Loading...
HomeMy WebLinkAboutMINUTES - 07172001 - C.1 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on July 17, 2001, by the following vote: AYES: SUPERVISORS GIOIA, DESAU124IER, GLOVER, GERBER AND UILKEMA NOES: NONE ABSENT: NONE ABSTAIN: NONE SUBJECT: Award of Contract for North Broadway Area Infrastructure Program, Bay Point area Project No. 0662-6R4125-00 Bidder Total Amount Bond Amounts Redgwick Construction Co. $851,524 . 75 Payment: 25599 Huntwood Avenue $851, 524.75 Hayward, CA 94544 Performance: $851, 524 . 75 Bay Cities Paving & Construction Concord, CA O.C. Jones & Sons, Inc. Berkeley, CA f 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 5, 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 to be made available to any interested party upon request; The bidder listed first above, Redgwick Construction Company ("Redgwick") , having submitted the lowest responsive and responsible bid, which is $45, 039 . 75 less than the next lowest bid; and The Board having evaluated all of the documentation of good faith effort by Redgwick to comply with the requirements of the County' s Outreach Program; and The Public Works Director recommending that the -bid submitted by Redgwick 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 Redgwick, 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 rThe Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Redgwick 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 AWARD OF CONTRACT FOR NORTH BROADWAY AREA July 17, 2001 INFRASTRUCTURE PROGRAM; BAY POINT AREA 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 Redgwick 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 cc: Public Works Department A TRUE AND CORRECT COPY OF AN - Construction Division ACTION TAKEN AND ENTERED ON - Accounting THE MINUTES OF THE BOARD OF - Design SUPERVISORS ON THE DATE SHOWN County Counsel Auditor-Controller Contractor (Via Const. Div. ) Surety (Via Const. Div. ) ATTESTED: July 17, 2001 CLERK OF THE BOARD BY -2- County of Contra Costa OFFICE OF THE COUNTY ADMINISTRATOR MEMORANDUM DATE: June 29, 2001 TO: Board of Supervisors FROM: Emma Kuevor Affirmative ActOfficer SUBJECT: North Broadway Area Infrastructure Program - Phase 2 Project No.: 0662-6114125-00 Attached for your review and consideration is the documentation of good faith effort submitted by the low bidder, Redgwick Construction Co. cc: Scott Tandy, Chief Assistant County Administrator Silvano Marchesi, County Counsel Maurice Shiu, Director Public Work Department A:bdltrnorthbroadwayareai of rastructureprogram NORTH BROADWAY AREA INFRASTRUCTURE PROGRAM - PHASE 2 PROJECT NO. 0662-6R4125-00 Bids Due: June 5, 2.001 To the Board of Supervisors of Contra Costa County Martinez, California _ PROPOSAL FOR NORTH BROADWAY AREA INFRASTRUCTURE PROGRAM - PHASE 2 Name of bidder REDGWICK CONSTRUCTION CO. Business address 25599 HUNTWOOD AVENUE HAYWARD, CALIFORNIA Y4544 Mailing address PHONE (510) 781-0400 Business Phone Fax Number F310—�. 15— 46 9 Z Contact 80 B- RAHEEI, VICE PRESIDENT 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 tal) and the following being th unit ces bid, to wit: Item Bid Item Description Unit Quantity Unit Price (in Total (in No. Figures) Figures) 1 Trench Shoring and Protection M 715 / 2 Construction Area Signs LS 1 30M- 3 o0o 3 Traffic Control System LS 1 zl7z 00 o_ 4 Remove Inlet EA 1 O 600 — 5 IRemove Metal Beam Guard Rail LS . 1 7 — /oao - 6 Remove Roadside Sign EA 2 80" /60 - 7 60 -- 7 Relocate Roadside Sign EA 5 900 - 8 Reset Mailbox EA 5 c3od— 900 9 Cold Plane Asphalt Concrete Pavement M 170 10 Adjust Monument EA 1 JqD _ S"Do — 11 Adjust Manhole (Case II) EA 1 ,sou— Jbo — 12 Clearing and Grubbing LS 1 3-000 J i o00' 13 Roadway Excavation (F) M3 1650 39 3/ 1?60 14 IClass 2 Aggregate Base TONNE 3470 30— /D /as ` 15 IPavement Failure Repair M2 235 16 Asphalt Concrete (Type B, 12.5mm) TONNE 950 8/— Wo j M Minor Structure (Yard Drain, 600mm X 17 600mm) EA 1 18 Minor Stricture (Type A Inlet) EA 23 Soo 3 SLb— Minor Stricture (Type A Inlet on Type II 19 IManhole Base) EA 4 (7000- 20 IMinor Structure (Type I Catch Basin) EA 6 Z'rao— S011;.;'V— Minor Structure (Mod Type I Catch 21 Basin) EA 1 /6 00 /(vo 0 Minor Structure (Type II Manhole with 22 Top Slab) EA 4 ac> 23 Minor Structure (Sidewalk Cross Drain) EA 7 o" 8 foo- 24 Roadside Sign (Metal Post) EA 8 Zvo" d a a 25 450mm AP M 770 S- 26 760mm AP M 115 310- 27 /O-27 760mm RCP (CL 111) M 6 foo ' Z/6o— 28 1300mm RCP (CL V) M 11 80— / 80- 29 450mm RCP (CL V) M 29 Z-Ou— .S 8O" Corrugated Steel Pipe Arch (885mm X _ 30 61Orn m, 2.01 mm thick) M 1 goo 31 Utility Crossing EA 3 7,7,.o- 6032 Minor Concrete (S1-150 curb) M 2495 q1— 02 ?1 33 Minor Concrete (Sidewalk) MZ 3470 36 — / ,,720 34 Survey Monument EA 3 6�"a 35 Street Barricade LS 1 36 300mm Traffic Stripe M 5 �— Soo" 37 Traffic Stripe (Detail 22) M 180 /o" �800 I, q lfy 7 MGM!( C0NSTF. : ! . 0. TOTAL 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. 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. RENWICK CONS T F!"i'i-X! (;0. The County anticipated levels of MBE Participation: 14% WBE Participation: 6% 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. 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. dD O IS4 N o .a a o � � L �y} a U ty V �'1 CIN a � En 45 Is rA q Z H o ❑ � 0 "NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID BOB RAHEBI, VICE PRESIDENT being first duly sworn, deposes and says (Name) 'Gu iii ;.`�i BOB RAHEBI; VICE PRESIDENT 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." BOB RAHEBI, VICE PRESIDENT (Signature of Bidder) State of California ) ACKNOWLEDGEMENT(By Individual, Partnership or County of 0.l,am )ss R (1j4NSTr,1!':T1- l Co. The personsigning above for , known to me individual and business c pacities as stated, personally appeared before me today and acknowledged that hey 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--(ASt U I Signature: NT Name (Typed or P 'nted) (This area for official notarial seal) JUDY i KRITIKOS commission f 1304021 Z Notary Public• Calibmia i T Alameda County My comm Ess May 10,2005 PROPOSAL(CONT.) 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. DONALD A. REDGWIM PRESIDENT. BOB oeurei Mr PRESIDENT ROBERT REDGWIM VICE PRESIDENT REBECCA POUNDS, SEC./TREAS. 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. i400!57 Class: /- (Expires 15-3 -03 J. 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: �0-5-u BOB RAHEBI, VICE PRESIDENT (Signature of Bidder) Business address REDGWICK CONSTRUCTION CO. 25599 HUNTWOOD AVENUE Place of residence SOY-, o f eA HAYWARD, CALIFORNIA 94544 PHONE (510) 782-0400 Date �Jv 2001 PROPOSAL (CONT. ' SAMPLE BID BOND Bond No, _NA KNOW ALL BY THESE PRESENTS: That we, REDGWICK CONSTRUCTION COMPANY as Principal, and SAFECO INSURANCE COMPANY OF AMERICA , a corporation organized and existing under the laws of the State of Washington and authorized to transact surely 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 0QVQ o 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 North Broadway Area Infrastructure Program-Phase 2 0662-6R4125-00 j (Project Name) (Project Number) NOW, THCREFORE, 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 perforrnance 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, this25th day of May , 20 01 (SEAL) (SEAL) REDGWICK CONSTRUCTION COMPANY SAFECO INSURANCE COMPANY OF AMERICA (Principal) (Surety) r By: , (Signature) (Si nat rc)) n6 RAHEBI; VICE PRESIDENT NTHIA L. LiS, KTTORNEY-IN-FACT (SEAT AND ACKNOWLEL)GMENT OF NOT g:�digcicspcc�nfarmal�:ampbid bnd 12-19-95 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT : State of California County of San Francisco 'y" y S• ❑x personally known to me - OR- ❑ 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 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. a` '�. JANET C. ROJo �� .. r`�� COMM. 1150661 '0 CL NOTARY PUBLIC-CALIFORNIA n N SAN FRANCISCO COUNTY My Comm. E'0191 !.0 24, 2001 WITNESS my hand and official seal. t� Signature o otary S A//��, POWER SAFECO INSURANCE COMPANY OF AMERICA FE C 0' GENERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE,WASHINGTON 98185 No. 9596 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each 1• appoint LEWIS;San Francisco,C3t1fOIIllIIi iiki kittkititiitRttk itlikFtl Rii Rtit�iR�iii kFtk Fiit Ftti• its true and lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar cha issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executer attested these presents this 27th day of January 2000 R.A.PIERSON,SECRETARY W.RANDALL STODDARD,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ...the President, any Vice President, the Secretary, and any Assistant Vice President appointed fo: purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with author execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... Or instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bol undertaking of the company,the seal, or a facsimile thereof,may be impressed or affixed or in any other manner reproduced;provided, however,that the seal sha be necessary to the validity of any such instrument or undertaking" Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." 1, R.A.Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 7501 day of MAY _2001 QaNCE COAjpyNy IE Co Go�xPOR,�r� CORPORATE 7- SEALa SEAL y x �"IT A�``Of WAS .1e of R.A.PIERSON,SECRETARY S-0974/SAEF 7/98 ®Registered trademark of SAFECO Corpora 1127/001 PROPOSAL (CONT.) WARRANTY AND REPAIR AGREEMENT To (Agency): The undersigned agrees to repair and/or replace all improvements installed as part of North Broadway Area Infrastructure Program Phase 2 0662-6R4125-00 Should any of the materials or equipment prove defective or should the work as a whole provf 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� 6✓i�,C �d�.r S e:�fO (Company Name) (Authorized Signature) 13 7- (Print (Print Name) Date: � G:\GrpData\Design\CTSPP \PROPOSAL\MA1NT.doc 7/30/98 0E/29/2001 09:53 15107854892 REDGWICK CONST CO PAGE 01 Redgwick Construction Company June 2$ 2001 25599 Hunrwood Avenue, Hayward. California 94544 - 510.782-0400 Emma Kuevor Affirmative Action Officer Re: Nash Broadway Area Infrastructure Phase 2 0662-6R4125-00 Subject: Additional Good Faith Information Dear Emma, Per your request please find additional clarification on Redgwick Good Faith Outreach Effort. Advertisement Please review Exhibit A&B showing advertisement made on Dailey Construction Service on May 16,and advertisement made on bailey Pathic Builder on May 18,2001. The date of the bid opening was June 5,2001. This illustrates that advertisement was made 10 days prior to bid opening Two other advertisements were also made on May 31, 2001 on additional advertisements were made on Dailey Focus Journal and.Monthly Trade Journal. These documents were furnished to the County along with our Good Faith package. Fax Please review Exhibit C. This document shows day and date of the invitation to bid to Jones& Associates Inc. Which was Thursday May 31,2001 @ 13:21:50 PM. Please refer to Exhibit D,this shows that the fax number for Jones&Associates, Inc. is(925) 933-5362. This also shows that a phone call was made on 6/5/0 Ito Romina Jones @ 10:25 AM regarding bidding on this project. You can also check with compliance news agency at 1-800-599-6996 to see if the time and date printed on the invitations to bid are authentic. Contacts Judy Kritikos from our office made all the phone contacts. OrQaniTation The agency that assists us in.making the initial contact can be reached on the web at www.comnlinacenews.com. Please check the web site or contact compliance news at 1-800-599- 6996. Additional Quotations Please see H.F. Ehler's and Chrisp Company's quotations enclosed. Sincerely, Bob Rahebi, , General Manager California State Contractors Lixme#140057 06REDGWICK CONST CO PAGE 02/29/2001 09:53 15107854892 Valentine Corp,III Perican Way,PO Box 9397,San McGuire&Hester,9009 Railroad Ave,Oakland,CA Engr. City Of Santa Ross Engineer,69 Stony Cir, Rafael, CA 94912-9337, 4151453-3732, Fax: 94643.1245, 510/832-7676, Fax: 510/5625209 - Santa Rosa, CA 85401.9506,707/543.3831. Fax: 415!4,57-5820-AEOE/MB/DB/WB/DVB Ouotas E•OE/MB/DB/W&DVB Ouat Re .- 70715433801,Ann:Steve Ditimer 707/543.3847 Req.-o5/D7/oI Reagwrc t ons o, 99 Huntwood Ave, Hay- Planholders Requesting Sub-Bids: Parnum Paving, 1S00 Grove St, Healdsburg,CA ward, CA 94544.2293, 510882-0400, Fax; Argonaut Constrs, 1236 Central Ave,PO Box 839, 954484707,707/433.0299. Fax: 707/433-1799 - 510/785.4892-AEOEJMB/DB/WB/OVB Quotes Santa Rasa.CA 95402-0639,707/542.4862,Fax; AEOE/MBrDBrWS/DVB Quotes Req,-05/09/01 Req.-05/15101 7071542.3210,AEOEJMB/DB/WBIDVB Quotes AEC Const Inc,970 Patricia Way,San Jose, CA ns Ins 1520 4th St, Berkeley, CA Req,-OSMS 01 — - 9512S.2325,406868.6041, Fax:408h82.7094- 94710.1748.510/526-3424, Fax; 5101526-0990- Glulaw Bros Const Inc.525 Jacoby St,San Rafael, AEOE/MB/OBIWBIDVB Ouotes Req.•0SH1/Ot AEOE/M9/DB/W8/DV8 Quotes Rag.-03115/01 OA 94901 S305.41SMS4.7011,Fax 415/454.8376 Gordon N Ball Inc,333 Camilla Ave, Alamo,CA Plans: Available From Owner, Cost 512.96 NO -AEOE/MB/D8A%SMVB Quotes Req.-05/I5/D1 94507.2411,926/838.567S,Fax:9251838-5915• Refund$B Mall. Plans-.Available From Owner.Cost S15 No Refund. AEOE/M61DB/WBfDV8 Quotes Rea-0511401 Plan Room-Oakland(12) Plan Room:Oakland(FI 1-T) RM Harris Co Inc,1000 Howe Rd Ste 200•Martinez- Side To:Owner. Bids To:Owner, CA 945533446,925/395-3000. Fax: 825/335- CMO FD 870105+174(Last Report:05.04) CMV ID 870105842(Last Repon:05-141 3020 -AEOE/MB/DB/WB/DVB Quotes Req. 05/14/01 Viking Const Cd,IIGSOD Folsom Blvd,Rancho Cor- dova, CA 95670.8102, 916/852-5530, Fax: June 6, 2001 91SM525533-AEOE/MB/DB/WB/DVB Quotes Q Req.-05/15101 Sen.Jose,Santa Clem Cm;CA-C326(01009) SJ - REMCON (Remediation Constrs), PO Box 758, Benicia,Solaria Co.,CA-BENICIA ROAD REHA- Oakdale, CA 95361-0758,2031847-9186, Fax: BILITATION(Alteration)Benicia Road- Bids DIRIDON TO WINCHESTER STA SEGMENT 2 209/847-9189 -AEOE/MB/DB/WB/DVB Quotes Close June 8,3:00 PM-$750,000 (Alteration)Various Locations-Bida pose June Req.'-OSlI WI. owner.Solana Co Transportation Deal,933 Sunset 8,11:00 AM-Oval,$1,000,000 Plans: Available From Owner's Agent Cost$20 No Ave Ste 230.Suisun Clry,CA 94585.2003,707/421- Owner:Santa Clare Valley Transp Authority.9931 N Refund 6060,Fax;707/429-2894 1 st St Contract Office Bldg A.Conference Room Plan Room:Oakland(F8-B) A108,San Jose,CA 95134.1906,4081321.7189. Bonds:Bid:10% Planholders Requesting hillom Sub-Olds: CA Fax 4OM55.9728 Blda To:Owner. GhiloRl ��'tae Ghiflat6�'Santa Planholders Requesting Sub-Olds: CMO tD 670105168(Last Report;05-01) 85407-8162,7071585-1221, Fax, 707/585.1601 - -05108101 707/585.1601 AEOE/MB/D8/WB/DVB Quotes ReOeSUva Gates ConstrlPublic Works Capt, 11555 North Bay Const Inc,431 Paymn St,PO Box 6004, Dublin Blvd, PO Box 2909, Dublin, CA 94568- Petaluma,CA 94955.6004,7071763-2891, Fax: 0909, 925/829.9220, Fax: 9251803.4283 - June 5, 2001 707/765-6417-AEOE/MB/DB/WSfDVB Quotas AEOElMB/DBfWB/DVSQuotas Reg.-05MM1 ® Req -05108101 R&L Brosamer Inc,333 Camille Ave,Alamo, OA Ghllotti Bros Cons(Inc,525 Jacoby SL San Rafael, 94507.2411, 925/837.5600;Fax:925!897.8387- COQT Trinity Co.,CA-1UILDI604-CONSTRUCT CA 94901-5305,4161454.7011,Fax'4151454-11376 AEOEJMB/DBNVB/DVB Quotes Req.-05/09/01 EQUIPMENT OFFICE BUILDING(Alteration 02- pavex ConsT A DIV Of Graniterock Co, 330 Tri-299-S733-Bids Close June 5,2:00 PIA - -AEOEIMBIDBA14BMVB Quotes Req,-O5MOM1 Slomquist St, Redwood Oily, CA 94063.2702, 63,075,000 f=anfa Inc,2401 Gram Ave,Sen Lorenzo,OA 94680- 650/482-x000, Fax: 850/482.4103 Owner:CA State Dept Of Transportation,1120 N St 1807, 5101278-8410, Fax: S101278-3095 - AEOFJMB/DBAVB/OVB Quotes Req.-05111/01 Rm 0200 MSM.Sacramento,CA 95614,91611364- AEOFJMa*SA%8/DVS Quotes Req.-05/14/01 4A90,Fax 9113/6544028,Attn:Carlos Portillo Argonaut Cortstrs,1236 Camra/Ave, PO Box 639, Stacy& WltDeck Inc, 290 Toland St, PO Box Planholders Requesting Sub-Bids: Santa Rosa,CA 95402-0639,7071542-4862.Fax 883063,San Francisco,CA 84188-30M,415/285- KMF Constr.3980 Unda Vista Or, PO Box 5486, 70715425210-AEOE/M8/OB/W8/OV8 Quotes 7570,Fax;41W85-0745-AEOE/MB/DBM/PJDV8 Shasta Lake,CA 98089-5486,5301275.1685,Fax Quotes Req,-05/15/01 530/275-0706 -AEOE/MB/DB/WB/DVB Quotes "05115101 Plana:Available From Owner. Cost$150 No Refund Req D6107/01 OC Jones&Sons Inc, 152D 4th St, Berkeley, CA 320 Mall. JF Shea Co Inc, PO Box 494519. Redding, CA 94710.1748,510/526-3424, Fax; 51WS28-0M90- Plan Room:Oakland(Box 9) 96049-4519,&M46-4292, Fax 530/248.9940- AEOEIMB/DPJWSMVS Quotes Req.-05/15/01 Bonds:Bid-.10%Ped:10CPA Pay,100%. AEOE/MB/DB/WWNBQuotes Reg.-05/10!01 Plans: Available From Owner. Cost May Be Olds To:Owner. Hutchins Paving &Engrg Inc.18424 Clear Creek Required. CMD ID 870105011(Last Report 04.25) Ra,Redding,CA 26001-5109,M1246-A272,Fax: Plan Room:To Be In Oakland 53012x8.4279 -AEOE/M8/0BJWB/DVB Quotes Bids To:Owner. Req.-05/1510/ CMD ID 870105672(last Report,05-10) Plans:Avallable From Owner.Cost Bidders S34 No Refund. June 13, 2001 Plan Room:To Be in Sacramento.To Be In Oakland 0 1 Addenda:1 San Francisco,San Francisco Co.,CA-0020J - Calaveras Co.,CA -1804 -CAMANCHE RECRE- BidsTO:Owner, HYDE STREET PAVEMENT& SEWER (Alter- ATION AREA IMPROVEMENTS(Alteration) CMO 10 870105484(Last Report;0547) etlon)Hyde Stmet-Bids Close June 6,2:30 PM- Comanche Shouth Share Recreation Area-Bids $1,500,000 Close Juno 13,1130 PM-5400,000.600,1300. Owner: So Of San Fran Fra Public CArk4,875 Owner:East Bay Municipal U61 Dist-Purrh Div,375 Contra Costa Co.,CA-0662.6R4125-013-NORTH Stevensonson 5 Ste 9.F San Francisco,CA 94103• lith St FI 1. Oakland,CA 9x607-4246, 510/287- BROADWAY AREA INFRASTRUCTURE PH 2 09 holder Requesting 4151554-6232 Planholders Requesting Sub-Bids- 0454 (Alteration)Various Locations.Bids Close June Gh'lori Bros Const Inc,525 Jacoby St,San Rafael, OwnAgent:East Bay Municipal Util Dist-Specs&Est, S.2:00 PM-5930,000 CA 94901-5305,At SIAS4.7011,Fax:xIW454.8376 PO fox 24055,Oakland,CA 94623.1055,510/287- 3wnan Contra Costa Co Public Works Dept, 255 -AEOE/MB/DBIWB/DVBQuotes Req.•05114/01 1040.Fax;5101267.1260 Glacier Or CC Rich Bldg,Martinez,CA 94553.4897, J Flores Const Co Inc,4229 Mission St-San Frsn• Planholders Requesting Sub-Blds: 92$/313.2000, Fax: 9251313.2333.Attn: Diane Cisco, CA 94112.1519 416/337.2934. Fax- REMCON (Rsmedlafion Constre), PO Box 758. Spoto 9251313-2308 415/337.2937 -AE0E1U81OB/W6/DVB Quotes Oakdale, CA 95361-0758, 2091847-9188, Fax: 'Isnholders Roquesting Sub-aids., Req'-05/15/01 209/847.9199 -AEOE/MB/DB/W8/OVB Quotes Bay Cities Paving & Gradin Inc, 5029 Fornl Dr, Plans:Available From Owner.Cost 5150 No Refund, Req 05/1 5/01 y 9 9 Plan Room:Oakland(33)10 plans;Available From Owners Agent.Cost None. Concord, CA 945:20-1224. 925/867-6686, Fax: Bonds;Bid;104'8 Perf:100°ti Pay:100%, plan Room:To Be In Oakland 925/688.0278 -AEOE/MB/0B1W6/0VS ouote6 Bids To:Owner. Req.-05/04/01 CMO ID 870105521 (Last Report:05-071 Bonds:Bid:10%. Bauman Landscape Inc, 115 Brookside Dr, Rich- Bids To:Owner, mond, CA 94801-1203, 510/236.1212, Fax: f CMD ID 870105921 5101238-1680 - AEOE/M8/0B/W810VB Quotes Santa Rose,Sonoma Co., CA-20CM18-STEIN- Req..05/07/01 ER COURT SEWER & WATER MAIN (Alteration) north Bay Const Inc,431 Payran St.PO Box 6004, Steiner Court- Bids Close June 6, 2:59 PM - Petaluma,CA 94969.6004, 7071763.2891. Fax: 615D,D00.250,D00 7071765-6417 . AEpElMfr06/WB1DV8 Quotes Owner: City Of Santa Rosa Engineer, 69 Stony Cir, Santa Rosa, CA 95401-9506. 707/543-3931, Fac: Req.-05/10/[11 707/543-3801 Daily Construction Service•Page 37- May 16,2001 06/29/2801 09:53 15107854892 REDGWICK CONST CO PAGE 03 T- X t f-(L5l 1 0 Fri.,May 18,2001 Dai)y Pacific Builder Page 31 P 1 � vF1t44Id.T5 CA OtOCllirl)ts%-Y a -CAmm cmwruI]CC AU1m2:n 1qes o93n UCAV ECA POLAM m}-'fWn Or+KShQUanC COMPLU(CIPRZ r23at" (A}BldseeownwonJum tftat2:LSPMn-r>.Oww&xglmw.Depar4nem (52,000,000-52.100,000}BidstoownerAn6cipateddate=Wdnejune5at2 blieWaft d•IlattS abfi gOMMD(PcoMmr dlV7atp•ac15172730dtStQ'OBM14MOO PIKWoPtens&spotsavitasiMeMay`OwnecFa+gineer-city orvatsv& 2584616) Sacramento CA 95816-7005(916-2274075)Fax:(9161227.L%M Cay Ck:k tide Metdtant St vacam&CA 95669.4M M7-4"70)F=W., (Webids reported MX-"01-704413) 44%6w )o-7reported os�o�-tiara 01-7025K CONS CA(MANTA CLARA CO SOLANO}-CA/DO'I INSTALL FLASHING UFA- CONS(04A)404)OS}Bldg to owner on Juste Sib at2:1.SP Tn).Owner-De- SCIENCE txaro-vt of Ttart6portatlo,l Office or Ptowte erimontratds 1727 30th St(P ANTIOCII CA(CONTRA COSTA CO)- DCXROCK DR STREET IM- CC tads to O Baur 1610106)Socr=into C1195B167006(9162274075)lire(91&W-L49o) PROVF.M£NI5 CMU)(1190,M).BWder-Bids to Owner Junes err 2PM I st)ob site (like bide rqw W 05/11-Rept o1-712551) (PD7)-OwnerK14 Eveow-City orAntiorh ILDGc works Dept Crtgitwer- "W-Un;- CA(SAN MATE(CO SANTA CRuZ}-nmDIGESTFACUL4NRNG 00 ing Services City Hao Std&H St A ndodt CA 94509(9'5779.7050)Fax:(925- CA 94704- TRACH)0.11IA00}Bids to OwnerJune'S at 2 PM M-Mardaboryjob 779-7003)(grre36owaltofQ8rmncWta 925749-7050) ream 510• walk Mqy 24at 8 AM meetatBig Bain Redwoods HQ 21600 Beg Bath Way nm is Saa=ento,CA,San Lmrrdrv,&Plan R000w Badder Creek-Plane A spas lira. Owner.CaS W d.Sate Pttrkt &Re-ado Sub Cruz 600 pima 5�Saata Cruz CA gS0W.6673(831.429 Cid bldg impacted 05415--Rcpe 01-714163) 2851)Fnx:.(&3,1429!2676) Bidders 1-711'.87) Flans to SouLtanWlio,CA PUaRoom William G M6Ct4taugh CtLPo-Bux.21-19.(262S.E.LBth Sr)AntloctrCA tt . (M bid&repmtad 05114-Rept 01-71279'7) 94531-2119(925.757=1394)Fax;(925-757-8853) 22-9000) CARSON CTTT NV(CARSON CRY CO)--CARSON-TAROS HOSPTCAL BAYPOITTI'CA(CONTRA COSTA CO)-•NORTH BROADWAY AREA IN. -AIR HANDIER&FENTHOL68%GCbi&10 Ow nwjune 5 s(;PM 0?M FRAS7'R()Ci17RE-PHASE 2 X49301000)-Add b;dders-Bids to Owner June Owner-Corson Tahoe Homed Health Edocaticn CattwRoanTis Fka&nw 5 A 2PM(?=-Prebid meedng May 21 at 10 AM-0*yxrlEnginetr-Coott- Way CARSON CITY NV 59703(775882-1361)Baa:{)75$854739)(!Dg*LJn- 14 orCaatra Casts PcW Works Dqm stud 255 Glades Dr Marone:CA 91553 ORMER dal-Spokevwn) 4825(925.313.2000)F.Zx:(925313.2333)(gurstions should be aireded to Dean SIA UM : -(Take b-tds reported 05u07-Rept 01-607777) Spoto at 925,3ZJ-2308) to Owner CONCORD CA(CONTRA COSTA CO)-SM WORK FOR NEW CLASS re- ROOMS In Son Frandsco,CA,San Leu&%CA Plan Rooms ar fax hitt Hen- ! ROOMS 2001-PACKAGE 2(1218)(5430,000}Bids to owner lune 5 at 1:30 (rlke bids reported 0643-Rept 00 890581) PM(PDT)-Mandatory pre bid conference Mqy 21 at 9 AM at Maintenance 8rOpermilmd1480G:a1LneAngConcord-S75ptwrdwR-OwnerStigncer Bidders -A4t Diablo Unified School District Purclasiirtg Dept 2326 Bisso Ln Concord Bruno Carona Paving&Grading Inc 5060 Commercial Cir Ste F Concord CA 94SX 48.3.5(9)5425.7440)'Ext 3740(hovfkaling Director) CA 94520.8508(925-691.2030)Fax:(925.691-2040) 49 ) (blre bids mporte (&Le! -Rept 01-714759) Chrisp Company Po Box 1368 Fremont CA 94538-0136(51(1656 3840) Fix:(510.490-2703) CONCORD CA(CONTRACOSTA CO)-ST18 WORKFORNEw CLASS- Top Grade Comiutxion 324 Earhatt Way Livermore CA 94550-9509 (SSS- ROOMS2W1-PACKAGE 1p217)(5jXd 00)-BW tomuerJuncSat3Plli �22 254yg576t Fix: CPM-Mandatory pre-bid catfere ce arts site vWtMay 21 at PAM at Maint RSwi cion Co 25$99 Huntwood Ave�EgihStS=200 :P O &Operations 14M Gasoline Alley concord-VS phut eharp-Ownlrrs;ngjtteer 1 A(510-782-0400)Fax:(510-785 4392 2.85(8) -Mt Diablo Un!W Sthod Mstrid PutrMaarg Dept 2326 B;=Ln Concord c ac n g avis 2 (205' CA 9457D4835 MSV&7440)Ext 3740 Davis CA 95616-2504(559.627.6788)Fax:(559.627.9159) (Mke bids reported 05/15--Rept 01714762). McGuire&Hata 9009.Itailroad Ave Oakland CA 94603.1245(51.0-632- 0 Box E,Op;LECA(SONOMACO)--MODUTARSUE WORK(006R1)(09`,s 7676).Fax:(110-562-5209). 5905) boowtterJunc5at2PM MartdatarysaetttsllecGoaMayBat9AM4'D117 Fantalac 2401Grant AieSaoLamm CA94S80.1807(510-278-8410) td MA Fax: 510-278-3095) Plansand specs will not be available trrttil atEer Mt(y&Owner/Englrteer•Sato• Q-9024 =13"opmentalService CettttrSi a Kwiar POBox 163 L5000 AnvoW Ur O C Jones&Sent 1520 4th Sl Berkeley CA 91710.1748(510-526-3AU) Room 214 Eldridge CA 954.41-0163(207438.6426)Fox(707-9"20) Fax:(510-5264990) (Cake blds reported 0123--Rept 01-690187) Bauman Landsc2pe Inc Harold M.Qu un 115 Brookside DrRichmond CA .2180) 9A801-1203(510-236.1212)Fax!(510-236-1650) ELDRD)GE CA('SONOMA C%-17I7DE ELECTRICAL CONNECnONS Bay Cities Paving do Grading lac 5029 Fomi Dr Coneord CA 94520-1224 CA MODULARS(00SRSXQ(A}gds b owner]une 5 st 2:30 PM(PDR')Mand&- (925-687.6666)F-.ax:(925-688-0278) torysite May Bat 1 PM aMl)Plars and specs will noc be available •North Bay Construction Inc 431 Pay=St Petaluma CA 9.1952.5908 9-8431) until aft-May 8.Owrwr ' -iter-S000maDardopmenalSwvkcCater (707-763-2S91)Fax!(707-765-6417) livan Kanar Yb Boot 14315000 Arnold Dr Room 214 Eldridge CA 95331-0161 cs 1526 (70'74384MFL:e(707.938.6t20) :(307- (Take bids reporeed W-%-Rept 01.693r'A9) CA ASTM OOMODOC--�FAVENE T RE9 (OL IRWj:= 4AR4M FUMONT CA(ALAh4EDA CO}-PARTIAL DESQ.mm OF ALAMEDA 139-299-VAR)Bidder $19,(9104)451,52 s$12 Bidders- n ro aw Sisk ofjune A 2PM 0-2447 CRFEK L1t�A(FCSD174)(1535„0W)-Bids to OwnaJune 5 at2PM"I7 �1-&rider 519,A Siad dors 611- St ILm nglruer•Stair of A g Rept it 95171irner Court roost 100- or�Po�Ma8 Station 8261120 N St Rin 200 Sactatnento CA 95814• NY M=daiwy PR bid meeting May 22 at 10 AM 5605(916.654 4M)Fax:(916654-7028) meatx%1' xnrCo nmorn230A-Parermmowaer515phncharge.Owt er0a p � ...,.,,�. CA,San I.caodro,CA Plan Rooms X08 6tginw-County of Alameda Public Works Agenc7 951 Turner Ct Rm 100 (Me adds repo Pbrted O Roams Ol-7Ut 693) Hayward CA 94545-YZI($IWO.5450)Fqx:(510-670-52G91(teth questions 16' thou W he&rrded to Geri., Kwan at 51047d.5S20) Bidders Rain San Lewdro,CA Plan Roorn •Fitch Sand&Gravel 886 Fitch Rd(Hwy 395 N)Alruns CA 96101(530- (1Uc bids reported 050-Reit 01-715180) 233.4568)Fax:(530-233-1918) 4663) FRSMONT CA(ALAMEDA CO}-REGRADING SEASONAL Wt`f1Am •'Fax:(5 0-24 -225 Fast Side Road Redding CA 96003 f53�-de 2?30) 247) .72 O'C5170)(S40AM)-Bids to Owner June 5 at`2PM(FM at 9517urncr Coun Fax: a(cr C44-actor to=100-Plats kuru owner SS e.OwtxrtCivil En 'nuts-Coon- •534 1) fax Contactors PO Box 1956 Brookings OR 97415(54I-4G9- 040- Md°� � 5341)Fax:(541-A69-5543) tyorAlar-daPubkWorksAgency951TurnerC[Rm100Haywvd(:A9dSt5 •Central Striping ScrvicesInc 3489LuyungDrRanchoCordova CA 2651(5104.7015450)Am(S10.670.5269)(tech gnettianr should be dru e d ra 95742-6861(916-635-5175)Fax:(9166631.9427) ,sucola 5111670-5775) *Ron Halt:Inc.12827 Newtown Road Rodding CA 96003(53()-275-784) CA Plats in Sart Leat► ,CA Plan Room FaA:(530-275.7846) (111tc bids reported 05/16-Rcpt 01.716104) •.. t9 • CAN eBELLCA(SANTA CLARA CO?-LAS GATOS SEWER Rl;taUlL- FRESNO CA nESNO 00)--4 -TRUNK LINE CLE'LNI VG(217810VSKC) ITATION AREA 3(V)-Add-bidders-Bidg to Owner lu ne 5 at 2 FM(PDT)at l- (S 180AOU}Bids to uwncr lune 5 at 3 PM(PDT)Pte bid conferee Ke Mas 25 at 100 East Sunnyoaks Ave-P tiW macrine May 21 ant:PM mea.4 IOU EastS um 10 AM(VDl)-Owns Sn neer.City dFrewo Ib1Nic t1•orkc PurvJ"ing Man- nyoaM Aw-Owner/CM E fiver-West Valley Sanitation Diana Di4rxi Sm 10- ager 2101 C St Bldg A Frx=CA 9370(41620(559.47&1332)Fax (559.488- rcxary 100 E SunMvaks Ave Cantpbdl CA 9SM&66(18 f411$37&2607)Fax;f.40& 1069) 344-1821)(questions should be dbYUed to 608.378,2507) (rake W&rc)ortod /-RctK O1-718357) Plain in Sart Leandro,CA Plan Room • (lake bids repottc,d OSM-Rcpt 01.7DW2A1 09- FRESNO CIA(FRE4`LOCO)-INSTAI.LArIWOF IS"SANITARY SEWER Bidders MAIN(216910261)0720,W )-Blds to owtxr June 5 xt 3 PNr(PDT)Pae bid •Rmpv Pipelines Po Box 24109 1296 Armstrong Ave San Francisco CA g' confamceM.1y29at.10:.MAM(PD1)-Owner/Tngincr-City of Fresno Putr 94124-0109(415-822-3700)Fax:(A]5.821.3703) Sc WorkcsPurdiaAM Manager 2101 G St Bldg A Frryrw CA 9:4706-IQA(569- •D;irCy&Harty Construction 1300 Cnnoll Ave San Francisco CA 94134- 4WLW)Fax:(559.488.1069) 3611(415.822-5200)Fax:(&15.822-0747) 06/29/2001 09:53 15107854892 REDGWICK CONST CO PAGE 04Page 1 of 3 Print This Page(s) Continue Options: Print Sample of Fax Document -- Create Mailing Labels-Or- out CO(D(0 Affidavit of Fax Solicitation The undersigned employee of Compliance News Publishing,located in the City of Long Beach, County of Los Angeles,and the Stage of California,declares that bid solicitation letters have been faxed to the following 12 fans listed below on 5/31/01 at 13:05.I am over the age of 18 years and a citizen of the United States.I am not a parry to and have no interest is this matter.I declare under penalty of perjury that the foregoing is true and correct.Executed at Long Beach,California ..........Henry Sprague LU REDGWICK CONSTRUCTION COMPANY LOG Good-Faith Effort for Bid Solicitation:0662-6R4125-00 On Thu,May 31, 2001,REDGWICK CONSTRUCTION COMPANY contacted local referral organization: Advanced Online DVBE Resource Center, which recommended 12 of the following DVBE,DBE,WBE,MBE,O subcontractors. tel Ce acted B ax comsew 0 Mrm Name Tel No Fax No ONAS AND ASSOCIATES,INC E% 5362 933-3925) 933- P oa�Dale��ici 4125-00.�►0 s1 1 1 r cc SOh4d -TI n�E Dai 1� 4 F Ga.,;e�o-T SA DEE CORPORATION 925)426- 925) 426- 1410 ❑ 11979 arson Contacted,Commments,and Date for Solicitation:0662-6R4125-00. 1 Wolof nri rna,&*t , D ARCHER EQUIPMENT RENTAL, INC. 707)987---- 707) 987- 867 0 867 arson Contacted,Cornmments,and Date for Solicitation:0662-6R4125-00. I tk X56 kQ-awl l�w�-cc 6 (Corot ) ATING TRUCKING 70?) 778- -(707) 778- P11413 707) 778- 114❑ 31144 .../formgenerator.lasso?ordernumber--3591&type—super&randsort=ADDRESS&randsortorder--as5/31/0 1 REDGWICK CONST CO PAGE 05.` 06129/2001 09:53 15107854892 j REaGWICK C TRUCTION COMPAN 25599 Huntwood Ave. r- S Hayward , CA 94544x�i�� Phone:510-782040() Fax:510-78,54992 to 554 L � r INVITATION TO D Thu May 312001 13:2150 PDT J()NAS .,W- �A.; S(X-IA]',?S, INC 2915 MT I'C?TFTJ,DR!k1P, S 1•i-:. ?(IL► WALNU1- C;RHEK, CAA 94 9 - 1ti care soaking bids from qualified DVBF,DBE,WBiE,MBE,OBE. Pians and speCifieatiol-IS are ilk:ail:ablp for review/takeoff at above address. Project: No. Broild%ray Area Infrastructure - Phase ) s Location: Martinc':x ;-true] (Contra Cost.., Countv) Contact: Boh Raheba Please hidicate if vuu will be bidding on this projcct and fax your rc`sponsc to: 510-79754892 Y13S"T AM- l;1U1.--)!NG WE ARE A MBE/WBE YT--1S IVF--\RF i N r?:'Z151"F 7 I W1 ARE A DVBE Nit) . .i\ 11.16+ l:l + Wl' ARE A DEE CYI"I 1;:T:, _J CA C EIRT SMALL BUS t'Wcic:ro.. �1r! 1.pport,lll?:t" r;'!i:;�li� 'C I' iAnd inti nd tCi sorioush negotiate with qualified SISI:, I'V13C. OUT, -:11ot onfraders nd suppliors for project participation. Suh-(,l)i'ltriiCit?r::6Yli� hc' rl''<1:1!!f°.Ci tlNlltf'r lr?tl) (►l.lr 5te'1n(��lyd !:antral`.. No modifications to:the confi-rict r:ro p(`rtnlti:''d. ,VI :Ll i`•-i'(liitr,icto �Jvcn;ii,rs awardc-d wort:on this project rAust be t:) r-l-torm.-I:CT Ar:: pa.yr: enf bonds, for the arnount of thF. lsuh:onto)rt laic!, i`stled �;.ur:,.ty to Rr-,I-)C;WTCT< CONSTRUCTION V e t'.'i;i '�i?•• •1i C•i711'-l.^1 i I : p ti eii';d N± Our c1C: ilSCrtt)01, reserve the right O tL? \A• liVc: tl : ri: u.iri ;ne)„Of -�ui•i: hoods, to permit su stitutu security ur to accept alternate. � ua..:ntc::` in 'i;'u i?f�uc?Z ;>in;;is. "IfYOU elm° :lucstions plcase Bio not hesitate to contact U . �irri•r: i ,', 06/29/2001 09:53 15107854892 REDGWICK CONST CO PAGE 06 .41uu 11F r•KER LF17 m002/002 (� NORTH BROADWAY PHA�E II 6-5-01 stem Bid Item Description Unit Quantity Unit Price (in Total(in No. Figures) Figures) 1 Trench Shoring and Protection M 715 1 . 50. 1p 2 nn 2 Construction Area Signs LS 1 3 Traffic Control System LS 1 4 lRemove Inlet EA 1 00. 00 500.00 5 Remove Metal Beam Guard Rall LS 1 -0- 5 Remove Roadside Sign EA 2 7 Relocate Roadside Sign EA 5 8 Reset Mailbox EA 5 g (Cold Plane Asphalt Concrete Pavement M 170 10 jAdjust Monument EA 1 11 jAdjust ManPiole (Case II) EA 1 t50.00 450. 01) 12 Clearing and Grubbing LS 1 13 Roadway Excavation (F) M3 1650 14 Class 2 Aggregate Base TONNE 3470 15 Pavement Failure Repair M2 235 16 Asphalt Concrete (Type B, 12.5mm) TONNE 950 Minor Structure (Yard Drain, 600mm X 17 800mm) EA 1 1850.00 850. 00 18 1 Minor Structure (Type A Inlet) FA 23 -0- JMinor Structure (Type A Inlet on Type ll 15 Manhole Base) EA 4 20 IMinor Stricture (Type I Catch Basin) EA g Minor Structure (Mod Type I Catch 21 Basin) EA 1 Minor Structure (Type It Manhole with 22 Top Slab) EA 4 12080.00 23 Minor Structure (Sidewalk Cross Drain) EA 7 24 lRoadside Sign (Metal?ost) F-, 8 -0- ?5 1460rim AP 1 I M 770 26 760mm AF 3o'' I M 115 285.00 32 775. 0 2-7 760mm RCP (CL 111) it M 6' 28 300mm RCP (CL V) �, ' M 11 29 450rnm RCP (CL V) M 28: Corrugated Steel Pipe Arch(885mm X 30 610mm, 2.01 mm lhici , '3 S I, 1' M 1 82c) Do 820 n 31 Utility Crossing '?Za' t'r EA 3 32 1 Minor C or:cret_ (S. 150 curb) i ;v; 2495 - - foinor Concrete (Siee�,al�j 1,42. 3470 3,i jsurvey Monument SA 3 35 iStree,. Barricade LS 1 t 36 300mm Traffic Suipe 5 I 37 Traffic Striae (Detail 22) Ni ISO 77i I H. : EHL-11R CO. T NC. (ESTIMATOR R1C.Y. TOTAL PH 925-625-74 ?3 FAX 625-9700 06/,29/2001 09:53 15107854892 REDGWICK CONST CO PAGE 07 -- u. uat.�t►—ic l k,a 19J U U l/v U l z`. H.F. Ehler Company, Inc. Underground Contractors Lic.No.276671 :] d P.O. Box 1490- Oakley, 490Oakley, CA. 94561-1490 -JL 6 Sof D Phone: (925) 625-7473 Fax (925)625-9700 Propoaal eubmlttod To: Ix ,; Redgwick Construction Co. 510-782-0400 615/01 ecraot: Job?tame 25599 Huntwood Ave North Broadway Phase 11, My,elate,and Sip Code: Job Lowtion: Hayward, Ca 94544 jPittshurg, Ca _ " ArablteoL Fax Number: Date of Flom: Jab 4hnae: 1510-785-4892 Underground storm piping per drawing 1 through 22 dated 4-25-01 �� Bid price $181,457.00 Excluded 1. Fees, Permits, Plan Check Fees & Soil Analysis 2. Engineering & Staking 3. Patch paving± 1600 su_tt. 4. Demolition of existing utilities m No addendum's noted Scope components of Total Did proposal inoy not be removed wittiout written g0tio+raatbn of the H.F.Ehler Co„Inc- we ncwe Propose hereby to furrysh material and labor-complete In accordance wlih above spedfloafions,for the sum of: One hundred eighty thousand four hundred fifty-seven and 001100 Dollars($181,487.00 ) Payment to be macle as ows: 30 Days/10% Retention All mdmldtsa,aorreodtobeas:pndrled.All vaahtobecamptelodlnaevWnanl4e Authorize L�l mor,e•occamrglo3tmftdPraalces.ANonerollonordo*Wnrrariob c pcdlka. Signature: rim:tn.dwig Wro casts v di be m and d cdy upon wrinen order•Ord v A become an ea Iro dxrpe ever and dDae Ili eullmerle.4E ogteavbrts co*roore upon ankas,occldmL• adelo,sboya+dourcontrol.O wtooa+yAm.larnodeandother rwmayIrdawca. Nole:This proposal troy be ax"emore'`a cmradbyWorkrre^:cm'p`na1rcnln%x°rYc. withdrawn by us If not accepted within 30 days. Acceptance ot Proposal-The above prices,specticafions and condluons arosairsfodory and are hereby accepted.You are ourhorlred to do%*work as sp"ad,payment wM be mado as oulllned above. 9na ure Date of Acceptance: Signature 06/.29/2001 09:53 15107854892 REDGWICK CONST CO PAGE 08 o[u ai00 ff 1'BLER-RICK �� Z 002/002 :gTS BROADWAY PHi,.I ' IY tJ 6-5-01 Bid Item Description Unit Quantity Unit Price (in Total(in Figures) Figures) Trench Shoring and Protection M 715 1 . so- 1072 Q Construction Area Signs LS 1 _0- Traffic Control System LS 1 _0_ _ 4 Remove Inlet EA 1 500. 00 500. 00 ° g Remove Metal Beam Guard Rai! LS 1 _0_ 6 Remove Roadside Sign EA. 2 7 Relocate Roadside Sign EA 5 g JReset Maiibox- FA 5 g Cold Plane Asphalt Concrete Pavement lU 170 10 Adjust Monument EA 1 11 Adjust Manftole (Case I'.) EA 1 150. 00 450 . 00 12 Clearing and Grubbing LS 1 13 Roadway Excavation (F) M3 ! 1650 14 Class 2 Aggregate Base TONNEJ 3470 15 Pavement Failure Repair M2 235 16 Asphalt Concrete (Type B, 12.5mm) TONNE 950 Minor Structure (Yard Drain, 600mm X 17 600mm) EA 1 850. 00 850. 00 18 Minor Structure (Type A Inlet) EA 23 -0- Minor Structure (Type A Inlet on Type If 19 Manhole,Base) Ela 4 20 Minor Structure (Type I Catch Basin) EA g Minor Structure (Mod Type t Catch 21 Basin) EA 1 Minor Structure (Type 11 Manhole with 22 Top Slab) F-A. l 4 2080. 00 23 Minor Structure (Sidewalk Cross Drain) EA 7 24 Roadside Sign (Metal Post) EA g _0_ 25 450mm AP M 774 2, 760mm AP 30'` M 115 285. 00 32 775. 0 27 1760mm RCP (CL Ill) .30f M 6 26 300mm RCP (CL V) it M 11 1r.4 nn 1 , 904 a 29 450mrn RCP (CL V) ! ` !uE ! 29: Corrugated Steel Pipe Arch (885mm X 30 610mm, 2.01 mm thick 3r d ' t` M 1 i31 Utility Crossing '-k1 , EA 3 32 Minor Concrete (S1.150 (;urb) M 2495 33 Minor Concrete (Sid^walk) MZ. 3470 3� Survey Monument EA ` 3 35 Street Banicsde �� 1 36 300mm Traffic Stripa 5 Traffic Stupe (Detail 2) v tao (ESTIMATOR RICK CHAPMAN) TOTAL 1_Aa - i?H 925-, 625-7473 FAX 625-9700 06/29/2001 09:53 15107854892 REDGWICK CONST CO PAGE 09 • .- _•, .,�., �r�n, AF hfi1.I:R-ftTCTf I�t)gl/p02 I �ix,x�asal �� H.F. Ehler Company, Inc. Underground Contractors Lic. No, 276671 P.O, Box 1490 _ ED Oakley, CA. 94561-1490 j C Phone, (925) 625-7473 Fax: (925) 625-9700 Pro,`,os l 6ub==,ed To: Phcrr..: T _ Redgwick Construction Co. 510.732-0400 6!5/01 GL eel.: aycb 25599 Huntwood Ave. North Broadway Phase II City,state,and Zip Cod- Job t,ON-talon: Hayward, Ca 94544 Pittsburg, Ca - p roh:tAr,G: Rax Nunnber: Data cif Pans; Job?hone: 510-785-4892 Underground storm piping per drawing 1 through 22 dated 4-25.01 Bid price $181,457.00 Excluded 1. Fees, Permits, Plan Check Fees & Soil Analysis 2. Engineering & Staking 3. Patch paving •r 1600 sq.ft, 4. Demolition of existing utilities No addendum's noted 5eope components of Total Sid proposal may not be removed wi!hout written duthorizatlon of the H.F.Ehler Ca,,Inc. vv;z Propose hereby to fvrr1311.)mofetiol and lob_r-complala m occordonce til?;1 obo-je specifications,for the-sum of: One hundred eighty-one thousand four hundred fifty-sever? and 00/100 Dollars($l81,457.00 i •ayrrr,-nt i�ue made as to ows: ' 3v DaY,.!100/: Retention c ,h r•:oiLnd:sp•.n!yrnod'n toc :0U r?Qi .%:1 .:N:r.'r..::-.�'k:2:'•.:.+:�.r'r.�rr- !authorize V ;-v:c::r••]rv]1]_']nr!.xe Or;(b<e�.4+y then I;-, ::.r.,,]n!:ar c:.;,e:n-:::i;:.]• �ri111dtU(@. „X.<:.,rg.••,�exlrn c4U5 hit Or.c.ui r•a0 n'JrpG D^wr.pu: :w'a E.:'r.7 H,:t:::n•.I1n s, t-,.•,;r,,...,r•,,.c,:: :,,,;.., Nci2.This proposal may by ii'l i:Jt2';),:•I".,. :rr:-a.:•:�<;,:r.r•. :,, ...:. :,•:-.. v.;thdrown by us it not accepted within 30 Boys. -,cce6 nn.-_e o1 Propozz, o anGv2 pr'::ES.SpC0t:CT101S ..r,ui,:ri.OrIC•15.J",l 501jcInrl*r•1 ciid C'.h ry c•hy.Ki.�;;•q.V,i...a.1'r!:!q V G;1 Fllr,rl:•lhr,-.314 CY sl�r:Clllra I'byln MU w,:f i>.•:nrl,;.q;Gds"mit 0%.1;r..:r., I ilIP. Ci; i : wwe REDGWICK CONST CO PAGE 10 06/29/2001 09:53., _,�15107654r892 p1D)F5r*2540 Date:6/4/01 Time• 19:48 PM Pape 1 of 1 43650 Osgood Rd Contractors License No.37A600 Fremont CA 94339-5631 A"General Engineering Phone(510) 856.2840 Fax(510)656-2397 C-18 Fence,Wire,wood C-32 Highway Improvement Quotation. Union Contractor/No minority Status TO: Firm: Current Date 611/01 Address Bid Date/Time 6/5101 Job Name NORTH BROADWAY INFRASTRUCTURE Contact City CONTRA COSTA CNTY Phone Contract NO. Fax Working Days Job site Li uidatsd Damages ITEM NO. DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 6 REMOVE ROADSIDE SIGN 2 EA $75.00 5150.00 7 RELOCATE ROADSIDE SIGN 5 EA, $165.00 $826.00 10 ADJUST MONUMENT 1 EA 5350.00 $350.00 34 SURVEY MONUMENT 3 EA $500,00 $1,500.00 35 STREET BARRICADE 1 SUM $1,250.00 51.250.00 36 30D MM TRAFFIC STRIPE 5 M $100.00 5500.00 37 TRAFFIC STRIPE(DETAIL 22) 180 M $10.00 $1,800.00 24 ROADSIDE SIGN(METAL POST) 8 EA $200.00 $1,600.00 I Written Authorization is Required_Prior 7o Proceeding With Wool: TOTAL' $7,975.2 ACCEPT=D P — P,O Numbcr — TITLE. Job Number COMMENTS AND EXCLUSIONS: Band Rate 1.67re ADDENOUMS NOTED Chrisp Ccmpa,)y re,,crves the right to withrsmw proposal it written acccptanco is not received within 60 days of bid date -ceivin contract 10 working days wrizren notice required prior to schedu)in of work �After Move-In Includec ddditional P;1cve Ins cn 5750.00 EA 2LL•.11lOyc •INSSO pEIl�y�VRITJN�SEPA139TF1 Y_FRQ�.G01J.T.RT .Installation Of Ternpor2rI Tabs if RejuireJ t•ct Included— — — -- — -- Inatall.3tlen o+ remcva_I of temEoi''1 de•tineation------ - -- —.---------_-- Chanseaoic r;1_s?a=c 5o3rd if required ;c ba provided by General Contractor for Chrisp Co. Use at no Charge to Chrisp Co. Retr,o,-a-1a f Existir:g ravet;,;e%int I rna kers ANC10R STRIPING; Fce+rcva)Of T cmporiir}, Tabs Included In Unit Prices, QUOTE PREPARED BY DAVID MORRIS CIFRISP COMPANY Redgwick Construction Company 25599 Huntwood Avenue, Hayward, California 94544 510.782-0400 Good Faith Effort Documentation Submittal North Broadway Area Infrastructure Program — Phase 2 Project No. 0662-6R4125-00 Contra Costa County 255 Glacier Drive Martinez, CA 94553 California State Contractors License#140057 RECEIA, ED JUN -7 Redgwick Construction Company �� T - c�C�ION 25599 Huntwood Avenue, Hayward, California 945 CONS�; 510.782-0400 2, 1. Level of anticipated mbe/wbe participation Cal Safety MBE Amount $1425.00 Royal Trucking WBE Amount $35,200.00 ABSL WBE Amount $16,000.00 2. Attended Pre-bid meeting On May 21't, at 10:00 AM Jeff Lohmann from Redgwick Construction Company attended the Prebid 3. Sufficient work identified for subcontractors. Electrical, Concrete,Underground, Trucking, Grinder Rental, Construction Area Signs 4. Advertisement See Enclosed 5. Written notice to Contractors See Enclosed 6. Follow-up on initial solicitation See Enclosed 7. Plans, specifications and requirements. Plans and specifications were available to all subcontractors. Please review our solicitation form; it states that Redgwick will provide documents and assistance with takeoff. 8. Contracted Organizations Contract Compliance Services were used to assist with minority participation. Their telephone number is 562-439-2788. 9. Negotiated in Good Faith Partial bids were accepted from minority contractors. Bonding requirements were waved from minority contractors. Please see enclosed documentations. All quotations were considered in good faith. 10. Bonds Lines of Credit & Insurance Assistance Bonding requirements from minority subcontractors were waved. Assistance with insurance if requested was provided. California State Contractors License#/40057 Member Affidavits rage 1 of s PRINT THIS DOCUMENT AND THEN........ .............................. Go to Form Builder ......FILE COPT'FOR 1111)PACKAGE COMPLIANCE NEWS AMD- ' - TOUMAL 1.PUBLICATION AFFIDAVIT-DECLARATION OF PUBLCATION-STATE OF CALIFORNIA REDGWICK CONSTRUCTION Contact:..Bob Rahebi at COMPANY 25599 Huntwood Ave., is seeking qualified Hayward, DVBE,DBE,WBE,MBE,OBE CA..94544 primes/subs and/or suppliers to Telephone: .(510)7820400 provide Fax: ..7854892 Const area signs,Clearing,Cold Planing,Minor Structure, Minor E-mail: ..redgwick@AOL.com Concrete,Striping,Underground for Bid Due:June 5 2pm (project title) Solicitation Number: .. 0662-684125-00 No.Broadway Area Infrastructure- Phase 2 in Martinez/Antioch area(Contra Costa County) REDGWICK CONSTRUCTION COMPANY is an equal opportunity employer. Will assist with insurance/bonding/plans&specs. The REDGWICK CONSTRUCTION COMPANY good-faith effort ad is located on-line at: http://www.compliancenews.com/classified_monthly The undersigned declares: ....•.....I am over the age of 18 years and a citizen of the United States.I am not a party to and have no interest in this matter. I am principal publisher of the COMPLIANCE NEWS MONTHLY TRADE JOURNAL in the City of Long Beach,County of Los Angeles,and the State of California.The notice,a true copy of which is attached was published on 05/31/2001 I declare under.penalty of perjury that the foregoing is true and correct.Executed at Long Beach,California ..........Henry Sprague III Copyright 1997 COMPLIANCE NEWSTMDVBE#0018455...All rights reserved https:Hsecure.authorize.net/gateway/transact.dfl 5/31/01 L_6UAwWrDjt anwe MUM. -. �'.x.2S ...t..'a:'.RT�•r,.x�.`. �'..:La;D:. :E....R..'.sS•r..t:'. .^.......MN:.m'�:E:::1,�V....:?.....,...rU.. .B....-..B�`.•:.:.I...:D`....<S.._..._.. r D,,.':i..9. ig .,.. mk fiNa A ....,_ �..�R. Engr:HDR Engineering Inc,350 Frank H Ogawa Piz ® WR Forde Assocs, 984 Hensley St, Richmond, CA Ste 200,Oakland,CA 94612-2006, 510/302.2300, Contra Costa Co.,CA -0662-6R4125-00-NORTH 94801-2117, 510/215-9338, Fax: 510215-9867 - Fax:510/302-2333 BROADWAY AREA INFRASTRUCTURE PH 2 AEOE/MB1DB/WB/DVB Quotes Req.-0524101 Planholders Requesting Sub-Bids: (Alteration)Various Locations-Bids Close June Plans: Available From Owner. Cost 512.96 No Redgwick Const Co, 25599 Huntwood Ave, Hay- Refund S8 Mail. 5,ne2:00 PM-$930,000 ward, CA 94544-2293, 510/762-0400, Fax: Owr: Contra Costa Cc Public Works Dept. 255 Plan Room:Oakland(12) _ 510/785-4892 - AEOE/MB/DB/WB/DVB Quotes Glacier Or CC Rich Bldg,Martinez,CA 94553-4897, Bids To:Owner. Req--05/09/01 925/313.2000, Fax: 925/313.2333, Attn. Diane CMO ID 870105474(Last Report:05-04) Redgwick Const Co, 25599 Huntwood Ave, Hay- Spoto 925/313.2308 ward, CA 94544-2293, 510/782-0400, Fax: O Planholders Requesting Sub-Bids: 510f785-4892 - AEOE/MB/DB/WB/DVB Quotes Bay Cities Paving & Grading Inc, 5029 Forni Dr, Dublin,Alameda Co., CA - 1857 - IRON HORSE Req.-05/09/01 Concord, CA 94520-1224, 925/687-6666, Far.: TRAIL BIKE PATH(Alteration)Dougherty Road Bayview Electric,7 Hangar Way Ste B,Watsonville, 825/688-0278 AEOEIMB/DB/W6/DVB Quotes To Dublin/Pleasanton BART-Bids Close June 5, CA 95076-2450, 831/761-2322, Fax: 8311761- wrier:A-S345,000 2323 . AEOE/MB/DB/WB/DVB Quotes Req. - Req.-es Paving Owner:Alameda Co Public Works.951 Turner CI Rm _. Bay Cities Paving & Grading Inc, 5029 Forni Dr, 100,Hayward,CA 94545-2651,510/670-5450,Fax: 05/14/01 Concord, CA 94520-1224, 925/687-6666,.Fax: 510/670-5269 Bayview Electric,7 Hangar Way Ste B,Watsonville, 925/688.0278 - AEOE/MB/DB/WB/DVB Quotes Engr:Alameda Co Public Works,951 Turner CI Rm CA 95076-2450,831/761-2322, Fax: 8311761- Req.-05/04/01 100,Hayward,CA 94545-2651,510/670-5450,Fax: 2323 - AEOE/MB/DB/WB/DVB Quotes Req. 5101670-5269,Attn:Rene Baile 510/670.6528 05/14/01 Bauman Landscape Inc, t 15 Brookside Dr, Ric - Plans:Available From Owner.Cost S30 No Refund. Plans:Available From Owner.Cost None. mond, CA 94801-1203, 5101236.1212, Fax: Plan Room:To Be In Oakland 510/236-1680 - AEOE/MB/DBIWB/DVB Quotes Bonds:Bid:10%. Plan Room:Oakland(FIO-N) Req.-05!07/01 Bids To:Owner. Bonds:Bid.10%. Bauman Landscape Inc, 115 Brookside Or, Rich- Planholders For General Contractor: Bids To:Owner. mond, CA 94801.1203, 510/236-1212, Fax: Vanguard Const, 1010 39th Ave, Oakland, CA CMD 10 870105715(Last Report:05-09) 510/236-1680 . AEOE/MBIDB/WB/DVB Quotes 94601-4029,510/261-5700,Fax:510/261-3661 Req.-05/07/01 Fanta Inc,2401 Grant Ave,San Lorenzo,CA 94580- North Bay Const Inc,431 Payran St,PO Box 6004, 1807.510278-8410,Fax:510276-3095 Clovis,Fresno Co.,CA-SEWER MAIN REPLACE- PetalumaCA 94955.6004 7071/63 2891Fax: Granite Const Cc,120 Granite Rock Way,San Jose, , , , MENT(Alteration)Various Locations-Bids Close CA 95136-1304, 408/224-4124, Fax: 408/224- June 5,2:00 PM-$137,000 7071765.6417 . AEOE/MB/DB/WB/DVB Quotes 4394 Owner:City Of Clovis Clerk,1033 5th St,Clovis,CA Req.-05/10/01 Sposeto Engineering Inc, 4301 Bettencourt Way, 93612-1313, 559/297-2308, Fax: 559/297-2569, North Bay Const Inc,431 Payran St,PO Box 6004, Union City, CA 94587-1519, 5101487.2424, Fax: Attn:Randy Bell Petaluma, CA 94955-6004, 7071763.2891, Fax: 510/487.6210 QQwnAgent: City Of Clovis Engineer, Civic Center 7071765-6417 - AEOE/MB/DB/WB/DVB Quotes Bay Cities Paving& Grading Inc, 5029 Forni Dr, )1033 5th St,Clovis,CA 93612-1313,5591297-2356, Req.-05110/01 Concord, CA 94520-1224, 9251687.6666, Fax: Fax:559297-2569 McGuire&Hester,9009 Railroad Ave,Oakland,CA 925/688-0278 Planholders Requesting Sub-81ds- Norman B Houge Inc,200 Cristich Ln,Campbell,CA Mauldin•Dortmeier Const Inc,3240 N Millbrook, PO 94603.1245, 5101632-7676, Fax: 5101562-5209 - 95008.5417,4081377-0727,Fax:40813 77-3 586 Box 15100, Fresno, CA 93702-5100, 559/252- AEOE/MB/DB/WB/DVB Quotes Req.-05/10/01 CMD ID 870106486(Last Report:05-29) 4600,Fax:559252.5058-AEOE/MB/DB/WB/DVB McGuire&Hester,9009 Railroad Ave,Oakland,CA Quotes Req.-05/30/01 94603.1245, 5101632.7676, Fax: 5101562-5209 - t�a Mauldin-Dorfineier Const Inc,3240 N Millbrook,PO AEOE/MB/DBIWB/D1 tes Fremont&Union City,Alameda Co.,CA-FC 5-D- Box 15100, Fresno, CA 93702-5100, 559/252• r 511 Jam' ' ' F 174-ALAMEDA CREEK LINE A PHASE IV(After. 4600,Fax:559252-5058-AEOE/MB/DB/WB/DVB �- �,y..r, Close June 5,2:00 ation)Beard Staging Area To Decoto Road-Bids Quotes Req.-05/30/01 Plans: Available From Owner's Agent. Cost$20 No LotesCPublic -$535,000 Refund. 4'5101 Owner:Alameda Co blic Works,951 Turner Ct Rm Plan Room:To Be in Sacramento Redgwick Const Cc, 25599 Huntwood Ave, Hay 100•Hayward,CA 94545-2651,510/670-5450,Fax: Bonds:Bid:10%Perf:10096 Pay:100%. ward, CA 94544-2293, 510/782.0400, Fax: 510/670-5269 Bids To:Owner. 5101785-4892 -AEOE/MB/DB/WB/DVB Quotes Planholders Requesting Sub-Bids: CMD ID 870106495 Req.-05/15/01 Siteworks Const Inc,3634 Bickerstaft Rd, PO Box OC Jones & Sons Inc, 1520 4th St, Berkeley, CA 1324, Lafayette, CA 94549-1324, 925/284.1437, ® Fax: 925/256.8357- AEOE/MB/DB/WB/DVB 94710-1748, 510/526-3424, Fax: 510/526-0990 - Concord,Contra Costa Co.,CA-032,029&069- AEOE/MB/DB/WWDVB Quotes Req.-05/15/01 Quotes Req.-05/18/01 AVOWMARKET/SOLANO SIDEWALK IMPROVE OC Jones& Sons Inc, 1520 4th St, Berkeley, CA Site24, L Const Inc, 94549-13 rs,9 512Rd,84-1437, PO Box MENTS(Alteration)Avon Avenue Market Street y Fax: Lafayette,CA 94AEOE24,925/WBIDVB & Solano Way Bids Close June 5, 10:00 AM- 94710.1748, 510/526-3424, Fax: 510/526-0990 - Fax: 925/256-8357 - AEOE/MB/DBlWB/DVB $225,000 AEOE/MB/DB/WB/DVB Quotes Req..05/15/01 Quotes Req.-05/18/01 Owner: City Of Concord Clerk, 1950 Parkside Or, Carona & Sons Inc, PO Box 368, Crockett, CA Fanfa Inc,2401 Grant Ave,San Lorenzo,CA 94W- Concord, CA 94519-2526, 925/671-3047, Fax: 94525-0368, 510f787.4060, Fax: 510!787.4066 - 1607, 510/278-8410, Fax: 510/278.3095 - 925/671-3000 AEOE/MB/DB/WB/DVB Quotes Req. •05/16/01 AEOEIMB/DB/WB/DVB Quotes Req.•05/18/01 OwnAgent: City Of Concord Engrng&Transp Dept, Carone & Sons Inc, PO Box 368, Crockett, CA Fanta Inc,2401 Grant Ave,San Lorenzo,CA 94560- 1957 Parkside Dr, Concord, CA 94519-2525, 94525-0368, 510/787-4060, Fax: 510/787-4066 - 1807. 5101278-8410, Fax: 510/278.3095 - 925/671-3361, Fax: 925/798-9692, Attn: Gerardo AEOEIMB/DB/WB/DVB Quotes Req..05/16/01 AEOE/MB/DB/WB/DVB Quotes Req.•05/18/01 Avila 925/671-3411 Hess Const Cc Inc, 4464 Hess Rd, American Ferma Corp, 1265 Montecito Ave Ste 200,Mountain CvlEngr:Santina&Thompson Inc,1355 Willow Way, Canyon, CA 94503-9715, 707/552.7931, Fax: View, CA 94043-4581, 650/961.2742, Fax: Concord,CA 94520-5723,925/827-3200,Alin:Guy 70715523988 AEOE/M8/DB/W8/DVB Quotes 650/968.3945 - AEOE/MB/DB/WB/DVB Quotes - Nakano Req.•05130/01 Planholders Requesting Sub-Bids: Req.-05/16/01 Ferma Corp,1265 Montecito Ave Ste 200,Mountain Hess Const Cc Inc, 4484 Hess Rd, American Hess Const Cc Inc, 4484 Hess Rd, American View, CA 94043-4581, 6501961-2742, Fax: Canyon, CA 94503-9715, 707/552-7931, Fax: Canyon, CA 94503-9715, 7071552-7931, Fax: 650/968-3945 - AEOE/MBIDB/WB/DVB Quotes 707/552-3988 - AEOE/MB/DB/WB/DVB Quotes 707/552-3988 . AEOE/MB/DB/WB/DVB Ouoles Req.•05/30/01 Req.-05129/01 Req.-05/16/01 Plans:Available From Owner.Cost$20 No Refund. Hess Const Cc Inc, 4484 Hess Rd, American Fanfa Inc,2401 Grant Ave,San Lorenzo,CA 94580- Plan Room:Oakland(F10-P) Canyon, CA 94503-9715, 707/552.7931, Fax 1807, 510/278-8410, Fax 5101278-3095 - Bonds:Bid'. 10%. 707/552.3988 - AEOElMB/DB/WB/DVB Quotes AEOEIMB/DB/WB/DVB Quotes R 05/18/01 Bids To:Owner. Req.-05lable CMD ID 670106160 p Plans: Available From Owner's Agent. Cost$25 No Fanta Inc,2401 Grant Ave,San Lorenzo,CA 94580- (Last Report 05-21) Refund. 1807, 510/278-8410, Fax: 510/278-3095 - Plan Room:Oakland(F15-E) AEOE/MB/DBIWB/DVB Quotes Req.-05/18/01 me Addenda:1 WR Forde Assocs, 984 Hensley St, Richmond, CA Fremont,Alameda Co.,CA-FC 5.170-WETLAND Bonds:Bid:10%. MITIGATION LINE A(Alteration)Alvarado Boule- BIdS,TO:Qwner. 94801-2117. 510/215-9338, Fax: 510/215-9867 yard & 1-880- Bids Close June 5, 2:00 PM CMD`ID 87010 r. AEOE/MB/DB/WBIDVB Quotes Req.-05/24101 $40 000 .;(LaetiReporl:05-29), .;.,:: Member Affidavits Page 2 of 3 FILE COPY FOR BID PACKAGE COMPLIANCE NE" ..s : *` ,f# UUJO. ST URNAI.�; 2.PUBLICATION AFFIDAVIT-DECLARATION OF PUBLICATION-STATE OF CALIFORNIA REDGWICK CONSTRUCTION Contact:..Bob Rahebi at COMPANY 25599 Huntwood Ave., is seeking qualified Hayward, DVBE,DBE,WBE,MBE,OBE CA..94544 primes/subs and/or suppliers to Telephone: ..(510)7820400 provide Fax: ..7854892 Const area signs,Clearing,Cold E-mail: .redgwick@AOL.com Planing,Minor Structure, Minor Concrete,Striping,Underground for Bid Due: June 5 2pm (project title) I Solicitation Number: .. 0662-684125-00 No.Broadway Area Infrastructure- Phase 2 in(job location) Martinez/Antioch area(Contra Costa County) REDGWICK CONSTRUCTION COMPANY is an equal opportunity employer. Will assist with insurancelbonding/plans&specs. The REDGWICK CONSTRUCTION COMPANY good-faith effort ad is located on-line at: http://www.compliancenews.com/classified—daily The undersigned declares: ..........1 am over the age of 18 years and a citizen of the United States.I am not a party to and have no interest in this matter. I am principal publisher of the COMPLIANCE NEWS DAILY FOCUS JOURNAL in the City of Long Beach,County of Los Angeles,and the State of Califomia.The notice,a true copy of which is attached was published on 05/3112001 I declare under penalty of perjury that the foregoing is true and correct.Executed at Long Beach,California .........Henry Sprague III. Copyright 1997 COMPLIANCE NEWSTmDVBE 9 0018455...All rights reserved x Y ` https:Hsecure.authorize.net/gateway/transact.dfl 5/31/01 REDGWICK CONSTRUCTION COMPANY 25599 Huntwood Ave. Hayward , CA 94544 Phone: 510-7820400 Fax: 510-7854892 INVITATION TO BID Thu May 312001 13:21:50 PDT Attn: JONAS AND ASSOCIATES, TNC. 2815 MT I'C:HET.,T.DRIVE, S'I T . 209 WAINiTC CREEK, CA 94598- We are seeking bids from qualified DVBE,DBE,WBE,MBE,OBE. Plans and specifications are available for review/takeoff at above address. Project: No. Broadway Area Infrastructure -Phase 2 Location: Martinez/Antioch area (Contra Costa County) Bid Date: June,5, 2001,2pm Contact: Bob Rahebi Please indicate if you will be bidding on this project and fax your response to: 510-7854892 YES WE ARE 13IDDING WE ARE A MBE/WBE YES WE ARE INTERFSTFD WE ARE A DVBE NOT INTEILSTED WE ARE A DBE OTT TT'sR CA CERTSMALL L BUS We are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBE, MBE, SBE,WBE &OBE subcontractors and suppliers for project participation. Sub-Contractors will be required to enter into our standard contract. No modifications to the contract are permitted. All sub-contractors/vendors awarded work on this project must be prepared to furnish sub-contract performance and payment bonds, for the amount of the subcontract bid, issued by an admitted corporate surety acceptable to REDGW.TCK CONSTRUC'I'TO.N We will pay, premium up to 1.5°4o of bid amount and at our sole discretion, reserve the right to waive the requirement of suclh bonds, to permit substitute security or to accept alternate (;uarantec in lieu of such bands. If }-ou hxaVe anV questions please do not hesitate to contact LIS. �inc•c�ri�l , . 13cb l:;:rhebi , REDGWICK CONSTRUCTION COMPANY 25599 Huntwood Ave. Hayward , CA 94544 Phone: 510-7820400 Fax: 510-7854892 INVITATION TO BID -rhLI May 31200113:23:07 PDT Attn: _ RED ARCHER FQUIPMENT RENTAL, INC. 11210 SOCRATES MINE ROAD MIDDLE-TOWN, CA 95461- We are seeking bids from qualified DVBE,DBE,WBE,MBE,OBE. - Plans and specifications are available for review/takeoff at above address. Project: No. Broadway Area Infrastnicture -Phase 2 Location: Martinez/Antioch area (Contra Costa County) Bid Date: June,5, 2001,.2p m. Contact: Bob Rahebi Please indicate if you will be bidding on this project and fax your response to: 510-7854892 YES WF. ARE BIDDING WE ARE A MBE/WBE YES WE ARE INTERESTED WE ARE A DVBE NOT IN-rERSTED WE ARE A DBE OTHER CA CERT SMALL BUS We are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBE, MBE, SBE, WBE& OBE subcontractors and suppliers for project participation. Sub-Contractors will be required to enter into our standard contract. No modifications to the contract are permitted. All sub-contractors/vendors awarded work on this project must be prepared to furnish sub-contract performance and payment bonds, for the amount of the subcontract bid, issued by an admitted corporate surety acceptable to REDGWICK CONSTRUCTION We will pay premium up to 1.5'% of bld amount ;rnd at our sole discretion, reserve the right to waive the requirement of SLrch bonds, to permit substitute security or to accept alternate u�1r Inti e in lieu cif such bonds. If you questions please do not hesitate to contact LIS. li�,b R,11-r��bi 4. f: REDGWICK CONSTRUCTION COMPANY 25599 Huntwood Ave. Hayward , CA 94544 Phone: 510-7820400 F.I x: 510-7854892- INVITATION 10-7854892INVITATION TO BID rhu May 31 2001 13:24:23 PDI Atha: TATING TRUCKING 501 MOUNI-ATN VIEW AVT;NUI PE1-ALUMA, CA 94952- We are seeking bids from qualified DVBE,DBE,WBE,MBE,OBE. Plans and specifications are available for review/takeoff at above address. Project: No. Broadway Area Infrastructure -Phase 2 Location: Martinez/Antioch area (Contra Costa County) Bid Date: June,5, 2001,2pm Contact: Bob Rahebi. Please indicate if you will be bidding on this project and fax your response to: 51.0-7854892 YES WE ARE BIDDING WE, ARE A MBE/WBE YES WE ARE IN]-RESTED WE ARE A DVBE Nur INTER.STED WE ARE A DBE CA CERT SMALL BUS We are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBE, MBE, SBE, WBE & OBE subcontractors and suppliers for project participation. Sub-Contractors will be required to enter into our standard contract. No modifications to the contract are permitted. All sub-contractors/vendors awarded work on this project must be prepared. to furnish sub-contract performance and payment bonds, for the amount of the subcontract bid, issued by an admitted corporate surety acceptable to REDGWICK CONSTRUCTION We will pay prernium up to 1.5`34)of bid amount and at our sole discretion, reserve the right to x•vaive. the requirement of such bonds, to permit substitute security or to accept alternate (YL �.TYrIIIt('('. in lieu Of such he�nds. Tf yc�u have ani' (luc:stlons }lease (lo not hesitate to contact LIS. _tiincer(�Iv, I3 b 1��Ihebi REDGWICK CONSTRUCTION COMPANY 25599 Huntwood Ave. Hayward , CA 94544 Phone: 510-7820400 Fax: 510-78,~4892 INVITATION TO BID Thu May 31200113:25:34 PDT Attn: GOLDEN BEAR ENGINEERING, INC. - 20305 SIAM I: HIGHWAY 36 cART.,orfA,CA 95528- We are seeking bids from qualified DVBE,DBE,WBE,MBE,OBE. - Plans and specifications are available for review/takeoff at above address. Project: No. Broadway Area Infrastruchire -Phase 2 Location: Martinez/Antioch area (Contra Costa County) Bid Date: June,5, 2001,2p Contact: Bob Rah.ebi Please indicate if you will be bidding on this project and fax your response to: 510-7854892 YES WE ARE BIDDING WE ARE A MBE/WBE YES WE ARE I.NTERESTED WE ARE A DVBE NOT INCERSTED WE ARE A DBE OTHER CA CERT SMALL BUS We are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBE,MBE, SBE,WBE & OBE subcontractors and suppliers for project participation.. Sub-Contractors will be required to enter into our standard contract. No modifications to the contract are permitted. All sub-contractors/vendors awarded work on this project must be prepared to furnish sub-contract performance and payment bonds, for the amount of the subcontract bid,issued by an admitted corporate surety acceptable to REDGWICK CONSTRUCTION We will pay premium up to 1.5°40 of bid amount and at our sole discretion, reserve the right to waive the recluirenient of such bonds, to permit substitute security or to accept alternate i;Uu 1-dllt(V in lieu of such bonds. Tf you have anV cluCstions please do not hesitate to contact u s. SinJc�r� ly. Bob i�;�lii lei REDGWICK CONSTRUCTION COMPANY 25599 Huntwood Ave. Hayward , CA 94544 Phone: 510-782NOO Fax: 510-7854892 INVITATION TO BID Thu May 31200113:26:49 PDT Attn: RAY BORGES TRUCKING 3,508 SCI TOOL Sl-REET POR'_l UNA, CA 95540- We are seeking bids from qualified DVBE,DBE,WI3E,MBE,OBE. Plans and specifications are available for review/takeoff at above address. Project: No. Broadway Area Infrastructure -Phase 2 Location: Martinez/Antioch area (Contra Costa County) Bid fete: June,5, 2001,2p C OTIt.dCt: Bob Rah.ebi Please indicate if you will be bidding on this project and fax your response rr to: 510-7854892 YES WE ARE BIDDING WE ARE A MBE/WBE YES WE ARE INI ERE.STP.D WE ARE A DVBE NOT INTERSI ED WE ARE A DBE OTI TER CA CERT SMALL BUS We are an Equal Opportunity Einployer and intend to seriously negotiate with qualified DVBE,MBE, SBL', WBE& OBE subcontractors and suppliers for project participation. Sub-Contractors will be required to enter into our standard contract. No modifications to the contract are permitted. All sub-contractors/vendors awarded work on this project must be prepared to furnish sub-contract performance and payment bonds, for the amount of the subcontract bid, issued by an admitted corporate surety acceptable to REDGWICK CONSTRUCTION lVe Nvill pay prenliunl up to 1.5`0 of bid amount and at our sole discretion, reserve the right to waive this requirement of such bonds, to pernl_it substitute security or to accept alternate t�uar;lntix ill IiCLl of SL1CI1 b0ndS. If y0u have any (luestions please do not hesitate to contact LIS. Bob R�Ihehl '•.'�:• .ii''T. .1. .. .. REDGWICK CONSTRUCTION COMPANY 25599 Huntwood Ave. Hayward , CA 94544 Pho n.e: 510-7820=100 rax: 51.0-7854892 INVITATION TO BID Tl,u May 312001 13:28:02 PDT Attn: CIRrN4ELE EL ECTRIC WORKS INC. - - 607 MARINA WAY R.ICTIMOND, C'1 94804-0000 We are seeking bids from qualified DVBE,DBE,WI3E,MBE,OBE. Plans and specifications are available for review/takeoff at above address. Project: No. Broadway Area Infrastructure - Phase 2 Location: Martinez/Antioch area (Contra Costa County) [aid Date: June,5, 2001,2pm Contact: Bob Rahebi Please indicate if you will be bidding on this project and fax your response to: 510-7854892 YES WI: ARE BIDDING WE ARE A MBE/WBE YES WE ARE INT ERFSTED WE ARE A DVBE NOT INI ERs"rED WE ARE A DBE 0'.1-I IFR CA CERT SMALL BUS We are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBE, MBF, SBI:, WBE & OBE subcontractors and suppliers for project participation. Sub-Contractors will be required to enter into our standard contract. No modifications to the contract are permitted. All sub-contractors/vendors awarded work on this project must be prepared to furnish sub-contract performance and payment bonds, for the amount of the subcontract bid, issued by an admitted corporate surety acceptable to REDGWICK CONSTRUCl.ION We will pay pre.rnium up to 1.5°x) of bid amount an(]. at our sole discretion, reserve the right to waive the requirement of such bonds, to permit substitute security or to accept alternate guar�rntee in lii a of such bands. I.f you have any gLiestions please do not hesitate to contact LIS. , REDGWICK CONSTRUCTION COMPANY 25599 Huntwood Ave. Hayward , CA 94544 Phone: 510-7820400 Pax: 5"10-7854892 INVITATION TO BID Thu May 31200113:30:32 PDT Attn: RICK NEVES TRUCKING 1852 W.11TI111480 TRACY, CA 95376- We are seeking bids .from qualified DVBE,DBE,WBE,MBE,OBE. flans and specifications are available for review/takeoff at above address. Project: No. Broadway Area infrastructure - Phase 2 Location: Martinez/Antioch area (Contra Costa County) Bid Date: June,5,2001,2pm Contact: Bob Rahebi Please indicate if you will be bidding on this project and fax your response f, to: 51.0-7854892 YES WE ARE BIDDING WE ARE A MBE/WBE YES WE ARE WfFRESTED WE ARE A DVBE NOT INTERSTED WE ARE A DBE OT HER CA CERT SMALL BUS We are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBE, MBE, SBE,WBE& OBF,subcontractors and suppliers for project participation. Sub-Contractors will be required to enter into our standard contract. No modifications to the contract are permitted. All sub-contractors/vendors awarded work on this project must be prepared to furnish sub-contract performance and payment bonds, for the amount of the subcontract bid, issued by an admitted corporate surety acceptable to REDGWICK CONSTRUCTION We will pa"v premium up to 1. °4, of bid amount and at our sole discretion, reserve the right to waive the requirement of such bonds, to permit substitute security or to accept alternate k;urjr,:1nteC' in lieu Of suCar bonds. Tf you have anv lUestiOnS please do not hesitate to contact Us. Bob R;tl ebi REDGWICK CONSTRUCTION COMPANY 25599 Huntwood Ave. Hayward , CA 94544 Phone: 510-7820400 Fax: 510-7854892 INVITATION TO BID 'Thu May 31200113:31:45 PDT Attn: M C CONSTRUCTION 1019 I3AI..MORE COURT EL SOBRANTE, CA 94803-1006 We are seeking bids from qualified DVBE,DBE,WBE,MBE,OBE. Plans and specifications are available for review/takeoff at above address. Project: No. Broadway Area Infrastructure -Phase 2 Location: Martinez/Antioch.area (Contra Costa County) Bid tete: June,5,2001,2pm Contact: Bob Rahebi Please indicate if you will be bidding on this project and fax your response to: 510-7854892 YES WE ARE BIDDING WE ARE A MBF./WBF YES WE ARE TTTTERFSTFD WE ARE A DVBE NOT INTERSTED WE ARE A DBE OTT-IER CA CERT SMALL BUS We are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBE, MBE, SBE,WBE &OBE subcontractors and suppliers for project participation. Sub-Contractorswill he required to enter into our Standard contract. No modifications to the contract are permitted. All sub-contractors/vendors awarded work on this project must be prepared. to furnish sub-contract performance and payment bonds, for the amount of the subcontract bid, issued by an admitted corporate surety acceptable to REDGWICK CONSTRUCTION We will pay premium up to 1.5 of bid amount and at our sole discretion, reserve the right to waive the requirement of such.bonds, to permit substitute security or to accept alternate (:;uar,jntee in lieu of such bonds. Tf you have anv questions please do not hesitate to contact LIS. Bob .Ralhebi REDGWICK CONSTRUCTION COMPANY 25599 Huntwood Ave. Hayward , CA 94544 Phonc: 510-7820400 Fax: 510-785=1892 INVITATION TO BID Thu May 31200113:33:01 PDT Attn: GLORIA WASHINGTON TRUCKING, I.NC PO BOX 2884/555 DECARLO AVENUE (94801) RICI-IMOND, CA 94802- We are seeking bids from qualified DVBE,DBE,W13E,MBE,OBE. Plans and specifications are available for review/takeoff at above address. Project: No. Broadway Area I.n.frastructure -Phase 2 Location: Martinez/Antioch area (Contra Costa County) Bid Date: June,5, 200112pm Contact: Bob Rahe.bi Please indicate if you will be bidding on this project and. fax your response to: 510-78,54892 YES WE ARE BIDDING WE ARE A MBE/WBE YES WE ARE INTI?RESTED WE ARE A DVBE NOT INIERSTED WE ARE A DBE OTHER---.----.-- CA CERT SMALL BUS We are an.Equal Opportunity Employer and intend to seriously negotiate with qualified DVBI?, MBI?, SBL', WISE.& OBE subcontractors and suppliers for project participation. . Sub-Contractors will berequired to enter into our standard contract. No modifications to the contract are permitted. All sub_contractors/vendors awarded work on this project must be prepared to furnish sub-contract performance and payment bonds, for the amount of the subcontract bid, issued by an admitted corporate surety acceptable to REDGWICK CONSTRUCTION We will pay premium up to 1.5%, of bid amount and at our sole discretion, reserve the right to w,:rivc the requirement of such.bonds, to permit substitute security or to accept alternate til]?3L"�lllti'l' in lii'u of such bOlIdS. If you have MIN" <luestions please do not hesitate to contact LIS. 1 Ic:h I:�111i•hi REDGWICK CONSTRUCTION COMPANY 25599 Huntwood Ave. Hayward , CA 94544 Phone: 51.0-7820400 i Fax: 510-7854892 INVITATION TO BID Th U.May 312001 13:19:19 PDT Attn: LISA DEE CORPOI:ATION P.O. BOX 457 PLEASANTON, CA 94560-0000 A D - Iu,SD We are seeking bids from qualified DVBE,DBE,WBE,MBE,OBE. - - Plans and specifications are available for review/takeoff at above address. Project: No. Broadway Area Infrastructure -Phase 2 Location: Martinez/Antioch area (Contra Costa County) Bid Dare: June,5, 2001., 2pm Contact: Bob Rahebi Please indicate if you will be bidding on this project and fax your response to: 510-78,54892 t YES WE ARE BIDDING WE ARE A MBE/WBE YES WE ARI. INTERESTED WE ARE A DVBE NOT IN'CERSTE1) WE ARE A DBE O,I.I-TER CA CERT SMALL BUS We are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBI.,'', .MBE, SBE, WB.T_-,& OBE subcontractors and suppliers for project participation. Sub-Contractors will be required to enter into our standard contract. No modifications to the contract are permitted. All sub-contractors/vendors awarded work on this project must be prepared to furnish sub-contract performance and payment bonds, for the amount of the subcontract bid, issued by an admitted corporate surety acceptable to REDGWICK CONSTRUCTION We will pay pre.mluTll Lll:) to 1.5"40 of bid amoLlnt ind at our sole discretion, reserve the right to the requ.irenient Ot.Such bonds, to permit substitute security or to accept alternate is U it lilti'i' in lic,L; of sucli bonds. Tf YuLI helve any please do not hesitate to contact US. l;c�h I:;lhc•hi REDGWICK CONSTRUCTION COMPANY 25599 Huntwood Ave. Hayward , CA 94544 Phone: 510-7820400 j Pax: 510-7854892 INVITATION TO BID 'rhu May 31200113:20:34 PDT Attn: LANE SAFT1 Y, CO., INC. 340 W. CH-ANNEL ROAD, SUITE P BI,NTC:IA,CA 94510-1160 We are seeking bids from qualified DVBE,DBE,WBE,MBE,OBE.. Plans and specifications are available for review/takeoff at above address. Project: No. Broadway Area Infrastructure -Phase 2 location: Martinez/Antioch area (Contra Costa County) Bid Date: June,5, 2001,2p Contact: Bob Rahebi Please indicate if you will be bidding on this project and fax your response to: 510-7854892 YES WE ARE BIDDING WE ARE A MBE/WBE YES WE ARE IN]-PRESTED WE ARE A DVBE NOT INTERS 1 ED WE ARE A DBE OTHER CA CERT SMALL BUS We are an Equal Opportunity Employer and intend to seriously negotiate with qualified DVBE..,MBE, SBE,WBE& OBE subcontractors and suppliers for project participation. Sub-Contractors will be required to enter into our standard contract.. No modifications to the contract are permitted. All sub-contractors/vendors awarded work on this project must be prepared to furnish sub-contract performance and payment bonds, for the amount of the subcontract bid, issued by an admitted corporate surety acceptable to REDGWICK CONSTRUCTION We will pay premium up to of bid amount and at our sole discretion, reserve the right to v,,ai\.,e the requirement of such bonds, to permit substitute security or to accept alternate (rLid <rntec in lieu of such bonds. Tf you hdV(' anv ,juestions please do not hesitate to contact LIS. Bob Ri..ihehi a - %JVVu 1 ulL"J V1Ll VVll�.l uVl + wE,. • v• -/ Print This Page(s) ��� Continue Options: Print Sample of Fax Document -- Create Mailing Labels -Or- Logout Cc, GD C0 Affidavit of Fax Solicitation The undersigned employee of Compliance News Publishing,located in the City of Long Beach, - County of Los Angeles,and the State of California,declares that bid solicitation letters have been faxed to the following 12 firms listed below on 5/31/01 at 13:05. I am over the age of 18 years and a citizen of the United States. I am not a party to and have no interest in this matter. I declare under penalty of perjury that the foregoing is true and correct. Executed at Long Beach,California ..........Henry Sprague III REDGWICK CONSTRUCTION COMPANY LOG Good-Faith Effort for Bid Solicitation: 0662-6R4125-00 On Thu, May 31, 2001, REDGWICK CONSTRUCTION COMPANY contacted local referral organization: Advanced Online DVBE Resource Center, which recommended 12 of the following DVBE,DBE,WBE,MBE,OBE subcontractors. Tel Contacted G3 Fax Contacted 63 Firm Name Tel No Fax No ONAS AND ASSOCIATES, INC (925) 933- (925) 933- 53600 925)933- 360 ❑ 5362 Person Contacted,Commments,and Date fo c: : 1 r Solicitation: 0662-6R4125-00 . .C�c�, '` �°���Ia► 1'lo I��,w�i r� u J�n� I�;Z� ar, ISA DEE CORPORATION V925) 426- (925) 426- 11410 ❑ 11979 Person Contacted,Commments,and Date for Solicitation:0662-6R4125-00. 01 01 JV0W D ARCHER EQUIPMENT RENTAL, INC. 707) 987- 1(707) 987- 14867 ❑ 867 Person Contacted,Commments, and Date for Solicitation: 0662-6R4125-00. ' 1F1�� « ,fin I�rr tc > C.r�ru�,r.� it ATING TRUCKING (707) 778- (707) 778- 13114 ❑ 13114 .../formgenerator.lasso?ordernumber=3591&type=super&randsort=ADDRESS&randsortorder—as5/31/01 VVVU 1 41111 1 V1111 V�.il\.14V1 � usv ... va ..r Person Contacted,Commments,and Date for Solicitation:0662-6114125-00. T (F I'5I0, /O:zS OLDEN BEAR ENGINEERING, INC. 777 707) 777 823 Person Contacted,Commments,and Date for Solicitation:066-61Z4125-00. ANE SAFETY, CO., INC. V707) 746- V707) 746- 14820 ❑ 825 Person Contacted,Commments,and Date for Solicitation:0662-6R4125-00. to'.2- Ci o,r Y BORGES TRUCKING V707) 725- [4847 07) 725-847 ❑ __j Person Contacted,Commments,and Date for Solicitation: 0662-6R4125-00 . ,111) 401- 209) 833- CK NEVES TRUCKING 804 ❑ 707 Person Contacted,Commments,and Date for Solicitation: 0662-6R4125-00 . oo &IV CD, IRIMELE ELECTRIC WORKS INC. 510) 620- 415) 453- 1150 ❑ 5197 Person Contacted,Commments,and Date for Solicitation:0662-6114125-00 . ILLTOP CONSTRUCTION & BACKHOE (510) 215- SERVICE 510) 215-SERVICE 11798 ❑ Person Contacted, Commments, and Date for Solicitation: 0662-6R4125-00 . /formgenerator.lasso?ordernumbet=3591&type=super&randsort=ADDRESS&randsortordet=a 5/31/01 `lvvu A uua•• viiai v%,AA%.A"— . —f,- v. C CONSTRUCTION 510) 236- 510) 758- 114 ❑ 7134 Person Contacted,Commments,and Date for Solicitation: 0662-6R41725-00. • � �ISM �u. 3(�� ��- � -rit2�1.,,� - GLORIA WASHINGTON TRUCKING, INC 510) 236- 510) 215- 766 ❑ P232 Person Contacted,Commments,and Date for Solicitation: 0662-6R4125-00. .../formgenerator.lasso?ordernumber=3591&type=super&randsort=ADDRESS&randsortorder=a 5/31/01 C OCO, qo kw\ CL tC Ay Zn oc, B"Ur ck,,3k t-kYAT(c6 X0 �/(/��11L+ tk ) 413) 673 Lo 'i to•tk kid, G&vta (S(o) 73(p-(P-7W ti ti —`,Owbt,� Titt(AL(l,5 -75-7-3 vz Io 5 7 2 S�v kpv-�, ':>5 CL- 4-7(,7 1 bO Ck of N11L(X Uj,� JUNI-05'-2001 10:47 ROYAL TRUCKING 925 689 7846 P.01i01 R'1 i`1'AL P_0. 30.••_ SS IAZU [,,0::7` lndusinal Way Hazhng i:;GurL•a(!;nr; Concord, CA 94524=1085 717 Bid GIN _ --- - - -!MATERIAL. D. BOTTOM: TRAM5F9R: ISEIUfI EN0E: :;:9. E47'Qa' . ' I% ' - '7J r�` f f,�JJ,f���I��f,L, 1 � / !• i fs.. r i__. ............._.—._:.._i...: I _:]`-i' _;iC� —.� i� �/ _(!'(_':fl`t"�-- ! P L1%G•�2.!/J'` i -,.-...�'-r, i.(� !J !�' I i:;� J nso �^..Le.yL> Pr•.E••"'K/['j ! ,�.�. �'Li I --Ly l •� ,- tt .-'--..._, _ I 6,4 i l I F ;� //j �, �yl°I_f�✓vr� I ^moi' iii I HOURLY P--k T L- OR ALL INC IDE�T;kL QR I NQUO'T•E �' 2UCICINc,,".._.-__-•-------__-- _ _/.��.. ^ !). l3o:to!i� S U...,... !rinsfers S ,D .H Semi ,.� I -C:ndS .:r � _ ",LII-tl••�Ji!i�lllli :l;gas !tlr >��?t;l: I:`. ',l' :i11' is :..i L, silt - .-1;: :"1.[0.5 after lU nninures. Dunip Siit� - i-[=`Il:.i r:: 4ii l_iC lnr!rt:l<,e quotes are lof- .kr,4010 ur,(N' - No opera gradet oarnS=nks or bOTIL Contractur musE Supp rleairw1ruran Wry days Wd! he hiiied at h u ric ryre. Minimum show up time t zn '- hours 2 hoary• 2 in •i = 4 hn m% All .yL"y,r;c. rt;t'a: ::r:- , t'cc.::ls i3l s, lur S.;lurda: ;Itic, Sundays and Holiday.ado' .._"P4,. Tl,e nbo-,F uoted rates li.c tioc ct;V,.!r' -.,•r! � 01'11:-�•-'.tt Mlte.4 :lli:,V. If tarp;.-•_ :N r:•::ilmd (n!:er than asphal ; vli:::'a wVI he:l Cll:lr�c`c!i w�.=11 (.,Cr tJ'7Sr, i'lt.:':C i)uO;O:; no _a (1! :�ruckilt ptohrRm .il .uck, nn sod � P4 » Raja! t I . _ _ ' - _ _ het!?. �:7,`.•i� nr;;•;t .<o}�. l'rJcie,n" �ritb :rl�' r.t;u>:,::! rrnr.IciCtE ....,.,^..i:'- ;ii ...ii: C.::ri!?'.. .-. . -r';'.i•j ::i - '.Civ--Jcl_`i :�l ,)� ir'S'r i.I` `a -i1 .�,Ais , _ .._ L J dam �'.R '.!i:is i:7 i4 '.ili It CI?,•-- .' ..s .._ ..7'.:•.•.'i 4­ A :l- r - t- t 1 eof , I " '�i,. ..�rt-:- .:!t.l- �,!,.. I•r"'li•t�t �r ; I PMAW i �t I ,,t., .TOTAL P.01 thy. JUN-01:1-01 IU't: 13:24 CAL S4 TY INC FAX N0. 510 656 8463 P. 01/02 CAL SAS' -' - 4i0'�%_ Bi IS _ `ESS E:NTERPRI SE � �' WSE CT-001667 I D p L' O T A T I O N B Ir DAT ` _ CONTRAC'T NUMBER Rd ` oG6•� a r d -�� - P1 YJ/11[l_! i\.'��� �V �� 'Y C�.,�:.•1' �l� SCJ I7'� _y.�. —.... — DESCRIPTION Of WORK --- QUANTITY PRICE CONSTRUCTION AREA SIGNS FURIN I SH,, INSTALL AND REMOVE 4 { PAGES 1 � 5 t MAINTENANCE EXCLUDED { ALL SIGNS MUST BE RETURNED OR THERE WILL BE A REPLACEMENT CHARGE { CONTRACTOR SHALL FURNISH SIGN PANELS ON ALL CHANGE ORDER WORK R I C CONTROL S'Y ,Eli LANE CLOS:;P E 1 ONE t1dA\ ONE LAVE ONE MILE 8 HOURS SHIFT MON - FRI r 10VE'RT IME 8- 12 HR EA� OVER. 12 HR EA } l ADDED LANE �A ADDED MILE EA r er'�fy:E CLOSURE EACH AnD I T I ONAL MAFJ _.. _C:C I NC ONE MA AND EQUIPMENT !-TOUR MON - FR I TERMS ANC-1 (_'ONi)ITIONS r-THIS 0B IS BID AT LV0i:K I?Lt:`/CA.I_FNDAR DAYS . E X:TRA rD YS MAY HAVE AN ADD I T i OVAL. CHARGE. CONTRACTnn SHAI:I., PROVIDE SUFFICIENT i�OT I CE ON ALL WORK. 48 HOUR NOTICE I•'.r`��I r ON ALL CHANCE ORD'i2 WORK OR CONTRACT RATES APPLY. CAL SAFETY :. .,'=..L.?. :L-- '.'E r.n.`_�MENtT' 1;ESa <<'. PER CENT ON CHANGE ORDER WORK. !vSL'�F I.vC_,_ I RF MENTS . ,j.. . . ,�..t <'. . ....... ,1;TPD A5 A PART OF ANY AGREEMENT OR as 'r R WITHTN 10 DAYS OF TWO PER CENT PENALTY FOR LATE - ., .-,._•r.!. „ tii!.._. _ `-_. PLEASE CONTACT ESTIMATOR ' �. _,E'„�14✓ wrlr '.' is I.........._..... _— — — L..• _ PHON: 510-656-5544 FAX 510-656-8463 : 6'5-01 ';i lr 13:25 C�:L SAFETY INC FAX NO. 510 656 8463 P. 02/02 C CCCC1CC TTTT DEPARTMENT OF TRANSPORTATION i.;C+-CC� CCC TTTI Business Enterprise Program CC'.0 I � TTr rTTTT'rT PO BOX 942874 - MS 79 i CC'CCCCC rT1 SACRAMENTO, CA 94274-0001 CCCC CCCC TTTT TrTr (916) 227-9599 TTTTTTTTT CALTRANS Certification Number: CT-[]^1.667 CAUCASIAN --- * CERTIFIED PROGRAMS --- FEMALE DBE SWBE Ce r,ti.f,i ng Agency: CA:. rRA'•!S CORPORATION Excirzitic:n Date: Can'C_t ferS0;:: CARMEL K.ARRICK (516) 6'!,'6-554e, At teent2on: CARMEL K.ARRICK CAL SAFETY, INC 1721'215 6SGO05 ROAD/P .0, BOX 190! ylr CERT IF1Cn770N MANAGER . BUSINESS ENTERPRISE PROGRAh! ----'Po&t in Publ. `1 View-­- CERTIFICATION iew-" - CERTIFICATION MUST BE RENEWED 120 DAYS PRIOR TO EXPIRATION DATE. --- It i your responsibility to: Apply for Re—rtifi.cation on-'a Timely Basis. Revi�_w tt,i.S notification for accuracy and notify Caltrans in writing of any necessary --Preferred WORK LOCATIONS----- Ci ALEDA 0` AMCONTRA COSTA. 20 MADERA 21 MARIN 24 MERCED 27 MONTEREY 28 Nt,PA 34 SACRAMENTO S5 SAN BENITO ?f SAP: FRANCISCO 39 cAN ,lOAQUIN 41 SAN MATEO ,.3 SANrA CLAFI." 4S!"!`!TA CRUZ_ Ori S�OLA,NO 49 SONOMA 5C STANiSLAt1S ----�Pr2ferred WORK C^TEGORIEs and BUSINESS Tyoes----- CGo00 MI&C SUPPLIERS S C063.2 SAFETY S CL 'GG CC+r:STRU !1Ct? AREA SIi3ias C120: TRAFFIC CONTROL SYSTEM S `l C� %i'u EN,D�1UE SIGN' S C9907 CONSTRUCTION EQUIPMENT RE S * Only Certified DBE's may be uWiiizec3 to meet Fedr-,rally funded contract goals. Only certified SMBE or SWBcEs may be utilized to meet State funded contract goals. Gn]y cert:fieul C FMBE or Cr=b:BE'•s may be utilizPci to meet Century Freeway contract goals. I Red m 06105101 12:27:50 Page I of 2 lc.viick--onstrurtion Company Fro Se!i!by the Award'VVinning Cheyenne BiNvare AI:--;S&. Construction 3 Contractors License A 621781� inc'!_lslre! 3'. sa;-''Ca:los. GA 9-10-, 10 F 3v SMBE& DBE Certification CT-005270 Bid Quotaticm, AC. Grindii., Pi Oieof Name: iJonh Broadway Area Infrastructure PH2 (Alteration) 1\11"../mb er. 01662-6R4125-08 D 6/0 oc ,,o n C'..ortra Costa County, Cil.. Grinder, AC Grinding Daily Minimum Chat-go $2700.00 This price is for an 80" inch cold planer machine, Wirigen W 1900. Up to 12 inches depth. i no additional for night work. $450.00 per hour overtime. $450.00 additional for Saturday vvork. 'S100r.I,.00 additional for Sunday work. f"Offy)'Vininnuin Charge $2200.00 Ih.-, pric e i - fora ' inch col d Planer machir1r, on rubber fires, Wirtgen 1200 F. Up to 10 4'D -dies Ciepth. no add:'lonal for night work. S4' .00 per hour overtime. $450.00 additional i lf,'­ as urday $800.00 additional for, Sundc-,,,! work. a concrete anti CLIM!IgS into trucks provided by the contractor. Cold I L L Dj-) r) i- f:I'_iotation. ce;.Inn. c.o,�ciee M-'! p.!:- ascjos&F.S 1-IOSSIbIE: -:i­isting manholes, watervalves, and other ins in ru'ir:j oi:­ie Hanrl,­ork a!,d Oacing asphalt tapers around these objects or at !_)aver// ,,r g1dre for S_3f&T%y ! ecil iirements are excluded. to post sti eets 'NIo Parkiz ig"signs pnoi to subcon'ractor's phase of work; provide water or teF:7%&ei and pmk'ide ccNroj clunng cold pial-!I q operation. 11-PI'Ked b\,,1he j;lal or the job inspector. I L :-:mnnunn -5--fo weeksotic-:e is recxij szed orior --,-iu,,Je:I--; rr;Ceshould "considered exc!:,ided. l_)rea!,dm-.,!n during operation above the 'C -1 fc:; 3� er the -M;2 niloi L L G -is, -n r Redg\,ock'—oi uuctionCoi any Froi 06105f01 12i28:46 Page 2 of 2 1)y the Award V\iinning Cheyenne Bit:!Y_:;re AJ� SL Oot-istruction Conti-actors License A 621781 SMBE & DBE Certification CT-005270 GRINDING JOB AGREEMENT i!'ic: .-_jrnptiorls and are subject to change under Ai! -:7jr;-Jas" In be r-'ro'._jinr:: 1— ria-!v rnarked Dy -;eneral Contractor or Inspector before grinding r sta,ls mili-irinum drily- rate iE. any part of an 8 hour day and overtime will be charged for work done other than J A rrir.rnurn of two'Beeks notice is reri uested to sch(irkiic- move in. Machines are on a first come first serv;3d bas:s sul--iliect to availability. A. 72 hour notice cif change in schedule is requested. 'it -,i on -ki-na;.' r,�-::!i,!!zeL� cl�-i�-�i-ig(-- Ill l:'-ii?!I;i-:ot(? ca.. . ta N • 'her,�Yise indic-lied the ui-;!t prices are [--)ase,--! on ABSL performing all the work included on the Uniess(-)-!I pro,-)osal. If ABSL does not rece;ve a contract for al! The work. the unit prices are subject to adjustment. �11& Unit ]irises are :-,a-_-J n! 11—esimated' ClUEl-Jities in the bid proposal. If the quantity.of the item changes. Oy :'..t/;; or n-,nre t,,,e unit price is subjerl 10--)Fciiitabie adjustment. _!J: :.eetri over one complete set v.,.!: be cl-large to t'he contractor. 8i Prices a:r- good for 30 days of the date of this proposal after that date the prices are subject to L proceer" M!- ;t!�, !ork as to other, standby time will be charged at the - fn 'r r-_:ir e!" ;-eUj T Stu CK i,i%!,..!e :;r .,dr Iv stub-grade conditions will be charged at a -eq zimc- :­te ur.! A.r ri it i­?n a I Uiied for removal will be charged at a tirne J I equip, _,ni i ami orlatelials blasis baric, pa- if ?;) ail esulong contracts. - T. h.P 9br,"Je once �Ices permits. fees: state or local taxes T I )!-Csa. onk, fo! Ihe ::)!-:I-i:)Ose of estabiisri:­i- a :D;-'ce for work as outlined. In the event ABSL is th.e kya; biduie: a. rorcct--l. cir PO, $tiit'able_ to parties.shall be prepared and fully executed. !4) Ret-,airs of damage to ''B-c:L ea.il.!oTienr due,to inina! or buried obstructions- i.e. valve boxes, (_.nvei­5, step!fence rjosts: oe,/cessive depth asphalt will be billed at .Mr' f", 15 Back.c.l.-targes to 6,13SL be comimunicated by in a written notice within 72 hours from the fr r 1:, .ari­ -arge�s a(,:i;-,eedJ1 to in;.Niuino prier to Staff %..!aik: payment is due and payable within 30 days -In re-C ;r!, -c be t--.litrihe'dl on payrnen., '.terns not soecific%1!w ire considered to bt-- _,cluded If you have any questions please call. ............. JUN—t�7-2G��j1 11:5l ROYAL TRUCKING 925 689 7846 P.01i01 GP^S .v � .o:��ra ...:!: (.,Ole^• Y R E r P R 0 G.RA TITEP OF 70' PEr' 0)-f4 AS A si• cor:��� . t_. : s� T. ER _,, ��l ,'.-CT 'RER ; 'FRUCKERjsfT8 .t �•��. . . ..:, ', CZE C�`N C-K C o r-� Sl`R v C-T C c t••% .f? r. '�;--• r �. 1 :..,.1t...Gf4r 5t!M+C171;.1'JC:i:;:. Supplier — _•unui!.L' L t kirTtv�ker Tru:kir {)rifts_ ���LLSCTICr (�°S•�%C= ,'7eS::f11)c• !�:.r';7':: . 71;:: undcrslgT:cd is pr-mE,cr--j ic'. !)�-rf2r n L�' _ 1:c' '.-Q ucSCrbcd f.. GC•:'iJ?Z{:"i/i! '��;1'C'. I•ciJ��l;. .�! :,4i?li ?^. r!;:.1: 2: -_ ,r^-1: i':- rc.n.:: n Ct.._.�_—___.--moo._.__.,.,.,«______.._—._—... ..._ _.__•�—_____._-�-__. ____— _ ..._ _._.-..._ F2,' 11b'-_ TOTAL P.01 C 18:52 1.5107854292 RENWICK CONST CO ��/CjE/200' OlUTREACH PROG�-RMA Dire. C.A.94532 S 5 C- Tiyi 0 1-1'ep ,)!-,W A S A I EJR I-A CT( RER l TRUCKERYSUBCONSULT.-XNT C- CA)N S� (::-r) ^J rj u n b Umiied Liability par m a,. SBE LFR SubcoaTtmaor T,-u T7udke!- Truckcr Desci ibt Des= Descrik Det5cy;be Nonr of luic Alhovc Appiv 'T-rj.- .indzrS4gizad is t(�. porfnrin the Work in cordlec6cm the above- or parts cb-t-co" Lo be per forvUl)- 'C2-"7oo.-/bN 4E 22-Oo --/bN Q-F-PA i a ----------- nm�� '-onLanor. S D at z E-L, I I'nr c,Zxz Q. JUN-07-01 THU 10:58 CAL SAFETY INC FAX N0. 510 656 8463 P. 01/01 06/06/2001 18:54 15187854H92 REVGWIQC VONUT W PA5E PJ2 LROPOS . metra C:vs[a�4W11j� ' OUTREACH PROGRAM _ffirmntirr Actign Uffiae 651 Plhe strca M..;W i 1,CA NJJ3 025)335-10,]-1 Fix(427)¢4�-1353 LETTER OFIIVTFNr TO AgPFORM A 514 SUBCONTTtACTQR/SUPPLIER 1 MANUFACTURER/TAC;cXRkJSUBC30,f+1SULTANT ?-'0>GW 1CV, C—Q45,Tnll e,TIO ,,J Ce.t w Marie of Primp Cotttraetor M S Tr?S�_ -P mo Ndrn�g{YrojeCt e � �2 —G,R�1i13�,, aa _ 'Elle undmigaed i5 a(O!lMk one): Sefe prtlprietorship , Gvrporetiaa Limited Liabilky —_ P��t�rsiiip Min Venturb Ch6C4 Che fal3pniaq wdrh may Apply. AIRF ftz — s0wrinctor 9uGean�TaCLQr _ snbcaatr�ctcu — Suboontredor suppiicr — Supplior .._ h�31111fB.OttL•22 � �S3ttUfBONr9r �� tSllbitu{a�hx� � Ma��ffiOLUxOt — Trucker �. Truck4p �: Tnre�tr _ 7'itlCkei 0zhar {lrher _ Other _ oEhef— j�e�rttw D;scr:lx .. — •D6901lDf; �ceTil?i None ofthe akbPvt- App ly The i;prep4red to uerfQnw the folioaiag de6cribad Mork in totmea[ioft with the abpvo 1'rOjcCt "tprcVv tr) dcmil the ph tkuhz wn; IT?MO IM Or thCrtof W as vRNts H bAl-STAtl .. p D�>rformod): 73 =-�* D ,G Tv;aj .Aid to Primr ,/► Conua;,i�r;B l� �.�,.. 51�EitllrC Ft+3iY:an�i�i Bate Normo o£1C'cs�a:� Cort ItrLUZ O.os 1; L, !'vrnFrulS•:^ia:r�c ----...._......_ - / Phv:ie hfumbor 10 1K�tltttlhrr