Loading...
HomeMy WebLinkAboutMINUTES - 07102001 - C.1 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA C• • Adopted this Order on July 10, 2001, by the following vote: AYES: SUPERVISORS GIOIA, DESAULNIER, GLOVER, GERBER AND UILKEMA NOES: NONE ABSENT: NONE ABSTAIN: NONE SUBJECT: Award of Contract for Withers Avenue Headwall Repair Project, Pleasant Hill area Project No. 0672-6U2519-01 Bidder Total Amount Bond Amounts Norman B. Houge, Inc. $224,332.50 Payment: 780 Union Avenue $224,332.50 Campbell, CA 95008 Performance: $224,332.50 A.J.Vasconi General Engineering Concord, CA McGuire and Hester Oakland, CA The above-captioned project and the plans and specifications therefor having been previously approved, and bids having been duly invited and received by the Public Works Director on June 12, 2001; 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 having been made available to any interested party upon request; The bidder listed first above, Norman B. Houge, Inc. ("Houge"), having submitted the lowest responsive and responsible bid, which is $10,668.00 less than the next lowest bid; and The Board having evaluated all of the documentation of good faith effort by Houge to comply with the requirements of the County's Outreach Program; and The Public Works Director recommending that the project is necessary to repair a damaged headwall and culvert, which need immediate replacement to avoid potential wall collapse, road closure, and widespread flooding, and to widen the shoulders on the County road above the headwall to increase safety and to match the alignment of the remaining portions of Withers Avenue, and further recommending that it is urgent that the construction commence as soon as possible, in order to allow completion of the work prior to the winter rains and prior to expiration of the October 15 deadline set by the California Department of Fish and Game for work to be performed in creeks, and further recommending that the bid submitted by Houge is the lowest responsive and responsible bid, and this Board concurring and so finding; NOW, THEREFORE, the Board finds, determines and orders as follows: The Board DETERMINES that Houge, as the lowest responsive and responsible bidder, has documented an adequate good faith effort, pursuant to the specifications for this project, to comply with the requirements of the County's Outreach Program, and the Board WAIVES any irregularities in such compliance, and FURTHER DETERMINES that Houge has complied with the Mandatory Subcontracting Minimum (MSM) requirement, and the Board FURTHER WAIVES any irregularities in the documentation of such compliance; and . 1 4 I AWARD OF CONTRACT FOR WITHERS AVENUE HEADWALL July 10, 2001 REPAIR PROJECT, PLEASANT HILL AREA The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Houge 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 Public Works Director shall prepare the contract therefor; 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 Public Works Director has reviewed and found them to be sufficient, the Public Works Director 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 Public Works Director, 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 Public Works Director or his 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 Public Works Director or his designee; and Pursuant to Labor Code Section 6705, the Board FURTHER DELEGATES to the Public Works Director 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 Houge be invalidated for any reason, the Board would not in any event have awarded the contract to any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from reawarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract or fails to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107). Contact: Michael Carlson, (925) 313-2321 Orig. Dept: PW-Const. I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF AN cc: Public Works Department ACTION TAKEN AND ENTERED ON THE - Construction Division MINUTES OF THE BOARD OF - Accounting SUPERVISORS ON THE DATE SHOWN - Design JULY 10, 2001 County Counsel ATTESTED: John Sweeten, Clerk of the Auditor-Controller Board of Supervisors and County Contractor (via Const. Div.) Administrator Surety (via Const. Div.) By De uty 6lerk -2- County of Contra Costa OFFICE OF THE COUNTY ADMINISTRATOR MEMORANDUM DATE: June 28, 2001 TO: Board of Supervisors FROM: Emma Kuevor 41LR�� Affirmative Action Officer SUBJECT: Withers Avenue Headwall Repair Attached for your review and consideration is the documentation of good faith effort submitted by the low bidder, Norman B. Hauge, Inc. cc: Scott Tandy, Chief Assistant County Administrator Silvano Marchesi, County Counsel Maurice Shiu, Director Public Works Department A:bdltrwithersaveheadwallrepair f ' WITHERS AVENUE HEADWALL REPAIR PROJECT NO. 0672-6U2519-01 Bids Due: June 12, 2001 To the Board of Supervisors of Contra Costa County Martinez, California PROPOSAL FOR WITHERS AVENUE HEADWALL REPAIR Name of bidder Business addre o`1'.C� @jL CG `1�;�500 Mailing address ' �� �,n�1�� �� � C.� Business Phone Fax Number 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 2L] 332. si (Insert total) and the following being the unit prices bid, to wit: Item Bid Item Description Unit Quantity Unit Price (in Total (in No. Figures) Figures) 1 Construction Area Signs LS 1 2 Traffic Control System LS 1 $gid rjOQ o 3 Temporary Fence (ESA) M 60 °� � © 4 Temporary Fence (Type CL-1.8) M 48 �\ - �i rj��� .fz 5 Remove Concrete LS 1 9555--5 &5,ebl 5 6 Relocate Fence M 10 % \ �jC7 •b 7 Clearing & Grubbing LS 1 \5%3O,o rj non . 8 Water Control LS 1 -j r 9 Roadway Excavation (F) M3 32 �(ar7•n% a,�J 'c�,C7� dg 10 Imported Borrow M3 15 �Oq�� �-- x,35 ° 11 Class 2 Aggregate Base TONNE 55 g� i 1-1150 , 12 Asphalt Concrete (Type B, 12.5mm max) TONNE 20 13 Furnish Steel Piling M 122ob 2 S70 14 600 mm CIDH Piling M 76 25- ' 15 Structural Concrete (Panel) M2 69 cro 16 Structural Concrete (Type 6B Ret. Wall) M2 7 C� 17 Structural Concrete (Box Culvert) M3 6 2 (3 -7V n 18 Bar Reinforcing Steel (F) KG 1370 S100 10 Rock Slope Protection (1/4T, Method B) \ 19 TONNE 27 � , 20 Chain Link Fence (Type CL-1.2) M 17 9 i 21 Metal Beam Guard Rail (Wood Post) M 30 �j©� 22 Terminal Anchor Assembly (Type SFT) EA 3 ��� QOM10 23 Terminal Section (Type C) EA 3 \c) Q 24 Terminal System (Type ET) EA 1 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. Vl � 'o 0 0 w i o ONO Cd E o19— E13ell o J .00 1 a a� y Gh ° UQ CA � 5 a The statement of prevailing wages appearing in the Equipment Rental Rates and General Prevailing Wage Rates is hereby specifically referred to and by this reference is made a part of this contract. 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 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. In case of a discrepancy between unit prices and totals, the unit prices shall prevail. For lump sum (LS) items, the total shall prevail. 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 fifty 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 fail 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, within seven (7) days, not including Sundays, after the bidder has received notice from the Board of Supervisors that the contract is ready for signature, the Board of Supervisors may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of such security accompanying this proposal shall operate and the same shall be the property of the Agency. 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.County.anticipated levels of MBE Participation: 14% WBE Participation: 6% i The bidder is required to subcontract the following minimum percentage of its bid: Mandatory Subcontracting 22 % Minimum (MSM) Requirement NOTE: Outreach Program information and/or assistance may be obtained through the County's Affirmative Action Office at (925) 335-1045. I I I I I PROPOSAL (CONT 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 individu&state first and 1 t name in full. C3Gvir� , Licensed to do or subcontract all classes of work involved in th�ct, in acco dance with an act providin for the registration of contractors, License No. �J . Class: (Expires 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: VI (Signature of Bidder) Business address &(;�Q C 1 Place of residence Date(SN 20 (Z) "NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY )DER AND SUBMITTED WITH BID being first duly sworn, deposes and says (Name) that he or she is� �� of (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." (Signature of Bidder) State of California ) ACKNOWLEDGEMENT (By Individual, Partnership or County of5;f�vr.� QP-& )ss Corporation) The person /I s) signing above for IORn1VU, hfO(?Gt—­� .- known to me individual and business capacities as stated, personally appeared before me today and acknowledged that he/shelthey 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) D06'0Q0d°O o TOM ARNOLD •- Comm.No.1166252 n cun) � NOTARY PUBLIC•CALIFORNIA Cl) Q � f SANTA CLARA COUNTY 0 My Commission Expires December 21, 2001 PROPOSAL CONT. AND REPAIR AGREEMENT T k k (Agency): The r ' ned agrees to repair and/or replace all improvem is installed as part of Withers Avenue Headwall Repair 0672-6U2519-01 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. (Company Name) (Authorized Signature) (Print Name) Date: �O GAGrpDataU�esign\C SPEC RO SAUMAMT.doc 7/30/98 not X1I-11Udl ii: 15 41Ja:�I I3565 NORMAN B HOUGE PAGE 03 PROPOSAL IC-Q2.....,J SAMPLE BED BOND Bona No. KNOW ALL BY THESE PRESENTS: That we, NORMAN B. HOUGE, INC. as Principal, and FIDELITY AND GUARANTY INSURANCE COMPANY a corporation organized and existing under the laws of the State of IOWA 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 den 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, adrnimistrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for WITHERS AVENUE HEADWALL REPAIR 0672-6U2519-01 (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 contact and give such bored, 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 12THEay of JUNE 20 01 (SEAL) (SEAL) NORMAN B. ROUGE, INC. FIDELITY AND GUARANTY INSURANCE COMPANY -- (Principal) (Surety) 3 By: . (Signature) (SiJa JODY JOHNSONRNEY—IN—FACT (SEAL.,AND ACKNOWLEDGNC�NT OF NOTARY) g:�4ceigiiNct3pm\informal\aampbid.bnd 11-18-95 California All Purpose Acknowledgment State of California County of San Mateo On June 12, 2001 , before me, Jean L. Neu, Notary Public Date Name Et Title of Officer/Notary personally appeared Jody A. Johnson Names(s)of Signers(s) personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on .the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. JEAN L.NEU CD • .r COMM. #1166282 SID., NOTARY PUBLIC-CALIFORNIA :b SANTA CLARA COUNTY My Comm.Expires Doe 21,2001 Notary Public OPT/OVAL ---- (The information below is not required by law) Description of Attached Document Title/type of Document Date of Document No. of Pages Other Signer(s) h:\docs\surety\forms\notary.doc . 1 r m@ �u' POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company Power of Attorney No. 22355 Certificate No. 814575- KNOW •u•-4vKNOW ALI,MEN BY THESE,PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and 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,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the Stale of Iowa, and that Fidelity and Guaranty 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 Mark Roppo,James B.Shea,Katherine G.Zerounian,Erin Bautista,Jeff Prevost,Jody A.Johnson and Jean L.Neu Redwood City California of the City of ,State. ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings r guu''eta or e�tted in any actions or proceedings allowed by law. V. IN�VI1'NF:SS WHEREOF,the Companies have caused this in� � ®egged- eale¢tt6 Wited l ltll day of Janu= SQL. Serboard Surety Company States Fidelity and Guaranty Company St.Paul Fire and Marine Insuran om ny J Fidelity and Guaranty Insurance Company St.Paul Guardian InsuranpnJ Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul MercuryInsurance o � SWErY � .*N 'NrG Jqa.ixSUq' w 0 Y - . 1 li�- A"(,v O* � � #• Q'I��VOR��f T V:'c0R�09gT�P V 1927 3e°�°au e( tJOHN F.PHINNEY,Vice President � 4� QAl ��`EAL�ao� 'o\B1LL� 896 y977 . AIN N State of Maryland City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary On this 11th. day of January _, 9,01_ , before me, the undersigned officer, personally appeared John F. Phinney and Thomas E. Huibregtse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St. Paul Fire and Marine Insurance Company,St.Paul Guardian insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. �m '0,In Witness Whereof,I hereunto set my hand and official seal. �aARY UC My Commission expires the 13th day of July,2002. �'Lp O REBECCA EASLEY-ONOKALA,Notary Public gfc�r� 86203 Rev.7-2000 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surely Company,St.Paul Fire and Marine insurance Company, St. Patti Guardian Insurance Company,St. Pawl Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,inc.on September 2, 1998,which resolutions are now in full force and effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant ler a Power of Attomey issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any 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 foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attorney or certificate 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 validly attached;and RESOLVED FURTHER,that Attomey(s)-in-Fact shall have the power and authority,and,in any case,subject to the terms and limitations of the Power of Attorney issued thrtn,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an I Executive Officer and sealed and attested to by the Secretary of the Company. 1,Thomas E.Huibregtse,Assistant Secretary of Seaboard Surety Company,St. Paul Fire and Marine insurance Company,St. Patti Guardian Insurance Company, St.Paul Mercury insurance Company,United States.Fidelity and Guaranty Company,Fidelity acid Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force i and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this 12th day of .Tune 2001 I w: swrry p ,M_�S p•, Uq� r / �'. itAL tet.SEIILio'! a SH,iL; :n ism ��� �a * �'s.,,x+a+l >` "•''c ��q[J A91fi'- i p Thomas r.Huibregtse,Assistant Secretary To verify the authenticity of this Power of Attorney,call 1-800-4�2�1,•j and a5 +o1heti7e'6 A#dPaey clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to whicRlt7t p 10 I I State. of California RIGHT THUMBPRINT(Optional) County Of Santa Clara On June 12, 2001 before me, Tom Arnold (DATE) (NAME/TITLE OF OFFICER-i.e.'JANE DOE,NOTARY PUBUC'1 e c personally appeared David A Houge----- ° INAME(S)OF SIGNER(S)) CAPACITY CLAIMED BY SIGNER(S) ❑INDIVIDUALIS) INCORPORATE Vice President ❑ personally known to me -OR- ® proved to me on the OFFICER(S) basis of satisfactory (FITtr:sl evidence to be the ❑PARTNER(S) ❑LIMITED person(s)whose name(s) ❑GENERAL is/are subscribed to the ❑ATTORNEY IN FACT. within instrument and ❑TRUSTEE(S) acknowledged to me that ❑GUARDIAN/CONSERVATOR he/she/they executed the OOTHER: same in his/her/their authorized capacity(ies), SIGNER IS REPRESENTING: and that by his/her/their signature(s) on the (Name of Persons)or Entity(ies) TOM ARNOLD instrument the person(s), Comm.No.1166252 n or the entity upon behalf fU mom, NOTARY PUBLIC-CALIFORNIA cn of which the person(s) M acted, executed the SANTA a 1v1y Commission Expires instrument. December 21,2001 RIGHT THUMBPRINT(Optional) Witness my hand and official seal. (SEAL) C L _ 2 (SIGNATURE OF.NOTARY) CAPACITY CLAIMED BY SIGNERIS) ❑INDIVIDUAL(S) ❑CORPORATE ATTENTION NOTARY OFFICER(S) The information requested below and in the column to the right is OPTIONAL. (TITLES) Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any ❑PARTNER(S) :❑LIMITED unauthorized document. OGENERAL Sample Bid Bond ❑ATTORNEY IN FACT THIS CERTIFICATE' Title or Type of Document p ❑.TRUSTEE(S) MUST BE ATTACHED ❑GUARDIAN/CONSERVATOR TO THE DOCUMENT Number of Pages -1- Date of Document June 129 2001 ❑OTHER: DESCRIBED AT RIGHT: Signerls)Other Than Named Above Jody A Johnson SIGNER IS REPRESENTING: (Name of Person(sl or Entitylies) WOLCOTTS FORM 83237 Rev.3.94 Iprice tips 8.2A) 1994 WOLCOTTS FORMS,INC. . ALL PURPOSE ACKNOWLEDGMENT FOR CALIFORNIA WITH SIGNER CAPACITY/REPRESENTATION/TWO FINGERPRINTS Il�ll�lll I II I III I II 7 67775 63237 a Jin-12-01 11 : 59A 06/12/2P.O1001 11:00 4083/i -jib �nx-, N.. L -wu i PR WSAI.(CONT.) Contra Cost+►County OUTREACH PROGRAM Af irmative Action Office 651 Pine Street,Maitinwz CA 94553 (925)335-1045 i:a:c(925)646-1353 LETTER OF INTENT i . TO PERFORM AS A SUBCONTRACTOR/SUPPLIER/MANUFACTURER/ TRUCI:ER/SUBCONSULTAN r Name of Primeactor Natite of Pro�eel Project Number T,he undersigned is a(check one): \ Sole proprietorship �`_ Corporation _ Limited Liability Partnership JOittt venture Check the following which may apply. MY_ � .WBIr SBE LBE Subcontractor Subcontractor Subcontractot _ Subcontractor Supplier Supplier Supplier _ Supplier Manufacturer Manufacturer Manufacturer Manufacturer Trucker _ Truckci _ Trucker Trucker _,. Other _ Other Other Other Describe Describe Describe Oescribe None of The Above Apply The undersigned is prepared to perform the following described work in connoction with tht above proje (specify, inn detail the pa 'cular wo ..ire s or parts thereof to be perform d): J Total Amount Bid to Prime Contractor.$ j- �� Signature Position Title Date Nude of Person Completing this Form company Nam ��i •,•�.••`i_ ��"�• "� jVumber a:tictnu►txsi��crsOEc+rRopoSal.�la;�.d.eo� fax Number Revised E$4dive W/2000 ,Sent/By: Oliveira Fence; 408 727 2690; Jun-12-Oi 11 :36; Page 1 /1 UU/1 t�LGt7j i l:n ,4f7ti:t^ 1586 , KIRMAN S HOWj PAGE 01/01 1 RO CO Contra Costa county OUTREACH PROGRAM �v Af im ativt;Action Office 651 Fipe Street, Martiaez, CA 94553 (925) 335-1045 Fax(925)646-1353 LE ER OF INTENT To PERFORM AS A SUBCONTRACTOR/SUPPLrER/MANUFACTURER l 'CKER/SUB CONSULTANT Nano a Contractor Name f Fro}cct r Project Num r The uni Ictsigned is a(check one): Solo proprietorship Corporation Limited liability Partnership _ Joint Venture Check a following WN may apply. AIBE WBE SBE UBE Subcontractor Subcontractor Subcontractor Subcontractor . Supplier _ Supplier ` Supplier Supplier Manufacturer _ Manufacturer Manufacturer _ Manufacturer Trucker , Truckee _ Trucker _ Trucker _ Other _ Other _ Otber Other Describe Describe Describe Describe one of the Above Apply The undersigned is prepared to perforin thle folloNvinlg described work in connection wtrh the above project (sp cify m detail articular work s or parA titer o be performed): N Mel 1 A ount Aid to Prime oatractor:S_ CA turPosit .t Title ate e i erson Comple ' this Fo c �K Compan Name Phone Number �L��(��6 Fax Number o_toMDsta iSoICTSPEC\PROPOSALItaifl1c t.dot Roind 8M Iva M12000 VV-.:3Z01 14:39 4083773586 NORMAN B HOUGE PAGE 01 cpti51'RUCTION,INC Norman B.Houge,Inc. 780 Un loll Av erwe Campbell. CA 95009 �a�An cN Baa Fax Cover Sheet To: Fro l�iormanc B. aunt: Phone: Phone: (408) 377-0727 RaJj ,`'� �' Fax: (4081 377-35$6 CC: Number of pages including cover sheet: _titessabe 0 L`rgerlt For Your Review ❑ Reply ASAP 0 Please Comment ' ` t C,b 780 Union Avenue, Campbell, CA 950OS-55E39 OrYGECE: (406) 377-0727 Fax: C408) 377-3586 06/14/2001 14:39 4083773586 NORMAN B HOUGE PAGE 02 COpSIRU TION,INC. pAVg17NG•GRApIt Tune 14, 2001 Contra Costa County Public Works Dept. 255 Glacier Dr. Martinez, Ca. 94553 Attn: Richard Bruno Re: Minority Requirements For The Withers Avenue Improvements and Headwall Repair: INDICATOR LEVELS POINTS 1) LEVELOF FANTICIPATED MBE/WBE PARTICIPAITION 0 2) ATTENDED PRE-BID MEETING 0 3) SUFFICIENT WORK.INDENTIFIED FOR SUBS 0 4) ADERTISEMENT 0 .5) WRITTEN NOTICES TO SUBCONTRACTORS 0 6) FOLLOW-UP ON INITIAL SOLICITION 10 7) PLANS, SPECIFICATIONS AND REQUIREMENTS 0 8) CONTACTED ORGANIZATIONS (RECUITMENT/PLACEMENT 0 9) NEGOTIABLE GOOD FAITH 26 1.0)BON.D.LINESOF CREDT.AND INSURANCE ASSISTANCE 0 780 Union Avenue, Campbell, CA 95008-5589 OFFICE: (408) 377-0797 FAX: (40B) 377-3586 06/14/2001 14:39 4083773586 NORMAN B HOUGE PAGE 03 N�R<1M1AN B. HOl/(;,, CaNSTRUCTION,11VC 'ITEM NO. 6 FOLLOW-UP ON INITIAL SOLICITATION CaWHIG,GAA��t� A.) OLIVEIRA FENCE,INC. CALLED DEBBIE MARCH 6,2110 B) CJC TRUCKING INC. CALLED ANTHONY ON MARCH 6,2001 C) ABSL CONSTRUCTION CALLED SEBASTIAN SOLANA 6-6-01 D) J.J. RE-BAR CORP. CALLED JOSEPH SKOKAN 6-6-01 ITEM NO. 9 NEGOTIABLE GOOD FAITH E) REBAR SELECTED BID J.J. RE-BAR rc) $ 3,562.00 D.W.YOUNG TO USE THIS SUB AND NOT THERE OWN SUB. F) A.BSL CONSTRUCTION SELECTED BID (a;$ 2700.00 G) CJC TRUCKING INC. SELETED BID @ $ 51255.00 H) OLIVEIRA FENCE INC. SELETED BID @ $ 6,903.00 IN THE FENCING AREA ONE OTHER SUBCONTRACTOR QUOTED THIS PORTION OF WORK THE NAME WAS GOLDEN BAY FENCE THERE QUOTE FOR THIS WORK WAS ($ 13,025.00) WHICH MADE OL:LIVEIRA FENCE LOW BY<$6,122.00>. DBE AMOUNT BAND C =$ 7,955.00 WBE AMOUNT A AND D = $ 10,465.00 THESE ARE THE ONLY SUBS AT THE TIME I DECIDED TO BID THE PROJECT THAT I COULD COUNT ON TO QUOTE THE PROJECT. WE DID NOT DECIDE TO BID THIS PROJECT TILL 6 DAYS BDFOR IT BID. AND COULD NOT ADVERTISE 10 DAYS IN ADVANCE. ALSO THERE IS JUST NOT ENOUGH ITEMS OF WORK FOR THIS SIZE OF A PROJECT TO HAVE A LOT OF MINORTV CONTRACTORS BID ON. ALL BACKUP ENCLOSED FOR ALL ITEMS LISTED. SINCEEL '. Dale A. Criswel Senior Estimato Norman B.Houge, Inc. 780 Union Avenue, Campbell, CA 95006-5589 OFFiCF: (408) 377-0727 FAx: (408) 377-3586 06/14/2001 14:39 4083773586 NORMAN B HOUGE PAGE 04 P.01 RE 0 CORPORATION P.O.Box 275028 Sacramento,CA 95827-6028 - Phone(916)381-46ao Fax(9 16)381-5 350 RE : Withers Avenue Improvements&Headwall Repair, Martinez, Contra Costa Co. BID DATE: June 12, 2001 (;a 2 PM ,ADDENDA BID SCOPE ,EXHIBIT J.l Black Rebar Furnished& Installed Based on a 40 Hour Straight Time Work Week. Retention to Be Released 30 days After Substantial Completion of Our Work. FURNISH FOB: Grout Dowels EXCLUDE: CJ. Dowels, Masonry Reinf, Welding, Welded Bars, Threaded Bars, Inserts, Pour ' Watchman, Rebar Guards, Labor on Existing Reinf, Cost of Bonds, Liquidated Damages, City/County Standards Reinf, Reinf Not Shown on Bid Plans, Testing, Inspections, Dtitling, Grouting, Misc iron, Engineers Allowance,Precast Reinf, Galvanized or Epcxy Coated Rebar. . CONTRACTOR TO PROVIDE: Lines, Grades, Templates, Scaffold, Hoisting, Lowering, Clear Access 0 to Structures, Lay Down Area at Each Structure, Safe Working Environment , Setting of Preassembled 4. Rebar, Electrical Power, Jobsite Phone Use,Layout, Field Measurements All Applicable Taxes Are Included. We are Union, self-certified W.B.E. and a California Dept. of General Services Certified Small Business Enterprise. JrAZ- �w�f P.R Item 18 = S 2.60/KG x 1370 KG $ 3,562.00 seph Skokan ' 1 J 7 ham, _ - eifti•.. ,,+.,. .i: .._.,-_,,�,. = ' ,.. 5643 FLORIN-PER .�:;.•:, ..:;�: - ::.`',�?, ,;, ;, '.=':;':.;.:' ' KING RD- SACRAMENZO LIc.#CA 423783 NV:b033933 r 06/14/2001 14:39 4083773586 NORMAN B HOUGE PAGE 05 i ABSL ConstrucfIOn 735 Industrial rid, San Carlos,CA 64070 Contractors License A 6217$1 Ph: (650)701-0100 Fex: (650)701-02(10 SM®E A DBE CerlifiO4tiori CT4106270JTJ •a Bid Quotation AC Grindinci Protect Name Whitors Avenue Headw All Repair(Alt) Contract Number: 0672-SU2519-01 Sid Date: 06/12/01 f Location: Contra Costal County, CLQ. Grinder, AC Grinding Daily Minimum Charge $2700.00 This price is for an 80" inch cold planer machine, rtgen DG 1900. Up to 12 inches depth. No additional for night work. $450.00 per hour overtime. $450.00 additional for Saturday work. $1000.00 additional for Sunday work. Daily Minimum Charge $2900.00 This price.is for an 80" inch cold planer machine, WirWen W2000. Up to 12 inches depth. No additional for night work. $500.00 per hour cvertime_ $500.00 additional for Saturday work. $1000.00 additional for Sunday work. ABSL Construction to cold plane asphalt concrete and load cuttings into trucks provided by the contractor. Portland cement concrete grinding Is excluded from this quotation. ABSL Construction will cold plane as close as possible tc existing manholes,water valves, and other obstructions in cutting plane. Handwork and placing temporary asphalt tapers around these objects or at pavement edge for safety requirements are excluded. Contractor to post streets with"No Parking"signs prior to subcontractor's phase of work, provide water or water meter and provide traffic control during cold planning operation. All areas to be ground shall be dearly marked by the general or the Job inspector_ A minimum of two weeks notice Is requested priorto move in. Anything not specifically included in this price should be gonaldered excluded_ ABSL Construction does not accept backcharges due to machine breakdown Quring operation above the machine's daily rental fee. ABSL does not accept force account rates or retention. Ct This quotation will be part of our contract or purchase ore er agreement and is valid for one month after the bid date. If you have any questions regarding the above quote please call me at(650) 701-0100 or fax at(550)101- 0200. . Sincerely, ;K. Se'bsaftn Solana 683,doc 06/14/2001 14:39 4083773586 NORMAN B HOUGE PAGE 06 i12/20d1 bb:b/ 51tl451�7yG W IRu IF*IU rFALIr- ro< CJC TR TICKING INC. P.O. BOX 2864 OAKL,4AD, CA. 94609 (810) 601-5359 FAX(510) 601-5332 C4 #0191S819 433 Turk Street 3803 Broadway Snn Francisco. CA 94102 Oaklan4461I ■ a ■006290 NO Ems■■■■■■.■■■■. ■■.■r.......■ ..■ RE: Contra costa Co.,CA—0672—6U25119-01. —WITHERS AVE.READ*ALL REPAIR. BID DATE: JUNE 12TH 2001,2:00 PM ATTENTION: Estimator TJOURLY TRU NG RATES PER LOADING AN UN-LOADINg TEN WHEELER 64.00 Per:Hour SATURDAY:RATE 70.00 Per Hour SUNDAY RA'Z'E 76.00 Per:Hour END DUMPS 74.00 Per Hour SATURDAY RATE 8200 Per.Hoar SUNDAY RATE 88.00 Per0our SEMI& DOUBLE BOTTOMS 72.00 Per.Hour SATURDAY RATE 80.00 Per Hour SUNDAY RAVE 86.00 Per:Hour AF&B ONE YEAR T ffERE WILL BE.4 5%' INCREASE IN COST All off haul is hourly.,All on-sight is hourly. There will be a Stand by charge of a 1.16 Per minute pertaining to tonnage and by load rates. If Stand By is applicable a separate agreement must be generated and signed by both Cjc and the contractor on elle job. Thesji rates pertain to any Class I and Gm II dump sites.If applicable bridge tolls will also be included CJC TRUCIfIrtG IS CERTIFIED WITH THE CITY OF OAKLAND,PORT OF OAKLAND, CONTRA COSTA COUNTY ANI)CAL TRANS AS A WBEMBEILSBE BUSINESS. 06,/14/2001 14:39 4083773586 'NORMAN B HOUGE PAGE 07 OLIVEIRA FENCE INC. UP v No.404243 013 400 Raed 60"%fllenm Ciera,CA +000 {400)121.3811 PAX WM 727 MO EID TRANSMITTAL BID DAT'= June 12, 2001 COMPANY: ASN : Estimating Department PROJECT; Withers venue Headwall Repair, -Project No. 0672-6U2519-01 FROM: Debh i e Ga-Cid A total of 2 D80 LS item 4 at tits Unit Extension nem 0 at wtity Unit Extension 3 W M $20.00 $1 ,200.00 Excluclons 4 8 M $33-00 $1 ,5g1+.00 •Traffic Control 6 0 M $13 2.00 $i ,320.00 •CkVtdng-Grubbing 20 17 M $165.00 $2,805-00 gtaletng.Graaing Locs"under Total Bid $6,903.00 ground utlilties or Liability for 2 wove Ins 1 1clilded all others $500.00 eaell utllO�UtBifi@s No core drilling * No post pockets set, supplied: removed, laid out or cleaned out. * No special plates, bolts, nut! etc. for post anchorage. W.B.E.-Union Bond Included in Price 1 .5% CerWCsrtWO 0 CT-001583 OBE CALTRANS Yes N 06,114/2001 14:39 4083773586 NORMAN B HOUGE PAGE 08 510-276-5561 GGLDEN BAY,FENCE 155 P01i01 JUN 12 '01 09:03 Golden Bay Fence plug Iron Warks, Inc. one: Ccafwaawr L,ieMe#:664905 FAX: (510) 276-5561 CcttitEod1 Mlhtortty swinest Enterprise FACE TRANOMMON OF PROPOSAL Attention: ESTIMATING Customer Fax#: Company: CONTILWTORS Total 0 Pagos: l Project: WITFMRS AVENUE DDROVEMENTS AND HR"WALL City: CONTRA COST From: PAUL CHAVEZ Dseo: NNE 12,2001 if this f4csimilo Wmar6asion is incomplete please call the originator at tike above Phone or FAX#. Bid Item Section# Description Quantity Unit Price Total 20 CRAW LINK FENCE(TYFE CL-1.2) 17 $105,00 $1,785.00 21 METAL BEAM GUARD RAIL (WOOD POST) 30 $160.00 $4,800.00 22 TERMINAL ANCHOR ASS1rWLY{TYPE SFT) 3 $1,300.00 $3,900,00 23 TERMINAL SECTION (TYPE C) 3 $175.00 $525.00 24 TFRNffNAL SYSTEM(TYPE ET) 1 $3,800.00 53,800,00 "Total:J' $14,810.00 Dr, tes, Applicable es Taxes, u es n QUALIFY; The following giWiti:icadoas apply to our bid, CLEARING, GRUBBING AND TRAFFIC ONT1;0 HALT BY OTHBRS.ALL AS PATCHING 13Y OTIiBRS Ic RED 13Y GB INSTALLED WY 67TREFS rice quoted is for now chain link fencing prormalonasy ereeeed In place. Tinin or payment NSP CASH DUS ON COM112MN.1-112%per moWh rlrtasoa ebarse shall be ahoreod It stat paid when due. All p oeW lines wrtl gradtaudtea shall be,ombusted by purchteer and&ball be the coin m9oosikuV of parceausr. T%MAA ar&ball pmvide aW—uu qr baihling permits and ie reaparolble for coufotsillug the itnoe to all local bttiWkg code mquitrmaau. Waco it m fellow c%btib$gfatmd$ne utr4'aa otberwix provided hi ibis eonnbct obutn umis o1 every aamm which in any manner hrterkre eri[h the erection offt Itnoe shall be removed by purebaser prior m cammouoing yr rosea Irteratiuiot` Pu ehwr ae&rmxe reoponslbWty for damage to my underground wour,electrical,ulephanc.MIUMtan,ges,tower or other utliiy NaCl, In the evam twat action is neceearuy to cai'orsc Bay provlalorm of t1N sant mar dte rev4Wr.g pa aha11 be cathed to m nbuntmettt ror reasombio waft 'a rera gun costa. NOTICE P CANCELLATION You may cancel this transaction,withoutt any penalty or obligation,within thtr:c bttamim days from the above date. I hereby Macel chis trartaatxion(Purcbawr's Sipalum): Date; Golden Bay Fence plus Iron Works,Inc. -By. Accepted By: Date: (pleaac Pt1W Namc,tmn Sign and Dam)Siaunture connidura bh14W aomtrgat WO'173:FRIt'-I?VAI tp goes 3a DAYS Olt=MR'STATED IN 11W P.SQUW 1'oA QuOTAT[ON WMC11EVM Is aRu,%,ra, Certined:lVl$E Union:Ironworker 1(,aeW 378, Laborers 1AW 304 PlLri :WI'TIMRS AVE IMPROVEMENTS.XLS, SHIMT L NORMAN B ROUGE PAGE 09 06/14/2001 14:39 4083773586 CJC TRUCKING PAGE 01 56/13/2001 23:16 510452559Q , 61 2001 10:49 4083773586 NMAN 8 ROUGE PAGE 02/02 E LL020SAL(CQM,) Contra Costa Cotsrtry OUTREACH PROGRAM Affitmau a Action Office' 651 Pine Straet, Martinez, CA 94553 (975).335-.1045 Fax(925)646-1353 LETTrR OF INTENT TO PERFORM A5 A SUBCONTRACTOR 1 SUPPLIER/'MANUFACTURER 1 TRUKZRISVBCOr 5ULTANT �C kN Name Pri e Contractor Name of Pro' t Project Number The►undersigned is a(check one). proprietorship Corporation _ Limited LiabilitY Partnership loi-it Venture Check Lrie follmAing whi,ch,may erDFly. MBE WBE SBH LRE Subcontractor T CubcontraeW Subcontractor Subcontractor Supplier r Supplier _ Supplier Supplier _ Manufacrurer _ M"Ufacturcr _ Manafamurer _ Manufacturer Trucker Trucker Tricker � Tracker Other Othat Other Ot* Describe fleseribe Describe Dcscribe None of tho above Apply The undersigned is prepared to perform the described work its connection with the above vjcct 4specifyr\ detail the partiFu r work items or parts thereof to 'be performedy.. To !/A4pua id to Prime Contractor: $ 12 tgna; .re Position Tide Date Name of F. a Co lasing this F tm —��— c , 5to d: -53 ComM.y Warne hong Suinher t'�+nit. Fax Number ��B�IY�u�izooac�xaros�r,vuti,+.,cdoe OGV1412001 14:39 4083773586 NORMAN B HOUGE PAGE 10 'Jun-•14-01 10:02A ' P.01. V /:ennl 11;un aerssrrasab r4"AN H F1UU( Pbt3E 01101 P&QEQSAL(CON'�� Contra Cam County OUTREACH PROGRAM Af$rnlative Action Offiee bS 1 Pine Street,Martinez, CA 94553 (925)335-1045...#m(925)W-1353 si LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR 1 SUP'PI,IER J MANZ''FAC`I'LJR ft T3tTJCKZR/SU-B4CON SULTANT Namc of Prim k, N =C Name of ProaecT a, a 1�'1 ' �l Projact Number 'The undersigned is a(check one): Sole proprietorship Corporation Umited Liability Partnership Joint Venture Check the following which may apply. mmy WHY SBS LNE Subcontractor Subcontractor ✓ Subcontractor _ Subcontractor Supplier Suppber _ Supplier Supplier Man<u&ctwer Manufacturer w m4u wfacturer _ Waufacturer Trucker _ Trucker _ Trucker Trucker Other Other O thw _ . Outer Describe Describe Describe Describe None of the Above Apply The undersigned is prepared to perform the following described work in connection with the above pro's (specify, in detail the p cu]ar wor s or pans thereof be perform d). Total Amount Bid to Prize Contractor:S Sig�anrre !� � Position Title Date Nary a of Person Complating this Form 'PY Nom' bone1?umb+er Fax Number G�Dw1Du iiu+CTS�EC�PitOPo�Atu�r;,n.nt,doe Re+�med S�lcxlr�e/9rzOfiQ 4i OE../14/2001 14:39 4083773586 NORMAN B HOUGE PAGE 11 Sant By:J Oliveira Fence; 409 727 2890; Jun-14-01 9:36; Page 1 /1 06/12/2001 11:06 4083773586 NORMAN 8 HOUGE PAGE 01/01 P 0 AL cowR &.Costs County OUTREACH PROGRAM V Affinnariye Action Office' 651 Pine Su=o Martinez,CA 94553 (9255)335-1045 :Pax(925)646-1353 LEITOT OF INTENT TO PE FORMAS A SUBCONT ACrOR.I.S�f1'1PL 1 MANUFACTURER 'CKER/SUBCONSULTANT Name a Contractor Name o Project ..- Project um t The undersigned is a(check one): Sole proprietorship Corporation Limited Liability Partnership Joiat Venture Check ti a following whi may apply, "E SBE Ll9R ubcontractor Subcontractor — Subcontractor — Subcontractor uppHer Supplier — Supplier , Supplier ufaewrOr �. Mudacturpr Manufsowrer _ MWM&cturer rucker _ Trucker Trucker Flicker then_ Other Other Other . Describe Describe T Describe Describe _ one of chc Above Apply •.y The und ersignad is prepared to perforin the folloNving described work in connection wirh the above taject (sp ify in detail articuJar work s X Q ther be performed): f n A Dunt 13id to Prime extractor: S Srg lure Poli n Title c Person Compl this Fo r t AI a& omp Y Name T G Phone Number. Pa+c Number o:K�epDe 1Duidn�C't'S►EC1PRon4bALHtrimenLdaa Rsv(ud RI Ftedve IM2000 08/14/2001 14:39 4083773586 NORMAN B HOUGE PAGE 12 ca 14 Z051. I'll NUNMAN E HUJGE PAGE 02 Contra costa Co=t%, OUTRF.ACH PROGRAM ASnuative Action Office' 65 Pine Sheet, Martinez, CA 94553 (925) 335-1043 Fax (925)646-1353 LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR./SUPPLIER/MANUFACTURER TRUCKER/SUBCONSULTANT 'Varn Name Of Fr Te`h Project?v umber The undersized is a(check one): Sole prQprietorship Corporacion Limited Liability Pamership Joint Venture Check the folloN,.ingvvhjch may appl, WBE SRR LBE \14 Subcontractor svbcommctor Subcontractor Subeoritractor — Supplier Supplier — Supplier Supplier tManufacturer Nfarkufamugr Manufacturer 14alluftmirer Trucker Trucker Trucker T Trucker Other— Other_ othar� otitr— Dwcritw Describe None Of The Above Apply. The undersigned is prepared to perIxorm the following described work in connection with the above cc I IN- in dtail the r2gul�work items or parts thereof to be performed): ",- ,Tow t Bid to Prime Contractor; hzlkl Sig azure Pasi a Tit1a Dat -9 Name Of PMOO Com eting thi ram s2t:,�6 0 CX30 \—CIA 11)I. Company Name Pho e Numbe doe F&-Number kwvfaed Mbad vo W312009