges and agram with Cal Pipe Boards: S.That it it sasdled that the goods are s4tabe for is intended purpose; b.That In all madam relatupp to the goods,the Pwdaserhas roiled and well rely entirely upon the P.uchasseg owe Pdgertenr. c.That nowwraayr as to the fitness for any particular purpose will appy to Ills contract Delivery andror Installation shat be car*$ a evidanme that the goods accord in MAY MOMCI wlh the Pachasrsrs regoinenpenls and are In good mndnon and ow p of a in of respects. d.Thai any snplled warranty or Condition,Whether Statutory Or oFerWke.and Whedw as to the quallty,state,condition or filmes 1w any paricular purpose or a$to any other matter or thing v"Isteveris hereby expressly eui,ded from this contract Any sdvke,rewrmsnmtipt.MOOMWion,assistance or servtoa Provided by Cal Pepe Bollards staff In relation to goods rt serNwa sold or Installed by it or their use d eppirasm Is given M gaud fah F an is believed by Cal Pipe Boards to be appropriate[rid relable. The PUrcMser aclanowledges thal such advice.recmrrondatton MJomelion.MWJ513no Or S&Vft are provided as an act of good(slip and do not Indicate dry aparose peeW ar to Cal Pipe Bollards Ord ed-nowledges Fat mxh ad ilm. r6a mfHNbllon,kdd/np110n,aW Wnca Orservloe is provided without sablily ,or respansi illty m the pen ofCell pipe eosards. 7.Returns a.Relmis Orgy accepted within 30 Oa ye c(invoice. b.At returns subject ID 35%restocking fee on product a Damaged geode subject to further amortise,to to value of the damage • d.Cradle only paid after inspection of Boob. N[Deposit-A50%deposit Is ntgwred on all adds over$10,006.00. AddeBORNAUIrmstsd R•Ir`sbls Boland Torras and Conditlams L tffaratlty a Cal Roe Wants*Weft to repair or replace at Its ttlscreton at or any defective parts ter a period of twelve(12)rabndev rtl x*w(me the sale of shipment Faral or taikrre caused by Acs of Goy,"A a1sm socidntal Carnage,maltmatment or Interference ellb the Mods is specifically eadu0ed. b Defective pars met be Maned to call Poe Bdlerds for repair car redao tment Cob associated with Fe ream a the goods oil be the responsibility of the sender. On slta fepais oil kKWtravet iMd lebor charges. a Inetailaibn mrei W inODwrdanc•win Cal PVO BOtardf'Irsterlallon,OpemUw and mymaynre knsbuctlum Unaldhorted k WlWkx%abrasion or repair orl•0 Out by unaulhodted pastilles Contials all lability for may mrsegaemces arising therefri d liability does not ad"to: Fair wear and lea r or FauNy or neglipnt use of egspna rd e Liabtf ly for repbcemev pada or repairs carried out by Ci Pips Wards does not eat and the original%valve month warranty period, z standard Delvery at Approa<Imgtdy,6-12 Weefa from receipt of aft 10 Order alltough all e(lorb will be made to res ch any dor tamdin,fires set. 3.Payrive nt a.As the bollards we spedlraly mwsdactured ter each project a tit%deposit Is n is"ned an sN product Tire balance Is payable on Naprnen- I understand and accept these terms and conditions. Print name Signature 2 of 2: Date:—/—/ CalPipe06898.n1s W12120M Cal Pipe Bollards page 3 of 4 • Jurl 1C Cuuv J: ilr n l.alrlve JCGUr-1 %,U OV1L01 UD JV LV VJJV V.J f • Cal Pipe Bollards Corporate Office 9650 Washburn Rd Downey,CA 90241 ph: (800)225-7473 ph: (562)803-4388 fax:(562)803-9885 e-mail:sales§pipebollard.com web:www.pipebollard.com Cal Pipe Bollards Core Values The following core values our people work by at Cal Pipe Bollards make our company unique. Innovation Cal Pipe Bollards'products are innovative in the market Many of the products are unique due to innovation idea's and our continued focus in this area of business differentiates Cal Phe Bollards from any other company with whom we compete. Customer focus All our staff want to go that bit extra to communicate with our customers. It is seen as the true differentiator that everyone in the organization can contribute to every second of the dhy.Cal Pipe Bollards Is committed to providing the best solution for our customers everytime. Knowledge Our people must be knowledgable about Cal Pipe Bollards'products.Sales people in particular are • devoted to being able to answer questions when communicating with customers.This-posklon of knowledge means that Cal Pipe Bollards are regarded as the experts in our chosen fields and a company that our customers know they should be dealing with. Quality It is crucial to the people at Cal Pipe Bollards to supply quality product that meets the inish and operational expectations of our customers. Cal Pipe Bollards is committed to making good on supplied product that may not meet our customers reasonable expectations. Integ rity Everyone is committed to maintaining both their personal Integrity and that of our comoany at all times. This adherence to Integrity will flow right through the organization so that no short cuts or misrepresentations are acceptable. From The Cal Pipe Bollards Team CaSpeC6898.xis 6/12/2008 Cal Pipe Bollards page 4 of 4 • ■ • Carbon Steel External Locking Security Bollards Model Diam Length Above Sleeve Finish IBP3000 48 36 12 PC IBP3040 48 ] 36 12 PC IBP3080 48 IPC IBP4000 48 ] 36 12 PC IBP4040 48 ] 36 12 PC IBP4080 48 ] 36 12 PC IBP5000 48 36 12 PC IBP5040 48 36 12 PC IBP5080 I�J48 36 12 PC Z IBP6000 48 36 12 PC IBP6040 48 36 12 PC IBP6080 48 36 12 PC IBP8000 48 IPC IBP8040 48 36 12 PC IBP8080 48 36 12 PC IBP10000 10 48 36 12 PC IBP10040 10 48 36 12 PC • IBP10080 10 48 36 12 PC IBP12000 12 48 = 36 12 PC IBP12040 12 48 36 12 PC ` IBP12080 12 48 =] 36 12 PC Removable Bollard Locking Eyre Stainless Steel Cover Plate t Closes flush i; to surface Stainless Steel Hinge Em Sleeve LjjRJ ----- - - ----- -- - - -_PMT_. _ CLOSE - • http://www.calpipebollards.com/dim-pages/dim-ext-lock-cs.htm 6/11/2008 Cal Pipe Necurlty & �)aiery tsollarus _a t . . I � • I • REMOVABLE INTERNAL& PADLOCKING SECURITY uIlkBOLLARDS a 2C Perfect for medium security installations where only occasional M > access to vehicles or pedestrians is needed, this versatile security bollard is manually removable with either external or internal locking when the bollard is inserted. Both systems have their advantages and both are engineered and manufactured to make security of the locking systems difficult to compromise Fixed NEW!MANUALLY RETRACTABLE BOLLARDS Rem@ma `�ecurity Bollard, Removable Security Bollard, B I gal Locking External Padlocking r: �I Bollard s Add- Bol Ca Bollard st Covers The Internal Locking Removable bollard is The Extemal Padlocking Removable bollard is arguably our most flexible bollard.The commonly used in industrial applications.The • removable security bollard cylinder locks into external padlock on the bollard allows relatively an embedment sleeve and can only be easy access to public service vehicles such as the removed by unlocking the conveniently fire or police into restricted areas.The External located,tamper-proof internal lock.When the Padlocking Removable bollard offers the same bollard cylinder is removed a flip top,stainless versatility as the Internal Locking Removable steel lid covers the empty embedment sleeve. bollard in a mixed barrier application of fixed and Internal Locking Removable bollards used in removable bollards to quickly and easily allow conjunction with fixed bollards creates a movement of large objects through the barrier. flexible barrier system that quickly allows These bollards are ideal for use in college and large objects like promotional materials and university installations,access control for parking vehicles to move through the barrier while lots,and security and safety at military bases. maintaining superior stopping strength. IBR Carbon Steel Dimensions&Part Numbers IBP Carbon Steel Dimensions&Part Numbers SSR Stainless Steel Dimensions&Part Numbers ALR Aluminum Dimensions&Part Numbers REMOVABLE INTERNAL LOCKING BOLLARD REMOVABLE EXTERNAL PADLOCKING BOLLARD CATALOG PAGE IN PDF FORMAT CATALOG PAGE IN PDF FORMAT Internal&Padlocking Add-on Options Bollard Caps 877-283-8518 or click to email info@calpipebollards.com --- - - - --- -- -- - -loin-the-caFRipe Bollard mailing-list __._ Send this Page--—- Request and receive Special Offers! to an Immediate Information Associate (Please allow popups for this • Electrical Conduit& NOW! Email: GU form) Conduit Fittings http://www.calpipebollards.com/remov.htm 6/11/2008 • SUGAR CITY BUILDING MATERIALS COMPANY P.O. BOX 69----800 SAN PABLO AVENUE PINOLE,CA.94564-0069 TELEPHONE 510/223-0610 -- 510/724-3412 TO :E. E.GILBERT ATTENTION: FRANK FROM:DAVE DATE: 6-26-08 RECEIVING TELECOPY NUMBER:925-228-0485 JOB: PEDESTRIAN BRIDGE,ALHAMBRA VALLEY ROAD 7.3 SACK CONCRETE W/AD-1"MAX AGGREGATE $120.46 6.5 SACK CONCRETE W/AD-1"MAX AGGREGATE $115.92 • PRICES EFFECTIVE MONDAY THRU FRIDAY ONLY 7:30 AM TO 4:30 PM PRICES FIRM TO: 12-31-08 PRICES DO NOT INCLUDE SALES TAX i STANDING TIME- 5 MINUTES FREE TIME ALLOWED/CUYD-EXCESS CHARGED @$90.00 HOUR I MINIMUM DELIVERY: $50.00 FOR LOADS LESS THAN 7 CUYD EXCEPT CLEAN UP LOADS I BIDPROPOSAL Date: 06/26/2008 • To: E.E. Gilbert Construction 155 Howe Road Tel: ( 925 ) 228-0317 Martinez, CA 94553 Fax: ( 925 ) 228-0485 Attn: Frank Fagundes Job: Alhambra Valley Road Pedestrian Bridge Project Location: Contra Costa County, CA. Landscape Architect: Plan Sheets &Dates: 1 of 6 thru 6 of 6 Dated 04-8-08 Specs/Addenda: Page 84 thru 86 BID ITEM# 8:$14.63/SY C&, 41 SY 3600;00 Includes: Erosion Control Blanket per Section 20-2 of the Standard Specifications and drawings and specifications listed above Clarification: Finish Grades received @+/- 1/10''; Work& Deliveries 7:00 a.m. to 3:30 p.m.; • Exclusions: Water, water meters, Permits, Fees, or Bonds; Licensed engineering/surveying/staking/layout; soil amendment, irrigation, landscaping, Demolition; Boring, saw-cutting or core drilling; Import or export of soil; Traffic, Dust and Erosion control; Pest and rodent control; Water Barrier; Any signs,flags, or monuments; Clearing, grubbing, spraying prior to start; All paving-AC, Concrete; Any drainage; Temporary fence; All other bid items listed in Bid Form provided to us; Respectfully submitted by: Approved By: Date: Steve Mills Name/Title Senior Director of Estimating steve(i4eastbavconstruction.net • Sent By: Nitta EROSION CONTROL; 6524376; Jun-26-08 11 :05AM; Page 1 /3 4YUXGEEDNG Nitta Ero5ionControl :� °°"TM 'PtELM I)C MULGH,%�NG BON• q1.T Fe E ANTrnx SI • I T SE <3division of Nitta, Inc. ;D1�'i '"a FlBER RCu S/WATTLE BI-AN(k I J (formerly Nitta Construction, 111c.) STATE LICENSE;9401640•C-12,C-27,('-61/D-59 377K DET.,MAR AVENUE•LOOMTS,CA 95650-9051 •PH(916)652-7459• FAX(916)652-4376 Bid - Proposal Post-le Fax Note 7671 CRAP pegea� 3 June 25, 2008 T° fr i► �lAnti�/o�e�s l Co Alev, T�11n�a.,t'ny c". Phone R Nhon —� To All Planholders Requesting Sub-Bids. Fax w Re: Contra Costa County, Public Works Department, Alhambra Valley Road Pedestrian Bridge, Project No. 0662-6R4059-08— Erosion Control (Blanket) only, Did Date: July 1, 2008 (2:00 p.m.), • Certified as Disabled Veteran Business Enterprise(DVBE) by State of California, Department of General Services, Procurement Division, Office of Small Business and DVBE Certification —Reference#0011303. Expiration Date: 02/213/09. Certified as Small Business Enterprise (SBE) by State of California, Department of General Services,Procurement Division, Office of Small Business and DVBE Certification—Reference #0011303. Expiration Date: 01/31/09. Certified as State Disadvantaged Business Enterprise (DBE) under California Unified Certification Program (CUM by State of California, Department of 'Transportation, Firm Number 217(under NAICS codes 237310 And 561730)• Quotation is valid for 110J calendar days from bid date and unless quantities, scope of work and/or date of installation change(s). A purchase order or a subcontract must he issued and executed during this time. Material purchase orders will be issued and subsequent compliance letters for materials will be transmitted upon receipt of an executed purchase order or a subcontract. This quote will be for Erosion Control (Blanket) to be installed within 30 working days from the date of the notice to proceed and as per project special provisions. Unit of lstimated Ttem Item No. item Measure Quantity Price Total • 8 Erosion Control (Blanket) S.Y. 41 $ 32.00 $ Pogc I of Sent By: Nitta EROSION CONTROL; 6524376; Jun-26-08 11 :06AM; Page 2/3 Contra Costa County, Public Works Department, Alhambra Valley Road Pedestrian Bridge, Project No. 0662-684059-08—Erosion Control(Blanket) only. Bid-Proposal dated June 25, 2008. • Page 2 of 3. Notes: l) Total price for Erosion Control (Blanket) includes submittals, certified payrolls, standard certificates of insurance, materials, labor, equipment (air pollution control (CARB PERP-compliant)), taxes on materials, incidentals and installation as per specifications. 2) Total price for Erosion Control (Blanket) excludes Soil surface PrePuratiOn (rills and gullies exceeding 2 inches in depth or width shall be leveled and vegetative growth, temporary erosion control materials and other debris shall be removed), re- installation of Erosion Control (Blanket), watering, maintenance, compost, fiber, stabilizing emulsion, Silt Fence, straw mulching, straw incorporation, other rolled erosion control products (REM), Fiber Rolls, Bonded Fiber Matrix (B M), dust control (our straw mulching machines are retrofitted for dust suppression with the "Dust Dog" — Pat. Pending), costs of local licenses, permits, fees and/or other taxes, pedestrian protection, traffic control and reseeding. 3) California contractor's license no.401640(expires 03/31/09) C-12, C-27, C-61/D-59. 4) Nitta Erosion Control is a full signatory member of Local 185 of the Laborers' ITnion_ This is the only la r classification applicable for hydroseeding and • similar type activities (i.e., erosion control (blanket), etc.). Verification of Laborers' Trust Fund contributions is available upon written reques(. 5) One move-in is included in the total bid price. Additional move-ins (if necessary) is at$400.00 each. 6) Approximately one-half (0.50) working day (weekends and holidays excluded) is required to complete an estimated 41 S.Y. of Erosion Control (Blanket). 7) Stand-by time will be billed at$210.00 per hour. 8) Bond premium (performance and payment) rate is 2%. Minimum bond premium charge per project is $150.00. Bond premium amount is not included in the bid price. Commercial Liability Insurance does not cover Railroad Protective Insurance, Coverage for "volunteers," Umbrella Liability Limits and/or Excess Liability Limits, Professional Liability, Avian Influenza A (Avian Flu — Absolute), Employment Related Practices, Silica (Absolute), Residential Construction Defect PCU, Construction Wrap-UP/OCIP Exclusion, EIFS & Spray-on Siding, Known Damage Or Injury, Biological Contaminants - Mold, Fungus, Micro-Organisms (covered under Pollution policy), Engineers, Architects, or Surveyors Professional Liability, Nuclear Energy Liability, Lead (Absolute), Asbestos (Absolute), Injury to Independent Contractors, Residential Construction Activities (Absolute except Apartments), Condominium Conversion, Beryllium, Advertising Liability and Certified Acts of Terrorism. Sent By: Nitta EROSION CONTROL; 6524376; Jun-26-08 11 :06AM; Page 3/3 E Contra Costa County, Public Works Department, Alhambra Valley Road Pedestrian Bridge, Project No.0662-6R4059-08—Erosion Control(Blanket)only. Bid-Proposal dated June 25,2008. Page 2 of 3. 9) Terms: Due and payable within 30 clays t'rom date of installation and/oras per Business and Professional Code 47108.5 and Public Contract Code 410262.5 (for progress payments) and/or as per Public Contract Code 47107 (for retention due). 10) Attorney fees and interest: If court action be instituted on this invoice, general contractor promises to pay reasonable attorney fees. A late payment charge of 1 1/2 %per month will he charged on all invoices not paid within terms of quote. This is annual percentage rate of 18 %. 11) No water will be required for the installation of Erosion Control (Blanket). 12) (icneral Contractor to provide good, drivable truck access to each site to be treated with Erosion Control (Blanket). 13) Final field measured quantities shall be provided by General Contractor andJor Owners' Representative prior to installation of Erosion Control (Blanket). If final field measurement shall be required.of Nitta Erosion Control at jobsitc, it shall be performed on a time and material basis with an authorized representative from the General Contractor and Owner in attendance. Thank you for the opportunity to quote on this project. Yours truly, Scott K, Nitta, Vice-President Nitta Erosion Control bian08�&oUmy4,untrncuslualltambraval l c y rnad.Ju I • FROM :Haro.ld Hutson Construction FAX NO. :1-925-370-6600 Jul. 01 2008 07:49AM P2 Harold Hutson Construction Estimate California License mome • P.O.Box 128 Crockett,CA 94525 Phone&FAX# (826)370-0600 To: le C?; •Rom+ �r,�s f— Job Location(if different address): t GG✓1�-�y CbS�a ��u�:G GJ o✓(�S Gc, I`` 'o Li a �.tJ -T17k-S u n5 We, Harold Hutson Construction, agree to do the following work including the fumishing of all labor and materials: ITEM NUMBER DESCRIPTION z 'rrFW,-c COn1.roL • is 12Q rnC , 3 b.CAST COCK.. He .. 5____ l'aCc nr-w i� ` O ka 7 - 6 ESTIMATE TOTAL I s6,700 We propose hereby to fumish matsrid,trucking and labor-complete in accordance with above specifications for the sum ot: S64,4, T900SCL1d 5 E\/en 14cm y,%c�and no/1001`Z Payment to be made as follows: Upon Completion of.lob T _� All material is guarm toed to be as specified.AN work to be completed In a NOTE:NOT RESPONSIBLE FOR ANY CRACKING DUCE TO DIVERSE worpmanike Mannar eceordiN to standard practices. Any alteration or SOIL CONDITIONS.NOT RESPONSIBLE FOR ANY DAMAGE deviation from eboVe specifications Involving extra costs will be executed only To WATER PIPES OR ELECTRICAL CONDUIT UNDER SUB- upon written orders,and will become an extra charge over and above the BASE.OWNER IS RESPONSIBLE FOR ANY PERMITS AND/OR estimate.Damage topaysmentresulting from earth movemenlorabusive us' SURVEYING IF NEEDED. shall not be considered contractors liability.On all past due accounts there will CARE.OF YOUR NM ASPHALT PAVING be a finance charge of 1349E per month which is 18%annually.Debtoragrses G=ithe sole and excessive oil drippmp oen deteriorate aphalt-Twninq to pay legal fees and court costs incurred In the collection of delinquent vehida power senna while station can vause,curt marks on new asphalt. arcountS. AN agreements contingent upon strikes, or delays beyond 7 fife > , 0 contractors control. Our Workers are fully covored by Workmen's gUTHO.RIZF.D SIGNATURE(California License 46071136) Compensation Insurance. Now:this proposol mar M wihdnrvvn by uk if not accepted Albin diirry days. : T7NA GATE OF ACCEPTANCE UU/ LD/ LUUU UO.UJ 74:J.7J:J7L47 VCU Ur I.Luriz7 Irv- I MVI. UIF V1 Jun a5 c000 11:5onM CE GILBERT CONSTRUCTION I 826 229 Dies P. 1 E.E.Qllbert Comtructlon, Inc. • 155 Howe Road Martinez,to 94653 Phone: 925-228-0317 Pax: 925228-0485 v am ftx -.=bei Ernie Frank Fagundes tV- GEO Options Pax: 925-335-M Pagem 1 Phoma 925-250-624 Omer 825108 the Alhambra Valley Bridge CC- 0 Urgent 0 For Rerlww 0 Please l:onvowd Rl Plea Reply ❑Pleemm Recycle • •Coimtiowfs: Emie We need a price for Geogrid Reinforcement 11"cal for a tensile strength of 782 bd t. We nerd 114 sy of it. r Thanks i y- rcti.C, SS �.4 2-0 Frank f 2.. I � >C�a•g; ( = � �� � � 1 2 • CONCRETE PRECAST GROUP FAX Cover Sheet Office Address: 3049 Independence Dr., Suite A Livermore, CA 94551 (925) 960-8740 General (925) 960-1903 FAX ire t .pial Phone Numbers She{ly Sack 925-960-8749 Charles Mathieu 925-960-8743 Israe -960-8746 Mike Rucker 925-960-8747 Danny Long 925-960-8753 John Woodman 925-960-8752 Jason DiScala 925-960-8744 Dave Thomas 925-960-8740 To: � I From: Fax: Lq Z55 Pages: • Phone: Pat- 7 5� `( ' 6 � • MBI Midstate Barrier • PO Box 30550 Stockton Ca. 95215 209-944-9565 Fax 209-944-9569 License No.529261 FAX COVER SHEET Send To: EE Gilbert From: Robert J.Libera Office# 209-944-9565 Ext 215 Attn: Frank Fax# 209-944-9569 MBI# Fax: 925-226-0485 Pages: 3 Phone: 925-228-0317 Date: 06/30/08 Re: QUOTATION Urgent As Requested For Review Please Forward Please Comment For your information Attached is the quotation we discussed earlier.Everything is in stock. If you have any questions please • call. Thanks i • L'd L996 bb6 60Z 181N e89:90 90 LO Ir M. B. I. Midstate Barrier Inc INVOICE NO. • PO Box 30550 / 3291 S. Hwy 99 Stockton,CA 95213-0550 CUSTOMER PO NO: 209-944-9565 SHIP VIA: Will Call License No.529261 NAME/PHONE PERSON ORDERING: Frank 228-0317 Fax 228-0485 SOLD TO: E E Gilbert JOB NO: MS8- ITEM: 155 Howe Road ORDER DATE: 6/30/08 Martinez Ca SHIP DATE: FILLED BY: SHIP TO: Will Call REMARKS: QUOTATION Quantity Back Unit Ordered Order Description Price Amount 2 Gah. Radius Guardrail 12'-6" Straight $125.00 $250.00 if needed Gah,. Radius Guardrail 12'-6" Radius $155.00 6�� 5 6 x 8 x 6'-0" Wood Post $34.00 $170.00 5 6 x 8 x l'-2" Wood Blocks $7.25 $36.25 2 SRT-350 Terminal Systems (Page 2 1,750.00 $3,500,00 • 5 5/8 x 18" Carriage Bolt inc. 0.00 16 5/8" Splice Bolts inc. 0.00 16 5/8" Splice Nuts inc. 0.00 5 5/8" Galy.Nuts inc. 0.00 5 5/8" Cut Washer Mc. 0.00 MC. 0.00 SUBTOTAL $3,956.25 TAX RATE% 0.0875 $346.17 GRAND TOTAL $4,302.42 TERMS: NET 30 DAYS FROM DATE OF wvoicC•- Finance charge at 1.5%pcY month(18%annual --- perccntafV=w)w81 be charged on all past duc amounts —-- — - -----Received by: • Z-d L996 tibio 60Z 18W 889:80 90 l0 11 M. B. I. Midstate Barrier Inc CUSTOMER PO NO: • PO Box 30550 /3291 S_Hwy 99 SHIP VIAL Stockton,CA 95213-0550 NAME/PHONE 209-944-9565 License No.529261 SOLD TO: EE Gilbert JOB NO: MS8- ITEM: ORDER DATE: 6/30/2008 SHIP DATE: FILLED BY: SHIP TO: REMARKS: QUOTATION (PAGE 2) Quantity Back 2 SRT-350 Terminal Systems Unit Ordered Order Description Price Amount 2 GALV. GUARDRAILX 12'-6" $1,750.00 $3,500.00 2 SRT-1 GUARDRAIL.X 12'-G" 0,00 2 SRT-2 GUARDRAIL X 12'-6" 0.00 4 6"X 8"X 6'-0"SOIL TUBE 0.00 12 6"X 8"X 6'-0"WOOD ANCHOR POSTS 0.00 12 6"X 8"X 1'-2"WOOD BLOCKS 0.00 4 5-1/2"X 7-1/2"X Y-9"WD ANCHOR POST 0.00 2 CABLE ANCHOR BRACKET 0.00 • 2 2"X 5-1/2"GALV.PIPE SLEEVES 0.00 2 5/8"X 8"X 8"GALV PLATEWAS14ERS 0.00 2 3/4"X 6'-6"GALV CABLE 0.00 2 STRUT ASSEMBLY 0,00 8 SLOT GUARD 0.00 2 3/8"X 3"X 4"GALV.PLATEWASHERS 0.00 2 GALV A-TERMINALS 0.00 40 5/8"GALV.WASHERS 0.00 40 5/8"GALV HEX NTJTS 0.00 16 5/8"X 1-1/2" GALV HEX BOLTS 0.00 4 5/8"X 9-1/211 GALV HEX BOLTS 0„00 4 5/8"X 7 1/2”GALV.HEX BOLTS 0.00 12 5/8"X 18"GALV POST BOLTS 0.00 4 1"GALL'HEX NUTS 0.00 4 1"GALV WASHI~RS 0.00 88 5/8"X 1-1/4"GALV SPLICE BOLTS 0.00 88 5/8"GALV SPLICE NUTS 0.00 4 15/9"X 10"GALVTOST BOLTS 0.00 SUBTOTAL TAIL RATE% TERMS:NUT 30 DAYS FROM DATE OP EVOKE Finance charp at 1.5%per month(18'/6 annual ® percentage rite)will be charged on aD past due amounts RECEIVED BY: £'d L996 bb6 60Z 18" 899:80 90 l0 To:Frank Fagundes Page 2 of 2 YUUd-U0-Lb I r cozo t�,vl I — _.... __..._.. _.._ _ - zj1CC-MC-X* • CUSTOMER: EE Gilbert Construction DATE: 6/26/2008 ATTN: Frank Fagundes QUOTE: SM319 PHONE: 228-0317 BID DATE: FAX: 228-0485 START DATE: WE ARE PLEASED TO QUOTE ON THE FOLLOWING PROJECT: PROJECT: Pedestrian Bridge ADDRESS: CITY: Martinez SAND, GRAVEL& INDUSTRIAL SANDS NET PRICING (per ton) QTY MAT. CURRENT MATERIAL PRICE/TON MAT.TAX F.O.B.PLANT 100 Class II AB $8.50 $0.74 Clayton Escalators: Prices firm until 12/31/08 COMMENTS: ALL MATERIALS ARE SUBJECT TO AVAILABILITY BY PLANT INVENTORY, BY PRODUCTION SCHEDULES,BY SHIPPING SCHEDULES, BY PLANT FAILURES AND/OR EQUIPMENT BREAKDOWNS. Should litigation be commenced to enforce payment,the prevailing party will be entitled to reasonable attorney and court fees. ALL PRICES ARE NET 30 DAYS. THIS PROPOSAL IS SUBJECT TO ACCEPTANCE BY BUYER WITHIN 30 DAYS. ACCEPTANCE SIGNATURE:_________ ACCEPTANCE DATE: Shannon Mirabilio --- ---Phone-9-25408--0638—Fa->F661-885 - - 131 Vultee St. Shafter, CA 93263 • Return signed copy via fax Logans Marketing 121 Broadway Ave. - Suite 220— San Diego, CA. 92101 TEL: 619-233-3766-FAX: 619-233-6525 Construction Materials Supplier • SMB#0007724 Job Name: ALHAMBRA VALLEY RD Map: Date: 7-1-08 Job Location: PEDESTRIAN BRIDGE MARTINEZ,CA Customer: Contact: Exp Date: 12-31-08 Street Address: City, State,Zip: Phone: Fax: Aggregate Description Qy UOM Location Truck Gross Price Tax Price CLASS 11 3/4 AGG BASI TON CLAYTON 12.75 12.75 ' � 332- Comments: ESCALATE 1.00$ton 1-1-09, F O B PLANT ,TAX NOT INCLUDED, • Asphalt Descriptions Qty UOM Location Truck Gross Price Tax Price Comments A$1.00 PER LOAD ENVIRONMENTAL FEE PLUS TAX WILL BE CHARGED Allowable time for unloading shall be 20 minutes for truck&transfer and 10 minutes for bottom dump,truck&pup,and 10 wheelers. in excess of allowable will be charged per minute at$ Delivery premiums will be charged for any load less than 24 tons or amounts less than noted(rate times full load amount divided by amount delivered). Prices quoted are applicable during normal working hours(7:00 AM to 3:00 PM Mon—Fn).Additional Charges will be applied for deliveries during non-operating hours. 48 HOURS NOTICE REQUIRED FOR PLANT OPENING AND DELIVERIES DURING NON-OPERATING HOURS A cancellation of a plant opening with less than 24 hours notice will be billed to the customer at the quoted or listed price. ARPRICI:S-NOTA-CCEPTED-VWITHtN-30-D-AY -ARE-SUBJECTED fO-CITANOE-VImHOU` -NOTICE.-THIS— QUOTATION BECOMES BINDING ONLY IF ACCEPTED BY THE BUYER WITHIN 30 DAYS • Submitted By: Dale Newbury Accepted By: Title: VP of Sales Date: Title: Date U3/lJb/Lbb< bl:�b /U/bb4777b J 1 H I GW1LL JHr L 1 1 . .".`.+� •+� S STATEWIDE Safety& Siga*S, IDC. 522 Lindon Lane 323 Commercial Street 13755 Blaisdell Pla a 130 Grobric Court Nipomo,CA 93444 San Jose,CA 95112 Poway, CA 920 4 Fairfield, CA 94533 S (605)929-5070 (408)993-9770 (858)879-729,2 (707)864-9952 Fax(805)929-5786 Fax(408)993-9773 Fax(858)679-7'117 Fax(707)864-9956 CORPORATE OFFICE \ UNION * BONDABLE 0.9 * LICENSE #: 523594 "A", C31 QUOTATION ATTN : Estimatina FROM ., Dan Nicholas- Fairfield Branch CONTRACT #: 0662-6R4059-08 BID DATE : 7/1/2008 LOCATION/ NAME : ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE ITEM # DESCRIPTION QTY UNIT $ TOTAL $ 2 CONSTRUCTION AREA SIGNS LS LS ** $800.00 3 TRAFFIC CONTROL SYSTEM SEE BELOW TRAFFIC CONTROL—LANE CLOSURES—WEEKDAY DAY OR NIGHT 1 MAN LANE CLOSURE $820.00/8hr -Includes,300 cones,TC truck Warrow board, 1-2 trailer arrow boards • -Required lane closure and ramp closure signage -Contractor to provide qualified traffic control technician to assist with setup and pickup 2 MAN LANE CLOSURE $1,395.00/8hr -Includes,300 cones,TC truck wlarrow board, 1-4 trailer arrow boards -Required lane closure and ramp closure signage -Flagging signs if needed -2 light towers for night flagging if needed MULTIPLY RATES BY 1.4 FOR WORK ON SATURDAY MULTIPLY RATES BY 1.7 FOR WORK ON SUNDAY OVERTIME $80.00/hr/man NO RETENTION TO BE HELD ON TRAFFIC CONTROL CHANGEABLE MESSAGE SIGN RENTAL RATES $130.00/day, $500.00/1 week, $1,350,00/4 weeks; $100.00 delivery & $100.00 pickup each No delivery or pickup charge if Statewide Safety& Signs. Inc. performs traffic control ** FURNISHED, INSTALLED AND REMOVED, TO REMAIN PROPERTY OF STATEWIDE SAFETY & SIGNS, INC. --- ---THIS-QUO-TAiION AND--ATTA-CHED-CON-TRACT-Pf OVt IONS-MUST-BEC-OME-A -- --- BINDING PART OF ANY SUBCONTRACT • 03/05/2002 01:50 7076649956 51AIEWIVL bW-L1Y rriuc S 522 Lindon Lane 323 Commercial Street 13755 Blaisdell Place 130 Grobric Court S'!tAIMMB Nlpomo.CA 93444 San Jose, CA 95112 Poway, CA 92064 Fairfield,CA 94533 S Safety&Slg=, Inc. (805)929-5070 (408)993-9770 (858)679-7292 (707)864-9952 S Fax(805)929-5786 Fax(408)993-9773 Fax(858)679-7117 Fax(707)864-9956 CORPORATE OFFICE QUOTATION PROVISIONS CONTRACT# 0662-6R4059-08 BID DATE: 7/1/2008 - A contract and 10 working days notice must be given prior to any move in • All Construction Area Signs to be installed at one time or in stages, covered if needed at installation. Contractor to uncover and recover if needed. Construction area signs include one mobilization per stage, additional mobilizations $500.00 each. Traffic Control not included in installation, removal or repair of any item. Portable equipment will be delivered and picked up from one location. Contractor is liable for loss and or damaged equipment. Contractor is liable for lost or damaged equipment removed or relocated by contractor's forces. • - Statewide Safety & Signs, Inc. does not accept charge or back charges of any kind unless agreed to in writing prior to work beginning. - Statewide Safety& Signs, Inc. shall fully indemnify Contractor for any liability arising out of Statewide Safety & Signs, Inc. work or products, but only to the extent of Statewide Safety & Signs, Inc. liability and not that of anyone else. Statewide Safety& Signs, Inc. maintains insurance coverage for their work here under, including $2,000,000 Products— Comp/OP Agg and a 10/93 Additional Insured Endorsement. If there are any issues or concerns regarding Statewide Safety& Signs, Inc. products or work, Contractor shall promptly notify and give Statewide Safety& Signs, Inc. first opportunity to correct any such problems. Sign location/ mark-out to be done by others and must be completed prior to Statewide Safety & Signs, Inc. starting work. All change order work must be approved by agency/owner prior to work being performed by Statewide Safety& Signs, Inc. Acceptance of this quote is acceptance of these provisions which shall prevail if in conflict with any other documents. • +v.ao rAX senT.aso2pA Emnwv TRtICKTNG* (aJ001/001 5 Alhambra Valley Road Bridge W P.O. BOX 525, UNION CITY, CA 94587 Phone. 510 733-9100/Fax.3510 733_9400 DBE, MeE, WBE H0URI YJ E _PEr O Ni Wark will be ehe saint char as w3eekda s with six pours minimum :NVMMAY SATORDAY SEIMDA` SUPER DUMPS' $95.00 $97.00 $ipp.G0D TRANSFERS $Z'LV $94,00 $98.00 3AXLf TE/1 �f�'HEELER $80..0083 :` Sap Wr6ffSIDES $95.00 j $97.00 $IOQ 00 5 AXLE sEMrBorrOMs $8800 $92,ao $95.00 5AXLESENT END DUMPS $498.000 $92,0093,00 Available um sites Hayward Fremont San Jose Half Moon Bay Livermore Tracy Fairfield Oakley Crockett Please note 1pat"w sitar are subject to change Feel free en contact us jot disparal of any kited of construction materials. THANK YOU FOR YOUR BUSINESS! P. 510 733-9100 F. 510 733-9600 t G. L .fl 00 W al b o a v V .N v 9 o a 3N aa w V U r rwti d o, 4' 3 A x u X U O mo a N tl OA a zas CL a = a0 (� b .a zIn � 0 5 a � a Z H u cJ W QwU m C o O d '"� Z LU N ix- 4 C4 U U U U N Z ..7 W • U � C00Ij 9NI}1DMIL AXON003 0096CCLOTS Xb3 TS:ZT SOOZ/ZO/L' N N 0 0 0 � u N O m O Q L, V CL W, C 06 WL. W W V o N �u V Q � H LT goU zOo °' 4_2 � o ) E M06 C/] 9 0 g U °Q 7 � O a F c a g o 3 u ►. c U U�� a gW) wN •�a L d 00 V !A Q V� • � V S U a N Ftr. •� h � Ut� '^ v¢i �' t Z00z 0096CCLOTS %dd TS:ZT 900Z/ZO/Lt BULL'S-EYE DRILLING 20 Trailside Place, 'Pleasant Hill,CA 94523 Phone: 925-372-5540—Cell: 925-250-1180 PROPOSAL In the State of California, Contractors are required by law to be licensed and regulated by the Contractor's State License Board. Any questions concerning a contractor may be referred to the Registrar of the Board whose address is: Contractor's State License Board, P. 0. Box 26000, Sacramento,California 95826 DATE: JULY 3,2008 SUBMITTED T0: E.E.GILBERT CONSTRUCTION ADDRESS: 155 HOWE ROAD,MARTINEZ,CA 94553 PHONE: (925 228-0317 FAX: (925) 228-0485 JOB NAME: ALHAMBRA VALLEY ROAD PEDESTRIAN BRIDGE,MARTINEZ,JOB#7415100201 WE HEREBY SUBMIT A PROPOSAL FOR THE FOLLOWING: PROPOSAL: DRILL AND CASE 4 SHAFTS,24"DIAMETER, 15'DEEP,AS PER PLANS AND SPECIFICATIONS. BULL'S-EYE DRILLING WILL SET CAGES (SUPPLIED BY OTHERS)AND WILL PULL CASING AFTER POURING. BID DOES NOT INCLUDE THE FOLLOWING: 1) CONCRETE 2) DEWATERING • 3) LAYOUT 4) SPOILS REMOVAL COST: $6,000 PAYMENT TO BE MADE AS FOLLOWS: UPON COMPLETION. All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration of deviation from above specifications involving extra costs will be executed only upon written orders,and will become an extra charge over and above the estimate. All agreements contingent upon strikes,accidents,or delays beyond our control. AUTHORIZED SIGNATURE: NOTE: THIS PROPOSAL MAY BE WITHDRAWN BY US IF OT ACCEPTED WITHIN 30 DAYS. ACCEPTANCE OF PROPOSAL: The above prices, specifications, and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. SIGNATURE DATE 06/26/2008 12:31 92.b28 31 bu f Lnv i cL.n ��-� -• 3363A Sweet Dr. Lafayette,CA 94549 • ���.'��'� `�� 9251283.1205 Phone CONSTRUCTION PRODUCTS INC. 9251283-1607 Fax .Mune 24,2008 Quote 08-221 Project:Alhambra Valley Road Ped Bridge Bids.July 1 .2008 Martinez,CA CONTECH Bridge Solutions Inc. is pleased to offer you the following quote for the above referenced project.. We will design,fabricate and deliver the following: 1 only- 801181 Continental.Bridge,half-through truss,one diagonal per panel,square end verticals,bearings at a.73' elevation difference,fabricated from atmospheric corrosion resistant steel,premium hardwood decking,1/4"x 6"steel toe plate placed 2"above deck,vertical safety tails placed on the outside of the truss to-ptoducc-a- maximum opening of less than 4"to a minimum height of 54",85 psf uniform live load,or on�8,90016 vehicle load,35 psf uniform wind load over the vertical projection of the bridge as if enclosed. Delivered Price to Martinez,CA..............................................................$64,780.00 1 only- Fee for design of concrete bridge abutment and construction drawings signed by a engineer licensed in the State of California............................. ........................... .. 56,500.00 [ ; Attached drawing SKI is preliminary only and is not for construction.The weight of rebar steel shown on drawing is also an estimate only. Assumptions made to create this design must be verfied before final abutment design is created as offered above. Abutment design will be limited to abutments only and docs not include field visits and'inspection,peripheral fencing or drainage. Any changes to site conditions or project plans after • commencement of design process may result in additional fees. The above pricing for bridge does not include any applicable taxes,anchor bolts,foundation design or construction,unloading or erection costs. Fuel surcharge fees will be added to the invoice at the time of shipment. DELIVERY TERMS:FOB—Origin;freight allowed to jobsite.Prices are based on shipment of full truck loads as permitted by applicable laws.Prices include delivery as,agreed,provided place of delivery can be reached by truck and trailer under its own power,with maximum load;otherwise,the final delivery shall be at the expense of the Buyer.The construction of access roads is to be by the Buyer and for Buyer's account.This bridge will be delivered in two sections utilizing field bolted splice connections. The approximate total lifting weight of the bridge is 28,700 lbs. Unless otherwise noted,.Buyer shall furnish the labor and equipment to unload trucks.Any costs related to the postponement or cancellation,by the Buyer,within one week of the agmed upon delivery date,will be at the Buyer's expense,unless prior written approval is obtained from the Seller.Waiting time in excess of one hour and/or cancellation at time of delivery will be charged according to local.rates for equipment and operator. .PAYMENT TERMS all subject to credit approval and WITH NO RETAINAGE: 113 of contract price due at the time the contract is accepted; 1/3 invoiced upon completion of production of the Bridge and associated components;final invoices will be issued at time of shipment of the Bridge.All invoices due net thirty(30)days.A service charge of I Y2%per month will be charged on unpaid balances after the due date,Beginning sixty(60)days atter completion of production,a storage charge of not more than 5%of the selling price per month(or partial month)will be invoiced and due on all unshipped Bridges. Structural drawings will be signed and sealed by a Professional Engineer registered in the State of CA.LWORNIA. Allowable Design Stresses shall be in accordance with the"Standard Specifications for Highway Bridges"latest edition,adopted by the American Association of State(highway and Transportation fficisl QUkS ITO). 0 1 61 5- VVf LVf LVvv b,ra dr rrvvw rr -- — gill z a o 1 H ,,`_le �4 4 F 8 r , srg�q �sb `i CIO b Lr Q .fit .tt•.�• +I ' `0) LU 1 Air a 'v v � L ftt:C uN�.tl•.It Q �+��� it c � W HIM). r .v S All unpainted fabrications will be produced from high strength,low alloy,atmospheric corrosion resistant ASTM A847 cold-formed welded square and rectangular tubing,and ASTM.A588, ASTM A606,or ASTM A242 plate and • structural shapes with a minimum corrosion index of 5.8 per ASTM G l Ol. All costs associated with any special inspection to be borne by purchaser or owner unless specifically listed as included in this letter. CONTECH Bridge Solutions Inc.will provide access to facilities and assist with coordination to accommodate special inspection. The following will be the responsibility of the Buyer: I. All construction surveying,including field measurement and verification of abutments and anchor bolt placement. 2. Design,excavation and construction of bridge foundations. 3. Provide and install all anchor bolts. 4. Unload all trucks delivering CONTECH Bridge Solutions materials. 5. Erection of the bridge. 6. Any costs associated with testing by an independent agency. This Quote will expire 30 days from the date issued unless otherwise noted herein. If Buyer has not requested manufacturing to be started within 120 days from execution of this Quote,Seller reserves the right to adjust pricing due to material cost increases. Should such an adjustment occur,Seller will provide written notice thereof to Buyer. Any price adjustment greater than 2%of the quoted price may be rejected by written notice from the Buyer to Seller. If rejected,Seller reserves the right to manufacture at a 2%increase or cancel the order resulting in the reasonable cancellation charges per the Conditions of Sale. Sincerely, 1�� Ozsr—a� Paul Jacob,PE • Sr. Sales Engineer. If accepted below,this Quote will contractually hind CONTECH Bridge Solutions Inc.("Seller")and ("Buyer"). By signing,dating,and returning this Quote you are hereby agreeing to purchase the structures)described herein,subject to the Conditions of Sale included herein. r (Print Company Name) pate Authori=d Signature (Print Name) p 1, ACCEPTANCE, This quotation is an offer to sell to potential customer(s) 1. PASSAGE OF TITLE. Tille to the productS sate hereunder shall pass uoon BUYER'S RIGHT TO ACCEPT THIS OFFER IS LIMITED TO BUYER'S ASSENT delivery to the carrier at the oolnt of sitIpment. Neither 9uyer nor the consignee TO THE TERMS AND CONDITIONS PRINTED HEREON, AND NO TERMS shall have ttte right to divert or reconsign such shipment to any destinatior ADDITIONAL TO ORDIFFERENTFROMTHOSE IN THIS OFFERARE BINDING other than%verified in the bill of lading without pernlsnion of the Seller. Unless ON SELLER. THERE ARE NO UNDERSTANDINGS,TERMS,CONDITIONS OF otherwise agreed Seller reserves the right to select the mode of transportation. WARRANTIES NOT FULLY EXPRE39ED HEREIN. e. PAYMENTS AND LATE CHARGES ON PAST DUE ACCOUNTS. 9uyer 2. LIMITED WARRANTIES. Seller warrants that it can convey good title to the recresents that Buyer is solvent and car and will pay for the products sold to goods sold under this contract and that they are free of lions and encumbrances. Buyer in accordance with the terms hereof. it Brayer shalt fail to comply with Seller also warrants that the goods sold under this contract are free from defects in any provision or to make aayments in accordance with the terms of this contract material and workmanship for a period of one year after the date of delivery. There or any other contract between 9uyer and Seller.Seller may at its option defer are no warranties, express or implied with respect to products sold hereunder shipments or,without waiving any other nghts it may haw:,terminate this contract which are misused, abused. or operated on mechanical equipment improperly Alf deliveries shalt b4 subject to the approval of Seger's Credit Department. Seller designed or mentioned or which are used,supplied for use or made available for riserves the right.. before melting any delivery, to reauire payment In cash or use in any nuclear application of which Seller has not been notified in,writing by security for payment.and it Buyer tails tc comply with such requirement.Seller Buver at the time of order for the products sold hereunder. SELLER MAKES NO may terminate(his contract. A.tate charge of 1JA%, rnonihry 1,1 MA anri,al rate) OTFIER WARRANTY WHATSOEVER, EXPRESS OR IMPLIED. ALL IMPLIED or the maximum allowed by state law, if less,will be imposed on all cast due WARRANTIES OF MERCHANTABILITY AND ALL IMPLIED WARRANTIES OF accounts. FITNESS FOR ANY PARTICULAR PURPOSE ARE DISCLAIMED BY SELLER AND EXCLUDED FROM THIS CONTRACT 4. TRANSPORTATION CHARGES_ Delivereg prices or prices involving comaetitive,transportation adjustments shalf be subject to acompriate adjustment S. LIMITATION OF BUYER'S REMEDIES AND SELLER'S LIABILITY. Seller's to reflect changes in transportation charges. liability hereunder shag be limned ',a the obligation to repair or replace. only those products proven to have been defective in malenal or workmanship at the 10. CLAIMS BY BUYER. Buyer shall thoroughly Inspect-.roducts sold under time of detivery, or allow credit therefor, at its option. Seller's total cumulative this contract Immediately upon receipt to verify for itseff that they t enform to the liability in any way arising from or pertaining to any product sold or required to specifications of the conlract. Buyer must notify SetferQf clajms for failure or decay be sold under this contract shall NOT in any case exceed the purchase price: in delivery within 30 days after the scheduled delivery date. Buyer must noilly paid by Buyer for such products. IN NO EVENT SHALL SELLER HAVE ANY Seller of any claims for nonconforming or defective goods w.ilhln 30 days aver tete LIABILITY FOR COMMERCIAL LOSS,LOST PROFITS,CLAIMS FOR LABOR, ronconformity or defect was or should have bean discovered. In addition.Seller OR CONSEQUENTIAL OR INCIDENTAL DAMAGES OF ANY TYPE.WHETHER must be diver or. opportunity to investigate the claire before Buyer disposes of BUYER'S CLAIM BE BASED IN CONTRACT, TORT, WARRANTY, STRICT the rnatana►.or else Buyer's daim wit be carred. Seller shall Incur no liability for LIABILITY, NEGLIGENCE, OR OTHERWISE. IT IS EXPRESSLY AGREED damage,shortages,or other cause alleged to have occurred or existed at or prior RTBUYER'SREMEDIES EXPRESSED IN THIS PARAGRAPH ARE BUYER'S to delivery to the carrier unress the Buyer shall have entered fug details thereof E AND EXCLUSIVE REMEDIES, on its receipt to the carrier. 4, LIMITATfON OF BUYER'S REMEDIES AND SELLER'S LIABILITY 11, MECHANICAL PROPERTIES,- CHEMICAL ANALYSES. Data referring to FOR FAILURE OR DELAY IN DELIVERY. NO DELIVERY DATES ARE mechanical properties or chemical analysis are we result of tests performed on GUARANTEED. BUYER'S SOLE AND EXCLUSIVE REMEDIES AND SELLER'S specknens obtained from specific locations of the prvduct(.)in accordance with ONLY LIABILITY FOR ANY DELAY IN DELIVERY SHALL BE LIMITED AS Si:T prescribed samaling procedure's, any warranty thereof is limited to the values FORTH IN PARAGRAPH 3 OF THIS CONTRACT obtained at such locatiarm and by such prorodures. There is no warrarty with S. FORCE MAJEURE. In any event and in addition to all other limitations stated respect to values of the naterla►s at other locations. herein. Seller shall not be liable for any act, omission, result or consequence. 12. PATENTS. Seller shall Indemnify Buyer against attorneys' fees and any including but not limited to any delay in delivery or performance which is(i)Clue damages or costi awarded against Buyer it the event any legal eroceeding is to any act of God,the perforntance of any government order, any order bearing brought against 9uyer by a third person claiming the material detiverad hereunder priority rating or order placed under any allocation program (mandatory or in itself ccirrstffttes art intrirtrement of ary U.S. patent, provided Buyer gives voluntary)established pursuant to law. local labor shortage, fire,flood or other Seller pronpi rotice of any such suit being brought.gives Setter the opporhmity casualty , governmental regulation or requirement. shortage or failure or raw to aefend any such suit, and coeaerates with Seiler with respect to any such material,supply.fuel, power or transportation. breakdown of equipment. or any aerense; urli;ss the material is made In accordance with material deSigr*c, or cause beyond Seller's reasonable control whether of similar or dissimilar nature specficatnns reoulred by Buyer, in which case Buyer shall similarly indemnity (a those above enumerated.or(1►)due to any strike.labor dispute,or difference Seller. with workers,regardless of whether or not Seller's is capable of settling any such labor problem T3. PERMISSIBLE VARIATIONS. The products sold hereunder shah be subject S. BUYER'S OBLIGATION TO PASS ON LIMITATION OR WARRANTIES r4N0 to Seller's standard marufactutirg variations,tolerances and classillcadons. REMEDIES. In order to protect Seller against claims by Buyer's buyer,if Buyer 14.TECHNICAL ADVICE.Buyer represents that it has made its own independent resells any of the goods purchased under this agreement. Buyer shall include determination that the products it is purchasing under this contract meet the design the language contained in paragraphs 2 and 3 of this agreement, dealing with requirements at Buyer's pmject and are suitable tot Buyer's Mtend?d avplicalion. Seller's lirrutations of warranties and remedies,in an enforceable agreement with Buyer further rerreserts that it has not relied in any respect on any written or oral Buyer's buyer.or otherwise include language in an enforceable agreement with stalartenls or advice from seller,other than the standard product specifications its buyer that makes Seller's limilation of warranties and remedies binding on set forth r the mast rec%nt add-Nior of Seger's pubt1shed pr-sduct brochures,ir. its buyer. Buyer shall also include a provision in its agreement with its buyer making;hat determiradon. applying Ohio law to any Bairns its buyer might assert against Seller with respect to_gtiaft-ft -by-Seler-ar-tdreauinrtg-itR-b-try_eLto_br_irtg_artouch_achony,5.TAXES 1t-tins--proposal-includes Aimrsmine-labor to install-product. against Seller either in federal district court in Cincinnati. Ohio or the common applicable use ta.rces have been included it the ohces quoted However,no other pleas court for Butler County.Ohio. Buyer shall defend.indemnify and hold Seller lax imposed in reseed or the sate d to products sold hereumer is included fr ,Wyllois from any and all claims.causes of action;damages,losses or expenses any auo(anon by Seller Any tall shall be added and paid by 8uye►as part of the ing reasonable attorneys' fear.) that Sefler incurs by reason of Buyer's purchase price, c1' o-' -5- 4 f6. BUYER'S RIGHT OF TERMINATION. Buyer may lenrinate this contract in 20 PERIOD OF LIMITATIONS. Buye-arrd Seale-agree that any action by Buyer whole or in earl upon notice in wrilirrq;o Sutler. Seiler shall thereupon cease work against Seller'.or a breach of this con'ract, including any action for beach of and transfer to Buyer title to al completed and partia+ly,completed oroducts and warranty..or otherwise in connection with the goods:old under this cent-ad,must to any raw materiais or supplies acquired by SNIT especially for the purpose of be corn-tensed by Bvyer awrnst Seller wOh in one year oke•the cause of action performing this,contract,and Buyer s►naH pay Seller'he sum of the foliewin g: ;1} therefore accrues. the oortract price for all oroducts which have been completed prior to Oer-ninati�n. (2);he cost Io"elle•of the material or work in processas shown on the books of 21. CONFLICTING PROWSIONS OFFERED BY BUYER. Any terms and Seller in accordance wilh the accounting practice consistently-naintained by Seller condylions of any pu-chase order or o*e• mstrumert issued by the Buyer, in plus a reasonable profit thereon,but it no event more than the ccinl►acl vice, 'J" connecl+or with'he subjeci.matter of this document.which are in addition to or the cost f.o.b.Seller's plant of materials and supplies acquired especially for the inconsrtent with the to-ms and roriddiors expressed herein wl not be binding purpose of perforinma this contact_and(41 reasonable cancellation charges,if on Sellr in any matter whatsoever unless accepted by Weer in writing. any,paid by Seller on account of any comr-utrnerdfsj made hertuede►. 72. SEVER/1BItITY. In case any provisror. of this centras shall be declared 11. SELLER'S RIGHT OF TERMINATION. In addition;o 'he other rights of invalid, (legal or unenforceable, the validity, legality and anfo"abilry of t'te termination provided for in this concoct,and if this cont-eat i, Inade ptrsvant re mainina provision shah not in anv way be affected or imoei►ed. to any govro7mr-al rule o•regulation.plan,order or other di-ectm'e, upon the termination theme,".Seller shall have the oo;ion of canceling this eortract it w9ole, 23. APPLICABLE LAW, This con;►aU shat'be governed by.and construed and or in Cart, enforced in accordance weth. 'he laws of the State of Ohio Buyer and Seller specifically ag-ee that.ary legal action brought relating to this contract will be 18. WAIVER. Failure or inabirny of either party to enforce any rah•,hereundr b-ouahl and tied in the federal d�stricl court in Cincmrati.Oh!o,or, n the absence char not waive eny fight in respect to any other or future rights or occurrence;. of tunsdict�on the Bailer County Cou-1 of Commor Pleas in Narrilbn,Ohio, REV. 1110,6 19. DELIVERY. 'Jnless otherwise agreed to in writing by:h.-Willer,the Suyer hereby sprees to take deiiver/0 She r.atenals tin INs orde,wilhir the later of thirty i3U)days after the wanted dale shown or, the face of+e order o-within thirty, 130)daysafter notification,oral or written,that the mare-rials are ready for shin-nett Ir the event;hat the Buyer does not arrange to take delivery of the metenals in accordance with thm C:ointrad Seller,at N.ler's owion,may: (a) irvoice the Swyer for the materials less'reiaM if applicable:,more'he material ir: Seller's yard for a period not;e exceed sixty(bt})days from the date of irvoice;charge a storage fee not;o exceed-'%pr-month or"rection;hereat of the selling price of the shred-natenals;add any aoplicable price increases � sted on the face of the order; charge for any repa,r work ;o protective oatings harried by weathering while such materia' +s being stored, and harge apokable Freight when Shipment to Ste Buye-is made. Materials remaining in storage after artly(00)days from the invoice date shall become the property of the Seller for diapositron at the Seller's d;scretion. M that event.Swyer shall not be Fable for the noise once of the materials.but shall be r:able for the voray_fee and any repair v►-j-k to protective coatings.or (b) caricel the order and irvoice the Buyer for cancetlatmn charges;which Shan be 25%of the selling price of the ma6erials if the materials are standard, ir•2tock material, or the toll selling price if the materials are special or nonstandwd in nature and were especially fabricated for the Buyer. 1 07/02/2008 12;51 FAX 51073 9600 ECONOMY TRUCKING Z001 ..ui _.A-le- euud 8: 05RM EE GILBERT CONSTRUCTION I 925 228 0485 p. 2 Contra Costa County OUTREACH PROGRAM . Affumative Action Office 651 Pine Street,Martina,CA 94553 (925)335-1045 Fax(925)646-1353 LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR!SUPPLIER!A ANUF'ACI'URER/TRUCKER/SUBCONSULTANT Name of prime Contractor Name of Project TO ` Projoct Number The undersigned is a(check ane): Sole proprietorship Corporation Limited Liability ---- Partnership Joint Venture Check the following which may apply. MSE WDE SHE LRE Subcontractoir _ Subcontr-actot _ Subcontractor Subcontractor Supplier Supplier Supplier Supplier _ Manufactum- _ Manufacturer _ Manufacturrr Manufactuncr �T'rueker —L-'Trucker TZ krueker _ Trucker, • _ Other _ — Other _ Other Other Describe Describe Describe Descnbe None of the Above Apply The undersigned is prepared to perform the following described work in connection with theabove project (specnfY in detail the particular work items or parts thereof to be performed): To Ann t Did to Prime Contractor: $ VNhurV",re �y Qq�eS a o Position Title Date Name of Person Completing this Form LQLnnY1Atd r1�,��: Iry % 510- —1163-- glbe Company Nam Phone Number Re+risod Elfoctivr 6/3/7000 Fax Number 11 Jul 01 2008 3: 34PN EE GILBERT CONSTRUCTION 1 925 228 0485 P. 2 • Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pinc Street,Martinez,CA 94553 (925)335-1045 Fax(925)646-1353 LETT ER OF INTENT TO PERFORM AS A SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCXMSUBCONSULTANT Name of Prime Contractor Name of Project Project Number .Tle undersigned is a(check one): Sole proprietorship _ Corporation _ Limited Liability Partaerahip Joint'Venture Check the following which may apply. MBE W13E BBE LBL _ Subcontractm Subcontractor Subcontractor _ Subcontractor _ Supplier X Supplier _ Supplier _ Supplier • — Manufacturer = Manufacturer - Manufacture' = Manufactuucr Trucker Trucker Trucker Tnwker _ Other Other _ Other_ ___ Other Describe Describe I)escnbe Deunbc Nene of the Above Apply Th,e 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 d t rime Contractor. -7- 1-OV gnature Position Title Date Name of Person CoinpletiQ this Form Company Nameonc;Number r97 . n u 4 SY _ ax Number Rt*imd Effe_dve 6/3/2000 11 1 NO 86G0 Z5Z SZ6 'IN XVJ WgSllld DND Wd 8010 3N1 8002-10- FROM :Harold Hutson Construction FAX NO. :1-925-370-6600 Jul. 03 200B 02:02PM P2 Jul 01 2608 3; 30PM EE GILBERT CONSTRUCTION 1 925 228 0485 _. P-2 Cootm Costa County OUTREACH PROGRAM t • Aftmative Action Orrice 651 Pine Street,MwtjVA*,CA 94553 (925)335-104.3 FaX(925)64&1353 LETTER OFIIV7Elll'T rO PERFORM AS A 3LW0NTRACT0R/SUPP'LIER/P4ANUFAC>['MR/'r"CKE.R/SUBCONSULTANT -�- �- Name of Cont w(or Name-'-of i7n' � _'�n.L��'� —tAGI 3 Project Number The undersigned is a(chock one): SoloPropr'etorm* Corporation Limited Liability Partnership _ Joint Ventm Cheek the Mowing which may apply. 11432 WDE SIR LRE Subcontractor — Subcontractor Sabconhaator — Subconractor — Supplier _ supplier _ Supplier _ Svpplicr — Manufooturer _ Manufacturer — Mam6dum _ ac'nror anuf — Trucker _ Trwut — Tracker M _ anufr — Other — Other — Other Other D"Min Describe bes=lbe Deect�be • _None of the Abuve Apply The undersigned is greporcd to perfodm the following described work in connection with the aboiv project (gpooify in detail the Wieular work it=5 ' .Or Parra thereof to be performed): TojW Amount Bid Prime Cowmetor. S (n,1 d n ,, c U � .� C 2__ signowe II '' Position Title Date _P(,k.r"O[ J M(U T S o n Name of Person Complcttng this Forth Coutptrtty Name Phone Number Fax Number P.virad Bflierw i/3/2000 11 07.'02/2008 09:03 FAX 5107339600 ECONOMY TRUCI{ING 19001 Jul 02 2008 8: oSRM EE GIt_BERT CONSTRUCTION I 925 228 0485 p. 2 CONTRA COSTA COUNTY RECEIVED Contra Costa County • OUTREACH PROGRAM JUL 0 3 2008 A.ffirt:aetive Action Officc 651 Pine Stxect,Martinez, CA 94553 AFFIRMATIVE ACTION (925)335-1045 Fax(925)646-1353 OFFICE LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR/SUPPLIER f MANUFACTURER/TRUCKER/SUBCONSULTANT Name of Prime Contractor � Name of Project � `fp Project Number The undersigned is a(check one): Sole proprietorship Corporation Limited Liability -- Partnership Joint Venture Check the following which may apply. MBE WBE SSE LSE _ Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor ` Supplier Supplier Supplier _ Supplier _ Manufaeturur- _ Manufacnmar _ Manufacturer _ Manufacturer • Trucker l/Trucker .��['rucker Trucker — Other Other — Descri>:�c � ,... Other � Other Descnbe Describo Dcscri`be None of the Above Apply The undersigned is prepared to perform the following described work mi cotwection with the above project (Specify in detail the particular work itmu ,or parts thereof to be performed); To Amo t Bid to ?rime Contmctor. $ � a Position Title ate Name of Person Completing this Form �r19�n�)Y1n��1 Compa y Namc l0- c N _ Io0 ---._ Phone Number Rcv;,ti Effcct;.e 913a000 Fax Number • 1]