Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 05172005 - C3
I THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on May 17, 2005,by the following vote AYES: SUPERVISORS GIOIA, PIEPHO, DESAULNIER, GLOVER AND UILKEMA NOES: NONE ABSENT: NONE ABSTAIN: NONE SUBJECT: Award of Contract for the 2005 El Sobrante Area Overlay and Reconstruction Project, El Sobrante area. (District I)Project No. 0662-6R4213-05 Bidder Total Amount Bond Amounts Bay Cities Paving and Grading, Inc. $4335609.35 Payment: 5029 Forni Drive $4335609.35 Concord, CA 94520 Performance: $4333,609.35 B&B Grading and Paving, Inc. Concord, CA North Bay Construction, Inc. Petaluma, CA MCK Services, Inc. Martinez, CA The above-captioned project having been previously approved, and the plans and specifications having been prepared and filed with the Board of Supervisors, and bids having been duly invited and received by the Director of Public Works on April 19, 2005; and The general prevailing rates of wages, which shall be the minimum rates paid on this project, having been filed with the Clerk of the Board, and copies to be made available to any party upon request; and The Board of Supervisors having determined that the project is exempt from the California Environmental Quality Act as a Class 1(c), and a Notice of Exemption having been filed with the County Clerk on January 4, 2005; and The bidder listed first above, Bay Cities Paving and Grading, Inc. (Bay Cities) having submitted the lowest responsive and responsible bid,which is $3,546.95 less than the next lowest bid; and SUBJECT: AWARD OF CONTRACT FOR 2005 EL SOBRANTE AREA OVERLAY AND RECONSTRUCTION PROJECT,EL SOBRANTE AREA. DATE: MAY 179 2005 PAGE: 2 OF 3 The Board having evaluated all of the documentation of the good faith effort to comply with the County's Outreach program; and The Director of Public Works recommending that the bid submitted by Bay Cities 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 APPROVES the plans and specifications for the project; and The Board DETERMINES that Bay Cities, as the lowest responsive and responsible bidder, has demonstrated an adequate good faith effort, pursuant to the specifications for this project, to comply with the requirements of the County's Outreach Program and the Board WANES any irregularities in such compliance; and FURTHER DETERMINES that Bay Cities has complied with the Mandatory Subcontracting Minimum; and The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Bay Cities at the listed amount and at the unit prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the Director of Public Works shall prepare the contract therefore; and The Board FURTHER ORDERS that after the contractor has signed the contract and returned it, together with the bonds as noted above and any required certificates of insurance or other required documents, and the Director of Public Works has reviewed and found them to be sufficient, the Director of Public Works, or designee,. is authorized to sign the contract for this Board; and The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of Public Works, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the Director of Public Works or 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 Director of Public Works or his designee; and SUBJECT: AWARD OF CONTRACT FOR 2005 EL SOBRANTE AREA OVERLAY AND RECONSTRUCTION PROJECT,EL SOBRANTE AREA. DATE: MAY 17,2005 PAGE: 3 OF 3 Pursuant to Labor Code Section 6705, the Board also DELEGATES to the Director of Public Works or to any registered civil or structural engineer employed by the County the authority to accept detailed plans showing the design of shoring, bracing, sloping or other provisions to be made for worker protection during trench excavation covered by that section; and The Board DECLARES that, should the award of the contract to Bay Cities 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:Mike Carlson,(925)313-2321 GAGRPDATAIC0NSTIPATTYED12005 PROJECTS12005 EL SOBRANTE AREA OVERLAMWARD RESO.DOC Orig.Div.:PW(Constr) cc: Auditor-Controller E.Kuevor,CAO P.Edwards,Construction Accounting Consultant Design County Counsel Contractor Surety I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: MAY 17$ 2005 JOHN SWEETEN, Clerk of the Board of Supervisors and County Administrator By ,Deputy County of Contra.Costa Office of the County Administrator Affirmative Action Office 651 Pine Street,Martinez, CA 94553 (925) 335-1045 fax: (925) 646-1353 Ekuev@cao.cccounty.us Memorandum Date: August 29,2005 To: Board of Supervisors From: Emma Kuevor 0 4A/"" Affirmative Action Officer Subj ect: 2005 El Sobrante Area Overlay and Reconstruction Project Attached for your review and consideration is the documentation of good faith effort submitted by the low bidder,Bay Cities Paving and Grading, Inc. Cc: Scott Tandy,Chief Assistant County Administrator Silvan Marchesi,County Counsel Maurice Shiu,Director Public Works Department Carl Roner,Project Manager a:bdgfe2005EISobranteAreaBayCities 04-29-05 06:04 FROM-Bay City Paving & Grading 1-925-687-2122 T-626 P-001/002 F-369 • 0 f cSimile . TRANSMITTAL I - -1 to: Emma Kuevor/CCC Aff=afive Action Office fax##: (925) 646-1353 re: 2005 El Sobrante Overlay Project date: April 28, 2005 pages: 2, including cover sheet. Emma, Attached please find a letter from Naomi Michaelson about the follow-up call. From the desk of... Ben L. Rodriguez,Jr. President Bay Cities Paving&Grading, Inc. P.O. Box 6227 Concord, CA 94524-6227 (925) 687-6666 Fax: (925) 687-2122 04-29-05 06:04 FROM-Bay City Paving & Grading 1-925-687-2122 T-626 P-002/002 F-369 BAY CITIES PAVING & GRADING INC. Bus:5029 Forni Drive,Concord,CA 94520 (925)687-6666 FAX(925)687-2122 Mail:Post Office Box#6227,Concord.CA 94524-6227 April 28,2005 FAXED Contra Costa County Affimative Action Office 651 Pine Street, Martinez, CA 94553 Martinez, CA 94553 Attn: Enuna Kuevor Project: 2005 El Sobrante Area Overlay and Reconstruction Project No. 0662-68,4213-05 Re: Good-Faith Efforts Pursuant to Special Provisions Section 3 Dear Miss Kuevor, With regards to the Good-Faith Effort phone calls made on April 19d,,2005 for the 2005 El Sobrante Overlay Project, I cannot recall the name of the person that I spoke with at either Thunder Electric or United Traffic re this bid. At this point I am unsure if I was able to ask the name as there are many companies that hang up quickly after respondm,0,1. Every time I speak with a company,I ask the name of the person providing The response,however,there are some instances where I do not get that opportunity. The majority of the time I am able to get a contact name,and M" that case the name is logged M* The'"Person Contacted"cell. If you have any further questions,please feel free to contact our office. Sincerely, aomi Mic lson Asst. Contract Administrator cc: File fit is ft policy of Say COS.all Qmployees are treateo dur1ra empioYment without regard to race,color,religion,wex.national origin,age.marltQf or veteran ezaWe.Medical Condition or handicap•or any othar log.-tilly prowtod status,This will acknowledge that Bay was Paviso end Gracing Inc.is an Equal Opportunity EmploWr,and twunci of tre ciauses and condmone Idenafted in Executivo,order 11 24G.=amandad,tho Viotnorn Era Veterans ReadiUstMeM AW=nce Act of 1974,ae amended,38 uac 2012 and soction WS of tr*Flenstalitawn Act of 1973.at amended•and their#rnpierriaming regulations and which cy this rlausa are int orporalea nereln.- 04-28-05 14:35 FROM-Bay City Paving & Grading 1-925-687-2122 T-616 P.001/006 F-336 f CSIMIle TR ,A► NSM [ T' T' AL to: Emma Kuevor/ CCC Aftmalive Action Office fax#P. (925) 646-1353 re: 2005 El Sobrante Overlay Project date: April 28x 2005 pages. 6, including cover sheet. Emma, Attached please find the quotes from Bond Blacktop, R&R Maher, Union City Construction and Centerline. Also attached is a letter from Naonv Mchaelson who made the call to Thunder Electric. Tf you have any questions, please let me know. From the desk of... Ben L. Rod eiguez,Jr. President Bay Cities Paving&Grading, Inc. P.O. Box 6227 Concord.CA 94524-6227 (925) 687-6666 F=. (925) 687-2122 04-28-05 14:35 FROM-Bair City Paving & Grading 1-925-687-2122 T-616 P•002/006 F-336 BAY CITIES PAVING & GRADING INC. Bus:5029 Forni Drive,Concord.CA 94520 (925)687-6666 FAX(925)687-2122 Mail:Post Office Box X6227,Concord,CA 94524-6227 April 282 2005 FAXED Contra Costa County Affirmative Action Office 651 Pine Street,Martinez, CA 94553 Martinez, CA 94553 Attn: Enema Kuevor Project: 2005 El Sobrante Area Overlay and Reconstruction Project No. 0662-6R4213-05 Re: Good-Faith Efforts Pursuant to Special Provisions Section 3 Dear Miss Kuevor, With regards to the Good-Faith Effort phone calls made on April 19', 2005 for the 2005 E1 Sobrante Overlay Project, I cannot recall the rye of the person that I spoke with at Thunder Electric regarding this bid. At this point I ain unsure if I was able to ask the name as there are many companies that hang up quickly after responding. Every time I speak with a company, X ask- the skthe name of the person providing the response, however,there are some instances where I do not get that opportunity. The majority of the time X am able to get a contact name, and in that case the name is logged in the"Person Contacted"cell. If you have any further questions,please feel free to contact our office. Sincerely, .� , Naomi Michae on Asst. Contract AAministrator cc: File 4n it the policy of Say Cites,aii employeos are treated during emploympna wahout regard to rave,oolor,n:ligion,sex,nal,onai orwgin,ago,marital or veteran status,meatal candiuen or handicap,or any War legally prototted statue.ThI,wJl acknowledge that Bay Cities P-Wruj and Grading Inc.is an Equal opportunlh Employer,and pound by me pauses ano conditions identified In Executive order 11246,as srnrnded,the Vietnam Era Veterare Readjustment As-.+ nee Act of 1974.as amended,38 use 2012 and secs on 603 of the RsheoilftaWn Act of 1973,as amenoep.ano vvir impicmentine rogumtions wil whicri Oy N.-ciaute are incorpormed norein." 04-28-05 14:35 FROM-Bay City Paving & Grading 1-925-68T-2122 T-616 P.003/006 F-336 eckIr C11 U-N-10f4 TUTIIN P.Ov Box 3277 Fremon. C 94539 Ph: (510) 441-12 62 Fax: (51 0) 441-1,2 63 mause*8 12791 CA Coatmetors To* PROPOSAL Attit: Estimating F:ax 4: Projvxt: 2005 El Sobrante Overlay Project Type of Work: Utility Adjusbuents Bid Date: 4/19/05 Number of Move-ins: I Each Additional: S'2000 Estimator: Craig Johnsoo UNIT IT J?9SCRJPTJ-()-N UNIT Pyk rOTA L 165 4 Adj.Mon.Frame and Cover EA 1 r $265-00 C-A 21 395 81085.00 Ai�i.1.3mcr Manhole Ad.j.Sewer Rodding Net EA 4 1.060-00 (),00 0.00 0.00 0.00 0-00 0.00 0.00 0.00 0.00 0000 TOT A La- $9,410.00 I nsuran"in be providtO war il the compledou and AcaCTAXPet OFSWbemirsdOn work. Arcc- Imince or bidMnip(wAl actepts tbae exdusions rcgxrdlta of requirmtna by owner. ExOnsiont: 0K'NLin)VNi*AiRc-J1iuJ1 opachin t@WtedStcFtfizalJowR=ovW SCrackfilling 0114ripc ReMoV31 STv,pipmav Delln6n,Lian 21striping 9FIagmentTrIffic Caps 10lnspcc6tvL Ttsting, ZPermiWfilonds 0.1;WP17P(.910an wutor M(XMA Pmg=n IRChangcoble Mcwagc Ensintaingsurve-ying 01'rairto Control Plans lattilul,lon rwentitin?r*Srvm)JRTk-%out niogpm Sign Boards Wanstruction Area Signs ON Waric 01"n'4111C('",(11tut Nmrzu Pin lasull-ai IgMan-Holc Cone Rawmal HNcsvy(7%=ing 1Z)FLIA's"Cal Okw- ibm"ons Cor New Monamcnis and Insintluion wmnva 011 06radingMasc Rock (@w1aivvi ursubreption NNew water valve or monument bons udm damaged by U.C.Q. Adjwting Of pC iotcw ring ,#&IF00o atq.1/lawrical Manholes ay VaultsiCommunicau'un Manl L i ve prior to cownruction unicu. gpcaillaty i&ntfflr-d by U.C.C.in bid item listed abovc- UNICON CITY CONSTRUCTION is ncyt a Small or Minority Owned Business UNION CITY 0ONSTRUCTION is a Union AffiliaZed Company PR% 04-28-05 14:36 FROM-Bay City Paving & Grading 1-925-687-2122 T-fill P•004/006 F-336 •�� QUOTA IION•SHED :. •PAGE:1•Ut: 1 I.'Ic PHONE: 91 G)•686-3850 STRIPING COMPANY,INC. ADMIN.FAX*,916)686-8966 9247 DINO DRIVE ESTIM.FAX:(916)SOMS76 ELK GROVE,CA SS624 CA UIC,4 A99345• C32 CENTERLINESTRIPING.COM Nth LIC.�39727 Ails A21 . . JOEL FIL•i -P. • , sRuCTIoN. 'QUOTED•BY: CORY GAGS . ,��J9 t�I�,�/fE 2005 EL SOBRfiIrtTE t�VERI.AI�''AND REC{�N5 •. •. , . LCCA-1 It;*rJE-MAIL CONTACT: Cary _centerlinest6ping.-r am r�.yrr�••�rrrri!•,I•• iirr..�11�rM�MY.r�.,• �� �. ro CQI~1T, �„ OSMA COUNTYBID DATE: Qa119�05� • - .per_. :.... ._..�..r DATE QUOTED: 04/19105 TIME: • -08:5 i--AM • r pc�dt-Ir Fax Note 7671 1 a�sr_4- pit Prot BOND INCWDED•? •NQ RATE:•0.94:°�, To `r IS TRAFFIC CONTROL INCLUDED? YES t1nono II NUMBER OF ADDENDUMS NOTED; NONE. Fax:., eq. QUANT 17Y• -QUOTE •' ' I-AMouw 1-HERMOPLASTIC STRIPING(DE'TAjL 2.2) 1$60 LF 1.50' � t• .'?,�'�,OD 19. THERIVIOEL ASTIC STRIPING DETAIL 39)___ 1720 LF 0►75 20• THERMOPLASTIC STRIPING DETAIL 1 1080.LF'- •DSD' 540:00• , 21, THERMOPLASTIC STRIPING(DETAIL 38 140 LF '00 140:30 *rlERMG PLASTIC STRIPING DETAIL 38B ' 360.LF. 1.40 3Sa•QO ?3. 1�.�THEF��'IClPLAS?iC TRAFFIC STRIPE ITE 280 LF '�:�0 .320.00 ' 24' 12"SOLID THERMOPLASTIC TRAFFIC STRIPE(YELLOW) 470-L " 1:30 705;Oa R . .25. THERMOPLASTIC PAVEMENT MARKING 540.SF • IBM • . •. • • . • • • • Al . • • • ,I t ceNTERLINE CARRIES THE;OLLOWkNG INSURANCE LllArrS.GENERAL AGCRECATE$2 A41LION,CJMPLETED UI>ERATlotvS .,`GGRE+CATC:;2 MILLION.PERSONAL tNJuRY 51 MILLION.EACH OCCtJRR.". CE 91 MILLIOK EXCESS l.IABILI?Y S2Mll.1.IO1+1+3 TOTAL ,' :.'•'. : 3135,00 EXCESS LIASILITY31.MILLION(AODITICML LIMITS)WITH TOTAL OCCURRENCE LIMITS OF SS MILLIOR(INCLUDI►G"EXCESS)' THE BEt.OW TERMS AND CCNUIM0143 T ZE INCORPORATEDWS A INTGORAL•PART OF THE SLMCONTRACTAGREEMENT. ' �'. CONTRA•C•GP•S14ALL FURNISH SUBCONTRACTOR WITH ONE SET OF CONTRACT PLANS Agro SPECIFICATIONS;•I!~ICLUDIN(�ALL AODENI)LIMS WANER OF SUBROGATION IS INCLUDED FOR UP TO 2(Two)ENDORSEMENTS.ADDMONAL CO.ST5•CHARGED FOR MULTIPLE ENDQRSEMEAI'T'S' , •, . I,TA.`;INCLUDED/FURNISHED AND INSTALLED >ONE MOVE IN INCLUDED I>A00,TIONAL MOVM AT- Sl 000.00 : 10 GAYS ADVANCED NOTICE FOR SCHEDULING T3 REQUIRED : )►.WPlTT=N AUTmORlZATIQN IS REDUIRED PRIOR TO PROCEEDING WITH WORK >TRAFFICS CONTROL FOR TRAFFIC STRIPING OPE.RATIONS48 INCLUDED REA10VAL OF EXISTING PAVEMCNT STRIPING I'MARI(INGS EXCLUDED . >•POWERWASH OF ASPHALT/CoIuCRETE EXCLUDED »�CENTERLINE STRIPING COMPANY 15 SIGNATORY TQ 7HE LABORERS L,QCAL 185&PAINTERS LOCAL 1176 cct • ' ;; 04-28-05 14:36 FROM-Bay City Paving & Grading 1-925-687-2122 T-616 P.005/006 F-836 R" R&R MAHER CONSYRUC77ON CO-VPAjW,INC. 13:?A Lemon 5t. I I P.O.Bo 31.29 VaUejo,CA 94590 Phones 707-552-033011 Fal:707-552-4841 CA License Number 508930 www.=hereouerere.com Pro sal or Site Concrete''Rlor Fro"ect Name: 2005 El Sobrante Area Overlay&Reconsavcdon Project Locad*n: EI Sobrante CA ]laid Date: A V� 19,2005 at x,:00-QPM R&R Maher Contact: Brad INUIxer SCOPE OF TRIS PROPOSAL IS LINS=TO: item I Descto tion uantRy I UnitUnitl Unit Price Total 16 Minor Concrete Sidewalk 910 SF 12.00 $ 10j920.00 17 f Minor Concrete LS1W6 Curbl 200 LF $ 30.00 $ 02000.00 r I APPROXIMATE[UNIT PRICE TOTAL $ 16=920.00 The follo �is ac list of Inclusions,EXc3usians,and Conditions that define the scope of work in this proposal: INCLUSIONS-.(these apply only to bid it=s within mr contract scope of work) 1. S eT-up&Removal of oior Formwork. 2. 1=umish&Placement of Concrete. I Finnish&bmall Tnmcated Domes at handicap Ramps. F CLUSIONS: 1. Permits;permit fees;bond fees(maximtun 1.6°10}If required,bonding to be invoiced thrn RIM 2. Engineering surrey staking;testing and inspections. . Traffic control;barricades; delineators;tenchplating. 4. SawcuWixg; demo " " n;removl3; shoring; dust coat roL 5. Excavation;back611; spoils removal;dewatming;sharing. 6. Pad grades,site concrete subgrades,and crock grades with variations greaten than.101x-/-. 7. Baserock,saaotd,engineered EU�and soil treaunder all concrete work. S. Benches,spoils removal, slope dress�ag,trenching into subgrade for cuxbs or wWks. 4. Miscellaneous imbedded items with layout(rebar,bolts,brackets,stair nosing treads,sleeves, conduits,posts,railings, etc.) 10. Caulking sealant, sealers,hardeners,and preparation work therefore. 11. Precast manhole risers,rings,and castings for cast-in-place structure bases; raising iron in asphalt sections. 12. Rock excavarion(Le. excavation beyond normal backhoe abihzy) 13. Contacting underground service alert(USA)for unity locating,.. 14. Set-up,removal,&disposal of sn environm.eafially approved wash,out areafor concarite_ 15. `'Waiver of Subrogation" for Workers Compensation is excluded. Additional coverage costs,if required from Contr=or,is to be paid for by Conir=or. Page 1 of 2 o:L005\0s-1112005 El sabraata Are&Overlay.dac 04-28-05 14:36 FROM-Bay City Paving & Grading 1-925-687-2122 T-616 P.006/006 F-336 i"W"1 BOND BLACKTOP, INC., P.O. Box 616 Urian City, CA 94587 -Ph: (510) 441-9981 FaX: (51.0)441--9982 CA Coa=eton License 9746432 PROPOSAL Attn: F2x is Project: 2005 E10 SOF TIE AREA OVERLAY AND RECONSTRUCTION,iC0_NTRA COST* COUNT'V,CA. Type of Work: DW Date: 04/19/05 Number of Move4w: 1 Each Additional: $2,500 EstYmstoar: Ed=do Apero Ph/Fax:(916)772-9342 ITEM UNIT Did ON QTy' UNIT PMtE TOTAL 15 , SEAL RA"M CRACKS 1/4"TO 111" LS S 5500 35,500.00 '%ITO STAT.E 5MC.SOT MAITMAL D3 61n3407 0,00 0.00 0.00 0.0 0.00 0.00 0.00 0.00 0,00 y.• 0.00 0.00 0.00 0.00 0.00 TOTAL: v5,500.00 NOTES: ?1we give two weeks notice berme job sms. Amp anw of bW1PropbL21 aoeepQ Abemrs; ���t gardlaaa ai'negui 1Y uwn�eti. ®1'osoaa Nc atiom, l�,P� 2WCCdIli2arjon ..awml Mr.-a all, 6 12 puaovol R!`=g=yDv1kaaedon HMai,W=/rWzc Cts 5ULWW dM T CR1,NmnisrBvmb 103,*TYp(aro=WaW 2QQ'QA2 = ZChW9=b16wises p IMg0=ri'�g,Suri Tr rlo Control rias 1'ollntio�a 1'�caveatioa i�ra �Tu�-Out Dusts SLeABouds �os���d=Area Sipie Work ❑•rte Coma ® ;in u l.,fian Q1 UaAbls Quo Ramewl ocirf cicemi'n ®Foe 3=1 19 fhrN*w Moraamc a and LWllation 2prime oil �G iaalP•�c 19w3im offtmzk&n 0010" Pl c C=74woo,cvxi"C3tmeuhsl'=111'°,S''+AOopw- BOND t3LACKTOP,INC,is aot a Small or MisritY Owned Bins BOND BLACKTOP,INC.is a ncm-union r 04-28-05 08:53 FROM-Bay City Paving & Grading 1-925-687-2122 T-588 P.001/009 F-264 APR 2 8 2005 AF!�i '"�; ATIVE • • ACTION'c)---FtCE f C S M T R A N S M T T A L � . . . to. Emma Kuevor/ CCC Aff=arive Action Office fax#: (925) 646-1353 re: 2005 El S obrante Overlay Project date: April 28, 2005 pages: 9, including cover sheet. From the desk of... Ben L.Rodriguez,Jr. President Bay Cities Paving&Grading, Inc. P.O. Box 6227 Concord,Ca 94524-6227 (925) 687-6666 Fax (925) 687-2122 1, , b) List of outreach agencies that letters or faxes were sent requesting assistance. ANALYSIS: 0 Points Awarded. 9. NEGOTIATE IN GOOD FAITH(Possible Points: 26) The bidder has negotiated in good faith with interested MBEs, WBEs, OBEs, SBEs, and LBEs and did not unjustifiably reject as unsatisfactory bids or proposals prepared by any enterprise, as determined by the County. Required Documentation: a) Copies of all MBE/WBE/OBE/SBE/LBE bids or quotes received; and b) Summary sheet organized by work area, listing the bids received,the name of the company that submitted the bid,the dollar amount of the bid and the subcontractor selected for that work area. If the bidder elects to perform a listed work area with its own forces, they must include a bid that shows their own costs for the work. RESPONSE: Documentation was submitted; however quotes were not submitted for the following: Schotka Construction,Riley's Striping, Sierra Striping,Richard Heaps, CJC Trucking,R& S Trucking,R& R Maher, BCI, and Bond Blacktop. A) Item of Name of Dollar Work Company Amount Construction Area Signs Statewide Safety $1,580* Schotka Construction #25325* Lane Safety $2,100* Striping Centerline Striping $8,135- Riley's Striping $831818* Sierra Striping $11,221 Electrical Mike Brown Electric $45608* Richard A Heaps $6,840* Trucking CJC Trucking Hourly $70 hrly* R& S Trucking Tonnage Rate $6.75 per ton AC Supplier Syar Industries $789503* Concrete R&R Maher $16,920 V' BCI $25:0470* Seal Cracks Bond Blacktop $59500 Raise Utilities Union City Construction $9,410 SWPP Thomas &Pratt $4,050* Bay Cities $35700* Pavement Fabric Spirit Road Oils $65997* AC Supplier Syar (60%=$78,503.40) $130,839* Quotes were submitted for those with asterisks (*}. GFE2005E1SobranteAreaBayCities 8 Name Subcontractor Indicate if Indicate Agency Check if Selected MBE/WBE/OBE Certified With Self Certified/ Striping Centerline Striping Elk Grove $89135.00 Seal Cracks Bond Blacktop Union City $5,500.00 Raise Utilities Union City Construction Fremont $9,410.00 Electrical Mike Brown Electric Cotati $4,608.00* AC Supplier Syar Industries Richmond $78,503.00* S WPP Thomas&Pratt El S obrante $49050.00* Construction Area Signs Statewide Safety Fairfield $1,580.00* Pavement Fabric Spirit Road Oils San Jose $65997.00* Concrete R&R Maher Vallejo $16,920.00 Total $1351,703 31.3% Short Form c)Was a copy of all bids or quotes received? YES NO ANALYSIS: OPoints Awarded. 10. BOND,LINES OF CREDIT,AND INSURANCE ASSISTANCE (Possible Points: 7) The bidder has documented efforts to advise and assist interested MBEs, WBEs, OBEs, SBEs, and LBEs in obtaining bonds, lines of credit, and insurance required by the County or contractor. Required Documentation: Include in Indicator 4 or 5, information about the bidder's efforts to assist with bonds, lines of credit, and insurance. RESPONSE: Documentation was submitted in Indicator#4 and #5. Date a)Name of Assistance Provided Sub-bidder Provided Assistance b)Was required documentation submitted in Indicator 5? YES NO GFE2005ElSobranteAreaBayCities 9 04-28-05 08:53 FROM-Bay City Paving & Grading 1-925-687-2122 T-588 P.002/009 F-264 BAY CITIES PAVING & GRADING INC. sus:5029 Fomi Drive,,Concord,CA 94520 (925)657-6686 FAX(925)687-2122 Mail:Post Office Box#6227,Concord,CA 945246227 April, 28, 2005 FAXED Contra Costa County Affirmative Action Office 651 Pine Street, Martinez, CA 94553 Martinez, CA 94553 Attn:Emma Ruevor Project: 2005 El S obrante Area Overlay and Reconstruction Project No. 0662-6R4213-05 Re: Good-Faith Efforts Pursuant to Special Provisions Section 3 Dear Emma, Enclosed please find the quotes that you requested from Schotka, Riley, MBE, Heap, R&S Trucking, 13CI and Sierra. Also, you asked who Bay Cities spoke to for Thunder Electric and United Traffic as part of our follow-up. For If you review the second page of our Exhibit 4, you will see that there is the abbreviation of"LM' next to Wilson Electric on April 181 2005. "LM" stands for"Lett Message" which is typically done by leaving a Voice-mail on a recorder. Leaving the message was our follow-up to our earlier fax to NOEMBEIDBE's on March 23, 2005 (see our Fax Log of Exhibit 3). As far as our follow-up for Thunder Electric, Naomi Michaelson contacted Thunder Electric at 2:41 p.m. on April 15, 2005 and asked if Thunder Electric would be bidding the Project and the person said no. She said that she cannot recall who she spoke to but many people answer quickly and then hang-up before there is a chance to ask their identity. Should you have any fin Cher questions regarding this matter, please call me. Sincerely, I�L-- Ben Rodriguez, Jr. President cc: Pile,BR nt is ttie polls v of Bay cores.au employeos aro troated during employment without regsrd to race.color,religion,sex.natichal ofigin,ape,mantas or veteran status.medical eoncMion or handicap,or any Wer IegaUy prowlad:talus.Tale will aclmowtodge alai Bay cttiee Paving and Grading Int.is an Equal Opportunity Employer.and bound by ibe clauses and conations Idonood in Exmutive order 11246,as amended,trio mom=Era Yetersre ReacQustrnent Assls%Mco Act of 1974 as emended,36 use 2012 and teNon 503 of Ine Rohab;Gtat'w Act of 1973.as amended,and their o nplementing rcguiaaons sed wnlcn by this clause are Incorporated neralmo 04-28-05 08:53 FROM-Say city Payini & Grading 1-925-687-2122 Tolee P-003/009 F-264 f Schotka ion nc. Project: El Sobrante Area Overlay,Contm CDsLa County 0662..6R4213-05 Bid date: April 19.2005 ITEM DESCRI"ION APPROX UNIT TOTAIL -NO. QUANT PRICE Construction Area Signs I LS $27325,00 $27325,00 Exclusions/Conditions: 1. Price does not inplude bond 0.5%if required). 2, Require 2 weeks notice prior to mobilization. 3. Construction Am Signs include covering an installation only. 4. item I includes stationary mounted slonly,no posting of tno parking' or traffic control signing. Also includes pick-up and in allation of county- fin-nished project info signs. 5. Excludes: Hwdlingttesfing of contaminated or hazardous materials Permits,fees,inspections,-testing, survey Temporary or penmanent sidping Changeable Message Boards Traffic Control,offhaul s�oils Temporary placement of p anent signs 6. Retention to be held at sam rate of prime contractor. 7. No addendum(s)acknowledged. 8. This proposal is good for thirty(30)days and is to be included in any subcontract agmement. 9. Our license number is 723309 exp.8/31/2006. 10. We are a union contnxtor and have G/L and Workman"s Comp Insurance. We are a certified DRE ('UCP A 9226), SWBE(File 433099)& SBE (MS#31334) Contact person: Diane Schotka Ceff '707-39&2 736 5S83 Na p=-VU11uJ0 Highway,, American Cony am4 CA SA303 Phone 707-2saaeon vcax 7o7-.2affAwas 04-28-05 08:53 FROM—Bay City Paving & Grading 1-925-687-2122 T-588 P-004/009 F-264 :41-0327 to 925-687-2122 at 4/19/2005 8: 43 Of z QUOTATION FAX TRANSMITTAL QUOTATION PHONE:510-441-3001 FAX 510-441-0327 CALIFORNIA CONTRACTOR LICENSE NO.696336 A RILEY'S STRIPING,INC. UNION CONTRACTOR BID DATE: 19-Apr-05 P.O.BOX 769 2:00 PM UNION CITY,CA 94587 JOB LOCATION: 2005 EL SOBRAAREA OVERLAY 0662-6R4213-05 C.C.C. dw BID ITEM DESCRIPU014 QUANTITY UNIT UNIT PRICE TOTAL 18 DETAIL 22 THERMO 131860 LF S 1.50 $ 217790.00 19 DETAIL 39 THERMO 1,720 LF S 0.65 S 1,118.00 20 DETAIL`.11 THERMO 17080 LF $ 0.50 S 540.00 21 DETAIL 38 THERMO 140 LF $ 1.00 S 140.00 22 DETAIL 38B THERMO 360 LF $ 1.00 S 360.00 23 12"WHITE THERMO 280 LF $ 3.00 S 840.00 24 12n YELLOW THERMO 470 LF $ 3.00 S 1,410.00 255 THERMO MAR.IGNGS 540 SF S 3.00 S 11?620.00 • TOTAL $ 81818,00 THIS QUOTATION WILL BE VALID FOR 30 DAYS AND BE ALL INCLUSIVE UNLESS AGREED UPON PRIOR TO BID TIME NO EXCSPTIONS MOVE-INS i INCLUDED.$2200.00 FOR EACH ADDITIOANL MOVE IN TRAFFIC CONTROL INCLUDED FOR OUR WORK AS SHOWN TEN(10)WORDING DAY NOTICE TO PROCEED EACH MOVE-IN EXCLUSIONS: DETOUR SIGNING PORTABLE MESSAGE BOARDS BOND COSTS ADD 1.00% TRAFFIC CONTROL ITEM IS NON ADJUSTABLE DUE TO ANY DECREASE IN OUR SCOPE OF WORK 48 HOUR NOTICE MUST BE GIVEN FOR ANY CANCELLATION OF OUR SCHEDULED WORD OR AN ADDITIONAL MOVE IN WILL BE CHARGED. 04-28-05 08:54 FROM-Bay City Paving & Grading 1-925-687-2122 T-588 P-005/009 F-264 Mike Brown Electric Co,. 561-,A. Mercantile Drive Cotati, CA 94931-3040 (7 07) 792-8 100 0 FAXV- (707) 792-S 110 Cont. Lic. #306767 PROJECT: El Sobrante Alva Overlay LOCATION: Richmond BfD DATE: 4/19/2005—2:00 pin CONTRACT: #0662-6R4213-05 Date: April 19,2005 To: General Conftwtors From: Dave Demis wiwE FOLLOWING LS OUR BID FOR TIM ABOVE-REFERENCED PROJECT Bid Item De AV Quaafity Unit Price Total (26) Si Detector Loops 12 Each 384.00 $47608*00 • Total Base Bid: Note: 1. Bid bayed on,Pfty L(imIuding -Qa)30 days after acceptance of our work by the ommer. Addenda"s Noted: Excludes: (1)Layout/S g (2)F 'a (3)Bond Premium 04-28-05 08:54 FROM-Bay City Paving & Grading 1-925-687-2122 T-588 P.006/009 F-264 2005 Ed Sabranta Area Overlay and Reconstruction � E County of Can Costa � Achard A. Heaps EleCtfIC21 C011fraCtOr. InC.. Contrs Lic 9 472728; 8909 Florin Road Sacramento, CA 9582.9 ( )388v7 ITEM ITEC! UNIT EST UNIT ITEM NO DESCRIPTION MEAS QTY TOTAL TOTAL 26 Signal Detedor Loo s EA 21 $570.00 $6,$40.00 rotjil-Rasa igidgoo.o0 •ZIP CONDf ri NS QuorATID GQOD FOR(30)DAYS INCLUDEl Traffic Co trot for Our Work Only I up ACL UDE Bonds (fie e 1 o) . Permits a 0 s Surrey Layout r Ulf ity Few Fees � Waiver oi��jjbrogation on Insurance Additional Charge of if Required) i Po rtabl a:C angea ble Message Signs i 1 l' 1 . E 04-28-05 08:54 FROM-Bay City Paving & Grading 1-925-687-2122 T-588 P-007/009 F-264 -TUFLEA .mt-RUCKING., INC R&S Trucking Policy Sheet 0 )BAjRtXSTRUC10NG CAW029093 www.n.truckin. DATIE 04/19/20(K BIDS 04/39/2005 iAUN OFVTCE., P.O.BOX 414 OFFICE(707)571-W20 E 1EXPUtES: — FULTON,C.4.- 95439 F-4X(707)571-0352 OWT 0- 1 YEAR -p-r-L.icine*11 of Northern Cal-l"I'arnix.mainly in the Counties of:Alawed2q Caluse,Contra Com,Lakc,Marin,Mendocino,Nxpa.Pincer, acrarAesto,San Fmacisca,San Joaquin,Sun Mate*,Santa Clarx,Solavo,Sonoma,Yolo&Yabit. .0KT]1q-A-CT01R- PROJECT ESTIMATOR'S CONTRACTOR JOB 103 NIAMI EL SOBRANTE AREA OVERLAY&RECONST. CONTRACTOR P.O.# 1yy EL SOBRANTE COUNTY CONTRA COSTA -%HONE 9&S CUSTOMER �Ax R&S JOB 0 PRICES 1RUD -QUOTIED BELOW ARE"PER TON"AND WEEK DAYS ONLY UNLESS OTEWRWISE SPEC ?OINT 01"ORIGIN MXrEJUAL DOUBLE BOTTOMS BUDGET TRANSFERS TRANS A/C ONLY 3YARLAKEHERMAN ASPHALT $6.75 HOURLY PER TON Plus Bri4g;�_ See Attadied Fuel Surcharge Rzie Sheet; t THE RATE PER HOLM WILL BE S-A= $758()() X-AXLE $70.00 TRIS RATE WILL BE CHARCED FOR ALL INCMENTAL OR UNQVOTED TR ICKING. TR(JCKS ARE SUBYXCT TO AVAILABILITY. Allowable tijoes,-P c- ute,on ab9je .2er ton rates. Lkeg,Tegstes Asyh;Qt Jty p-e AR40091 Lond Sites: All truck types 10 minutes Load Sites:All Trucks is minutes Unload Sites:Double Bottoms 10, miantes Unload Site:Double bottom 15 minutes Semi End Dumps 10 minutes Semi Ead Dumps is minutes Trmasfers 20 minutes Transfers 30 minuw DeAnurt-age rote apples @5 1-75 Per mminute after allowable times UsTed' No Standby Avera&& Please see Page 2 R& S Trucking Policy Sheet. Providing Sel-vice wfth.,p Doublebottoms,Semiends,Transfers,Semibottows and 10/wheelm Thank Yowl 04-28-05 08:54 FROM-Bay City Paving & Grading 1-925-687-2122 T-588 P-008/009 F-264 .:I-U:) 1 1 1)(am rtum-o6i RP1RxStreet Berkeley. 'CA 94710 :510 525-8175 510 527-0782 M 200 th FAXDaw. 62j.119.0 2005 Number of mes includbag.,cover shftt: To: Bay Cifi � Paving Cnading From: Anthony CrUdele Amention:Ben x-11.9 P%E: El Sobrante Overlay and R.ewnstiuction Phone. Phone: (510) 525-8175 'Fax: Fax: (510) 527-0792 CIC: REMARKso- Urgent For your review Rcpby ASA? Please conu=r 13CI proposes to remove and replace the following'. INCLUSIONS 16. Remove/replace minor co=ete(Sidewalk)—910 SF @$ 17.00==S 15,470.00 {inclLdes access ramps and driveways) 17. Ramoveireplace(S1-6 Curb) —200 LIF @ S 50-00= S 10,000.00 TOTAL-$25,470.00 EXCLUSIONS Pen-nits,testing gad inspection foes,asphalt work including ac patch, I capiqg,,pedestrian and vehicubr traffic contro)(BCI WIHI protect our work:only),pre cast concrete items ION-- CONFMENTLAL The informazion contained in this fax mc=ftSc is intended only for*a personal and confid-!nxial use of;he recipients named Above."niirs messase tniy be an3zomcY/cU=t cotmnttnnr. ion rind as such is pri"Icp4 m I confidcadal.If the reader of this n=ftp is fiat the intendod recipient you me hereby notified dw you hrve received this document in error and that any rftiew,, diksemmaan. disuibution or c6p*S of TMs mesinge is stdcdy prohibiTC If you have rc=jvcd thi; canimunicuion in error, p1CWC notify us immedia%cly by telephone and return the original mempp to us by mail.Thank you! Berkeley Cement Incmpomed Callgoa Coy r=*r% 04-28-05 08:55 FROM-Bay City Paving & Grading 1-925-687-2122 T-588 P-009/009 F-264 -ft "JO,024*0&**1-. CONTRACT PROPOSAL AAL& I Proposal No..- 05-14188 Date: 4/19/200.5" :E=I K FR R.Ak I !Gi=rN%iPir-19 NON-UNION COMPANY To: Ba-10'Cities Atft: Est.Dept. Proposil BY: Tom Rawlins Ph. 923.687.6666 Project: 2005 El Sobmte Overlay 'Fax. 925.688.0278 El SobranTe,CA Bid!Due 13rewrtungwap-, unftes Provided BY. SSI yeso-7oad Date: 4/19/2005 Q 1Tr-_1*2V1___ QTY DESCR=0N_ TJ_Nff TOTAL 181 1,860 LF.Thermopladir.Striping(Detail'22} 1.67 3s106.20 10 A, 1,720 LF.Than oplastic Striping(Detail 39) 0.67 1 P 152.40 20 1)080 LF.Thermoplastic Striping(Detail 0.42 453.60 21 140 LF.Thermoplastic Striping(,Detail 38) 1.06 148.40 222 360 LF.Thermoplastic Striping(Detail 38B) 1.22 439.20 23 280 LF. 12"Thelastic Traffic Strips(white) 3.90 11092.00 -24 470 L.F. 12"The=plastic Traffic StTipe(Yellow) 3.90 1,833.00 255 540 SF.Tbermoplastic Pavement Muldng 5.555 27997.00 1 Mobilization to Jobsite-El Sobrante OPTION:Removal of Striping&Marldrgs prior to Overlay, ,S4 .1577.00 Sierra Striping Inc. is NOT a Union Comp4ny.This proposal is sent with the understanding that Siem Striping Inc.will not sip any labor agreements,one time agreements,or other contract with any union.Furthermore,if Sierra Striping Lac, is contracted for this project,it is with the agmcmcni that the General ContracTor assumes full responsibility if a Union disputc arises. Additional Mobilizations to Jobsite will be$1,150.00 EA NOTE:This'proposal INCLUDES the following item(S): a.)Traffic Control for SSI Only b.)Prevailing Wage Ratcs NMI,:This proposal EXCLUDES the following item(s): a.) Slurry After Striping Removal If a Purchjue Order or;L work Order is required please provide the number. TOTAL $11 221.80 By signing this proposal you have agreed to the general cond;tlons on the attacthed pago. 13ye. .5,=,EA7-rAC#iE.OPAG.EFOR,rjwponrANrijvm,RmArioNREc.u4"ING rIfIsPROPOsALP 614.1 Aaigeju Ct. Loomis,CA 95650 Ph:916-6502-0430 Fax:916-685.2-9592 Fed ED*T-168-0273364 CA Lic#651790 NVUc#0044552 ck State SBE 11824 City of Sac SIRE'ror SIS5550000P www.sien-astripirig.corn BAY CITIES PAVING & GRADING INC, Bus:5029 Forni Drive,Concord,CA 94520 (925)687-6666 FAX(925)687-2122 Mail:Post office Box#6227,Concord,CA 94524-6227 April 21, 2005 E Contra Costa County Public Works Department APR 2 1 20'U5 %, 25 5 Glacier Drive CONTRA COSTA COUNTY Martinez,, CA 94553-4897 PUBLIC WORKS DEPARTMENT Attn: Rich Bruno Project: 2005 El Sobrante Area Overlay and Reconstruction Project No. 0662-684213-05 Re: Good-Faith Efforts Pursuant to Special Provisions Section 3 Dear Mr. Bruno,, Enclosed please find documentation evidencing Bay Cities good-faith efforts to meet Contra Costa County's Outreach Program outlined in Section 3 of the Special Provisions. Bay Cities addresses each indicator of good-faith efforts as follows: 1. Level of Anticipated AfflE/WBE/DBE/DVBE ParfleiWation: Bay Cities is a Port of Oakland certified LBE firm(See Exhibit"1"). The work performed by a prime contractor will be considered for credit in computing any level of anticipated LBE participation established for the project. Including the participation of Bay Cities as a LBE and additional participation of MBE, WBE and LBE sub-bidders, Bay Cities will achieve a reasonable level of MBE, VVBE, DVBE and LBE participation. The following information documents Bay Cities Good-Faith efforts. 2. Attended Pre-Bid Meeting: Lori Swanson of Bay Cities attended the County's pre-bid meeting for this Project. 3. Sufficient Work Identified For Subcontractors: Bay Cities identified, listed, and selected specific items of work in both its advertisements(see Exhibit"2") and written letters(see Exhibit"3")to sub-bidders/subcontractors. In its advertisement and letter, Bay Cities requested sub-bids for traffic control, trucking, utility adjustment, cold planing, crack sealing, paving fabric, minor concrete, striping, and detector loops. 4. Advertisement: Bay Cities advertised for sub-bids from interested business enterprises for two week in the MWDVBE Weekly and the California Bid Bulletin (see Exhibit"2"). These advertisements were placed more than ten days iprior to the bid opening. The advertisements are specific to the Project and includes the project name, the name of bidder, areas of work available, a contact person's name and telephone number, and Bay Cities' p policy regarding bonds and insurance. "It is the policy of Bay Cities,all employees are treated during employment without regard to race,color,religion,sex,national origin,age,marital or veteran status,medical condition or handicap,or any other legally protected status.This will acknowledge that Bay Cities Paving and Grading Inc.is an Equal opportunity Employer,and bound by the clauses and conditions identified in Executive order 11246,as amended,the Vietnam Era Veterans Readjustment Assistance Act of 1974,as amended,38 use 2012 and section 503 of the Rehabilitation Act of 1973,as amended,and their implementing regulations and which by this clause are incorporated herein." Rich Bruno April 21, 2005 Page 2 5. Written Notice to Subcontractors: Bay Cities provided written letters of its interest in receiving sub-bids (Exhibit"Y). There was only one master notification. Attached to the letter is the fax confirmation transmittal sheet showing the date and time of transmission. The letter includes the following information: the project name, the name of bidder, areas of work available, a contact person's name and telephone number, and Bay Cities' policy regarding bonds and insurance. 6. Follow-up on Initial Solicitation: Enclosed as Exhibit"4" is Bay Cities Follow- up Initial Solicitation Telephone Log which shows the name of the company called, the telephone number, the name of the contact person, the name of the Bay Cities' employee who made the calling, and the time, date, and result of the conversation. As shown by this document, the initial follow-up calls were made on April 15, 2005. As shown by the columns on the right side of this document, a second attempt of follow-up calls were made on April 18, 2005. 7. Plans, Specifications and Requirements: In Bay Cities' advertisements (Exhibit "2") and letter(Exhibit"3"), Bay Cities offered to make its plans and specification available for review at Bay Cities' offices in Concord. Bay Cities also notified sub- bidders in its advertisements and letter that plans and specifications were available for purchase at Contra Costa County' Public Works Department. 8. Contacted Organizations: As shown in Exhibit 3, on March 23, 2005, Bay Cities faxed-out its notification to the Contra Costa County Affirmative Action Office, the Port of Oakland, Luster National, Inc., San Fransisco Public Transit, San Mateo County Transit, and the SCVTA requesting assistance in the recruitment and placement of qualified DBE and DVBE sub-bidders. The fax transmittal log attached to Exhibit 3 confirms the date and time of transmission. 9. Negotiate in Good Faith: Enclosed as Exhibit"5" please find copies of all MBE/WBE/OBE/SBE/LBE bids received. Enclosed as Exhibit"6" is a Summary Sheet organized by work area, listing the bids received, the name of the company that submitted the bid, the dollar amount of the bid, and the subcontractor selected for that work area. Bay Cities received bids from the following MBE/WBE/DVBE?LBE's: Thomas&Pratt Highway Specialities Services, Inc. (Certified DVBE, DBE and SMBE), Statewide Safety& Signs, Inc. ( Certified DBE/WBE), Schotka Construction, Inc. (Certified DBE/SWBE/SBE), Spirit Road Oils (Certified E), Lane Safety Co., Inc. (Certified WBE), Syar Industries (LBE) and CJC Trucking, Inc. (Certified E). Bay Cities will be using Thomas and Pratt to prepare the SWPPP plan even though Bay Cities typically prepares its own SWPPP plan in-house. Bay Cities will be using all of these MBE/WBE/DVBE firms except for Schotka Construction and Lane Safety. Bay Cities listed Statewide Safety and Signs(DBE/WBE) for Construction Area Signs instead of Schotka because Statewide Safety quoted a lower price for this work. Bay Cities will be using its own laborers for traffic control instead of Lane Safety because Bay Cities' cost for one person performing traffic control is $269.20 (see Rich Bruno April 21, 2005 Page 3 attached breakdown)versus Lane Safety's cost of$695 for the same work 10. Bonds,Letters of Credit, and Insurance Assistance: In its advertisement (Exhibit"2") and letter(Exhibit"3"), Bay Cities notified sub-bidders of its willingness to assist interested MBEs/WBEs/LBEs/SBEs/OBE's and DVBE's in obtaining bonds and insurance. Letters of Intent. In addition to the above-provided information, Bay Cities is also providing completed"Letters of Intent" (as Exhibit"T')for each MBE/WBE/DVBE sub-bidders to be used on the Project. Should you have any further questions regarding this matter, please call me. cerely, Ben o driguez, r. Presi ent cc: File, BR PROJECT NO. 0662-6R4213-05 2005 EL SOBRANTE AREA OVERLAYAND RECONSTRUCTION Bids Due: April 19, 2005 To the Board of Supervisors of Contra Costa County Martinez,California PROPOSAL FOR 2005 EL SOBRANTE AREA OVERLAY AND RECONSTRUCTION Name of bidder E)avj lf-41e_ qa % s rad� Business address O oi- ► o�nc,o a s2 � Mailing address �O. boy. (oV-q Co vxco rA Gd Z�- Business Phone (914T) (o$T_"(o Fax Number C42-S� 68-1 -2 12.7.. Contact r,, L Z 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 famish 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 433, coq.3s (Insert total) and the following being the unit prices bid,to wit: 1 2005 EI Sobrante Overlay and Reconstruction EN PBid Item Descri tion Unit Quanti Unit Price Total In Fi ures In Figures) 1 lConstruction Area Signs LS 14155*7, So 5 5 _ 2 Prepare Storm Water Pollution Prevention LS 1 Plan ¢ 5. 4,*55. 3 ITraffic Control System LS 1 /o /00 4 lAdjust Monument Frame and Cover EA 9 z 2 Slo 5 lAdjust Sewer Manhole Method A EA 21 893.�' 6 lAdjust Sewer Rodding Inlet EA 4 S'O -- 7 Cold Plane Asphalt Concrete (Tapered Key SY 2,500 C /. 88 47oo -"- ut) , 8 Cold Plane Asphalt(May Road, d=0.2' SY 11950 2.43 4 738.3' 9 Clearing and Grubbing LS 1 /Q 2.7s. r 27 . 10 Roadway Excavation F CY 525 ,lsg� 39 002.5° Asphalt Concrete (Type A, 1/2" maximum, gs S� 11 TON 2,950 �, �-. f��'�07.- medium radio 12 Pavement Reinforcing Fabric SY 71540 8 520 Zo 13 Pavement Failure Repair CY 415 14 Base Failure Repair CY 110133.V- 15 Seal Random Cracks LS 1 pia, cosroo 16 Minor Concrete Sidewalk SF 910 /SIP r /(0-390. 17 Minor Concrete S1-6 Curb LF 200 -t° lo-' . 18 Thermo lastic Striping Detail 22 LF 19860 Is,&r 3 . 19 Thermoplastic Striping Detail 39 LF 11720 3 27.&,Wool 20 Thermo lastic Striping Detail 11 LF 1,080 0, SS ' 21 IThermoplastic Striping Detail 38 LF 140 .mono* . ' 22 Thermoplastic Striping Detail 38B LF 360 f° r . _ 23 12"Thermoplastic Traffic Stria White LF 280 , K 4(&2.0- 24 2..24 12"Thermoplastic Traffic Stria Yellow LF 470 775,to. 25 Thermoplastic Pavement Marking SF 540 ,S 2ooM. r 26 Signal Detector Loos EA 12 422,4o XB.8° 27 Supplemental Work (Unsuitable Subgrade) FA 1 $ 10,000.00 $109000.00 28 Supplemental Work(Towing) EA 1 20 1 $ 50.00 $1 000.00 3� TOTAL 4,.; �. 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.. 5 PROPOSAL, CONT.) The contractor agrees, by submission of this proposal, to conform to the requirements of Section 4100 through 4113 of the Public Contract Code. The undersigned, as bidder, declares that he/she has not accepted any bid from any subcontractor or supplier through any bid depository, the by-laws, rules or regulations of which prohibit or prevent the contractor from considering any subcontractor or supplier which is not processed through said bid depository, or which prevent any subcontractor or supplier from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository. The following is a complete list of items to be subcontracted, including the subcontractor's name and address as required. If a portion of any item of work is done by a subcontractor, the value of the work subcontracted will be based on the estimated cost of such portion of the contract item, determined from information submitted by the contractor, subject to approval by the engineer. Contra. Costa County requires that all subcontractor information shall be submitted at the time of bid opening, no time extension will be allowed to submit this information per Assembly Bill 1092. The Bidder shall list each subcontractor to whom the Bidder proposes to subcontract any item of work, orp ortion thereof, in excess of one-half of one percent (.50%) of the total bid or $10,000, whichever is eater in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. 7 oMOWN& G�+ o d �-., USIA *Ago OPP A.A PA ;PA do aw map 0 �' �. , C� —� 1 0 *A* "No Z o e 4% NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID .o x :Trv L j � ,bean first duly sworn, deposes and says g y � y (Name) that he or she is r G S t..o . of �i �tvt r ti(Title,position in Company) Came of Company) r 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 associatio organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." r (Sign dder) State o 'fo 'a )SSACKNOWLEDGEMENT(By Individual,Partnership or County of ) Corporation) The (erson s)signing abov, r a ` t�V own to me individual and business p capacities as stated, personally ap ed before me c�a and a owledged that he/she/they executed it and acknowledged to me that the partnership nam above executed it or acknowledged to me that the corporation named above executed it pursuant to-its.bylaws or a resolution of its board of directors. Dated: Signature: Name(Typed or Printed) (This area for official notarial seal ' 11 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 ss. County of (�_M OnD5,, before me, r(AAtAIT1%&4A-1 nbf6uf/U P(A101 Date Na and Title of Officer .g., Jane Doe,NotaryP blicn) personally PP appeared u)6, vo it ro. T- r Names)of Signer(s) --personally known to me ❑ proved to me on the basis of satisfactory evidence to be the personW whose name(&) is/ate subscribed to the within instrument and acknowledged to me that he executed the same in his/ .r - N authorized capacity(ies), and that by his&wrAbeif '&Sion1M. signature(s) on the instrument the person(s), or the ;i1'� LM�� MA .�-40 entity upon behalf of which the person(s) acted, executed the instrument. ,..wts E 7 WITNESS my hand and official seal. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General RIGHT THUMBPRINT', ❑ Partner—❑ Limited ❑GeneralOF SIGNER - ❑ Attorney in Fact Top of thumb here ❑ Attorney in Fact OF SIGNER Top of thumb here ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: 0 2004 National Notary Association•9350 De Soto Ave.,P.O.Box 2402•Chatsworth,CA 91313-2402 Item No.5907 Reorder:Call Toll-Free 1-800-876-6827 For bids exceeding $25,000, accompanying this proposal is a Proposal Guaranty in the amount of Ten(10)Percent of Amount Bid (Cashier's Check,Certified Check or Bidder's Bond acceptable) The names of all persons interested in the foregoing proposal as principals are as follows: IlvIPORTANT NOTICE If the bidder or other interested person is a corporation, state legal name of corporation, also names of president, secretary,treasurer, and manager thereof. If a copartnership, state true name of firm. If bidder or other interested person is an individual, state first and last name in full. all L I W'A rc Tr irp A . .fi K� tz - /T"'nn. L � Licensed to do or subcontract all classes of work involved in the project in accordance with an act providing for the registration of contractors,License No.23$ O Class: (Expires G -30- 05' ). 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: lollO� 5LWOi A^, ( f Bidder) Business address So2� e�r C4 L Place of residence Date I Ot 20 D� 13 Bond Nom!_Bid Bond KNOW ALL 13Y 1RMENTSe Tit we, Bay Cities Paving & Grading, Inc. . as Vr noW, end a v and $ ! of CA to sum in the- 9bft of Says =bald ad f mly bowd u Contra Costa County ,as Miser,iu ft a inn of Ton P 009Qref ar rr v `t' e o lawful I of am Udwd S of AmmiM ft the of which sm weR tMy to be made.,we bid ouvmb=6 CM boils,executors,, skdn2bi �sac oxoMd Mdgm.,jointly and=mzUy,fainly by them t t . al subm a bid for 2005 El Sobrante Area Overlay& Reconstruction 0662-6R4213-05 awject Nam) (Ift4ta Number) NC}W.; if the ObBSee sbali a=pt ft bid of dw P=Cwal art tin prinCiFal sh4l enter into a.coact with ttw Obi In a wizh such bid and give bond vitt swd and sufflCiet SMUy for thu ra FM-6- a of such contract. or in the mnt of the bilwe of tha P&cipdto enter ino sub coMt gine such bmcl, if#ase Pkincipsd day to the Oblate the dM-- to wel ft qty hacof,bet on the int ecl in said bad dthe for vkichOff=may le y ram%fib the work core by said Vii, if the mac'�dmte be in=c=of ftfiner,baa ob' sal be oculi anti..Void„other iW to maim In full fame�effWL SIQNM AND SEAQ,ft 12th My of April 2005. (SEAL) (SEAL) '� (S=ty) ities P in rading, Inc. Safeco Insurance Co a America y: PI.44} - Laura L. Plaisant Attorney-in-Fac (S�AND Cz —?0' 0MEN11 OF NOTARY CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Francisco Ss. On APR 12 2005 before me, Antoinette D. Mitchell , Date Name and Title of Officer(e.g.,"Jane Doe,Notary Public") personally appeared Laura L. Plaisant Name(s)of Signer(s) ® personally known tome El proved to me on the basis of satisfactory evidence to be the person�e4 whose nam is/a*Q ti subscribed to the within instrument and � - acknowledged to me that he/she/ executed Y �' T` i y�' the same in #mss/herb authorized C, /! , '>,•r 11 �`. 1 L {� j-rte t F � � capacity{is.}, and that by h;a r/the4 R; l � 1� ;�jr ~r; �-�-��fr ��1signatures on the instrument the person} or M YI-:� J �-• N�y .� the entity upon behalf of which the person} .q�'"••�.-7•;raa RtT'a^aT'..�pC—.. `', r....f✓���r r���}• £! r�t i7 acted, executed the instrument. ITN SS h n official eal. r 1 Place Notary Seal Above Signatm.oWloL4y F ublic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity Claimed By Signer(Principal) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner-❑ Limited ❑ General ' 0 Attorney-In-Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: APA 1/94 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of ` t.. On A � before me _ ! . P I�A, i n/_ � f , Date Name nd Title of Officer(e.g.,`Jane Doe,Notary Public") appeared personally ? --�- 1 pp Name(s)of Signer(s) �9p'e'rsonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(&) whose names) is/afe,subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity(), and that by hisre� signature()-on the instrument the person(}, or the IN=ILM ` entity upon behalf of which the person(,&)- acted, Arm 0 I=-m--tom ' executed the instrument. VWft WITNESS my hand and official seal. Place Notary Seal Above „. • Signature of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General - :•• ❑ Partner—❑ Limited ❑General - :•- ❑ Attorney in Fact OF SIGNER 0 Top of thumb here Attorney In Fact Top of thumb here ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: 0 2004 National Notary Association•9350 De Soto Ave.,P.O.Box 2402•Chatsworth,CA 91313-2402 Item No.5907 Reorder:Call Toll-Free 1-800-876-6827 IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Company of America, American States Insurance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to"surety insurance". This means that under certain circum- stances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90%of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and conditions of this bond, the underlying agreement guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. 5.6248 3/03 POWER SAFECO INSURANCE COMPANY OF AMERICA S A F E C 0• OF ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA ► HOME OFFICE: SAFECO PLAZA SEATTLE,WASHINGTON 98185 No. 10498 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appoint . ******************PATRl1CK M.STROUD;EDWARD M.SCHUMANN;KAREN E.SMITH;STEPHANIE HORNBEAK;LAURA L.PLAISANT;PETER D.HOLLEY Pleasanton, its true and lawful attomey(syin-fact,with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character 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 executed and attested these presents this _15th day of June 2004 CHRISTINE MEAD,SECRETARY MIKE MCGAVICKI 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 for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attorneys-In-fact.or under other appropriate titles with authority to 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...On any instrument making or evidencing such appointment,the signatures may be affixed by facsimile. On any Instrument conferring such authority or on any bond or 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 seat shall not 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 (11) A copy of the power-of attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile,-and the sea)of the Company may be a facsimile thereof." 1,Christine Mead,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that 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 and correct,and that both the By-Laws,the Resolution and the.Power of Attomey,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 12th day of April 2005 SEAL SEAL 3" X Of CHRISTINE MEAD$SECRETARY S-0974/SAEF 2)01 4D A registered trademark of SAFECO Corporation 06/15/2004 PDF 1"Nk T rA'ORT Or, 0 A/ K.1 M�Iy 6 2003 May 13, 2003 Mr. Ben L. Rodriguez, Jr. Bay Cities Paving & Grading, Inc. 5029 Forni Drive Concord, CA 94520 Dear Mr. Rodriguez: 1 am pleased to notify you that we have certified your firm as a LBABE (Local Business Area Business Enterprise), operating in the Concord area since 1996. Please note that your certification expires on June 1, 2005. To renew your certification, please contact the Social Responsibility Division to request the list of necessary updated documents that need to be submitted, Please contact our office no sooner than three months prior to the expiration date. At any time should your office have any changes in ownership, structure, location, or focus of your business, you are required to notify our office immediately. Failure to do so may result in decertification. Your business will be included in the Port Business Database using the information submitted in the Database Questionnaire and other supporting documents. This database provides business with free advertisement. A wide range of businesses, such as community based organizations, variety of vendors and construction contractors are listed. The database also includes a listing of professional services and a host of other important information to assist you with your outreach process. Projects and a list of certified companies* are listed on the Port's website, wvvw.portofoakiand.com, and projects are advertised regularly in the legal notices in the Oakland Tribune. ify ou have any questions, please don't hesitate to call (510) 627-1390. 'T'he fist of certified companies on the website is updated quarterly, Sincerely, Connie Ng- Contract Compliance Officer cng cc: file 530 Water Street a Jack London Square a P.O. Box 2064 is Oakland, Califomia 94604-2064 Telephone: (510) 627-1100 w Facsimile: (510) 627-1826 N Web Page: wwwportofdakland.com - t/) rr ' - G . 10•f- 0000,•.;,a :+yD c W1 O �.0. . . . w 1. . - - ' q t-�{ C9 pT . r• .•. ,tom-+ ' ::G „O v� ,f-� S to '� t0'D"' �r t�� +[o �..Co. N LA W O �'' �" ✓ a tib �',. -. i .+ .�►•b. O .Wn m coo �,p("�Q � -;� .O r 0.:.."'� + to a. .�' = Q to, O .: t~. .a G .+ r r• c'� C? r is ,.-. r-% 0000 I'll �. � Co .- : !' o cri �,, �,. ` r i;n o' ro • tfi' + rp•,� �,o �' „a o, �..r.,"U 0 t? �, -", ►„d_.0 �� w rfl. v rr ., r O , © ... {..- _%:, � p .-.. •+,.. s ,� p -. .., Q C. 0000,. c� N .F.`��, -?4C a' .,t.,'n n as.,_ .p r•t', n- -;-- n d '� a ''L1 r•�i C.)N Y v• i•. ('3 d r••� `' w, (ll Q..K}"�'.' r�� i•� V! 43 r a,►D '� w i %A ,•�.•,,.�, O yc , . ;` �O /�'� : '� ""�Q p' •.ti+ f '';'" ►�-•A i , L' .r� ; G v 14 O Q ►* ,G,,� to ,.:% �" o...w coo riG 41"W". .. -G�. .� �-n. . I:p Wo . tea a°' to`�tz �."` ,. .• Fc r'. . . v o. c �. ..� r* ,.a '.�',,d° 1r'"'+ �= = C�.rte ry :N ,jl . ,�,,� eo, ..,� to ez t� eo ,� t '� t"� �•• �* G• t�fo t..' V4 rte,r°. :�►vl'% �,/a C� W w - p rGi •-G 1� G.••G ✓ �G- .. Vs n i C "�' 1*1 � �' ',� �- '� "� �++� r••S to rq i Q - c, Ca '''`� , ca .r .N ,`-% . o '� n� .'' 0 G%.N ° No N ` _ .- ,•+;a O •t.% „.sem ;'•'... �,Q .1 Vt... Q is *t C V► 0-0 CD' LQ 0- SA • to '?.�.C� . . 40 `CS :3.• SZ -' "� to •r ',� O'.• r Gam ' .•► - C,is �` Q+N . • 0.. tifto s M.LAI " ".Z . . "%„0 ,..�o�o % .- �.•.% .+,.n N N Ct s % r t. 0. CD CO CD •-• .-•.- WWW - . .I . ll!R�. . . �?-;:` � I I. . .. ��. . . . .1 ...�.� ,I I .v - - - _� � . '"•., '". ''• '! %'''` �"� t0 }"' C3•:"�- 0000 tO•r _i'z =. jz� " Q ins. �d sk :e t0 *¢.. fA . 00 I % f;' # ,�iol t,r�° Qp :tq ,�: wo. .�, r► �- Q :th � G�.� _ �r, 00_ .., j10 �,p C'=");.G. ,.:,�Im � �rx 10104" ,•.•*."4 .. .: . I 1. WA*� . ;� *.*1. . �i0o, --��r� �- �.."'0 1p QV.jsin � p' :o . �•� r"D G�to 0Oj°►y . ,�, sin us �' y a . . ' C.� a �., :r•.0000. ,r '. cn p. tZ: .. :G ll,.t I -'` �+ ::.t+ '..�••' :� % l•' pN' •'"". �,V" •G-:r a '�•"�.` r„ /�,+ `._►•; �.:_�""'+. �j•0000' ` '� r+ S' .. O. to �a •.+ G O O.. y. :t =' .. �' s `.'� Pd`to Qq o ;5. o ,C0 4. �.:;� - ' y p. �.;: �'" .fl as C� •� cl► ,. r� il, �y. 3. N zl tD o-so °► oI. . ,`. �' O//�'M. �1� 1•? �r'T'% C�?'�'�,a, �. !°`:' aq � .t . 4,, lz: �; 1r C *6;oo !��'.` I ' ''�' ;70 �►:✓'N �+ '"'� V.. ; +ii; to. i �,j� A "'1 'W ,• ryR%'.. y �•q r�1. ''"i !��•. p' 0000 " ,.+ co:�:.pti,../•� Cp .n'. O '01 ,.. p► voo (j1.C Q.'4".'�`� %,O 0-_-.--- �, o'`•'':in/1.: �. n r. t►+i �.+{ co - tr`- y.R CD �:l l .O �? ., 't'� ' r' �. ' (!3 G t''�' t9 vilCO. � .W) �p. C.� tD to CN r• n 'o'-v►.© '✓ Z' �. r•:co .0 *"'` �i*� {.: ao �'�' ,,,/.•� r* ..• c r, '' p+ 0 '�•� t� N..O .w - � 5. Q rs* •s'-"KY .1 r•,V►•�- :j_• 1. r"' "+,: V r'e © ~ 1�9 •��,,. 1. r °©-. 000�t -o Q Q :'� v.+ r'.to � cU ::+y N r �••� t,h 000+0 . ,..LO) O, ra Pp 1 r.p 4 n to �s �' co: tycy •a t ,i- ==r - "'� fes- _ �.. o 00 00. 0.- �,,� .'t� o`o Ln :,;�'�, .�''fA _ ��" I . t• U to f r- '` sin.'c'.-a.'""' Ca.•a° "'lso'd '° Y G R t+1'l=r .' ,✓• ' rn W. JJ3 1. �.. .. �_7,,,0, ,EON i �a 'A V% " , . , . . ., � � IS t"I vn .4m �tv � "A. . 0 156-PC-,0%� t,, so, C;N.�n I. I cl 03 Q ,.-• �.' tom► ,. %;` :v p:: -A- + .. C�..: ,. o :G•�.o :QQ : t/� �-• ' ' '.:"�. ;.. '� ; A :=- �.. "• -C°:: �. �.,V`w v is- 0. p;.•:n.:O - ,ccc.. ,...s .- � .«, ,�:. ..,�: ,p , Ct't . 15 ,r* :.. v �••t•;.rte. K3 MG'..✓':o -i.-.;-: :': ...v'ttq :. ool::.ti'.CC :� lop +n '' t•a to °:I. .. . 4 . ,,.. v t�- G r' 400 Wo 9 0_A. r"1...x ' ¢� •. !P"1 ,� �'' a �y,. -;t' "'d: C o ,.� ° �, cv o '„''. ll� ,�, p.,r•'� Ca Q .for.•. ►,,�.,.us 0000, N . •0000 /� 'IV. :.�,+ Qi�ol ¢� ,.� ,�.,,+ ✓ ij!: Wq ,U G ' t'? % © Cl)_ ,. '. V ... .,I `` _ - �.++'' /�:.`:0 �,.�.. - �' ., tO} V'o:A �.. „h .!""+- .. 0000., r,. M,, � .,,n. :..�:cn ►�. �y CD.. V C'� "! t'r fD \, r•+ is t.'• Q V' •. po . p�t UQ .�► A� .. . .. _.cu .�. C"AU' 0 C2�`-0000 CS` %C. m 0000 ,.• G3 + IN �' ,11000 . - ' .. .0•. Vo. A vot - to �.,• ,._. 4 �_0 000►.: '� Q� 0000 '3 �,� ►.� '� P. G� ,• 1. ;'` Q c�.: �,~ �,."'.:�' �'= +-' •-- + ccs o - � , W. � . -I ", . Z2 V;, g ,::. /� v�y ,CD .l . CO,-:- i/ -'"• 1 CA'-....'""�' � �co,. Y,,, .� �, 1n..yam,•_�/„ �,;� �.%a- � �_ -. ' •,.� ,n •' : y- rr'i - ''sp > : N l�" j/(p Vtp C�. rA - 0000 "'. C 0000► :. �•+ ra. ,,.�..aG C.� N N n CO: a +0s1 c� ca C� 0000• ,,,. ..,,, 0000, w Q. *�` Q w t'"� s - t�.3 to �' N.�•Co P,. ,,-,►t. ��':..% *"'� y..►til tt,r' "0 ,':I o �" o'+' "' •tvot to ': .- N Q �y- O Co_ , ,,. ••x•s-�' to r-Po 0 ? "'t3 �* n COw... to � t1~- ,r►.• 0000 •t tq, r . ,,,t. 2Sy ��,,," r q•� e�* ,•�. 0000, y 2p .,'r•, ,,t p �y U✓ V` C.'� - _' �,y� �' ,`�• ::,Ir.• .�q, .^r►• %;I S.1 f'00_�.•�. .. . .Am .TTS CD *�•--1 ._-t�''.A P-Ar". :. �„�' +G• - C> ,� ''� 10 ,.%. .O 'e �•,n �.,.:; �, to.�; o y► cs , �.% G.G c �a r0 a o "'' o ,-� u' O G © GS'., Z `� - W . iGo N •'"� r.iloo tfQ .•• C t.L . .. v' is CA '�' G:'- it 0• O O p"a 'o •• o �' �'' ' t�`o a o s� ri h >✓ p' �. o oK s v+G' a' ►ss ?'o�► .. . �.N d 0000•. C 6.i mo 0. p •CX n-�. . .W-, r, 0 r• G' W.. 4.0 oW :G. , p ''T ro .-* c0 d•- 0000•cs. o © ✓ C"1 ••• �, is ts. o �, o m �, o , o p G • ►-� . .o Z..v v •� N ., so . . �., a-S. .-. ,, .c• U, 0 .• . �, o a c r o✓ ..•q � . ("f1 O + � `'j N ••t r+ t: e'� ,r►• b /�► � '0' V ,�i+ tii`+',�" 0 � - }"Q +•► • �` r' ✓' CAW-A �o. :`-� r cn � "'. 5,tv r•Q � t`'° rz rq ✓,� t4 ,''`.�. (f 1 �,+ %. "d .� � •p O o �„t• po�✓�Ori t? ', � r�,,,.`- toj� yO, O. O,,d *.•, a Co. .+E.(7 rt3 va ,r 3 �..3- u,tir �p "� ,�•n r"C �,"--�` ••► a ,,,� 0y ...2 cA3 0000, ►�.��'` r j1 P- .-j . O t0 �''a co .,� '.r•h fl.. a r� ©_ n ,.• n :•"1 n N o G ra . tJ .,* C'' •G'� � r t"'' W.I� o "`-' ",, W`�' n to"wt �`.:� �.. � "; 10 to � to . ,. „�,•+ `' �' . �c• p.W N o " R ,�,. C • •. O r+ ',,. ..+ LO .+. tp W CTS ,z i '�-••CS .•t ✓ ..� �"''.•'�" n C� :'•• tp t0 "°•'0 -rte D to'n �:•Vs`.. to. . a .'C3 ,..+ co tots. pa tp ,t5 Cu to 0 1 -� ""E � .f- 0000• � - � C�. r+ ... i ..+ C7. ✓ tti O� r•s O �'_. - -''P-O. S/� CZ :r'r' to, ►•Z, _ r p' Ca � G ..• p .ca n ,G. < O ..G Ct G e0 h ' t!� "q 5t1� �,,,.rte"- .•t ',,� t 3 i• �' o. ' =. `5+.ie �.,�-r+Co 0 y+ 'C tom •' ,*:. . I d C� Ca .,, p co C9 C� ty & ..+t- C p, ,,.G i . . a, „t. Cy„ s E C0 O 0 r• KS ...a m •G ••� ,.eo 1 G f-+ n l'.0 . ., {� T' � . +„S ..- �, .+- n: ,� C'� C�. t'� Sy C9 ��,,�y1 i.�r .st .i' '"Z ' � ,. 15 fo .,.J900 ` � y t � % .i d 0 - - ' CA co Will cu tA o— .o-o CA W-- ICY -Z CIT 0 0 .n 1001 tv —n %-C "we q�A ri me. O.A. ON" co 0 cv C. 0- t-j Z� =2 01 , We%00- ;:. "7 . -. o = P. Oft. > eo riiC• % z Coto aw Ook- 0 0 .0 26. Me— lowl; %we co —5 cn so > C) ml Ows E. we C-i Z: :3 Lp low* roll aN 00, let doom cu CD m lot I-s t-n w,e .# n #,.,. loo ow ..0 of fell 0 , a o GK C.- a et W (:., -0- few -ot p8q, Pot, cu F r-j 4"n C., rn ON 03 aN U3 e- ot \,4, 0 r,- .I = n 0 > "Q we Wee, we c: > tn '(2,1 \.O IWO woo 7", tv � 0 — = -- C�- Loa Let 15 \ic N -W- 000 N .1;�. t-A 'I., 00 > -,*, — M *Oak • Seem mool :L Am 0011, wom 0 1 \,o CA 00 n V.R so n 0 %-e- 00 00 V. woo Olt m ow Iwo CD CO woo "ONO 0.6 j fl SCU caw uj wee Z wee Vol 0 pt� co 0- co Vol cr C. r Iowa cu wood pose Cell "ek. fee mti• ♦ low wo ;z 0 cr woo CD > woo POO woo ell, tot :0 lime wow ,woo* Z Co ZOM . CO W-- 0 P—. I sows - o, co 12L 00 woo 014 -t- ►-> CD 00 Not C) � o '*�, c� co PTI• 1. ... vc CD CD pet r) Va CD 1-4 • tj, CA For CD *0 Poo* P-0- Co C9 P.- CN CD A C'. -0410 woms W� CO &0 ti C-1 woo W,t Oeeeewee� is W 00 C)o .4 A -emme-'ee------- lot co t; co Poo, "Ot cz PC • P-. co CA Ad wow CD co w O-t CD 10% NOW woo. 44 lelb. r-, 000* woo WOO 45 lot po. Ce- CD Z; Pin 'C�) CD 'e, CS co r-- P CD tdO_o CM fee 1.0 sr, pow CD r) tA2 'n 0 b r-�, plook *d on "ll. i�j 0 W-0 0 o o �:; " eo Co rz fee P., t::t i8 CO 0 ;-� 0 :z p cr 0 C: w P .00 :0 re' o 0 , "", 10 towt- %we to =-- .4 t-A 0 0 I. ".0 Pee "A Pet polo, 0 0 0 0 :: 00, 0 ee- o U5 CD 0 co we% CD "..k CD cr 0 ;:1 co fee" wow CA 0-6 \,.D "...0 q tn CA pee� POS 81 IM co "C"n, rl, CD vo CD 75 CD CD famp, co r"ll, 0 co tn rl co CD M ;:, %op 0 , ; CD V-0 kvld V 0 CD CD %0 • � c yCO 0() oN op.J En V.A woo all CD .006 wpm !7.0 No !� v 0 co 5i ig� ow Zoa za ta = CA AN folp. one = "as co --n W-0 CA OD owl tn wo ja -- s �A m OWN cr ,j ;pp 0 :0 w i�- co CA t M pq. ro e-. S. C) 00 tn eo k.A 1; n :: 004 al f.-- --J:� 0 Cw C. woo C\ -0 -0 val woo POW Ze m Ln - , -- =; ,— = 0 =- CD PW to 0 Cl zz Mofl tA :: .1 0 > --i W—* wo et woo Lv cr) >wz� I----r 5 0 ., s low =0 lse CO CD %.e_ eD m i-A to = pup., CD r; tiff Gtr P.. 00 cr, = %"*-*4 PIP, woo 00 ..-A 00 C) r. ""I polz 00 00 0 t6 Pz -0 00 00 -w* -01 co co • C. ; -'-j " c c co ct (1) r-" dll,' n - -Z =e CPO -V cr %to woo. low P-r Si m n ;pq- C; In :0 -1 :9 CD up -Z 0 m CA t� = 6 r; eb owl-, 00 W z W moo Mo, wl ci Com we Vol, n -i P-% o P't -A- En .. s,: n m 'A ,":r fo Sn CD coto W all we ell" Cl) VOWS 'we tn cr MO, ©� �"" *-I See. co :z CO 0 co 26. 00 =3 00 CD 10 I I 000q cm C? cot oil ITI COS ,.....* uj- c• a � A a A c o : m W� o.� �� (� w p. z co co n �- .O so 0 r o .Q � � O c7 O- R �• r� c•... r* o a3 -o m �° p� �. rOn r"• 7C• :b p A. 'b �A3-Q+,� G �t A ►- ►�Q G.4 G •.•. t-+ ,�• (rQ M. 0016 pr0.» � (� a. as m �° := c '1 "''' o ao Q- + � �t.me w n qQ c:e p a 4. ro o+. �. ro '• CA ..• -r . c c„ a�dq o ,�. ye yR;.-- .o r•r,. fol. N •I- w C C ,..Z �• cr 0=4 lot �"♦ R. Q• a.. ss "� c Cr1.a. -t + O rD .. �. O O H A O••�t �•. r c• G. d J•. ,p i-� a -POP. 00 CrN- NOW r•• j!� o fes•• y,. y,,.,,. Ir o N rr•Oo s. C O�'r ca .0 0.� � tO cn CD o rr pQ ••,, A ,3 .C C V) ..:. CA � rA _ O �, R° CA o CD o' b oCA v► tz o- a mt a Aa Joel J a o.ZQ CD . w tv cD r o b r•1 a rA- CA C4 Not 00 CA TT�� a y on CD. CArlgb p, r•,r•"� .... O O a. O .-�- co CA ro �► p•.A O v� �. N.. c r'* - n Oq n .-. ... p'• O o O. a. A co'. `c <. C� roe w c: CN v, rep. 0 o V o oo�,a �.. iy C)n O owl �. a. PUNS, LA Vt. O r.•• W O n e� �O p .tip G3 -a 40 o �, o �;n J. x O CA c C '...�UQ 0 b oo t7- tv wCo Cn O.. C\ �, -G 0 •:. �. �"O c ("'.A „1,,n. "t• O•: q i 1 � a M A Q N N a. . how CA fD O O , Cp N CO co 0 - o- H �:.� �• �, Q a ro A � ,�•c A �A b rA o o: pas rut- o .00 tz CD OQ O C:C=J: r•• O W IM r* !� l�:. !'A r•t O C CD :r O. 1/`i. �y c0 IL ll� ,, Q ,•� G G: �,,.,,� CT. �►.boo. CT` cr Co. CA z wow mot a e-t• O rr». r-+ �.. e�. tet. •s n o. r aQ a. 0 OQ A y A.' �.. fD CA r4 * CD cr `C QqrA CA cr '"•` ►...'C N C/�` th n O �►O A Q. C� Q to O M m v�:G. O so .». e O 070: .:. :: CS: . CA O 5. .n �--Oq, �. � C � .O.cn ip ►O v� ooro. O p �D s t�Q ..,. �.:�.CJ O Cn r. cn ...: A a'. ..�.aq ^^ CD. y •O. ` to w G ca �' :..,. ~.� a oro %&L. \CJ ,_.. 00 �.... J. .A o :.►-.• r--► v, Fw.3 ti..•-•. 'Tj -•� p For,.1.� C ca tl r— v, �, �. r, o o c� �,•as _.. o = G i : co pop. T re 24 - tr' w w w C& Pod CD CD cr CD yr n r••-► O: O O .CT r.r �J]: CD r As C7CA v. OL C) CD0. CD X11. CDP, OC Cc �.,, F•+, o o: o a o �s o O o: o � to CA CD al CD:- •M. •. �. W r" o P". A. CA �. O n.; ...• O MleO C?1cN. b r" .-r A� O. O �, C� �, O: ,..t 0 00 - ,,r. root C� CD � .. CD CD n r'* p� co �' +,.y. t'p` ,.+ .. �: di4:. CD-- 4-f- 0. CA44 psi b d rDtz low fA 0p LA ,..r CD CD • CA 0 On. 0 .. R - CA 0 CD CD q-16� 0 n 5* !9 • p., 00 CD Cn CD v. Ocm L �• ,,� '' �.• •r. b Az. A ,. -v to c A) CD O C cd 00 o a o cD Cl00 O w O f� aQ V �•� l+ cn low CL 0 C4 Me c y a o CJ cp r* �, c _• ( �' ," �-y to c; c x`o CD o C1 C1 n ..► p M !D O r dQ n �. .. �+ r�F � "wer.r cra A3 O a K ?. a-b o y o �� �, o �' O� p O .":•' n O �n n CM A3 ' O ''� '� P.P.�'* me'. „o= �- -a C°n. IV }'"� W r-.r P+ rD C n t-D p .... o < a ° o P+ A `e as CD -t 0 c O1 OG p Poll. C p �. C/] rMob C k$O R A rp ,,,• ►•-• f�D � vs Q• Vl ¢� .r ... r... CD r•+• ~.+ n Qr •' CN y a `t n '9 � H y N ^, J v amp .^.. �-? aq ¢�• p �; •C4 1 � C c� ►-• �S R° cn4�6 �Q! cno cD o dOPC CD eml00�j CA ►-�, > y1.0 oo '10n � � mac = -j a = cw O vp y c 't totA �• �' ,� 4�6Qa a a ,,,,� r* ,� _ ,., ,...Imme r� ... eb h-yvi MA r+� C C3. +. 0 So R. "10 CD M C ` `• i > CD r-L t� )-i > N N "' ga. ob ,b� aq oC. c � ��„ � c c �; R cn cr to �; cn �] Oft uee. ON Pil O CN cn CA a' �'. Co 0 �. a n o 0�(Q � a s'CD ;',0 Q.• ` 1 O � �., � d r O n ar-ob �. Q �, e� CL n 0 o FCOD o -s 'a < C7 r� . �, o_ Cn O-aqn � 0 feel- � so .. (D '�1 '� n ' �' � �• CO3 �Weee� °'0.3 � c c D� o, < � � Cl, sZ tJ1 'xw0 Me. � OwOcn o O o p.. � a a ... o �' � o 11 CAfo • -� mea o� �. O LA > � �. 0 Ccl) om,• cn � co �` bCD co o �CA & n00 > � N Z rep. 0 uj CD OD tp .t CD 00 own. CD CD eel CD CD N a O lomee m *v (:)> - cam 9: )eej .. ., CA O ►r v M QC) r v �' •'t ? �' A tri 0' p r �.owe CD t' o C� � Z a - ♦'arc° °ra 'b O � tr1 CJ ara o bd I a G�7 C v aro }o p; ►a �. �o as o-aq c e p•; � G7 � C W *.► '� r•r " A O O ��•v' � cr O p n""i O m t_11 _. p � C� cn .�.1.. pp r•�. r�- Q., e_.. CD r,�, r..• Q O ,A,�, c O\C�..t A rep r+ O r/•}+' j�..�} ►r. o O ,... Ocor- • A `V a = A _• ACA Cl CD ITI rel, CD I cnCL C" O N co a C- C n o .. d •-,. O n cn ►� ,.. a� yr n f5 w y cr- cn O �, o o r• n tv o ori o -per o "< cn a.�; 'b �' _ ° � � ►� g, ' `t3 r "Q rp uj N C/1 O� coo O p.. `O M�� a i21 <p c• `� �.�o o A o e y O }-• u' cn c O J '' NJ O � C� r• O o N co C�Dcn 00 CD O o CD �� • 3 CA oo eD (IQ O v� O� p o ' o . - kin� cn - 00 0 M..3 �. C C w `cop' d ►,� ��°" y yCD 4�6 ILA , y °a a �, ooq ch.are' C*, rM `•'' c oho _ o ri EE. 00 W y •• °' O v .. CL y v a CD CD cn J ^ e,16 CA,� n p CD CD C �--. �' G CA CD Cl) . �'Oq rD C CrJ CD P• • N O L 1 `C C O '� O O C� G� `CCD � `� O D CD ►.. X CD n CD O O ps ... � cn O do Q ►-+� �v Pi � � 0 o P .A o . CD 0 e -P N cn r�•, O go • Pr 0 r..�C'j O t p H O o co "we 'd N n : cn CD 0 o O O C y CD o o O c �. Gd �-+� a cn o. v� �' �' b 't3 w �' o P+ ,.... *•+ vim, o vo v, y p. b O / A, P3 r--• ,-t P.� f1�1 CD e-� A� 1h''-''�� r�»• V �+ POO- M r•+- .. Cn 0 oro �+° � p- v, CD n CD W,. � CD CD n o cn r n C', 'T� ,,,� • cn r (V ...al�f � .. ►..r v cn CD � � .. r* y n �' oro .. 4. owe b ,.t o r* � � •�' a, a n �•] (D '� c °Or�• }n I '� CD C],� O °. �. �' �, R� .�. y bd gyp•, CA Cls O y p•, CCD �. R ''� ,.�.►• �.• ;-� or r0 O• , �, C CD �' o w CL A) w CD CA �' R° vim' �'.. CD �' c CD�' �.+ o CD ° CD ��a P.• w � = to ~' O �' ° o O .A �p CD �"� P•► � CD CD r-h v� ►� O n C7 `�` A7 C AD O '"� �'. D G ►..-► C7 ►.t CD CD 0 LA S O Ilp N p C � CD CSD CD '�' �' Or`� b M "'! r� '� N O W w %0 y � RC request For Qualified icor, Subcontractors&Suppliers For: CON TMA COSMA COUNTY 2005 EL SoBR A2*rf E ARES.o V�Y AN M -.4 - k9Co.'S*�V C 1 10.x,!ROMECT NO:0662-6R4.2-1 3-05 NME 1A BUo1#E t3oal 23 to Ilial Dom: April 1Y, 2Uoa BA's'CHMS PA r�G& GMAMuNG rNC, 5029 Form Drive,Concord, CA 94520 /QJa -.62 �a' ice An equal opportunity employer 6ur)-Trades suppliers needea for following worii `out not limitea to) 1 nicmng, traffiCC4ontrol, u tya.01 s ment, cola-plan=&I Crackseal:, paving fabric,minor concrete, stomping, and detector loops Plans and sp s_eci.fications for the Project are available for review at our office in. C..Oncorci and Contra. Costa- k'-'Oulit uniic worms z� 5 Glacier Drive, Martinez, 1000/o Performance,Payment Bonds maybe rectuired. Please call for assistance with credit ihne, bonamg insurance ea ,uip., supplies marenal:s Send Log Status Date Retries Time Pages Name Fax Number Complt3/23/05 0 6:00:04 AM 1 A WALLACE TRUCKI... 1=530742w3038 Failed 3/23/05 3 7:05:00 AM 1 AJCO CONCRETE 1-20.9-833-8284 CompIX23/05 0 6:28:56 AM I BOYLES PILOTS&T... 1--530.474=5548 omph3123/0.5 0 6:03:48 AM I C.C.C.AFIRMATIVE A..846-1353 railed 3aXomp 3 7t 1 OA4 AM I CIRIME:LE ELEC"10'RIC 1-510.792-77147 Pomplf=3105 0 6:04:48 AM I CITY OF OAKLAND P... 1-510,238,33663 lcompl(V23105 0 +x:02:46 AM I CJC TRILICKIING -1-5-10-60-1-5332 o m P1 t 3r/-31*0 5 U 6:30:56 AM i CONS"TRUC"IFION jCompli=3105 0 6:21:30 AM I EAGLE ENGINEERING 1-650-367-8282 lcompl13/23105 0 622:26 AM I ELIJAH ELECTRIC 1-209-.577-4637 ,comp-1212,3,105 0 6:1 Q.t4 AM I FOCUS%1".f%OANST.. 1Z 1 0-485_- X55 C4mplt3/23/05 0 6,31:46 AM 1 FORCE TRAFFIC CO... 1-559-594-1056 �omp,16/23/05 0 5:32:34 AM I FRANK MEDINA tr530--743435- 2 COMP113*23105 0 R"l 2_:1A_ AM HARDING OnNiSE.T. 1-510-444-% .977 Fompl43/23M5 0 6:33:40 AM i HUNSAKER SAFETY... 1-0-59-453-3250 �DmplO 3 5 0 5A622 AM I INDIOS CONST DBE 1-510-265-1607 compti3t23/0915 0 5213=10 AM I JAMERSON CONST, 1-415 59-7551 #^Man CO, "S�q 10*10,1.A P-00M. 0 x3:34:30 A M SAFEETY C , iNC omplt3/23105 0 8-35*32 AM I LANE WETY - 1-707-748-4825 Compt13123/05 0 8:05w.40 AM I LUSTER W70-5269 I e% &:A 1E,o M p It i 3 22 3 1 f0%5 7:s 1122 A%T,4 !;MARSHALL-1'R Ul'C"o"'rKr 1 11',41 G 5 0�-433 6-6 0 1 1 FomplG/23/05 0 6.,37:34 AM 1 MENDELIAN CONST-__.1-415-641-30 �omph3f23M 0 6:38,124 AM I METCO ^MA $-ff%C)231015p 0 'Iraq-,510 AM, .1 100phVIR10fEw-TRUICOKUNG 1.51 O.eZc--5 5-2$24 iCompit3423/05 0 64-419c,58 AM I NOR-CAL CONCRETE 1-0707-426-5453 1 OompliM3/05 0 5:14:20 AM 1 P&A CONST. 1-415-334-577I 1 1c;0 r"..p 163 P_Wo 5 0 6:23-:36 AIM1 PACIFIC Ef ECTRIC 1-408-903-7-598 I I MAI% �ompitmwcr5 *30 AM PO T O%R "r=OAKLAND 1-5100-41 511,10,00 om p_4=3/06 0 6;16;30 AM I PROFESSIONAL CO.J., 94-5-1738 1ompf(3mlo5 0 6,42-48 AM I PROFESSIONAL CO... 945-1738 f% at I Pomph&023/05 v fG.120 AM I QUIMU lComplX23105 0 6:50--.54 AM I R&W CONCRET 1-650-S48-1456 'Failed 3/23/05 3 7:07:18 AM I R.E. SERRAND INC. 636-2P74 A 4 11COM ph3jr%wf1Vfi%f)5 0 66f:2-r*.54.AM r ROLLINROCK C0'*r%w1%rN... tompIX23105 0 6:07.*34 AM i SAN FRANCISCO PU... 1-415-934-3980 i i 10,ompl13/23/05 0 &08.28 AM 1 &_ SAN MATEO COUNT... 1-650-508-7738 0 M p I(an2f.41 0 5 n 4 26;AIM v I&AN TA 0 L-kkA VAL f ,. 1-4..5-_5..-9._.9 Send Lag situs Qe#e RQttries Time. Pages Nate Fax Number r,ampi=3/23/05 4 OV:43:32 AM 1 SCH10TKA CONST. 1-707-252%155-68565 081 3123 5 : _ STATEWIDE SAFETY... 1-805-GI29-5786 I ICompit3/23/05 0 &:51:40 AM 1 STI TRUCKING 1=831=423=2811 � �Fai ed 3123105 3 7:09:34 AM I STRIPIN(Z EXPRESS I-510-53e-1 tompi(3/23/05 0 5.52.52 AM 1 T.A.!ROSE 83&1701 01 { 0=0=3/05 0 6:25:40 AM 1 THUNDER ELECTRIC 1-415-255-9553 bomplW23/06 0 6.46.18 AM 1 UNITED !R-AFFIC SE.... 1-626-961-41746 I+ NOMIW2-3 u5 0 5:27:52 AM 1 WILSON rLSON Er 1-B�rT RIC 1-510-636-0295 � FAWN 2 4m mowozoc > r- w --, Kr- O > IL I U)4 U) X m m m C/) CD > z X m w m M M m 0 rZ > > r� n CD M rri > M, > MWOX K --iomm > cr.- m0 > C) m --i rnmzom or� Zx om Tz0 zm..q X 0 0 > z 0 z m Z MIG) MPIZ m CD > o o 0 — U) z Z -n Z M 0 ;u -.q z 511 :3 c 0 0 0 z > — m w 0 0 w m x CD m m 0 0 Z cn0 cp --iCmcn c G) m =3z 0z0 Z chC7 m z z G) 0 (A a ( � � CnCOal -4CD � alNJ n 0 " -.x 0 0 --4 0 Cn 0 0 0 0 CD 0 CD rI I I I I I I I I I I Z 0 z -4 e --4 0-4 W -4 W .06 -4 UI 4, Cn W CD CD .p. 00 -4 Ch -te4�h W W 00 A6 .4, �A-- Co CD --.4 CD CD N -4 W 4p6 Zh m CD M N .A- Cn --4 Jh- W 4:- CA -4 --4 a 4�6 W N) co ch 4::�. q m co cD 63 q cD cD co cn 4�6 W W ILO (n 0 > CO -W OD W -46 00 40 C-0 -4 CD W 4:�, CD W N cia CD0 0 0 0 NJ -4 4-',- Cn " Co 0 cn cn " w w Na to r) 00 -4 4.,,. CD CD 00 0 U rt C.0 0 41-1.1 CD CD cu mmi vi j 0 0 milk C) KN 9 CD If rA > CI(D ) n 0 4 0 m m m m m m m m m m m m m m m m m 0 to z L u) 0 w 0 w 0 0 w > z 7 IIQIW W w w w w w w tv z 7, z ZZZzZZ-...IZI000z ZZ zz — z 00 0 . 00 0 01610 0 0 0 0 0 0 0 C.1 pit Ir s M� � V1 > ch M IJv_ > m MMMMMMMMMMIMM m m m m m U)I cn C/) cf) cn cn Cf) (n (n Cf) ch w U) U) C/) Cf) U) Cn z z z z z z z z z z z Z Z z z z z z 01 00 1 0 1 00 1 00 1 0 .1000 00 00 0 6 0 � J In ch u) r) T T {/] T T T 7 r= zC � � � D = OrnsocX > � 0omm U� rnZ %� .o -1 � 0 �r- rn � � � � � Zn � _ ou � cin 0 :2 ;am --fz � C) cm -- pn � Om Z � rnm � n � O 0 cin > rn - r ; c Dz .0mCn D m > m M M0oZ0 Orn -40 z -n r- -0G) CnOnOrn z0 Zc 0 -n 0 � > z T --i r --� C) n O _ n -� �rn m � m n � � � � n x � 0n � z -'i GI z m V7 d? �► 0 Cn W 00 �i CD 0 O -4 0 4�6 •P- -4 M .a -01- r%) " W O O " IV Cn O Na O " O -x j -L O O Cn CJI O Cn -i O Cn O -1 Cn w Cn �1 O Cn Cn C3� CD N 00 Cn d�- COIN 0 W W 0 CD N W -P.% M 4�6 41. W O Cn W w O N O w s 4�6 CD -th. CD W N m Cn O O Cn W O CD CD CJI Cn 4�6 W W Cn W 4�6 Cn CD M M 1 t 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 11 Cn cD cD W M 0 � O " O W 11 O M CD CD Cn v .p 0 cD O O CD W CD 4�k, N O " cn -.L CD CD -L W W -J " O 00 -1 -4 O O CJI 00 Cn O -P. N N CD O O W W CD O O 11 00 O O CO N N .p. CJS N O 26 L b tj� • mmmmmmCf) U) Cl) mmmmmmmmmmmm cl) (in) w w w w w w w w w w w w Z Z Z Z z z z z z z z z 0 01 000 lcn cn0000 00 0 G11 if/I m m m m m m m m m m m m m m m m m m m zzzzzzzzzzzzzzz \z zz t 0000000000000000 0 ITA Ps _1 S y, April 18, 200510;45 AM p.01 ANN, TH[AftIMA30m a Al IF rCertified DVBE& 5sE; SGS-0026473-axp. 11-3G-ZOC7 HIGHWAY SPEOKTY SERVIOESP INOv Certifieci DBE SMBE: CT-030497-exp. 8-01-2006 License Number 777882 2522 May Rd. El Sobrante, Ca. 94803 P1ioiie: (510)222-7125 Fax :(510) x'22-0972 Wabsite: Etna& Ci'1Lt(&t11omas-pr1ti.coin 04/101,"N05 9:42 AM ATTN: PROTECT ESML-TOR: RE: colitract: 2005 El Sobrante Afea Overbay & Reconstruction C 011tra Costa C:olulty Public jf orks Bid Date: April 19,2005 Thomas &Pratt 13ighivay Specialty Seivices hic. Mels the follmir-hig rd-garding the refermc ad c witrac-t. Items Wd individually TI P Remarks Bid Price Ite111= I Construction Area Sign,6 Please Fax Ghana 2 Prepare Storni Water Pollution Prevention Pi ogrinn $4,050.00 (S%N. TPP) `See Note 1 below 3 Tenil'orai-y Trac Vontrol I-Technician. $800,00 /Sm..Ishilt 2-Techniciam 1$19100-00 /iii1L r Shift 'See Nate 3 below 3 Dental I-Poilable Otangeable Alessage Sim for. $600.00 Fer Week •Delivery&Removal hicluded. $15100,00 Per Mol1t:� Notes: 1. Fututeen ds-ys'izctice required fair P1Lvz prepm-aticn. Less than 14 days,notice,add 2. Ten W crkhi,g Days'Notice preferred for Traffic C Lmtxol System. I INfe are hesdgw-irtered iii EI Sabrzuite a11c1 cmi Help out ul Other wzziys. C.'nr��xt�tR�r� 1 . Fpr ,19 OS 12: 03p ACME INC. 408 4G5-227 0 p. 1 MBE&GIBE. Mr-001378 4 0 3 5 ® C)ILS State Contractors License is4go vineyara ecuiavwd.Morgan Hill,0A.5037 No. 472597 = oftico (aQa)�6. X270 Call (80 0)+ 7-2od�J Fax(1 bQ)4e5-92`. Submitted To: ._.. ATIN: - PR 1 � . r Bid e -9 - PRoJEC PRoJC00 rc11NIVPR EST, 3:!DTAL, LTJENL# EST., AMQUNT 0. PAVING FABRIC INSTALLEDCO q 7- Fabric Tack/Binder Coat QUOTATION EXPIRES 60 DA)f S FROM BID DATE. PRICES GOOD FOR 120 BAYS .AFTER Q1_TC�T�.'I'YO� IS hCCE�T . ALL PRICES SUBJECT TO INCREASE IN TME EVENT OF INDUSTRY WIDE PRICE INCREASES. Exclusions : S urfacc Prep., Traffic Control, Excess Tack & Tack Tinm e s Extra Charges additional Spreader Truck & Fabric Crew. lights $350.00, Saturdays S6SO,.00, & Sundays S9SO-00 Overtime Rates : SlSO.00/Hr. -Druck only. $195.00/11r. 'ruck & Fabric Crew. r additional week da _ Based on up tc�� lays. + _ � . M-F 6:30AM to 4:30PM.Y Sp-'t Road Oils wig rovide_TWO Laborers. Sp- _ Deduction of more than % in total quantity of fabric used or number of drys, will be cause for a renegotiated price. ...._ % retention to be held. -- �_ )'rice based onS.—.,... Hour Days. E.xccss time billed at S. R. O. Overtirne Rate. Minimum Daily Charge $_,____ -Amount of time on the job is the responsibility of the General Contractor. -Installation of product is dictated by Jobsite conditions & the direction of customer to proceed under condi tions as they e;dst_ -Show Up kv, leo Spread Charged at Overtime rate , portal to porta.. Job must be cancelled 4 Hours bef=ore Scheduled start time, to avoid Charge. -Customer shall be sole judge of jobsite & weather conditions. S.R.O., Shall not be held responsible for any damages or claims due to hese conditions. -SPIRIT ROAD OILS is Mon Union. I hereby cemiry th.1t this lirm is a M/WBS as denned in Thk 2. calirornia Code of Rcguiauons, Section 1$06.61. In mall this certification, I am aware of Section I2650 at saq. of the Goverriment Code provIding for the imposition of Ueble damzlges fol making t'alse claims against the State and Section 10115.10 of Ehe Public Contract Code making it a crime for intentionally makir an untrue swEement. RS/n'0111012004 ti OA A 0 L 53 F-kl' 5106015332 0 002/002 CJC TR UC."NG, INC. R0. BOX2864 OAKLAND, CA 94609 (510) 601-5359 FAX 510,E 601,5332 (5-10) 715-7795 cell CA #11191580 aO 3imownsend ST#280 3803 Broadway "0 0'" aii-Francisco-, CA 94107 Oakland, CA 94611 amaalise"area® sadeavesson a engage an snag Sam a gas nuens 93 April 19, 200 BAY CITIES PAVING & GRADIN(;r ATTN: BEN FAX (9?5) 688-0278 RE: MAR.TINEZ, CONTRA CU STA CO, CA— 0662-6R4213-05 EL SOBRA.NTE AREA 0V1+:RLA.Y & RECONST HOURILY RATES 10-WHEELERS $70.00 PER HOUR SAT. RATES $76-00 PER HOUR SUN. RATES $82.00 PER HOUR SEMI-ENDS/TRANSFERS $80.00 PER HOUR SAMRATES $86.00 PER HOUR .31% SUN. R.ETES $9 .00 PER HOUR AFTER ONE YEAR THERE WILL BE A 5 %INCREASE IN COST All off haul is hourly.All on-sight is hourly. Tjiere wig be a Stand by charge of a 13OPerMinufe .1 for loading and UN-loading pertaining to tonnage and by load rates.Load Site All trucks after 10 minutes, Dump Site- Transfers after 20 minutes,all other,:after 10 ininutes.All short days will be billed at hourly rates.Minimum show up tinte I to 2 hours—2hours,Four(4)hour ntinimunifor Day work, and a six (�)hour minimum for night hauling. A 5 %mark up on Saturdays and a 15 %mark up on Sundays and Holidays will apply to all tonnage rates. Thi..ue rates pertain to any Ckss I and Class 11 dumpsites.If applicable bridge tolls will also be include. All Agreement's contingent upon strikes,accidents or delays beyond our control. There will be a fuel surchn 7 ge if applicable. Paments due by the 20m of the nzonth y folio H44,q services. This quote ij;orood for 6months. C� CJC TRUCKING IS CERTIFIED WITH TH LIE,CITY OF OAKLAND,PORT OF OAKLAND,GSA.) CONTRA COSTA COUNTY,S1YIUD7THE SAN FRANCSICO REDEVELOPMENT AGENCY AND CAL TRANS AS A VVBE/MBE/LSBE/LIA BUSINESS. .1 HAYWARD PAVEMENT 5131,5 3 7?,5!74 `206649750 STATEWIDE SAFETY PAGE 01/02 '2602 707 STATLVIDE 'Sege" Inc. 5�12 Undon Lane 323 Commercial Street 13755 Blaisdell Place 130 Grobtic:Court Nipom' o' CA 93444 San J6se,CA 95112 Poway, CA 92064 Fairfield.CA 945'3-3 (805)929.5070 (408)9$3-9770 (858)679-7292 (707) 864-9952 S rax(805)929-5786 Fax(408) 993-9/73 Fax(858)679.7117 Fax(707) 854-9956 CORPORATE OFFICE E .F%"'0j=jaD- : WBM5 DBE #CCA 9818 UNION BONDABLE 0.9 LICENSE #: 523694 A SBE # 001196000 QUOTATION A 60 FROM Dan Nicholas— Fairfield Branch ilINT-riN 0,O.".StiMating - - I CONTRA CT#: 0662-684213-05 BID DATE : 4119/2005 Ln-CATION/ NAME : 2005 EL SOBRANTE AREA OVERLAY i T"E"MDESCRIPTION 0 Ty UNIT $ TOTAL $ 1 CONSOOI�RUC M i ft ION AREA SIGNS LS LS $11580.00 CHANGEABLE MESSAGE SIGN RENTAL RATES $150.00/day, $600.0011 week., $1,500,00/4 weeks---$100.00/del & pickup each SUBJECT TO AVAILABILITY FURNISHED, INSTALLED AND REMOVED, TO REMAIN PROPERTY OF STATEWIDE SAFETY & SIGNS7 INC. IF INTERESTED IN SPLITTING OUT ITEMS,=GALL PRIOR TO BID OPENING, THIS QUOTATION AND ATTACHED CON i RACT PROVISIONS MUST BECOME A BINDING PART OF ANY SUBCONTRACT _ �Oc 14:00 P.01/01 At LANE SAFETY CO. INC. - : r R.AFFIC CONTROL SFECIAL1S7S 340 W.Channel Roel,#F, Benicia,CA 94510 (707) f 4f-4820 FAX(707)746.4825 W.E.E. CERT IFIEDOCALTRANS,CONTRA COSTA CO., BART UNION CONTRACTORrCERTIFIED PERSONNEL 0 , i 2�20€�5 SID DAT E: 4/10/2005 T]'.ft: SUB-BID PROJECT#; 4852-684213-05 EO Ss- }NiA s FA EL SOBRANTE AREA, CONTRA COSTA COUNTY (1;0N5TRU T[ON AREA.SIGNS: SPEC FUNDING SIGNS (3) 3700 FURNISH, INS7ALL, MAINTAIN &REMOVE: 6 SIGNS LUMP SUM $2,100 1 Person 2 People �,F®IC CONTROL CALTRANS 1999 STD PLANS 1 Person Overtime 2 People Overtime 8 Hours Per Hour 8 Hours Per dour S#ANDARD T1 Of"I"I 0A/T11 LANE CLOSURE: ONE LANE,ONE DIRECTION: $ 695.00 $ 85.00 $ 1,005.00 $160.00 TWO LANES, ONE DIRECTION: $ 850.00 $ 85.00 $1,195.00 $100.00 ONE LANE,TWO DIRECTIONS: $1,310.00 $100.00 TWO LANES,I WO DIRECTIONS: $ 1,410.00 $x100.00 STANDARD T-14 RAMP CLOSURE: RAMP CLOSURE: $ 650.00 $ 85.00 CLOSE RAMP &DETOUR $ 'I,0$5.00 $150.00 RAMP CLOSURE IN A.DDI T ION TO LANE CLOSURE ACED; $ 75.00 RAMP CLOSURE &DETOUR IN ADDITION TO LANE CLOSURE ADD: $ 150.00 STANDARD T-13 FLAGGING: LAG G I NG-DAY: $ 1,095.00 $160.00 ADDI'TIONA.L 1=LAGGER-DAY: $ 535.00 $ 85.00 TRAFFIC GUIDANCE VEHICLE/DRIVER $ 885,00 $ 85.00 LI BHT TOWERS FOR NIGHT FLAGGING, FOR EACH FLAGOER ADD: $ 225.00 ADDITIONAL LANE IN SAMEIOPPOSITE DIRECTION ADD: $ 125.00 ADDITIONAL MILE OR FRACTION THEREOF, OVER STANDARD 1 MILE CLOSURE,ADD: $ 65.00 DETOUR IN ADDITION, EXCLUDING ABOVE DETOURS: $ 150.00 SATURDAY WORK WILL BE SUBJECT TO A MARKUP OF: 1.45 SUNDAY!HOLIDAY WORK WILL BE SUBJECT TO A MARKUP OF: 1.85 ESCALATION CLAUSE: ALL PRICES WILL INCREASE 8%ANNUALLY COMMENCING ON 771-05 TRAF FIC CONTROL INCLUDES ALL RELATED EQUIPMENT, BUT EXCLUDES CHANGEABLE MESSAGE SIGNS. PORTABLE CHANGEABLE MESSAGE SIGN: EACH Q$200.00 DAY/$1800.00 MO. INCLUDES: DELIVERY, PICKUP,AND INITIAL PROGRAMMINGITRAINING AT THE TIME OF DELIVERY TO THE,1OSSITi E. CONTRACTOR TO MAINTAIN CMS. LANE SAFETY VIIILL MAIN T Ails! IF ASSIGNED TRAFFIC CONTROL. GUARDIAN HYDRO BALLASTED Ka-RAIL BARRIERS: $.5'LENGTHS APPROVED FOR 45 MPH RENTAL: $45 EACH PER MONTH OR SALE ONLY: $450. EACH DELIVERYIPICKUP., $50 EA/LOAD TRAFFIC CONTROL PLANS; $400/EA PIAN INCLUDES 2 REVISIONS N0NSC.�ALE0 PLANS, PLAN TO BE DEVELOPED BY CERTIFIED ATSSA TRAFFIC CONTROL SUPERVISOR SONDING EXCLUDED,WORK IS TEMPORARY. THIS BID iS COMMENSURATE WITH THE STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION S T AIZARD PLANS DATED JULY, 1999,THE U.S. DCCT-FHA MU T CD 2003 EDITION, REV'1, DATED JULY 21,2004: CALTRA€ S MUTED 2003, CA,SUPPLEMENT DATED MAY 20,2004 PRICES QUOTED ABOVE ARE VALID FOR 60 DAYS FROM DATE or QUOTE. PL�:5E BALL US IF YOU HAVE ANY QUESTIONS, NEED A SPECIAL QUOTE OR IF FAX TRANSMITTAL IS UNCLEAR. CONTRACTORS LIC.M. 790954 � MARION � ICAL7,PANS DBEMBE , PRESIDENT TOTAL P.01 269 269.20 LABOR 1.00 BID ITEM EQUIPMENT 1.00 PRODUCTIONIDAY MATERIAL LS TRUCKING 1.00 QUANITY MISC. PAGE I SUBS 269 269.20 TOTAL FOR PG.1j 2«3 PER UNIT TOTAL ITEM""3 269 269.20 LABOR 3 TRAFFIC CONTROL EQUIPMENT MATERIAL TRUCKING MISC. SUBS 269 269.20 PAGE#1 COST TRAFFIC CONTROL 3 Equip. Labor Equip. Labor TRAFFIC RAFFIC CONTROL /hr /hr Hours Total Total LABOR GENERAL 33.65 1 8 269.20 HOME 1 8 1 8 1 8 8 8 8 1 8 1 8 1 8 1 8 1 8 1 8 1 8 1 8 1 390.34 SUPPLIERITRUCK PRICE QUANTITY Pr W/TAX TOTAL materials 1.00 LS TRUCKING 1.00 LS F.O.B.JOB TAX RATE 8.25% SUPPLIER/TRUCK PRICE QUANTITY Pr W/TAX Sub-Tot 1.00 LS 1.00 LS F.O.S.JOB TAX RATE 8.26% SUPPLIER/T1 RUCK PRICE QUANTITY Pr W/TAX Sub-Tot 1.00 LS 1.00 LS F.O.B.JOB TAX RATE 8.26% Total B*I D.' : JOB '' j... �'— BID DATE RONI oar BY ADDRESS LICENSE# PHONE FOR AMOUNT SPEC.SEC. ADDENDA $ Now 33 - 'l/k • DELIVERY -. QUALIFICATIONS BONDABLE DBE UNION TAKEN'BY DATE TIME TAX F.O.B. E4-1-74-1' i GOOD-FAITH MEASURE NO. 6 NEGOTIATION IN GOOD-FAITH WORK AREA $BID AMOUNT FIRM SELECTED Construction Areas Signs Statewide Safety $17580 x S chotka Construction $2,325 Striping Centerline Striping $8,13 5 x Riley's Striping $8,818 Sierra Striping $111)221 Electrical Mike Brown Electric $4,608 x Richard A.Heaps .$6)840 Trucking(partial) CJC Trucking, Inc. hourly x R& S Trucking tonnage rate AC Supplier Syar Industries $78,503 x Concrete R&R Maher $16)920 x BCI $25,470 Seal Cracks Bond Blacktop $5,500 x Raise Utilities Union City Const. $9,410 x SWPPP Thomas &Pratt $47050 x Bay Cities $37700 Pavement Fabric Spirit Road Oils $6,997 x AC Supplier Syar* $13010839 x *MSM Value= $78,503 04/20/2005 22:06 FAX 5106015332 0.]002 «ZO-0 15:3T l4� FRO Hay City Paving & Gradin 1-gZ6-68T-2122 T-426 P.00Z/OOZ F-716 Comm Mosta County OUTREAC46:H PROGRAM Affxrrnatl•ye Action Office 651 Pine Streef,Martinez,CA 94553 (925)335-104!' Fax(925)646-1353 =EHOF INVENT TO PERFORM AS A SUBCONTRACTOR!SUPFL ER!MMJFACTURER!'rRUCKERISUBCONSULTANT + a I li N e of hime Contractor 20o5 1 So%61,-04&-- �� "la a a� a� Nam ofPraject --066:z". 6 R q :Z 13 '-_ 0 5 R �wrr Project Number The undersiped is a(cheap one): Sole proprietorship Corporation Limited Liability P mp ,Joint VeDtute Check The following which may apply. MBS vim SRE T ,_,,,_, Subcontmctor Subcontractor Subcomactor ._ Subcontractor Supplier _ Supplier ._ Supplier Supplier Manufaeturer luiax�ifacturer Manufacturer ax�,uf BO% "%orwel Trucker Trucker Trucker --iTr%U 2 Deso dbe DescnlbC Desc �be Descnl3e ._.None of the Above Apply The undersigned is prepared to perform the following descn-bed work ia aox ection with the above project (Specify in detail the particular work i amrs or pasts thereof to be e�or�ne p d) AAft ago Total oust Bid to Prime Contactor: I 0 41 7wl S Positioll rifle Da ame of Perso Comp this Foran a .P�c 404 - - Q060 Ccftnpany Name orae�Tunaber lat 00.XG ptkUUDO&i 'P."PBC\PROPOSAL11temtenLdoc Fax Number Revised Ef +m 8/'312004 ' ..7 04/20/&9.005 22:06 FAX 5106015332 002 15:37 FROHay City Wing I Gradin Tw425 P.002/002 F=716 Conn 1osu County OU TREACM PROGRAM Arm=ttve Action Office 651 fte Street,Martincz,CA 94553 • (925)335-104!0 Pax(925;y 646-1353 LETTER,OF INTENT To PERFORM AS A SUBCONTRACTOR SUPPLIER f MAMTFACTMR/TRUCKER/SUBCONSULTANT 4 if v 64i:s wing, + -6rad flo Nmm of r,lit In %J -- -IN-tor 200�- vElSp�%6L,14& Af-I n d Y- 91d &e rlfacA�p Name ofProject kiciect Nmher The=&rsiV=d is a(ohwk a=): Sole proprietor: ip r.Momtlon Limited Liability • DIT tl=z* Toint V==c Cheek 1e follow wNch may apply. vM T Subcontmctw Subc Subcor&mor Subcontmotor Supplier Supplier Supplier Supplier Manufacturer manufarowrar -=AlucturerMall, I'M Trucker Trucker Trucker Truer ftw� 1[)ttwa 4ENw=wwAw==ffiMw� fterm"-------- - Descdbe Desmi"bc Descae Descn"be None of the Abu"Apply Tie undersigned is dared to P=.LvLm the following descn-bed work ta eomection with the abcrvr.project (specify in detail the paWculw work i h mss or pam thereof W be --Zb=cd),.& PC" WN � Total unt Bid to Prime Contact o WAI Position Title Date ame of PT CcomwkL9 Form Q 0 4P &0012 Avw- 1 1, N Cowipany Name slow RON - u� bear Fax Number 0,.\(3rpDamMestigri�CnPEMROPOSAL\ItemtXn&doc Revised FH=dw W312000 17 1 04/21/2005 05:16 7078649956 STATEWIDE SAFETY PAGE 02 HwNw06 lB:84 PR0111-bay City Pavins A Crsdina IM126MBITM2122 T-423 P.002/002 F-T14 ccatm Costa Comy OUTREACH PROGRAM 1 -Ate-_ a Aefim Office . 651 Pine Smeet, - z,CA 94553 • (925)335-10455 Fix(925)646-1353 ITER 4F INTENT To PERFORM AS A SUBCONTRACTOR S, MR FACTU"R f TRvCKERISUBCONSULTANT ia,%, J0 Nam aNme Coatr WWW 2005 fdjlAf�edt �rQ an .r . r Name Of eject 0"2�nt-a-A4-2 13 -- 0 5 ' Projwt Number The and igncd is a(chwk c a) Sale propaYebip Corporation I.aruited Liabilily Check the followiag wbich may apply. p4m& R � .` Subcontra�cctDr Subcontrmctort` � Subcantractor �.. Subco�x�ora+cto�r _..._._ supplier . K Supplier supplier ® Sugptier Manv&cruses ll =afsc't er A' Unufla.ctin Cr M nufacwcr Trucbr _„ Traci= Trucker Tr adwr Other _ Orhcr Other Otb�r DescOe Desenbe Descale Descnbe None ofthe Above Apply 11W Un is pi arced to perFatrni the following dcsc�bad work fa conaetuom with to above project (speds in devil the "culac work items or paQts thereof to be performed): r S TO "Id 0 Lo r Si Positian Title Datc Lan kj__cAolovs Name of Person Co- Ing ttas Farm o MOM- S4a_4ezx;vote.v G G �' Company 1�'arne PhoneNumber Pax Numb= C�: Ds�1Ue�g�rt�["LSPPR�OpOS�II.Vatr.�ocIT R*%*8d machm W3=0 17 Contra Costa Comw OUTREACH PROGRAM Afflr=tive Action Office 651 Pine 81rftt Mardnez.,CA 945:53 • (9Z)335-1045 Fxx(925)646-1353 LETTER OF INTENT TO PERFORAN AS A SUBCONTRACTOR SI PPMR/MANUFACTURER/TRUCKERISUBCONSULTANT pavi4r4 + 6ra I aw� - -1.0 1 Nme of e Contractor V 2a05 Area Duerlaw aoldr i�� - Name of Project 0&67 20mlft-(a R q 2 13 0 5 Project Xumber The undersigned is a(check one): Sole Corporation Lhiited Liability Pamersbip Joint venwm Check the following which may apply. WM IMCO E WBE SBE LBE Subaonnwtor Subc bractor ubcontractor it./,subcantmetor SuppI IHer Supplicr Supplier ;�Supplicr i/ ---dum S 41088OPWAW 19UL[rcr -WINOW Manufactwer Manufacuu= Mansfacturcr Trucker Trudwr Trucker 1)ruc)= OtherOther Other.....--. Other....,. Descn'be Darnlm Descu"be Des=ibc None of the Above Apply "Me undersigned is to %he following descnl)ed work m' corm,Rction with the above pmect (specify Mi' detail the padicidar work itmw or parts thereof w bee 7—DA? LA A�79 WE 0/4 Total t4munt Bid to Prime Contmetur.S 41e o o . 5 -- --- S igrta Positiam Tide Daft 0 0 Name of Person Compledng rbis 01 #"45 znk SrAg(xele�!r71?- ZE121- - -- --- 10� CCompanyNameft pho c Number 72-- Fax Number 0.*\QmMiaWc:sisnCnP.ECVP.OPOSAL\Iwin=tAce Revised Eff=vc&3f=D 17 Thome& Highway Specialty SeMmkim Phone:510-222-7125 Fit:510-222-0972 web:1n1bC&thomas-prXLC= owl Cleo :so qo 02 idu APR-21-2005 THU 11:40 AM SPIRIT ROAD OILS FAX N0. 408 466 2280 Pe 01 04-o20W05 13:36 FROM-Say City Payini I Grading IM926"887-2122 T-424 P-002/002 F-716 Comm cam couaty OUTREACH PROGRAM 446 — Acdcm office 651 Pim Samin Mwinuo CA 94553 • (925)335-1045 Fax(925)646-1353 L.ETM OF INTENT T'a PERFORM AS A SUBCONTRACTOR SUPPLIER/MANUFACIVEX TAUCKF:R/SUBCaNSULTANT + Name*fPrbw comutor 2005 El_ So rQ? eo I Otter/rat, a lei _16w «,�fr Name ofP�csajecx Ofe R 13 Raw 0 project Numba *a i ThI]w 4 F IN 41 Ped s a(check w): We IPA • pemas* Ja'mT vent= check the faHowing%'bich may applY. wwW LBFJ Subc=MML XMSub=tractor Subc Subccmutor Supplier Supplier supplier Supplier I Ct= Mgmt, emer nufactura Tracker son%= Trdeker Tnmkror mmdbmm Trick" Otber. odw Descrsbe Describe Describe None of the Above Apply " is - -ffi- I--I w i The lmdersiWaft.ftAA w yy to V the following described wwk in a necton with the above project 4-- p (4p=*' in&uil the p"cubw work items or Vam to be LV9 fxwk;C, to C Position Ti* Dift Nam of Pawn .o�m ��J- Cj _�� bmber C�R*i4 Nam 04%00% Fax Number Revised WfcWVa W/20W 17 & -925-687"ZIZZ .002/002 FROVaSay City Pavint A Gradini I T&4Z2 P Contra Cosm County OUTREACH PROGRAM Alfi=dva Action Off ke • 651 rbe 3urcr%Martinez, CA 94553 (925)335-1045 Pax(9125)W-13-53 LETTER CSF INTENT rO PERFORM AS A SUBCONTRACTOR SUPPLIER I MANUFACTUIMR TRUCKER/SMCONSULTANrr 6 4 bw 4-- ra %—M Fe- of Pri=Contractor w _ _2_QQ5 *1E I A Name of Project Project Nmber 71 c undcrsigned is a(check o-ae) SOIC:prQprietorsmp Corporadon LinvW Liability Partnerslaip Yoinr,V=mm Check the following which may apply. MBE WBE SBE TJW Subcontractor Subcontmcwr Subcontractor 011� Subcontract SuppUer Supplier Supplier Y Supplier Vol.— Nlanuftcmrer M=Ufacturer Manufacturer M0.Ufi=Cr Trucker Thicker Tracker Tmckcr Other--.....,,. other ,�_ 00=�. Desen'be Desmbe Dcoazibe Desalt Qf%he Above Apply The imdersignea is papered to pm form the following descn-bed work in co==fion with the above project W (specify in demil the particular work itezu or parft thereofto be peor T6MJ= d): Un:0*1_m___0f.2,Q,;n tnn-c.- of- Asobaltic Q2ncretLa_ Tata t,3icl„ta Prime Cmftctor:S 104 L5 2 9.56 Chief Financial Officer 4/21/05 L Positicm Title Date Bruc tlmson Name of Perron Completing this F01Z S-var Industries-, Inc. (707) 252-8711 Company Name ftc=Mmber ,...(707) 224-. 5932 Fax Number Revind Effecdve W/2000 Id eE6gVZ3LOL 'ON XVd 531 misnQN i NVAs RH 9Z:01 nHI 9a-2-Hdv ,APR-21-05 THU 11:53 AM SYAR INDUSTRIES FAX NO, 7072245932 P, 02 04-20006 15:33 FROM-Bay City Paving I Grading 1-e25-68T-Z1ZZ T-422 P.Q02/002 F-713 Coraco Cosa.County OUTREACH PROGRAM Afftnpdve Action Office • 651 Pine S=4 34axtinez,CA.94553 (925)335-1045 Fax.(925)6"-1353 f LLTTEff OF INl`EN70 7'0 PERFORM AS A SUBCONTRACTOR/SUPPLIER t KA"ACTURER l TRUCKS /SUDCONSULTANr du cilk, A V 1"n C� + aF Y"I C. Dame of Prftne Contractor Nj 0 0 5 1ag � a Name of Project 0(o - 6 R g 2 13 .w 0_5 Project dumber The=ftsigned is a(check ane): Sole proprictoribip Corpomdon mind Liability ' Pax__ -aP taint venture Check the following which may apply. NM wBE SBE Y,,$ Subcontractor Snbeontmctor Subcon=ctor Subcontractor sdpplier Supplier Supplier _, 5utpplitr 1V1anufacwer �rtanufacwrer � Manufac=er Manufacturer f Trucker 'Trucker Trnakc _ Trucker Other OtherChher e' De saffic Des Descnbe Desenbe None of the Above Apply The undersigned is prepared to perforin.the Mowing descn'bed work in connection with the above project (Specify in detail the particular work ite=or pods thereof to be get-i�ot ed}: -q!IDD1 IZ of 3,780 tnns of Arnha1 wic Concrate Tota aunt Bid.to Frime Contractor: S.:, 093 .q r I • Chipai Financial Officer 4/21/05 =timson Position title Date$ruc Marne of Person Completing this Form S ar Industries Inc. (707) 252-8711 Company Name carne Number (707) 224.r-5932 Fax Number v:�O�p�lDesign�C'1'SpLC1�'�'PO�LU�in�ntidoc RGvici d Efocove 513/2000 17