Loading...
Griffith CompanyCITY OF ROSEMEAD HELLMAN /SAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT CONTRACT BID FORMS BIDDER: GRIFFITH COMPANY BID SCHEDULE SCHEDULE OF PRICES FOR HELLMANISAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT ESPL 5358 (012) BASE BID SCHEDULE UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST Clearing & Grubbing per plans 1 and specifications. See technical provisions TP 2, TP �0 3 & TP 4. LS 1 1 0z- 2 Disposal of Waste Materials LS 1 Remove Existing and 3 Construct 9- Inches Thick PCC Pavement (High Early Strength) I� z f, � U5 Z 520 -A -5000. SF 22,320 W . Construct 6- Inches Thick 4 Crushed Miscellaneous Base 95% Compaction over 90% lD 0 WD Compacted Soil. TONS 850 . 5 Cold Mill 2- Inches Existing Pavement. SF 5,000 l 6 Construct 2- Inches AC r Pavement (C2- PG 64 -10), TONS 70 . Construct 4 -inch thick PCC 7 sidewalk per SPPWC Std Plan 113 -2. SF 230 g Construct PCC Curb Ramps SPPWC Std 1 5101, - r [ 0 per Plan 111-4. EA 2 i n, Remove Existing and 9 Construct 6- Inches Thick PCC Driveway Approach per SPPWC Std Plan 110 So � -2. SF 900 1 1� Install Landscape and 10 Irrigation per Plans and Specifications Complete. LS 1 /y � - � I cz- Install Traffic Striping, Traffic 11 Signal Loops and Pavement Markers � WO LS 1 tow'- CBF -1 BIDDER: GRIFFITH COMPANY TOTAL BASE BID PRICE (SCHEDULE BID PRICE);$ ►v\,v*"arc. . The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and afterthe bid opening date, or until a Contract forthe Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of BI BOND 10 % Dollars ($ said amount being not less than ten percent (10 %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST Construct Traffic Signal 12 Improvements per Plans and Specifications Complete. 1 LS ( -� Remove, Dispose and Construct Colored PCC Cross Walk (Chromix) with Lithochrome 13 Colorhardener on lop per Plans and Specifications Complete per LM Scofield Company or Approved Equal. Contact person SF i Bruce Umeck 818- 324 -3534. 3,050 Adjust Sewer Manhole to 14 Grade per SPPWC Std Plan 205 -2. EA 6 15 Adjust to Grade Water and Gas Valves Ea r 10 TOTAL BASE BID PRICE (SCHEDULE BID PRICE);$ ►v\,v*"arc. . The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and afterthe bid opening date, or until a Contract forthe Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of BI BOND 10 % Dollars ($ said amount being not less than ten percent (10 %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for CBF -2 BIDDER:GRIFFITH COMPANY the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. UATerr-TAWFUT Me The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -3 Bidder understands and agrees that liquidated damages shall applyto this Contract in the amounts and subject to the terms and conditions described in the Contract Form and the Contract Documents. BIDDER: GRIFFITH COMPANY By: Signahle M RYAN J AUKERMAN SANTA FE SPRINGS CA 90670 Type or Print Name City, State and Zip Code VICE PRESIDENT /REGIONAL MANAGER 562- 929 -1128 Title Telephone Number Bidder'slContractor's State of Incorporation: CALIFO Partners or Joint Venturers: Bidder's License Number(s), NOTES: 12200 BLOOMFIELD AVENUE Business Street Address 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation', partnership or joint venture has the authority to do so. CBF -4 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of California County of Los Angeles On 05/06/13 before me, Sheena C. Tripp, Notary Public Dale Hera Insect Name and mle of me 00,ar personally appeared Ryan J Aukerman Name(s) of signer(s) SHEENA C. TRIPP Commission • 1973985 i Notary Public - California z = Los Angeles County My Comm. Expires Apr 1, 2016 who proved to me on the basis of satisfactory evidence to be the person(&,) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /hedth& authorized capacity(k*, and that by his /heF/theip signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and tarred. WITNESS my hand and official seal. Place Notary Seal Above signature �\U l i 'L LAW 7 Signature of Notary PubG 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: Signature Page- City or Rosemead Hellman /San Gabriel Intersection Improvements Project Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Ryan J Aukerman Signer's Name: ❑ Individual ❑ Individual of Pages: nX Corporate Officer - -- Title(s), VP /Regional Manager ❑ Corporate Officer - -- Title(s): ❑ Partner - -- [] Limited ❑ General ❑ Partner - -- ❑ Limited ❑ General Attorney in Fad ❑ Attorney in Fact Top of thumb here Top of thumb here Trustee Ej Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: Griffith Company �+ © 20W National Notary Assotialion - 8350 De Soto Ave. P.O. aOV02 Chatsworth. CA 91313 -2402 - vw,w.NaOOmd tary.org item #4590] Reorder: Call Tall -Free L9H11- B]6602] BIDDER: Griffith Company Bidder Shell Riibmit itA Rid data in accordance with the format shown on each of'the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the Information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. =if il'7i7T] KNOW ALL MEN BY THESE PRESENTS: THAT Griffith Company , .__ ,as Principal and Liberty Mutual Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent_ of Total Amount Bid ( _ 10- of Total aid ) , being not less than ten percent (10 %) of the Total Bid Price: forthe payment of which sum will and trury to be made, we bind ourselves, our heirs, executors, administrators, successars, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required fur the Hellman(San Gabriel Intersectipri Improvements Prolect as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated May 8, 2013 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNE=R and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 30th day of April _ , 20 13 _ Griffith Company (SEAL) Liberty Mutual Wsurance Company (SEAL) Principal /� Surety By: 2 e _ By: A /_ Signs re Signatu e KIM Luu, Attorney -in -Fact CBF - S CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of California County of Los Angeles On 05/06113 before me, Sheena C. Tripp, Notary Public Dale Here Insert Name and Tole of me Officer personally appeared Ryan J Aukerman Name(a) or Signers) rA SHEENA RIPP (ie mmleeion C. T N 1973955 Notary Public - Csllfornia i Loa Anpelea County M Comm. Ea Ires Apr 1, 2016 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the personfs) whose names) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity0es), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 9V10j U W&a�_ Signature of Notary Publi OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond- City of Rosemead Hellman /San Gabriel Intersection Improvements Protect Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Ryan J Aukerman Signer's Name: ❑ Individual F] Individual Number of Pages: x❑ Corporate Officer-- Title(s): VP /Regional Manager ❑ Corporate Officer - -- Title(s): ❑ Partner - -- ❑ Limited ❑ General ❑ Attorney in Fact Top of thumb here Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Griffith Company ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: RIGHT THumBPRINT OF 2007 National Notary Association - 93M De Soto Ave., P O. Bon 2402 - Chatamirm, CA 91313 -2402 - www.NationalNotary.otg item #59W Reamer: Call ToIII 1- 500b7"827 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of Californla 1 County of Om9e J on 4/30/2013 before me, He ather P. Saltarelli, Notary Public rm. Npr wen a dieP the personally appeared Kim Luu xr,eiya HEATHER R. SALTARELLI Commission # 1897383 Notary Public, California i Orange County M Comm. Ex ires Jul 27, 2014 + PW* Nobly SW M who proved to me on the basis of satisfactory evidence to be the person($) whose name(9) is/Aft subscribed to the within instrument and acknowledged to me that t1A/sheffl* executed the same in Ws/herAK W authorized capackyQ$I$), and that by Yfilf/her/8 W signature(t) on the instrument the person($), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand d Tc al eal. Signatu a0 qry Putlb OPTIONAL Though the Inlormadon below is not requlnw by law, b may prove valuable to persona raying on the dDaffnant and oodd prevent baudeleni removal and reaffiadvreent of this form to another doso oral Description of Attached Document Tide or Type of Document Document Date: Signer(s) Other Than Named Above: CapacHy(ies) Clalmscl by Signer(s) Signers Name: ❑ Individual • Corporate Officer— Tltie(s): _ • Partner — ❑Limited ❑General 0 Attorney in Fact ❑ Trustee • Guardian or Conservator • Other: Signer Is Representing: .VIG111 iHUL ICPRIFT ar- 5',au'u1 Signer's Na ❑ Individual Number of Pages: • Corporate Officer — Ttile(s): _ • Partner —❑ United ❑ General • Attorney In Fact ❑ Trustee • Guardian or Conservator • Other: Signer is Representing: r;�GHnnu�aoPRNT or slGUeri OepnNetlWINONry 1•W00 as Bab 2WB•CINIwloie.CA 8191 a1t02•M,W.NximeBJal•ryuig axnrsew ftdWCdTaFr 40Den0eW THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 55133282 American Fire and Casually Company Liberty Mutual Insurance Company The Ohio Casually Insurance Company Peerless Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BYTHESE PRESENTS: That American Fire & Casualty Company and The Ohio Casually Insurance Company are corporations duly organized under the laws of the State of Ohio, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peerless Insurance Company is a corporation . duly organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies "), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, .lames A. Srhallwr .leri Ap odaca , Kim nit; Michael D Parizino Nanette Myers Rachelle RheaulT Rhonda C..Abel all of the city of Newport Beach , stale of CA each individually if there be more than one named, its true and lawful attomey -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, moognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this PowerofAttomeyhas been subscribed by an authorized ofticeroroffidal of the Companies and Ihecorporete seals ofthe Companies have been affixed theretothis 25th day of September. 2012 (9(ae vS VnAS O � $ �ne�c American Fire and Casualty Company c < The Ohio Casualty Insurance Company 4 rE Liberty Mutual Insurance Company ', Peerless Insurance Compan e West American Insurance Company STATE OF WASHINGTON ss Gregory W. Davenport, Assistant Secretary COUNTY OF KING On this 25th day of September 2012 , before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary ofAmedcan Fire and Casualty Company, Liberty Mutual Insurance, Company, The Ohio. Casualty Company, Peerless Insurance Company and West American Insurance Company, and that he, as such, being aulhorzed so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. t nR F arnt By. KD Riley, Notdq Public o- ., .v z, aa 4 T ye This Power ofAttomey is made and executed pursuantto and by authority of the following By -laws and AU66rzations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, WestAmerican Insurance Company and Peerless Insurance . Company, which resolutions are now in full force and effect reading as follows: ARTICLE IV- OFFICERS- Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings. bonds. recognizances and other surety obligations. Such attorneys -in- fact, subject to the limitations set forth in their respective powers of attorney, shall: have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey -in -fact under the provisions of this article . may be revoked at any fime by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE %III - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recegnizances and other surety obligations. Such attomeys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attorney -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization -. By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing: upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the same force and effect as though manually affixed. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West Amedcan Insurance Company and Peerless Insurance Company do hereby certify that the odginal power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this _ day of P R � 70 131_. JUAN R1q 4 -(Y fM �'�` 1 N5nnflk� gS A r pprory rF ° cA^ or4rp m ` y �y ! cFRa °'kr� L.��� � incowaunrca 7901 Sn B I n ' • -•• izF' 4 7� Y� vs �E r!.[: / @ ,i, p S3N 1. b � ° / `' w l a� 9kh�,r David M. Carey, Assistant Secretary o4lry cove my� >� 'px+aar,G / / /. � ' �'y�+ee eoa� POA -AFCC, LMIC. OCIC, PIC & WAIC 359 of 500 LMS_12873_041012 . BIDDER: GRIFFITH COMPANY 2.6 LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuantto Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, otherthanthe name and location of each subcontractor. if the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -6 CITY OF ROSEMEAD HELLMAN /SAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT BIDDER: GRIFFITH COMPANY 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) r'Duplicate Next 2 Pages If needed for listing addlUmal sotwontractors.'7 Name and Location Description of Work of Subcontractor to be Subcontracted A ddress: Lei ?aC,►U i'1,�7J MI r ' Name and Location Description of Work of Subcontractor to be Subcontracted t C t Name: \ n e \Tlj� Address F l l �,crn0, 4? a&h Name and Location Description of Work of Subcontractor to be Subcontracted Name: �/t 1— 401A r " — """ QLA At Address �rn e 11 342 Name and Location of Subcontractor 1 A Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Description of Work to be Subcontracted CBF -7 BIDDER: GRIFFITH COMPANY 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: SEE ATTACHED MAJOR PROJECTS LIST 1. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 2. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 3. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 4. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF -B GRIFFITH COMPANY COMPLETE PROJECT LISTING . PROJECT AGENCY CONTRACT AMOUNT Nogales Grade Separation ACE Construction Authority $ 47,365.888.00 4900 Rivergrade Road, Suite Al20 Start Date: Pending Irwindale, CA 91706 Completion Date: Griffith Company Project# 10484.10 Attn: Phone Moulton Parkway Widening Orange County, DPW $ 9,302,214.25 W.O. ER09004 1152 East Fruit Street Start Date: Pending Santa Ana, CA 92701 Completion Date: Griffith Company Project # 10484.10 Attn: George Zaun george.zaun@ocpw.ocgov.com Phone 714 - 245 -4508 Streeter Avenue Underpass @ City of Riverside $ 16,485,716.00 Union Pacific Railroad 3900 Main Street Start Date: November 2012 Bid No. 7094 Riverside, CA 92522 Completion Date: Griffith Company Project # 10482.10 Attn: Mike Wolf Phone 951 - 826 -5341 Pier G- Berths G23 -G236 Terminal Site Devel. Port of Long Beach $ 28,813,060.00 Contract # HD -S2230 925 Harbor Plaza Start Date: October 2012 Long Beach, CA 90802 Completion Date: Griffith Company Project # 10481.10 Attn: Deepen Upadhyay Deepen. Upadhvay(cbpoIb.COm Phone 562 - 283 -7277 BNSF LA Triple Track, BNSF Railway Company $ 2,218,764.50 Rosemead to La Mirada 720 South B Street Start Date: June 2012 Contract # BF 10003009 Stockton, CA 95206 Completion Date: Griffith Company Project # 10469.10 Attn: John Fleming Iohn.fleming@BNSF.com Phone Gateway and Streetscapes City of Beverly Hills $ 605,384.00 Wilshire Blvd. to Whittier Drive 345 Foothill Road Start Date: Aug. 2012 Griffith Company Project# 10468.10 Beverly Hills, CA 90210 Completion Date: Attn: Tristanb Malabanan, P.E. Phone 310 - 285 -2512 Exposition Corridor Light Rail Exposition Metro Line CA $ 598,800.00 Phase 1 Street Improvements 707 Wilshire Blvd. 34th Floor Start Date: June 2012 Contract # XP8901 -848 Los Angeles, CA 90017 Completion Date: Griffith Company Project # 10463.10 Attn: Dave Walker Dwalker(a)exporail.net Phone Valley View Ave. Grade Separation City of Santa Fe Springs $ 23,874,852.30 Contract # 75AO229 11710 Telegraph Rd. Start Date: Aug. 2012 Griffith Company Project # 70054.70 Santa Fe Springs, CA 90670 Completion Date: Noe Negrete, P.E. noenegrete(ftantafesprings.org 562 - 868 -0511 Page 1 Route 110 Joint Assemblies Truesdell Corporation $ 204,583.00 Caltrans Project # 07- 260504 1310 W. 23rd Street Start Date: Oct 2012 Griffith Company Project # 70053.70 Tempe, AZ 83282 -1837 Completion Date: Contact: Dan Keller, PM icastillo(g)truesdellcorp.com Phone: 602- 319 -5898 1 -15 -from 7th to Sierra Caltrans $ 89,335,000.00 Caltrans Project # 08- 472224 1727 30th Street Start Date: March 2012 Griffith Company Project # 10462.10 Sacramento, C 95816 Completion Date: Attn: Fereydoon Alipanah Phone 909 - 289 -2020 Pepper Avenue Extension City of Rialto $ 7,165,412.35 Contract # 000893 -00 150 S Palm Avenue Start Date: March 2012 Griffith Company Project # 10457.10 Rialto, CA 92376 Completion Date: Attn: Nadeen Syed Phone: 909 - 4214999 Hamner Avenue Widening Project City of Norco $ 4,133,320.00 2870 Clark Avenue Start Date: June 2012 Griffith Company Project # 10456.10 Norco, CA Completion Date: Attn: Lori Askew idcosper(cDdmcdg.com Phone: 951-270-6678 Mount Lee Washout Emergency Repair City of Los Angeles $ 493,533.02 Contract # C- 114793 200 N. Spring St. Start Date: March 2012 Griffith Company Project # 70052.70 Los Angeles, CA 90012 Completion Date: April 2012 Contact: Gene Edwards, PM gene.edwards0lacitv.org Phone: 213-847-0463 Route 5 - 13 miles north of Castaic _ Caltrans $ 86,592,381.00 Caltrans Project # 07- 252804 1727 30th Street Start Date: March 2012 Griffith Company Project # 10452.10 Sacramento, C 95816 Completion Date: Attn: Mustafa Hussain, P.E. mustafa hussainC&dot.ca.gov Phone 661- 257 -0273 Interstate 15 @ Clinton Keith Road County of Riverside $ 13,518,810.00 Porject # A2 -0264 4080 Lemon Street Start Date: April 2012 Griffith Company Project # 10451.10 Riverside, CA 92501 Completion Date: Attn: Sean Ronhani Phone: 951-955-6800 San Bernardino 10 Rancho Cucamonga Caltrans- District 8 $ 800,000.00 Contract # OR9304 464 W. 4th Street, Start Date: February 2012 Griffith Company Project # 70051.70 San Bernardino, CA 92401. Completion Date: (909) 383 -6417 (Office) Contact: Chee Ong chee ong(ddot.ca.gov Boulder Avenue Bridge Improvements City of Highland $ 8,185,929.14 Contract # BRG -04004 27215 Baseline Start Date: Feb. 20, 2012 Griffith Company Project # 70050.70 Highland, CA 92346 Completion Date: Contact: Jim Hannigan, PE Jhannigan(&harris- assoc.com Phone: 760 - 220 -4805 cell Page 2 Vincent Thomas Bridge Emergency Repair Project Contract # 3X6704 Griffith Company Project # 70049.70 CPV Sentinel Energy Project Contract # 1101253 - 0017 -3419 Griffith Company Project # 70048.70 Access Bridge Over Brown's Gulch at San Gabriel Dam Project ID# FCC0001086 Griffith Company Project # 70047.70 Magnolia Boulevard WO# E1906349 Griffith Company Project # 10445.10 SBX E Street Construction Project Cont. # IPM011 -5 Griffith Company Project # 10443.10 Artesia Downtown Revitalization Cont # PC 2010 -1253 Griffith Company Project # 10442.10 Taxilane A@ Rehabilitation Phase II @ Van Nuys Airport Griffith Company Project# 10436.10 Peyton Drive Widening Cont # 800129 Griffith Company Project # 10434.10 Indian Canyon Drive Widening City Project # 01 -25 Griffith Company Project # 10433.10 Westmoreland - Imperial County Contract# 11- 2M1804 Griffith Company Project # 10429.10 Caltrans $ 10,750,000.00 1727 30th Street Start Date: January 2012 Sacramento, CA 95816 Completion Date: Contact:Joan Crews loan crewstcDdot.ca.gov Phone: 213-620-4852 Gemma Power Systems Ca., Inc. $ 5,380,852.00 2461 Main Street Start Date: October 2011 Glastonbury, CT 06033 Completion Date: Contact: Trish Kohler trishkohlerAgemmapower corn Phone: 860 - 659 -0509 LACDPW $ 1,908,579.00 900 S. Fremont Ave. Start Date: May 2012 Alhambra, CA 91803 Completion Date: Contact: Tim Bazinet, PM TBAZINET(a)dpw.lacountv.gov Phone: 626 -458 -2185 City of Los Angeles $ 2,100,000.00 1149 S Broadway, Suite 810 Start Date: January 2013 Los Angeles, CA 90015 Completion Date: Attn: Peter Bilkian, SEA peter.bilkian(tblacitv.org Phone: 213-485-4503 Omnitrans $ 64,700,603.05 1700 West Fifith Street Start Date: Nov. 2011 San Bernardino, CA 92411 Completion Date: Attn: Milind Joshi, PE, PMP Phone 909 - 963 -5235 City of Artesia $ 1,994,679.00 18474 Clarkdale Avenue Start Date: April 2012 Artesia, CA 90701 Completion Date: August 2012 Attn: Carlos A Alba, PE, PLS Phone: 949 - 766 -2686 Los Angeles World Airports 7301 World Way West, 3rd Floor Los Angeles, CA 90045 Attn: Eduardo Porto Phone 424 - 646 -5866 $ 2,059,694.70 Start Date: Nov. 2011 Completion Date: July 2012 eporto(a)lawa.org City of Chino Hills 1400 City Center Drive Chino Hills, CA 91709 Attn: Joe Dyer Phone 909 - 364 -2771 City of Palm Springs 3200 E Tahquitz Canyon Way Palm Springs, CA 92662 Attn: Jeff Burdick, PE Phone: 760 - 323 -8253 Caltrans 1727 30th Street Sacramento, C 95816 Attn: Daniel Hernandez, PE Phone: 760-355-8666 $ 1,678,139.17 Start Date: August 2011 Completion Date: Feb 2012 Idyer(a)chinohi I Is. org $ 2,865,821.50 Start Date: Sept 2011 Completion Date: March 2012 Completed contract amount: $ 3,070,013.55 $ 9,300,000.00 Start Date: Sept 2011 Completion Date: Page 3 Anaheim Street Spec. # HD -2350 Contract # HD -7760 Griffith Company Project # 10426.10 Jurupa Avenue Extension Bid No. 6946 Griffith Company Project #10422.10 Newport Beach Civic Center & Park Project # 10012 WO# 10012 - SUB- 02525S Griffith Company Project # 11419.11 American Eagle Repair /UpGrade LAX Job # CS3 Griffith Company Project # 10415.10 Route 101 -in Calabasa, Agoura Hills & Westlake Village Griffith Company Project # 10412.10 East Bridge Replacement Saddleback College Bid # 2001 Griffith Company Project # 70046.70 26th Street Overpass at Hobart Yard Contract # BF10001371 Griffith Company Project # 70045.70 Sierra Hwy. Undercrossing to Amargosa Creek Caltrans # 07- 346704 Griffith Company Project # 70042.70 Tesoro Retaining Wall Repair Caltrans # 07 -A3063 Griffith Company Project # 70044.70 Port of Long Beach 925 Harbor Plaza Long Beach, CA 90802 Attn: Ramanjit Brar Phone 562 - 283 -7000 City of Riverside 3900 Main Street Riverside, CA 92522 Attn: Juan Rojas, PE Phone 951 - 538 -3037 C.W. Driver 15615 Alton Parkway, Suite 150 Irvine, C 92618 Attn: David Edwards Phone 949 - 261 -5100 CSA/Stanhope, A Joint Venture 6826 Rosecrans Avenue Paramount, CA 90723 Attn: William Chisholm Phone 562 -602 -0482 Caltrans 1727 30th Street Sacramento, CA 95816 Attn: Prasad Bobba Phone 805 - 480 -4928 $ - 1,018,610.07 Start Date: June 2011 Completion Date: Dec. 2011 $ 4,917,509.00 Start Date: July 2011 Completion Date: $ 2,514,241.00 Start Date: Sept 2011 Completion Date: $ 1,609,926.57 Start Date: Jan. 2011 Completion Date: April 2011 $ 14,322,965.71 Start Date: March 2011 Completion Date: Sept 2011 So Orange County Community College $ 576,386.00 28000 Marguerite Parkway Start Date: August 2011 Mission Viejo, CA 92692 Completion Date: Dec. 2011 Contact: Walt Rice wrice ()socccd.edu Phone: 949-582-4999 BNSF $ 7,131,708.00 740 Carnegie Drive Start Date: July 2011 San Bernardino, CA Completion Date: March 2012 Contact: Miguel Palomino Miguel. Palomino(cD.BNSF.com Phone: 909 - 841 -0040 Prime: Truesdell Corp. 1310 W. 23rd Street Tempe, AZ 85282 Contact: Nancy L. Mackowiak Phone: 602-437-1711 $ 359,339.00 Start Date: Nov. 2011 Completion Date: Jan. 2012 n mackowiak(cDtruesdellco rp. com Caltrans 5360 W. Imperial Highway Los Angeles, CA 90045 Contact: Pamela Dennis Phone: 213-379-5187 $ 1,300,000.00 Start Date: June 2011 Completion Date: Oct 2011 pamela dennis(a)dot.ca.gov Page 4 7th Street Ramp LACDPW $ 176,768.75 Project ID# RDC0011155 Prime: Sage Associates, Inc. Start Date: June 2011 Griffith Company Project # 70040.70 1301 Dove Street, Suite 820 Completion Date:July 2011 Newport Beach, CA 92660 Contact: Jolene Guerrero iguerrerofldpw.lacounty gov Phone: 626- 450 -4975 East Route 9 /North 110 Connector Prime: Truesdell Corp. $ 285,626.00 Caltrans # 07- 4Y1404 1310 W. 23rd Street Start Date: May 2011 Griffith Company Project# 70043.70 Tempe, AZ 85282 Completion Date: Contact: Nancy L. Mackowiak nmackowiak(cbtruesdellcorp.com Phone: 602-437-1711 1-405 Sepulveda Pass Widening Project Kiewit Infrastructure West Co. $ 2,085,452.00 LACMTA Project # C0882 6060 Center Drive, Suite 200 Start Date: April 2011 Griffith Company Project # 70041.70 Los Angeles, CA 90045 Completion Date: Contact: Eric Guttau eric.guttau(rDkiewit.com Phone: 310- 846 -2400 Pier G & J Site Preparation Port of Long Beach $ 2,415,234.45 3 SCE Substations @ Pier G 925 Harbor Plaza Start Date: Feb 2011 Container Terminals @ Pier J Long Beach, CA 90802 Completion Date: Sept 2011 Contract # HD 7698 Attn: Gary Cardamone cardamone(�polb.com Griffith Company Project # 10410.10 Phone 562 - 590 -4172 X 5275 Metro Subway Station : Los Angeles County, MTA $ 4,866,433.92 Entrance Canopy Proj. No, C0972 One Gateway Plaza Start Date: Dec. 2011 Griffith Company Project #10406.10 Los Angeles, CA 90012 -2952 Completion Date: Attn: Brad Owen Phone 213- 922 -7158 USC HSC Traffic Mitigation Project University of Southern California $ 1,278,122.00 W/B 1 -10 Freeway Off -Ramp to Soto St. 3434 Grand Avenue, CDF Start Date: April 2011 Griffith Company Project# 10405.10 Los Angeles, CA 90089 Completion Date: Attn: Maria Morgan Phone 213 - 440 -1880 Garvanza Park Stormwater BMP North East Trees $ 2,477,555.00 Griffith Company Project # 71039.70 570 W. Avenue 26 Suite 200 Start Date: Nov. 2010 Los Angeles, CA 90066 Completion Date: March 2012 Contact: Kathleen McKernin kathleen(d)northeasttrees.org Phone: 323 -441 -8634 Morris Dam 1/0 Rehabilitation Project LACDPW $ 8,049,000.00 Project ID # FCC0000496 900 S. Fremont Ave. Start Date:Jan 2011 Griffith Company Project # 70038.70 Alhambra, CA 91803 Completion Date: Contact: Don Lewis TBAZINETng dpw.lacountv.gov Phone: 562-299-4613 Taxiway A2 Rehabilitation PHI and LAWA $ 3,558,383.44 Improvements to Roadway Safety 1 World Way Start Date: Sept. 2010 Area for Roadway 16L/34R @ the Los Angeles, CA 90045 Completion Date:April 2011 Van Nuys Airport Attn: Mash Hashemi mhashemi(a)lawa.org Griffith Company Project # 10400.10 Phone 310/646 -5252 Page 5 Bradley W. Construction Traffic LAWA $ - 1,335,687.16 Mitigations 1 World Way Start Date: Sept. 2010 Contract DA -4478 Los Angeles, CA 90045 Completion Date: Sept 2011 Griffith Company Project# 10398.10 Attn: Mash Hashemi mhashemi(qlawa.org Phone 310/646 -5252 2010/ 2012 Site Improvements Port of Los Angeles $ 15,000,000.00 Spec 2705 425 S. Palos Verdes Street Start Date: Nov. 2010 Griffith Company Project # 10396.10 San Pedro, CA 90733 Completion Date: Attn:Peter Ouk pouk(a)portla.org Phone 310 - 732 -3968 Laguna Canyon / SR 133 Rd Widening Irvine Comm Dev Com LLC $ 5,554,204.45 Contract #4500029655 550 Newport Center Drive Start Date: June 2010 Griffith Company Project #. 10393.10 Newport Beach, CA 92658 -5370 Completion Date: Jan. 2012 Attn: Bill Martin bmartinairvinecompanv.com Phone 949/720 -2000 Bradley West Core Walsh Austin JV $ 11,514,273.99 #209133 929 W. Admas Street Start Date: Aug. 2010 Contract DA 4382 Chicago, IL 60607 Completion Date: extended Griffith Company Project # 10390.10 Attn: Bernie Reico breico(g)walshaustiniv.com Phone 619 - 778 -4960 Avenue 24 Undercrossing Caltrans $ 4,527,948.00 Caltrans # 06- 471904 1727 30th Street Start Date: July 2010 Griffith Company Project # 70037.70 Sacramento, CA 95816 Completion Date: Contact: Shelley Maggard Shelley maggard(cDdot.ca.gov Phone: 661-392-6640 TPAR Walsh Austin JV $ 7,387,957.41 Temporary Power Relocation 929 W. Admas Street Start Date:April 2010 Project No. 209133 Chicago, IL 60607 Completion Date: Jan. 2011 Contract DA 4382 Attn: Bernie Reico breico(cDwalshaustiniv.com Griffith Company Project # 10389.10 Phone 619 - 778 -4960 Bradley W. Concourse Walsh Austin JV $ 28,361,006.00 Project # 209050 929 W. Admas Street Start Date: May 2010 Contract # DA 4337A Chicago, IL 60607 Completion Date: extended Griffith Job No. 10387.10 Attn: Bernie Reico $ 41,737,548.72 Phone 619 - 778 -4960 breicono.walshaustiniv.com Slausen Pier 6 & 7 BNSF $ 3,544,119.20 Contract # BF58170 740 Carnegie Drive Start Date: April 2010 Griffith Company Project # 70036.70 San Bernardino, CA Completion Date: Contact: John Fleming iohn.fleming(oDBNSF -com Phone: 909-386-4472 Solar Panels @ Pac Rim Engineering $ 2,751,847.90 Keyes Motors/Van Nuys 233 W. Cerritos Ave Start Date: Dec. 2010 Griffith Company Project # 10385.10 Anaheim, CA 92805 Completion Date: Sept 2011 Attn: Peter Liu Phone 949/285 -8278 Tom Bradley Interim W. Bus Terminal Walsh Austin JV $ 6,471,918.92 Project #209050 929 W. Admas Street Start Date: Feb 2010 Owner Contract #DA4337A Chicago, IL 60607 Completion Date: July 12 Griffith Company Project #. 10381.10 Attn: Bernie Reico breico(rD.walshaustiniv.com Phone 619 - 778 -4960 Page 6 San Bernardino Avenue Street & Drainage Improvements (Commerce Drive to Cherry Ave) SB- 03 -PW -10 Griffith Company Project # 10376.10 West Basin Container Repair Asphalt at WBCT Section 100 & 200 Griffith Company Project # 10375.10 Berth #102 Griffith Company Project # 10368.10 Techachapi Emergency Road Bridge Repair Deck Spalls Caltrans # 06 -A1530 Griffith Company Project # 70035.70 Rancho Cucamonga Pedestrian Underpass Contract # C3103 -09 Griffith Company Project # 70034.70 Parking Lot 60 Roof Steel (W.O. #4) Griffith Company Project # 10360.10 Pedestrian Safety Improvements PHI Palm Drive Project C2126 Contract # 0000037293 Griffith Company Project # 10359.10 Southwest College W.O. #5 LACCD Central Plant Roadway Contract # 3676 Griffith Company Project # 10357.10 Cherry & Pico AEG Staples Center Griffith Company Project # 10356.10 PK CT02 General Construction Project Griffith Company Project # 10353.10 City of Fontana $ - 4,060,016.46 16489 Orange Way Start Date: Nov 2009 Fontana, CA 92335 Completion Date: Nov 2011 Attn: Keith Kramer- kkramer@fontan. kkramerafontana.org Phone 909 - 350 -6696 West Basin Container Terminal $ 767,890.00 2050 John S. Gibson BI Start Date: Dec. 2009 Berth LA 126 Completion Date: Dec 2009 San Pedro, CA 90731 Attn: Alan P. Powell Phone: 310-732-2416 Port of Los Angeles 425 S. Palos Verdes Street San Pedro, CA 90733 -0151 Attn: Mahsa Hematabadi Phone (310)732 -7674 $ 26,281,548.57 Start Date: Dec 2009 Completion Date: May 2011 mhenatabedi ftortla. org Caltrans 120 S. Spring St. Los Angeles, CA 90012 Contact: Sam Dhaliwal Phone: 559 -488 -4067 Southern California Regional Rail Authority (SCRRA) 700 S. Flower Street, 26th Floor Los Angeles, CA 90012 Contact: Lia McNeil - Kakaris Chevron Energy Solution Cc 2929 E. Imperial Hwy #200 Brea, CA 92821 Attn: John Bonacci Phone 714/577 -1329 $ 100,000.00 Start Date: Nov. 2009 Compl. Date: Dec. 2009 $ 60,773.85 sam dhaliwal(rDdot.ca.gov 4,260,309.72 Start Date: October 2009 Comp Date: April 2011 $ 782,668.33 Start Date:July 2009 Completion Date: Dec 2009 IbonacciCrDchevron. com Cal State Polytechnic University Pomona $ 1,124,584.00 3801 W. Temple Avenue Start Date: May 2010 Pomona, CA 91768 Completion Date: Sept 2010 Attn; Bruyen Bevans bbevansO- )csupomona.edu Phone 909/ 979 -5517 Chevron Energy $ 284,466.15 345 California Street, 18th Floor Start Date: June 2009 San Francisco, CA 94104 Completion Date: Dec 2009 Attn: John Bonacci ibonacciOchevron.com Phone 714/577 -1329 L A Arena Land Co LLC 1100 S. Flower #3100 Los Angeles, CA 90015 $ 731,732.00 Start Date:June 2009 Completion Date: Dec 2009 LAWA 1 World Way Los Angeles, CA 90045 Attn: Min Kim Phone 434 -646 -5869 $ 6,579,436.51 Start Date: July 2009 Completion Date: Dec 2009 Page 7 6th Street Off -Ramp Over Shoreline Dr. County of Los Angeles $ 2,708,671.60 Project ID # RDC0011151 900 S. Fremont Ave. Start Date: March 2009 Griffith Company Project # 70033.70 Alhambra, CA 91803 Compl. Date: Sept. 2010 Tim Bazinet $ 2,560,156.60 626 - 458 -2185 TBAZINET@dpw.lacountv.gov Parking Lot #6 R 8 R Chevron Energy Solutions $ 2,063,438.70 Griffith Company Project # 10347.10 345 California Street 18th Floor Start Date: Jan 2009 San Francisco, CA 94104 -2624 Completion Date: May 2009 Attn: John Bonacci ibonacciCa?chevron.com Phone 714/577 -1329 Bob Hope/ Alameda Krismar Construction Co., Inc. $ 629,834.51 Griffith Company Project # 10342.10 233 Wilshire Blvd #990 Start Date: Dec 2008 Santa Monica, CA 90401 Completion Date:April 2009 Attn: Tony Nasser AOA Fence Perimeter LAWA $ 12,906,052.60 Griffith Company Project # 10340.10 1 World Way Start Date: Jan 2009 Los Angeles, CA 90045 Completion Date: Jan 2010 Attn: Jeffrey I Smith Phone 310/646 -5700 Harry Bridges Blvd Buffer Port of Los Angeles $ 56,533,998.28 Griffith Company Project # 10339.10 425 S. Palos Verdes Street Start Date: Feb 2009 Spec # 2699 San Pedro, CA 90733 -0151 Completion Date: Aug 2011 Attn: Scott Gilmour SgIImour(@Portla.orq Phone 310/732 -3522 Fax 310/831 -5389 Cabrillo Way Marina Port of Los Angeles $ 124,000,000.00 Griffith Company Project # 10338.10 425 S. Palos Verdes Street Start Date: Feb 2009 Spec # 2712 San Pedro, CA 90733 -0151 Completion Date: Dec 2011 Attn: Mark Rose * Joint Venture project Phone 310 - 732 -3919 GC Total $ 69,893049.81 Sysco Cooler Expansion Paving ESI Constructors $ 275,692.00 Griffith Company Project # 10335.10 950 Walnut Ridge Drive Start Date: Oct 2008 Hartland, WI 53029 Completion Date: June 2009 Attn: Tom White Phone 262/369 -3535 Fax 262/369 -3591 North Gaffey Street Beautification Port of Los Angeles $ 2,121,957.00 Griffith Company Project # 10333.10 425 S. Palos Verdes Street Start Date: Nov 2008 San Pedro, CA 90733 -0151 Completion Date: July 2009 Attn: Chris Ackopiantz, P.E. cackopiantz(o)portla.org Phone 310/732 -3778 Ortega Highway Widening County of Orange $ 2,121,957.00 Roadway Widening 1152 East Fruit Street Start Date: Oct. 2008 Griffith Company Project # 40064.40 Santa Ana, CA 92701 Completion Date: Feb 2010 Victor Valdovinos Phone 714/567 -7812 FAX 7141567 -7813 Page 8 Pierce College Parking Lot 1 LACCD $ - 2,104,153.83 Griffith Company Project # 10332.10 915 Wilshire Blvd #810 Start Date: Dec 2008 Los Angeles, CA 90017 Completion Date: Mar 2009 Attn: Gerald Greene Phone 213/996 -2492 Fax 213/996 -2534 Sysco Cooler Expansion Earthwork ESI Constructors $ 416,890.00 Griffith Company Project# 10331.10 950 Walnut Ridge Drive Start Date: Oct 2008 Hartland, WI 53029 Completion Date: June 2009 Attn: Tom White Phone 262/369 -3535 Fax 262/369 -3591 Secondary Activated Sludge Faciltiy Kiewit Pacific Cc $ 575,520.00 Griffith Company Project # 10329.10 10704 Shoemaker Avenue Start Date: Feb 2011 Santa Fe Springs, CA 90670 Completion Date: ongoing Attn: Ranae Gramm Phone 7141274 -4646 Fax 714/904 -9576 Upper Parking Lot (Asphalt Grindings) Pierce College $ 30,000.00 Griffith Company Project # 10328.10 6201 Winnetka Avenue Start Date: Oct 2008 Woodland Hills, CA Completion Date: Oct 2008 Attn: Paul Niemen Phone 818/968 -1459 Holiday Light Pole City of Beverly Hills $ 132,000.00 Griffith Company Project # 10327.10 345 Foothill Road Start Date: 09/01/08 Beverly Hills, CA 90210 Completion Date: Nov 2008 Attn: Anne Garvey - Zaworski Phone 310/285 -2520 Fax 310/278 -1838 Fred Hayman Lane Reconstruction City of Beverly Hills $ 94,000.00 Griffith Company Project # 10326.10 345 Foothill Road Start Date: Oct 2008 Beverly Hills, CA 90210 Completion Date: Dec 2008 Attn: Anne Garvey - Zaworski Phone 310/285 -2520 Fax 310/278 -1838 Replace Exist HOV Lanes Caltrans $ 16,182,719.98 Alhambra 10/710 Separation 1727 30th Street Start Date: Oct. 2008 07- 166824 Sacramento, CA 95816 Completion Date: Jan. 2010 Griffith Company Project # 10325.10 Attn: Jesse Flores simon wanq(&dot.ca.gov Phone 916/227 -6288 Schuyler Heim Bridge Retrofit Caltrans $ 2,569,270.00 Caltrans # 07- 265004 17912 Crusader Ave. Suite 101 Start Date: Sept. 2008 Griffith Company Project #. 70032.70 Cerritos, CA 90703 Comp. Date: Aug. 2009 Massod Akbarian $ 2,662,476.08 562- 860 -3085 massod b akbarian0dot.ca.gov Schuyler Heim Emergency Rail Repair Caltrans $ 425,000.00 Caltrans # 07- 2X1704 17912 Crusader Ave. Suite 101 Start Date: Sept. 2008 Griffith Company Project # 70031.70 Cerritos, CA 90703 Comp. Date: Mar. 2009 MassodAkbarian $ 332,106.39 562 - 860 -3085 Page 9 Demolition, Earthwork & Site Imp Mt Sac $ - 1,315,049.59 Bid 2772 1100 N. Grand Avenue Start Date: Oct 2008 Griffith Company Project # 10321.10 Walnut, CA 91789 Completion Date: June 2009 Attn: Teresa Patterson tgatterson(o-)mtsac.edu Phone 909/594 -5611 Fax 909/468 -3939 Pavement Repair BNSF $ 1,026,326.00 BF48786 2500 Lou Menk Drive Start Date: July 2008 Griffith Company Project # 10317.10 Fort Worth, TX 76131 Completion Date: Aug 2008 Attn: Lucretia Underwood lucretia.underwood(MBNSF.com San Pedro Waterfront Enhancements POLA $ 6,752,826.69 22nd Street Landing 425 S. Palos Verdes Street Start Date: June 2008 Spec 2703 San Pedro, CA 90733 -0151 Completion Date: Dec 2009 Griffith Company Project # 10314.10 Attn: Mehrdad Emami memami(�portla.oro Phone 310 - 732 -3967 Track 103 Improvements BNSF $ 681,689.89 BF48786 2500 Lou Menk Drive Start Date: April 2008 Griffith Company Project # 10310.10 Fort Worth, TX 76131 Completion Date: July 2008 Attn: Lucretia Underwood lucretia.underwood(cDBNSF.com Construction of South Street City of Cerritos $ 276,243.06 From Gridley to Studebaker 18125 Bloomfield Avenue Start Date: July 2008 #13070 Cerritos, CA 90703 -3130 Completion Date: Sep 2008 Griffith Company Project # 10309.10 Attn: Rash Syed Phone 562/916 -1220 Fax 562/916 -1211 East Parking Lot LACCD $ 2,325,406.60 05P- 6573.05.05 915 Wilshire Blvd #1800 Start Date: June 2008 Griffith Company Project # 10308.10 Los Angeles, CA 90012 Completion Date: Sep 2008 Attn: Gerald Greene Phone 213/248 -8858 Angeles Crest Highway Bridge Rte. 2 /Big Pine Caltrans $ 2,660,485.50 Caltrans # 07- 451804 2090 Fern Lane Start Date: May 2008 Griffith Company Project # 70030.70 Glendale, CA 91208 Comp Date: Oct. 2008 Caesar Resler $ 2,681,983.75 818 - 637 -2506 ext. 221 Mountain View Mobilehome Park City of Santa Monica $ 5,451,573.68 8879 CCS SP1989 1437 4th Street #300 Start Date: May 2008 Griffith Company Project # 10298.10 Santa Monica, CA 90401 Completion Date: June 2009 Attn: Bill Zane Phone 310/458 -8726 Citrus Lane Realignment Cal State Poly $ 444,688.90 Griffith Company Project # 10292.10 3801 W. Temple #75 Start Date: Mar 2008 Pomona, CA 91768 Completion Date: May 2009 Attn: Javier Montoya Phone 909/869 -4100 Fax 909/869 -2292 Page 10 Taxilane C -10 Reconstruction Griffith Company Project # 10291.10 Remove and Replace 17" PCC Paving Temple Street Widening Griffith Company Project # 10290.10 Lot 10 Griffith Company Project # 10288.10 717 Olympic Griffith Company Project # 10287.10 Pervious Pvmnt Parking Lots Griffith Company Project #10285.10 Pierce College Base Utilities Griffith Company Project # 10284.10 Fairmont Ave Ext Griffith Company Project # 10283.10 Vincent Thomas Bridge Caltrans # 07- 224804 Griffith Company Project # 70027.70 Sierra Highway Overhead Griffith Company Project # 70017.70 LAWA 1 World Way Los Angeles, CA 90045 -5803 Attn: Eduardo Porto Phone 424 - 646 -5866 City of Los Angeles 200 North Spring Street, Room #355 Los Angeles, CA 90012 Attn: Karmen Yuen Phone 213/482 -7345 BNSF 2500 Lou Menk Drive AOB1 Fort Worth, TX 76131 Attn: Lucretia Underwood Phone 800 - 795 -2673 Hanover 333 N. Glen Oaks Blvd #500 Burbank, CA 91502 Attn: Jennifer Hawkes Phone 818 -525 -1880 $ 2,569,975.43 Start Date: Jan 2008 Completion Date: Jan 2009 eportol�lawa oro $ 3,043,617.96 Start Date: Jan 2008 Completion Date:Apr 2009 sstein hauerQchevron. com $ 25,651,117.41 Start Date: Dec 2007 Completion Date: Aug 2010 lucretia. underwoodCcD BN S F. com $ 7,177,142.37 Start Date: Sept 2007 Completion Date: Apr 2009 City of Manhattan Beach $ 1,240,041.79 1400 Highland Avenue Start Date: Dec 2007 Manhattan Beach, CA 90622 -4795 Completion Date: Feb 2008 Attn: Ish Medrano Phone 310/802 -5357 Chevron 345 California Street 18th Floor San Francisco, CA 94104 Attn: Susan Steinhauer Phone 714/577 -1329 Fax 714/577 -1330 $ 3,043,617.96 Start Date: Jan 2008 Completion Date:Apr 2009 ssteinhauerCo)chevron. com City of Glendale 633 E. Broadway #300 Glendale, CA 91206 -4384 Attn: Jano Baghdanian Phone 818- 548 -3960 Caltrans District 7 11229 S. Woodruff Ave. Downey, CA 90241 Kelvin Tran 562 - 401 -3333 City of Santa Clarita 23920 Valencia Blvd. Ste. 300 Santa Clarita, Ca 91355 Terry M. Brice 661 - 286 -4137 $ 25,651,117.41 Start Date: Dec 2007 Completion Date: Aug 2010 $ 6,406,390.00 Start Date: Nov. 20 2007 Comp Date: July 26 2008 $ 7,896,892.31 6,256,380.00 Start Date: May 22 2006 Comp. Date: Oct. 2007 $ 6,382,765.64 Page 11 2nd & 4th Streets Pedestrian Stscape Griffith Company Project # 10278.10 Caltrans RT 134 Ramp Imp Griffith Company Project # 10277.10 Pierce College Central Plant Griffith Company Project # 10267.10 Palos Verdes Drive Griffith Company Project # 10266.10 Sepulveda Blvd Widening between Centinela Ave and Lincoln Blvd Contract No. C- 111840 Project No. E6000756 Griffith Company Project # 10264.10 Getty Center South Parking Griffith Company Project # 10258.10 Yellowpine Lane Griffith Company Project# 10252.10 Rosecrans, Apollo, Sepulveda Griffith Company Project # 10249.10 Infrastructure PH II Innovation Way Bid 06 -014 Agreement No. 28403 Griffith Company Project # 10246.10 City of Santa Monica 1918 Main Street #300 Santa Monica, CA 90405 Attn: Greg DeVink Phone 310/458 -8721 Fax 310/393 -4425 City of Burbank 275 East Olive Avenue Burbank, CA 91510 Attn: Kristy Shadie Phone 818/238 -5466 Chevron 345 California Street 18th Floor San Francisco, CA 94104 -2624 Susan Steinhauer 7,177.142.37 Start Date: Sept 2007 Completion Date: Apr 2009 g rep. devin k(cOsmgov. net $ 385,594.30 Start Date: April 2007 Completion Date: Sept 2010 $ 1,807,412.77 Start Date: Sept 2007 Completion Date: Dec 2009 sstein hauer(2chevron. com Phone 7141577 -1329 Fax 714/577 -1330 Terno Electric 15701 Heron Avenue La Mirada, CA 90638 Attn: Louis Perez $ 405,832.22 Start Date: Sept 2007 Completion Date: Aug 2008 City of Los Angeles $ 8,189,201.64 200 North Spring Street Room #361 Start Date: July 2007 Los Angeles, CA 90012 Completion Date: July 2009 Attn: Peter Blikian peter. blikianna.lacitv.org Phone 213/485 -4671 Hathaway Dinwiddie 811 Wilshire Blvd #1500 Los Angeles, CA 90017 Attn: Cecilia Morgan Phone 213/236 -0500 $ 104,888.83 Start Date: May 2007 Completion Date: July 2007 County of Orange 1152 East Fruit Street Santa Ana, CA 92701 Victor Valdovinos Phone 714/567 -7812 FAX 714/567 -7813 Comstock Crosser & assoc 321 12th Street #200 Manhattan Beach, CA 90266 Attn: Eric Winquist Phone 310/ 546 -5781 Fax 310/545 -2802 Cal Poly Pomona 3801 W. Temple Avenue Pomona, CA 91768 Attn: Bruyn Bevans Phone 909/979 -5517 FAX 909/979 -5519 $ 810,186.49 Start Date: July 2007 Completion Date: Dec 2007 $ 866,198.75 Start Date: May 2007 Completion Date: Sep 2007 $ 897,704.50 Start Date: May 2007 Completion Date: Aug 2008 bbbevans(a)csupomona.edu Page 12 Caltrans Contract No. 12- OE0204 Orange County, RT 5, Mission Viejo Griffith Company Project # 10245.10 Olympic East "B" Permit Griffith Company Project# 10244.10 Avenue E RDC0013756 Griffith Company Project# 10241.10 Berth 90/91 Cruise Terminal Contract # 2242 Griffith Company Project # 70024.70 1st Street Viaduct Over LA River Contract # C- 111269 Griffith Company Project # 70023.70 Montclair Station Pedestrian Underpass & East Ontario Platform Contract # C3088 -07 Griffith Company Project #70022.70 Marquardt Avenue from 183rd to Artesia No. 13012 and 14096 Griffith Company Project# 10232.10 Caltrans Contract No. 07- 188504 Route 134, Burbank Pass Ave/ Olive Avenue Griffith Company Project # 10226.10 Marblehead Bridge Contract # 6339 -05 Griffith Company Project # 70021.70 Ortega Highway Interim Intersection Griffith Company Project # 10217.10 Caltrans 1727 30th Street MS43 Sacramento, CA 95816 Jesse Flores Phone 916/227 -6288 LA Live 800 W Olympic Blvd., Suite 305 Los Angeles, CA 90015 Attn: Kevin Reager PH: 213-742-7452 LACDPW 900 S. Fremont Avenue 8th Floor Alhambra, CA 91803 -1331 City of LA Harbor Dept. 425 S. Palos Verdes Street San Pedro, CA 90731 Donna Enfiajian 310- 732 -3689 City of Los Angeles Bureau of Engineering 1149 S. Broadway Los Angeles, CA 90015 Dung Tran 213- 202 -5572 Southern California Regional Rail Authority (SCRRA) 700 S. Flower Street, 26th Fl. Los Angeles, CA 90017 Stuart Chuck City of Cerritos 18125 Bloomfield Avenue Cerritos, CA 90703 -3130 Attn: Rash Syed Phone 5621916 -1221 Caltrans 1727 30th Street MS43 Sacramento, CA 95816 Jesse Flores Phone 916/227 -6288 SunCal 2392 Morse Ave. Irvine, CA 92614 William Johnson 949 - 929 -3258 $ - 8,567,899.03 Start Date: May 2007 Completion Date: Aug 2008 $ 12,672,237.85 Start Date: April 2007 Completion Date: Jan 2010 $ 2,726,419.63 Start Date: May 2007 Completion Date: Dec 2008 $ 10,801,145.00 Start Date: April 2007 Comp. Date: Oct. 2007 $ 26,661,091.55 $ 4,863,739.00 Start Date: Jan. 2007 Comp. Date: Dec. 2007 $ 4,665,882.33 $ 4,400,000.00 Start Date: Mar. 2007 Comp. Date: Nov. 2007 $ 4,551,901.50 $ 1,072,514.41 Start Date: April 2007 Completion Date: Sep 2007 $ 31,148,054.90 Start Date: April 2007 Completion Date: Sep 2010 $ 12,645,292.00 Start Date: March 2007 Comp Date: May 2008 $ 10,920,621.09 Rancho Mission Viejo $ 3,679,209.68 28811 Ortega Highway Start Date: Feb 2007 San Juan Capistrano, CA 92693 Completion Date: Sep 2007 Sara Dickson, Contract Administrator Phone 949/240 -3363 Ext 249 FAX 949/488 -2676 Page 13 Santa Monica Blvd Interim Repairs Griffith Company Project # 10213.10 Discovery Sports Complex Griffith Company Project # 40049.40 Lot 5 Phase 2 Griffith Company Project # 10208.10 Mill Creek Bridge Rte. 38 Yucaipa Caltrans # 08- 358424 Griffith Company Project # 70018.70 Yale Street Griffith Company Project # 10207.10 2002 -2005 Street Improvements Griffith Company Project # 10205.10 March Inland Port -West Apron Expansion Griffith Company Project # 10204.10 LA County, Carson/Wilmington AVE Caltrans # 07- 188804 Griffith Company Project # 10196.10 Irvine Avenue Widening Contract # D07 -072 Griffith Company Project # 40059.40 City of Beverly Hills $ - 272,585.17 455 N. Rexford Drive Start Date: Feb 2007 Beverly Hills, CA 90210 Completion Date: July 2007 Attn: Tristan Phone 310/285 -2512 Fax 310/271 -2354 City of Downey $ 6,799,796.30 11111 Brookshire Avenue Start Date: Feb. 2007 Downey, CA 90241 Completion Date: Feb 2009 Attn: Kraig Erickson Phone 310 - 566 -6460 BNSF $ 4,109,243.92 3770 EAST 26TH STREET Start Date: Oct 2006 LOS ANGELES, CA 90023 Completion Date: July 2007 Attn: Dave Burke Phone 323/267 -4021 Caltrans District 8 2,306,494.00 2351 W. Lugonia St. Ste. F Start Date: Sept. 2006 Redlands, Ca 92374 Comp Date: April 2007 Fred Alipanah $ 2,250,049.64 909 - 799 -3122 City of Santa Monica $ 1,036,006.25 1918 Main Street #300 Start Date: Oct 2006 Santa Monica, CA 90405 Completion Date: Mac 2007 Attn: Alex Nazarchuk Phone 310/458 -8736 FAX 310/393 -4425 City of Manhattan Beach $ 1,494,181.58 1400 Highland Avenue Start Date: Nov 2006 Manhattan Beach, CA 90266 -4795 Completion Date: Sep 2007 Attn: Michael A. Guerrero Phone 310/802 -5355 Fax 310/802 -5351 March Joint Powers Authority P O Box 7480 Moreno Valley, CA 92552 Attn: Gary Gosliga Phone 951.656.7000 Fax 951.653.5558 $ 1,319,329.59 Start Date: Dec 2006 Completion Date: Feb 2007 Caltrans 1727 30th Street MS 43 Sacramento, CA 9581E Attn: Raj Punjabi Phone 5621401 -3333 Fax 562/401 -3383 County of Orange 1152 E Fruit Street Santa Ana, CA 92701 Attn: Hamid Abedzaleh Phone: $ 1,931,139.22 Start Date: Nov 2007 Completion Date: July 2007 $ 992,367.90 Start Date: Oct 2007 Completion Date: Nov 2011 Page 14 Newport Road Widening County of Riverside $ 26,483,674.82 Highway Extension of 4.5 miles 3525 14th Street Start Date: Feb 2007 Griffith Company Project # 40034.40 Riverside, CA 92501 Completion Date: Feb 2008 Attn: Nick Sison Phone 951- 955 -6885 LAUSD High School #11 Hensel Phelps Construction Co. $ 3,223,441.75 Griffith Company Project # 10195.10 1200 W. Colton Street Start Date: Sept 2006 Los Angeles, CA 90026 Completion Date: Dec 2008 L ST Landscape Imp BNSF $ 276,538.00 Griffith Company Project # 10186.10 3770 EAST 26TH STREET Start Date: Jan 2007 LOS ANGELES, CA 90023 Completion Date: Mar 2007 Attn: Dave Burke Phone 323/267 -4021 Getty Center Stark Sculpture Project HATHAWAY DINWIDDIE $ 170,575.32 Griffith Company Project# 10185.10 811 WILSHIRE BLVD #1500 Start Date: July 2006 LOS ANGELES, CA 90017 -2632 Completion Date: Oct 2006 Attn: Dave Burke Phone 323/267 -4021 GETTY CENTER HATHAWAY DINWIDDIE $ 71,200.00 Griffith Company Project # 10179.10 811 WILSHIRE BLVD #1500 Start Date: May 2006 LOS ANGELES, CA 90017 -2632 Completion Date: June 2006 Attn: Dave Burke Phone 323/267 -4021 Equal Evaluation Loop Rancho Cuca Utility Trailer Manufacturing Co. $ 1,590,254.61 Griffith Company Project# 10175.10 17295 E. Railroad Street Start Date: June 2006 City of Industry, CA 91748 Completion Date: Apr. 2007 Attn: Gary Cyr Phone 909/477 -3013 BERTHS 121 -131 CONCRETE POLA $ 2,239,912.53 TRANSTAINER RUNWAYS 425 S. Palos Verdes, 3rd Floor Start Date: June 2006 SPEC 2676 San Pedro, CA 90731 Completion Date: Nov 2006 Griffith Company Project # 10174.10 Scott Gilmour Sgilmour(a)portla.org OTIS AVENUE CITY OF BARSTOW $ 114,717.18 Griffith Company Project # 10170.10 220 E. Mountain View Street "A" Start Date: July 2006 Barstow, CA 92311 Completion Date: July 2006 Attn: Domingo Gonzalez Phone 760/255 -5156 BREA CANYON ROAD ACE $ 43,863,511.70 ACE CONTRACT NO. 05 -02 4900 Rivergrade Road "Al20" Start Date: July 2006 Griffith Company Project # 10161.10 Irwindale, CA 91706 Completion Date: July 2008 Regina Talamantez 626 - 962 -9292 ext118 INLINE BAGGAGE SCREENING LAWA $ 7,950,697.31 Griffith Company Project # 10159.10 1 World Way Start Date: May 2006 Los Angeles, CA 90009 -2216 Completion Date: July 2006 Gerardo Olmos Page 15 WEST MAIN STREET AVE L TO H CITY OF BARSTOW $ -1,546,580.46 Griffith Company Project # 10152.10 220 E. Mountain View Street "A" Start Date: May 2006 Barstow, CA 92311 Completion Date: Oct 2006 RAMON RD (FROM VARNER RD TO E BOUND RAMPS) Griffith Company Project # 10151.10 COUNTY OF RIVERSIDE 4080 Lemon Street 8th Floor Riverside, CA 92502 Gabriel Munoz $ 2,259,903.23 Start Date: May 2006 Completion Date: Aug 2006 MAGNOLIA BLVD IMPROVEMENTS Griffith Company Project# 10142.10 Victoria Ave. Bridge Griffith Company Project #. 7001270 RADIATION PORTAL MONITOR PROJ #999334 Griffith Company Project # 10139.10 STUDEBAKER ROAD FROM 195TH TO DEL AMO PROJECT NO. 13032 Griffith Company Project# 10134.10 WHITE MEMORIAL HOSPITAL Griffith Company Project# 10130.10 DEL AMO FASHION CENTER 1078 /CWHITUA01 Griffith Company Project # 10123.10 PARKING LOT 2 05 -003 Griffith Company Project # 10122.10 PACIFIC AVE BEAUTIFICATION #2648 Griffith Company Project# 10114.10 MARCH INLAND APRON EXP Griffith Company Project # 10112.10 CITY OF BURBANK 301 East Olive Avenue Burbank, CA 91502 JOHN MOLINAR 818/238 -3947 City of Riverside 3900 Main Street Riverside, Ca 92522 Tim Cianci 951 - 826 -5671 $ 1,181,068.92 Start Date: Dec 2005 Completion Date: Mar 2006 9,696,921.31 Start Date: Feb. 2005 Comp. Date: July 2006 EMBARCADERO SYSTEMS CORP $ 4,519,455.14 1701 HARBOR BAY PARKWAY Start Date: Nov 2005 ALAMEDA. CA 94502 Completion Date: Mar 2006 ED FITZPATRICK or Peter Lupercio 5101749 -7400 CITY OF CERRITOS 18125 BLOOMFIELD AVENUE CERRITOS, CA 90703 -3130 $ 686,088.38 Start Date: Nov 2005 Completion Date: April 2006 CHARLES PANKOW BUILDERS, LTD $ 509,136.02 2476 N. LAKE AVENUE Start Date: Jan 2006 ALTADENA, CA 91001 Completion Date: June 2006 WHITING TURNER $ 234,682.75 3 CORPORATE PARK, SUITE #100 Start Date: Jan 2006 IRVINE, CA 92606 Completion Date: June 2006 CAL POLY POMONA 3801 WEST TEMPLE AVENUE POMONA, CA 91768 Bruyn Bevans bbevanslncsu Pomona. edu $ 161,415.00 Start Date: Sept 2005 Completion Date: Sept 2005 POLA $ 862,427.59 425 SOUTH PALOS VERDES, 3RD FL( Start Date: Sept 2005 SAN PEDRO, CA 90731 Completion Date: Mar. 2006 ART CASTRO 310/732 -3612 MARCH JOINT POWERS AUTHORITY $ 2,215,523.64 3430 BUNDY AVENUE #107 Start Date: July 2005 RIVERSIDE, CA 92518 Completion Date: Sept 2005 Page 16 PARK PLACE TEMP PARKING LOT Griffith Company Project # 10109.10 WATSON YARD BF35246 Griffith Company Project # 10108.10 2005 ASPHALT RUBBER COMPOSITE LAYER Griffith Company Project # 10106.10 LA INTERMODAL FACILITY FUELING STATION BF 34522 Griffith Company Project# 10104.10 La Bonita Park Griffith Company Project # 40038.40 Los Alamos Hills Sports Park Griffith Company Project # 40036.40 Victoria Bridge Bridge Restoration Griffith Company Project # 70012.70 BARSTOW Griffith Company Project # 10097.10 STRIP TRACK 103 BF32933 Griffith Company Project# 10092.10 WILLOW STREET R -6643 Griffith Company Project# 10090.10 PREVENTIVE MAINT 7471 Griffith Company Project # 10089.10 ONTARIO R WAY 26R Griffith Company Project # 10086.10 HATHAWAY DINWIDDIE CONST CO $ - 1,405,386.25 811 WILSHIRE BLVD #1500 Start Date: June 2005 LOS ANGELES, CA 90017 -2632 Completion Date: Oct 2005 BNSF 3770 EAST 26TH STREET LOS ANGELES, CA 90023 David Burke $ 71,818.00 Start Date: July 2005 Completion Date: Aug 2005 CITY OF EL CENTRO 1275 MAIN STREET EL CENTRO, CA 92243 BNSF 3770 EAST 26TH STREET LOS ANGELES, CA 90023 Roy Rogers 323/367 -4186 City of La Habra 201 E La Habra Blvd. La Habra, CA 90633 Attn: Sam Makar Ph: 562 - 905 -9720 City of Murrieta 24601 Jefferson Avenue Murrieta, CA 92562 Attn: Harold Meyers Ph: 951-830-2661 City of Riverside 3900 Main Street Riverside, CA 92522 Attn: Ph: 951-826-5671 L T EXCAVATING 27601 FORBES ROAD #54 LAGUNA NIGUEL, CA 92677 BNSF 3770 EAST 26TH STREET LOS ANGELES, CA 90023 CITY OF LONG BEACH 333 W. OCEAN BLVD LONG BEACH, CA 90802 CITY OF REDONDO BEACH 415 DIAMOND STREET REDONDO BEACH, CA 90277 $ 1,324,433.50 Start Date: July 2005 Completion Date: Mar 2006 $ 1,551,831.45 Start Date: July 2005 Completion Date: Nov 2005 $ 5,043,675.00 Start Date: May 2005 Completion Date: June 2006 $ 9,422,276.30 Start Date: Mar. 2005 Completion Date: Dec 2006 $ 9,969,912.00 Start Date: Feb. 2005 Completion Date: July 2006 $ 710,206.59 Start Date: Nov 2004 Completion Date: May 2005 $ 863,491.05 Start Date: Jan 2005 Completion Date: June 2005 $ 1,082,869.31 Start Date: Nov 2004 Completion Date: Aug 2005 $ 166,686.43 Start Date: Feb 2005 Completion Date: May 2005 LAWA $ 49,300,441.89 7301 WORLD WAY WEST 5TH FLOOF Start Date: Feb 2004 LOS ANGELES, CA 90045 Completion Date: Sept 2006 STEWART FRICKE 310/646 -5700 Page 17 LOT 5 IMPROVEMENTS Griffith Company Project # 10084.10 AGREEMENT F02 -004 Griffith Company Project# 10083.10 RESIDENTIAL STREET REHAB PH 5A Griffith Company Project # 10082.10 SAVAGE CANYON LANDFILL Griffith Company Project # 10079.10 LAMPSON AVENUE Griffith Company Project # 10078.10 ARTESIA BLVD Griffith Company Project # 10077.10 ALLEY E/O ATLANTIC RDC0014482 Griffith Company Project # 10076.10 SAN PEDRO AREA ALLEY PROJECT RDC0014082 Griffith Company Project # 10075.10 GARCIA LANE EED -0297 Griffith Company Project # 10071.10 TEMPLE AVE AND HANDORFF TA -0318, PROJECT 318 Griffith Company Project # 10064.10 WILLIAMS AVENUE RDC0013377 Griffith Company Project # 10062.10 INNOVATION VILLAGE INFRASTRUCTURE PH I PROJECT NO. 220010 Griffith Company Project # 10061.10 BNSF 2600 LOU MENK DRIVE FORT WORTH, TEXAS 76131 ROY ROGERS 323/367 -4186 CAL POLY POMONA 3801 WEST TEMPLE AVENUE POMONA, CA 91768 CITY OF REDONDO BEACH 415 DIAMOND STREET REDONDO BEACH, CA 90277 SUKUT CONSTRUCTION INC. 4010 W. CHANDLER AVENUE SANTA ANA, CA 92704 CITY OF GARDEN GROVE 11222 ACACIA PARKWAY GARDEN GROVE, CA 92842 CITY OF ARTESIA 18747 CLARKDALE AVENUE ARTESIA, CA 90701 $ - 2,453,080.67 Start Date: Nov 2004 Completion Date: July 2005 $ 1,207,764.00 Start Date: Jan 2005 Completion Date: Sept 2005 $ 1,008,072.33 Start Date: Dec 2004 Completion Date: Feb 2005 $ 60,461.00 Start Date: Nov 2004 Completion Date: Jan 2005 $ 172,988.60 Start Date: Nov 2004 Completion Date: Feb 2005 $ 1,048,853.05 Start Date: Aug 2004 Completion Date: Sept 2005 LACDPW $ 887,333.49 900 SOUTH FREMONT AVENUE 12TH Start Date: Jan 2005 ALHAMBRA, CA 91803 Completion Date: July 2005 LACDPW $ 1,202,347.51 900 SOUTH FREMONT AVENUE 12TH Start Date: Jan 2005 ALHAMBRA, CA 91803 Completion Date: Oct 2005 INDUSTRY URBAN - DEVELOPMENT A $ 4,242,149.60 15651 EAST STAFFORD STREET Start Date: Aug 2004 CITY OF INDUSTRY, CA 91744 Completion Date: Sep 2005 GERALDO PEREZ 626/333 -0336 INDUSTRY URBAN DEVELOPMENT $ 1,071,315.10 15651 EAST STAFFORD STREET Start Date: July 2004 CITY OF INDUSTRY, CA 91744 Completion Date: Nov 2004 GERRY PEREZ LACDPW $ 408,091.60 900 SOUTH FREMONT AVENUE 12TH Start Date: June 2004 ALHAMBRA, CA 91803 Completion Date: Aug 2004 CAL POLY POMONA FOUNDATION, IP $ 3,337,980.00 3801 WEST TEMPLE AVENUE Start Date: May 2004 POMONA, CA 91768 Completion Date: Nov 2004 BRUIN BEVANS / DICK CAMPOS 909/229 -5224 Page 18 ASPHALT O /LAY RESURFACING COUNTY OF ORANGE $ 269,256.00 ON IRVINE BLVD 1152 EAST FRUIT STREET Start Date: June 2004 AGREEMENT NO. D04 -016 SANTA ANA, CA 92701 Completion Date: July 2004 Griffith Company Project# 10057.10 CONST OF PUENTE HILLS SOLID WASTE MGMNT FACILITIES ACCESS RDIMPVMNTS CONTRACT NO. 4014 Griffith Company Project # 10056.10 Old Coast Highway Bridge Griffith Company Project #. 70011.70 Little Dalton Debris Dam Griffith Company Project # 70009.70 Hwy 99 /Macfarland Griffith Company Project #. 70008.70 Marina Drive Bridge Griffith Company Project # 70007.70 IMPROVEMENT OF RUNWAY 12 -30 R -6607 - C #28464 Griffith Company Project # 10050.10 PAVEMENT REPAIR AT THE L A INTERMODAL FACILITY BF26846 Griffith Company Project# 10048.10 STREET IMP URBAN DESIGN #2154 AG #185 -03 Griffith Company Project # 10046.10 BAKER ST IMP & UTILITIES CONTRACT NO. GCD -0308 Griffith Company Project # 10032.10 GRAND AVENUE P200000359 Griffith Company Project # 10030.10 CO SANITATION DIST NO. 2 OF LA C( $ 2,078,099.05 1955 WORKMAN MILL ROAD Start Date: May 2004 WHITTIER, CA 90601 Completion Date: Dec 2004 JIM KAHLE 626/814 -9221 County of Santa Barbara 263 Camino del Remedio Santa Barbara, CA 93110 Brian McIntyre 805 - 739 -8750 $1,926,88.88 Start Date: June 2004 Comp Date: Mar. 2006 LADPW 900 S. Fremont Ave. Alhambra, CA 91803 Hector Hernandez 626 -458 -3144 Caltrans District 6 Bakersfield 1200 Olive Dr. Bakersfield, CA 93308 Jack Collins 661- 859 -2421 City of Seal Beach 211 8th Street Seal Beach, CA 90740 Mark Vukojevic 562 -431 -2527 CITY OF LONG BEACH 333 W. OCEAN BLVD LONG BEACH, CA 90802 GILLIS MONROE BNSF 2600 LOU MENK DRIVE FORT WORTH, TEXAS 76131 C/O BEVERLY HILLS 455 N. REXFORD DRIVE BEVERLY HILLS, CA 90210 ARA MALOYAN 310/285 -2552 FAX 310/271 -2354 $ 1,067,267.09 Start Date: Mar. 2004 Comp Date: Aug. 2004 $ 2,068,133.60 Start Date: June 2003 Comp. Date: Sept. 2004 $ 8,360,681.19 Start Date: June 2003 Comp. Date: July 2005 $ 27,871,742.69 Start Date: Oct 2003 Completion Date: Nov 2004 $ 398,716.40 Start Date: June 2006 Completion Date: Nov 2006 $ 11,588,966.37 Start Date: Sept 2003 Completion Date: Sept 2005 INDUSTRY URBAN DVLPMNT AGENC $ 4,854,362.32 15651 E STAFFORD ST Start Date: March 2003 CITY OF INDUSTRY, CA 91744 Completion Date: Aug 2004 COUNTY OF LA PW 900 SOUTH FREMONT AVE ALHAMBRA, CA 91803 -1331 ISSA ADAWIYA 626/458 -4931 $ 11,283,180.69 Start Date: Mar 2003 Completion Date: Oct 2004 Page 19 AGRASHELL LOT IMPROVEMENTS Griffith Company Project # 10027.10 PARKING LOT 7 PIERCE COLLEGE C30134 Griffith Company Project # 10018.10 PORT ACCESS DEMONSTRATION TAXIWAY N WESTERLY EXPANSION CONTRACT # DA 3714 Griffith Company Project # 10019.10 PIER T PIER 400 TRANSPORTATION CORRIDOR SO. SPEC NO. 2567 AIRPORT DRIVE WEST END AIP 3 -06- 0175 -08 & 12 VISTA VILLAGE BERTHS 302 -305 BACKLAND EXPANSION PHASE II 1999 ANNUAL PAVING & SITE WORK CONTRACT 2175 SPEC NO. 2558 515 SOUTH FLOWER STREET, 9TH FLR LOS ANGELES, CA 90071 ATTN: ANA BUDDE BNSF $ - 2,126,181.37 740 E CARNEIGIE DRIVE Start Date: Jan 2003 SAN BERNARDINO, CA 92408 Completion Date:Jan 2004 L A COMMUNITY COLLEGE DISTRICT $ 3,065,242.68 PROP A BOND PROGRAM C/O Start Date: June 2002 DMJM /JGM PROGRAM MGR Completion Date: Aug 2003 CITY OF LOS ANGELES 638 S. BEACON STREET SAN PEDRO, CA 90731 CHARLES UKWU 310/732 -4674 310/732 -4670 3,140, 593.00 Start Date: Completion Date: LAWA $ 11,705,274.00 7302 WORLD WAY WEST 5TH FLOOF Start Date: Aug 2002 LOS ANGELES, CA 90045 Completion Date: Sept 2003 MARK J. VICELJA, P.E 310/646 -5700 X 3065 310/417 -0532 Port of Long Beach 925 Harbor Plaza Long Beach, CA 90802 Attn: Gary Cardamone Phone 562 - 590 -4172 X 5275 $ 71,687,677.54 Start Date: 2001 Completion Date: Dec 2002 PORT OF LOS ANGELES 425 S PALOS VERDES ST SAN PEDRO, CA 90733 -0151 STACY JONES 310/732 -3698 LOS ANGELES WORLD AIRPORT 1 WORLD WAY LOS ANGELES, CA 90009 -2215 TED BEZABEH 310/646 -5252 CITY OF VISTA 200 CIVIC CENTER DR. VISTA, CA. 92804 ATTN: LARRY PIERCE PH: 760-726-1340 PORT OF LOS ANGELES 425 SOUTH PALOS VERDES ST SAN PEDRO, CA 90733 -0151 STACY JONES 310/732 -3698 _ PORT OF LOS ANGELES 425 SOUTH PALOS VERDES ST SAN PEDRO, CA 90733 -0151 STACY JONES 3101732 -3698 $ 14,924,382.68 Start Date: Apr 2001 Completion Date: Apr 2002 $ 8,667,994.56 Start Date: Dec 2000 Completion Date: Feb 2002 17, 385, 323.00 Start Date: 1999 Completion Date: 2001 $ 6,507,592.19 Start Date: Spet 2000 Completion Date: Aug 2001 $ 5,497,515.00 Start Date: Sept 1999 Completion Date: Apr 2001 Page 20 HAWTHORNS 'BOULEVARD 99 -07 BERTHS 302 -305 BACKLAND EXPANSION PHASE I IMPROVEMENTS OF CRENSHAW BOULEVARD SEASIDE AVE /NAVY WAY GRADE SEPARATION HACIENDA BLVD ROUTE 210 LOPEZ CANYON IMPERIAL HWY GRAND PLACE TOWER CHINATOWN REDEVELOPMENT CITRUS AVENUE MISSION ROAD IMPROVEMENTS CITY OF HAWTHORNE $ 939,959.25 4455 WEST 126TH STREET Start Date: June 2000 HAWTHORNE, CA 90250 Completion Date: Apr 2001 AKBAR FAROKHI 310/970 -7959 PORT OF LOS ANGELES 425 SOUTH PALOS VERDES SAN PEDRO, CA 90733 -0151 BRUCE E. SEATTON $ 7,332,935.00 Start Date: Sept 1999 Completion Date: Apr 2001 CITY OF INGLEWOOD ONE MANCHESTER BLVD INGLEWOOD, CA 90301 FIDEL BARAJAS 310/412 -5280 PORT OF LOS ANGELES 425 SOUTH PALOS VERDES ST SAN PEDRO, CA 90733 -0151 BRUCE E. SEATON 310/732 -3522 $ 3,219,355.90 Start Date: May 2008 Completion Date: Oct 1999 $ 36,828,428.90 COMPLETE JUNE 1997 C & C ENGINEERING $ 7,925,911.60 255 N. HACIENDA BLVD., #222 COMPLETE MAY 1996 CITY OF INDUSTRY, CA 91744 MR. JOHN D. BALLAS 818/333 -0336 STATE OF CALIFORNIA, CALTRANS $ 1,156,670.10 15705 ARROW HWY., #2 COMPLETE MAY 1994 IRWINDALE. CA 91706 MR. KENT MEHTA STATE OF CALIFORNIA, CALTRANS $ 1,998,424.04 17216 FIGUEROA COMPLETE MAR 1994 GARDENA, CA 90248 MR. KAL LAMBAZ 310/516 -4120 Turner Construction $ 480,000.00 601 W 5th Street COMPLETE OCT 1991 Los Angeles, CA 90071 CITY OF LOS ANGELES, C.R.A. $ 1,131,826.00 354 SOUTH SPRING ST #800 COMPLETE JUN 1991 LOS ANGELES, CA 90013 MR. JOHN BENZING 213/977 -2655 CITY OF COVINA $ 2,856,145.65 125 E. COLLEGE STREET COMPLETE JAN 1991 COVINA, CA 91723 MR. RICHARD MORALEZ 8181858 -7247 CITY OF LOS ANGELES, DPW ROOM 353, CITY HALL LOS ANGELES, CA 90012 MR. CARL MILLS 213/485 -2439 $ 915,383.50 COMPLETE NOV 1990 Page 21 213TH STREET DRAIN t A CO DEPT OF PUBLIC WORKS $ 556,946.00 STORM DRAIN 900 SOUTH FREMONT AVENUE COMPLETE DEC 1989 ALHAMBRA, CA 91702 -1331 KEITH LEHTO, LIAISON OFFICER 818/458 -5100 WALNUT SPRINGS L A CO DEPT OF PUBLIC WORKS $ 963,045.00 STORM DRAIN 900 SOUTH FREMONT AVENUE COMPLETE DEC 1989 ALHAMBRA, CA 91803 -1331 KEITH LEHTO, LIAISON OFFICER 818/458 -5100 REAR BERTHS CITY OF LA, HARBOR DEPARTMENT $ 2,511,871.00 A.P.L. EXPANSION P O BOX 151 COMPLETE OCT 1989 SAN PEDRO, CA 90733 -0151 CONSTRUCTION DIVISION 2131519 -3522 FIRST INTERSTATE TURNER CONSTRUCTION $ 755,500.00 WORLD CENTER 1055 WEST 7TH STREET, 18TH FLOC COMPLETE JUNE 1989 MR. THOMAS KOBYLENSKI LOS ANGELES, CA 90017 213/479 -4848 MR. JOHN GEDDES $ 914,172.00 1955 WORKMAN MILL ROAD 213/622 -0050 WHITTIER, CA 90607 INFRASTRUCTURE CITY OF LONG BEACH, DPW $ 3,943,464.45 IMPROVEMENT 333 WEST OCEAN BLVD COMPLETE APRIL 1989 LONG BEACH, CA 90802 MR. BOB HENDLER 310/426 -8020 8TH AND ALAMEDA SWINERTON & WALBERG $ 1,432,042.00 L A TIMES PROD 680 WILSHIRE PLACE, SUITE 300 COMPLETE MAR 1989 LOS ANGELES, CA 90005 213/388 -3900 DESOTO /DEVONSHIRE/SEPULVEDA CITY OF LOS ANGELES, DPW $ 2,335,080.20 200 N. SPRING ST., ROOM 908 COMPLETE MAR 1989 LOS ANGELES, CA 90012 213/989 -8946 TAXIWAY U RECONSTRUCTION CITY OF LOS ANGELES DEPT OF AIRPORTS 1 WORLD WAY LOS ANGELES, CA 90009 2131747 -5700 $ 3,830,306.04 COMPLETE FEB 1989 SANTA MONICA & SEPULVEDA ACCESS ROAD IMP TURNER CONSTRUCTION $ 865,000.00 445 SOUTH FIGUEROA STREET COMPLETE DEC 1988 LOS ANGELES, CA 90071 MR. THOMAS KOBYLENSKI 213/479 -4848 L A CO SANITATION $ 914,172.00 1955 WORKMAN MILL ROAD COMPLETE DEC 1988 WHITTIER, CA 90607 CHARLES, C. CARRY 213/699 -7411 Page 22 ROUTE 110 RAMP CALTRANS $ 1,395,315.30 MODIFICATIONS 17216 FIGUEROA COMPLETE MAY 1987 GARDENA, CA 90248 MR EARL FUKUMOTO LOS ANGELES PRODUCE MART BIRTCHER - PACIFIC $ 1,268,000.00 24051 CATARINA COMPLETE FEB 1986 LAGUNA NIGUEL, CA 92677 MR. ANDY YOUGOUIST 714/643 -0606 LANCASTER BLVD CITY OF LANCASTER $ 1,832,354.00 DOWNTOWN RENOVATION 44933 NORTH SPRING ST COMPLETE 04/1985 LANCASTER, CA 93534 805/945 -7811 LA CIENEGA BLVD CITY OF LOS ANGELES $ 1,075,172.00 AIRDROME TO DAVID 200 NORTH SPRING STREET COMPLETE AUG 1984 LOS ANGELES, CA 90012 MR. JIM TOMASULO 213/485 -3721 LONG BEACH DOWNTOWN CITY OF LONG BEACH $ 10,000,000.00 MASS TRANSIT PROJECT 333 WEST OCEAN BLVD COMPLETE JULY 1982 LONG BEACH, CA 90802 Page 23 BIDDER; GRIFFITH COMPANY NON - COLLUSION AFFIDAVIT 1� k BIDDER: GRIFFITH COMPANY NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. cY l -- Signat e o RYAN J AUKERMAN Typed or Printed Name VICE PRESIDENT /REGIONAL MA NAGER Title GRIFFITH COMPANY Bidder SEE ATTACHED NOTARY Subscribed and sworn before me This_ day of 20_ (Seal) Notary Public in and for the State of California My Commission Expires: CBF -10 CALIFORNIA JURAT WITH AFFIANT STATEMENT M See Attached Document (Notary to cross out lines 1 -6 below) nSee Statement Below (Lines 1 -5 to be completed only by document signer(s], not Notary) 3 4 5 6 �� --------------------------------------------------- Signature of Document Signer No 1 Signature of Document Signer No. 2 (if any) State of California County of Los SHEENA C. TRIPP Commission # 1977985 Notary Public - California Z Z z Los Angeles County M Comm. Ex Ires Apr 1.2016 Place Notary Seal Above Subscribed and sworn to (or affirmed) before me on this 6th day of May 1 20 13 by �e Year (1) Ryan J Aukerman proved to me on the basis of satisfactory evidence to be the person who appeared before me (and (2) Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me.) y�(� Signature OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent Sheena C. Tripp, Notary Public fraudulent removal and reattachment of this form to another Top of thumb here Top of thumb here Further Description of Any Attached Document Title or Type of Document: City of Rosemead Hellman /San Gabriel Intersection Document Date: Number of Pages # Signer(s) Other Than Named Above: NONE © 20W National Notary As5d13ialion - 93W De Soto Ave. P.O. Box 2402 Chatsworth, CA 91313 -2402 - vmw NedonelNotary erg "'iiom #5910 Reortler: Call Tall -Free 1-800 -;ZZ 7 CITY OF ROSEMEAD HELLMAN /SAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT P) f � R �A ;• If �� �}�C37 rr The Bidder shall list the name and address of each subcontractor to whom the Bidder proposes to subcontract portions of the work, as required by the provisions in Section 2 -1.01, "General,' of the special provisions. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder GRIFFITH COMPANY proposed subcontractor hereby certifies that he has X , has not _, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable tilling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60- 1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60 -1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60- 13(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of tabor. Q / / , J AUKERMAN VICE PRESIDENT /REGIONAL MANAGER EEOC -1 CITY OF ROSEMEAD HELLMANISAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT Noncollusion Affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the City of Rosemead, Los Angeles County DEPARTMENT OF PUBLIC WORKS. In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Noncollusion Affidavit is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. VICE PRESIDENT /REGIONAL MANAGER — NA -1 CITY OF ROSEMEAD HELLMAN /SAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he /she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgement rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. NONE Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Certification. DSCA CITY OF ROSEMEAD HELLMAN /SAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT DISCLOSURE OF LOBBYING ACTIVITIES 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: A A R rnntrarf� a. bid /nflerlamnliralinn ❑ a, initial b. grant b. initial award b. material change c. cooperative agreement c. post -award d. loan For Material Change Only: e. loan guarantee year_ quarter f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 Is Subawardee, Enter Name and Address of Prime: 0 Prime EJ Subawardee Tier , if known GRIFFITH COMPANY 12200 BLOOMFIELD AVENUE SANTA FE SPRINGS CA 90670 Congressional District, if known Congressional District, if known 6. Federal DepartmentfAgency: T. Federal Program NamelDescription: B. Federal Action Number, if known: CFDA Number, if applicable 9. Award Amount, if known: 10. a. Name and Address of Lobby Entity (If Individual, last name, first name, MI) b. Individuals Performing Services (including address if different from No. 10a) Qast name, first name, MI) (attach Continuafion Sheet(s) if necessary) 11. Amount of Payment (check all that apply) 13. Type of Payment (check all that apply) $ actual planned a. retainer b. one -lime fee 12. Form of Payment (check all that apply): c. commission B a. cash d. contingent fee b. in -kind; specify: nature a deferred value f. other, specify 14. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11: NONE (attach Continuation Sheet(s) If necessary) 15. Continuation Sheets) attached: Yes 11 No 16. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of Signature: lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is print Name: RYANQ J ALYKERMAN required pursuant to 31 U.S.C. 1352. This mronnalion will be reported to Congress semiannually and will be Title: V . P . /REGIONAL MANAGER available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil 562 - 929 -1128 5/6/13 penalty of not less than $10,000 and not more than Telephone No.: Date: $100,000 for each such failure. Federal Use Only: Authorized for Local Reproduction Standard Form - LLL INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure torn shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the Initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The riling of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress In connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3_ Identify the appropriate classification of this report If Ibis is a follow -up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks'Subawardee" then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in hem 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application /proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP- DE -90- 001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award /loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity Identified in _ item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle initial (MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity notjust time spent in actual contact with Federal ofcials. Identify the Federal officer(s) oremployee(s) contacted or the officers) employee(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached - 16. The certifying official shall sign and date the forth, print his/her name title and telephone number. Public reporting burden for this collection of Information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348 - 0048), Washington, D.C. 20503. SF- LLL - Instructions Rev. 06414- 90aENDIFs cv c- rr, ,"p) rk: 3050 E Birch Street Brea, CA 92821 17141 9845500 Fax 17 141 8549754 C ±:412. � i'lcrza. 1128 Cauier Parkway Ave Bakersfield, CA 93308 16611 392 -6640 Fax 16671 393 -9525 Sourea, u.om 12200 81oemfield Ave Santa Fe Springs, CA 90670 15621 929 -1120 Fax 15621 OM -8970 3050 E Birch Street Brea, CA 92021 (7141 984 -5500 Fax 17141 8.54 -0227 ({Tfv CP!iv�tC)l fJil (Ji4'Iti!i? "i 3050 E Birch Street Broa, CA 92821 17141984-5500 Fax 17141 0540226 ,C..LVUpr:: ?rvr CJivi:.cra 12200 81anm8ald Ave. Santa F. Spring, CA 90670 15621 929 -1128 Fax [5621863-3488 122x0 Oloo nh Id Ave Santa Fe Spr n4 . CA 906m 15621 9291128 Fax 15621 864 -8970 www.griflilhrnm_ p arry ne t_ .. Contractors \j R License A88 GRIFFITH COMPANY LICENSE CERTIFICATE I certify under penalty of perjury under the laws of the State of California that the foregoing Is true and correct. sa State Contracto Lic ense No. Ryan J Au rman VP /Regional Manager $1312 CI C 3111 0f813 + cONIRACTORS STATE LIGJENSE aOMO ( ACTIVE fi $$ CORP r_... GRIFFITH COMPANY A B C-B C12 C27 HAZ 09/30/2014 w .cslb ca.gov Griffith Company is an equal opportunity employer. GRIFFITH COMPANY ctaxxoma 3050 E Bich Street Brea, CA 92821 1 984 -5500 Fax 1 8549754 TO MEMORANDUM ALL GRIFFITH COMPANY EMPLOYEES Cemxm Rict,cw FROM: GRIFFITH COMPANY BOARD OF DIRECTORS 1128 Cattier P Are GORDON M CSUTAK SECRETARY Bake afield, 9330 U "30 8 1 16611 3926640 F. 16611 39J -9525 DATE: APRIL 2, 2012 Suer »tug SUBJECT: GRIFFITII COMPANY BOARD OF DIRECTORS IS FLEASED TO ANNOUNCE 12280 6leemheld A.<- ELECTION OF THE FOLLOWING OFFICERS FOR THE ENSUING YEAR: San,. Fe Spfinga. CA 90610 15621 929 -1120 Fax 15621 8648970 THOMAS L. Foss: 5mucrfam o"'p. 3050 E- Birch Street Brea, CA 92821 17141984 5SM JAmE R. ANGUS: Fax 17141 854-0117 V:at6a0aewwo Drv0a0a DANIEL A. MCGREW 1150 E Birch Street Orea, CA 92821 17141 984 -5580 Fa 171¢1 854.0226 GORDON M. CSUTAK: Lusrrara vm,r i 12200 Blnmolidd Are Santa Fe Sp.nga. CA 90670 15621 929 -1128 Fax 15621 863 -3488 GARY A. HYLES: C�me 12200 Blanmheld Ave MARY MCGEE: Santa Fe Spnngs, CA 90670 15621 929 -1128 Fan 15621 8648970 - w .puffilhce %net 9 Cunvact Li ens¢ fa Y88 PRESIDENT AND CHIEF EXECUTIVE OFFICER EXECUTIVE VICE - PRESIDENT VICE- PRESIDENT. BUSINESS DEVELOPMENT VICE PRESIDENT TREASURER AND CHIEF FINANCIAL OFFICER SECRETARY ASSISTANT SECRETARY ASSISTANT SECRETARY Gdit Cw Wany l8 an equal oppodundy amplayerandan enp0byre9 -a ied owWny, G R I F F I T H COMPANY cn " "qA'P P "`= MEMORANDUM 3050 E even So,-e, THAT ANY ONE OR MORE OF THE FOLLOWING ARE APPOINTED AS nza CA 92021 CHIEF ESTIMATOR j7141 9811 -550'0 AUTHORIZED SIGNERS AND HEREBY AUTHORIZED TO EXECUTE AND Fan 710, BS4.9 154 TO: ALL GRIFFITH COMPANY EMPLOYEES .:c "cr FROM: GRIFFITH COMPANY BOARD OF DIRECTORS 420 ca „1 a A•.a CA A 933 93700 GORDON M. CSUTAK, SECRETARY Bake.;Selc, 166'. 192 -6640 5' ;6611 3939528 DATE: JANUARY 21, 201 ooTM ^% Rmw"A SUBJECT: GRIFFITH COMPANY BOARD OF DIRECTORS IS PLEASED TO ANNOUNCE 122DO 8 1 . ce , f erld Ave THAT ANY ONE OR MORE OF THE FOLLOWING ARE APPOINTED AS 're 5114;11 Spn „, CA 40671 CHIEF ESTIMATOR 15621 929.11211 AUTHORIZED SIGNERS AND HEREBY AUTHORIZED TO EXECUTE AND Fa. 15621 064.8920 DELIVER IN THE NAME OF AND BEHALF OF THIS CORPORATION ANY AND ALL BIDS, AUTHORIZATIONS, CONTRACTS, CERTIFICATIONS, 59a.4c :n:3rv DECLARATIONS AND RELEASES, INCLUDING: BID BONDS, LABOR AND 3050 E Bach S1,ere MATERIAL BONDS, PERFORMANCE BONDS AND STOP NOTICE BONDS. Brea. CA 92821 1]1.11 984 -5500 - Far 17 141 85 5anm Fe Sprmus. CA 90670 RYAN J. AUKERMAN VICE PRESIDENT / REGIONAL MANAGER Iiti GdlilattOwV£ DtY1810N RONALD B. PIERCE 3050 E Birch street RICHARD S. CARLSON DIVISION MANAGER Bre 92821 ASSISTANT DIVISION MANAGER 17141 984.5..500 Fa, 17141 0540226 JASON R. DENNIS DIVISION MANAGER LA j,o , Vw ,: r, DAVID A. DIAZ VICE PRESIDENT / FIELD OPERATIONS MANAGER 122(k] eloa,•.Wid Ave Santa re S,er,s CA 90670 W.F. GRAUTEN CHIEF ESTIMATOR 1562 , 929.1128 -ax 15621 863 -3488 A.J. JEZOWSKI DIVISION MANAGER Gc;rd; :i ?trx iJn;sw :< 12200 A— DONALD R. PETERSON DIVISION MANAGER 5anm Fe Sprmus. CA 90670 1562 929 -1 qe Fa. 1562] 864 -8970 RONALD B. PIERCE GENERAL COUNSEL 9rd :nna;;n.pa� °n0 MAC A. TARROSA ASSISTANT DIVISION MANAGER Conl,arto” tee -= LUCAS J. WALKER REGIONAL MANAGER GnPo7h Company 1s an equal opportunity employer and an emoyee -owned company. PROPOSED RESOLUTION AUTHORIZED SIGNERS OF THE CORPORATION BE IT RESOLVED, THAT ANY ONE OR MORE OF THE OFFICERS OF THIS CORPORATION ARE HEREBY AUTHORIZED TO EXECUTE AND DELIVER IN THE NAME OF THIS CORPORATION ANY AND ALL BIDS, AUTHORIZATIONS, CONTRACTS, NOTES, DEEDS, BONDS, STOCKS, DECLARATIONS, RELEASES AND AGREEMENTS OF ANY NATURE OR SORT WHATEVER. FURTHER RESOLVED, THAT ANY ONE OR MORE OF THE FOLLOWING ARE APPOINTED AS AUTHORIZED SIGNERS AND HEREBY AUTHORIZED TO EXECUTE AND DELIVER IN THE NAME OF AND BEHALF OF THIS CORPORATION ANY AND ALL BIDS, AUTHORIZATIONS, CONTRACTS, CERTIFICATIONS, DECLARATIONS AND RELEASES, INCLUDING: BID BONDS, LABOR AND MATERIAL BONDS, PERFORMANCE BONDS AND STOP NOTICE BONDS. REGIONAL MANAGERS, DIVISION MANAGERS, ASSISTANT REGIONAL MANAGERS, ASSISTANT DIVISION MANAGERS, CHIEF ESTIMATOR, GENERAL COUNSEL. FURTHER RESOLVED, THAT ANY AND ALL PERSONS, FIRMS, CORPORATIONS, AND OTHER ENTITIES SHALL BE ENTITLED TO RELY ON THE AUTHORITY OF ANY ONE OR MORE OF THE OFFICERS OR AUTHORI'f130 SIGNERS NAMED TO HIND THIS CORPORATION BY Till EXECIl1'ION AND DELIVERY OF ANY OF THE DOCUMENTS OR PAPERS SET FORTH HEREINABOVE. FUICI'IIER RESOLVED, THAT THE AUTHORITY CRANED HEREBY SHALL NOT BE MODIFIED OR REVOKED EXCEPT BY A RESOLUTION TO THAT EFFECT PASSED BY THE BOARD OF DIRECTORS OF THIS CORPORATION, FURTHER RESOLVED, THAT ANY AND ALI, AUTHORIZATION HERETOFORE GRANTED BY THIS CORPORATION TO ANY OFFICERS OR AUTHORIZED SIGNERS OTHER THAN THOSE NAMED, TO PERFORM ACTS IN THE NAME OF AND ON BEHALF OF THIS CORPORATION SIMILAR TO THE ACTS AUTHORIZED ABOVE, BE AND THEY ARE HEREBY REVOKED, RESCINDED AND ANNULLED. IN WITNESS WHEREOF, THE UNDERSIGNED HAS HEREUNTO SET HIS HAND AND AFFIXED THE SEAL OF GRIFFITH COMPANY THIS 2 ND DAY OF APRIL 2012. 2 1 f . l (iUrdInn M. Csumk, Vice PxesidenUSecretary /CFO All sI: dames D. Wahac Chair it fthe Board EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION UNDER EXECUTIVE ORDER 1246 Effective January 10, 1964, Griffith Company developed an affirmative action plan for equal employment opportunity. On April 11, 1978, this plan was revised and amplified. In January, 1985, this plan was updated to meet the additional requirement of the Century Freeway (I -105). In March, 1987, this plan was revised and amplified. The February 7, 1992 revision was a restatement of said program, including additional requirements of the Century Freeway, In January, 2005, this plan was updated with the current EEO Officer information. In January 2008, this plan was updated with the current President information. In January 2011, this plan was updated with the current President and CEO information. Statement of nolicv In order to provide equal employment opportunities to all qualified persons without regard to race, color, religion, sex, national origin, or disability, this company agrees to do the following: (1) recruit, hire, train, and promote persons in all job titles, without regard to race, color, religion, sex, national origin, or disability, (2) base decisions on employment so as to finther the principle of equal employment opportunity, (3) ensure that promotion decisions are in accord with principles of equal employment opportunity by imposing only valid requirements for promotional opportunities, (4) ensure that all personnel actions, including but not limited to compensation, benefits, transfers, lay -ol1s, return from layoffs, company sponsored training, education, tuition assistance, social and recreational programs, will be administered without regard to race, color, religion, sex, national origin, or disability. Responsibility for the Progm Thomas L. Foss, President and CEO, will personally oversee the program and will appoint Gordon M. Cautak as the Equal Employment Opportunity Officer (hereinafter referred to as the EEO Officer) to terry out the program. The EEO Officer is hereby given full authority to carry out the program and is given the responsibility and authority to: I. Develop policy statements and internal and external communication procedures. 2. Assist line management in collecting and analyzing employment data, identifying problem areas, setting goals and timetables and developing programs to achieve goals. Such programs shall include specific remedies to eliminate any discriminatory practices discovered in the employment system 3. Design, implement and monitor internal audit and reporting systems to measure program effectiveness and to determine where progress has been made and where further action is needed and, if necessary, to assure that such action is taken. 4. Report, at least quarterly, to Thomas L. Foss on the progress of each unit in relation to company goals. 5. Serve as Raison between the company, government regulatory agencies, minority and female's organizations and other community groups. 6. Assure that current legal information affecting affirmative action is disseminated to responsible officials. Dissemination of nolicv 1. Internal Dissemination of Policv In order to disseminate the EEO Policy to all members of the company staff who are authorized to hire, supervise, promote and discharge employees, or who recommend such action, the company will take the following steps: (a) Include the policy in the company's policy manual; (b) Publicize the policy in company newspapers, magazines, annual reports, and other available media devices; (c) Conduct special meetings with executive, management, and supervisory personnel to explain the intent of the policy and individual responsibility for effective implementation, making clear the chief executive officer's attitude with respect to affirmative action obligations; (d) Schedule special meetings with all other employees to discuss policy and explain individual employee responsibilities; (e) Discuss the policy thoroughly in both employee orientation and management training programs; (t) Meet with union officials as appropriate to inform them of the policy, and to request their cooperation, (g) Include non- discrimination clauses in any union agreements, and review all contractual provisions to ensure they are non-discriminatory; (h) Publish articles in company publications covering EEO programs, progress reports, promotions, etc., for minority and female employees; 2 (i) Post policy on the company bulletin boards; 0) Ensure that employees featured in product or consumer advertising, employee handbooks or similar publications include both minority and non minority males and females; (k) Inform employees of the existence of the company's affirmative action policy and enable employees to avail themselves of its benefits; (1) Maintain a working environment free of harassment, intimidation, and coercion at all sites and in all facilities at which Griffith Company employees are assigned to work. Griffith Company shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the Griffith Company's obligation to maintain such a working environment, with specific attention to minorities or females working at such sites or in such facilities. 2. External Dissemination of Policy In order to make the company's Equal Employment Opportunity Policy known to all employees, prospective employees, and potential sources of employees, such as schools, employment agencies, labor unions, and college placement offices, the company will take the following action: (a) Inform all recruitment sources verbally and in writing of the company policy, stipulating that these sources actively recruit and refer minorities and females for all positions listed; (b) Incorporate the equal opportunity clause in all purchase orders, leases, and contracts covered by Executive Order 11246, as amended, and its implementing regulations; (c) Notify minority and female organizations, community agencies, community leaders, secondary schools, and colleges of the company policy, preferably in writing; (d) Inform prospective employees of the existence of the company's affirmative action policy and enable such prospective employees to avail themselves of its benefits; (a) Ensure that employees pictured in consumer or help wanted advertising include both minority and non - minority males and females; (1) Send written notification of the company policies to all subcontractors, vendors, and suppliers with requests for appropriate action on their part. Sexual Harassment - Definition and Policy It is the policy of Griffith Company to maintain a work place free of sexual harassment, intimidation and coercion. All allegations of sexual harassment will be fully reviewed. Disciplinary action will be taken against any employee found to have sexually harassed another employee. Sexual harassment is defined as, but not limited to: Any repeated or unwarranted verbal, visual or physical sexual action, sexually explicit derogatory statement or remark of a sexual nature made by someone in the work place which can be reasonably determined by the recipient and the person(s) reviewing the complaint to be offensive or objectionable or which may cause the recipient or anyone in the immediate area discomfort or humiliation. The company will investigate all complaints of alleged sexual harassment in connection with its obligations under its contracts, will attempt to resolve such complaints, and will take appropriate corrective action. If the investigation indicates that the sexual harassment may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the company will inform the complainant of its finding and of all avenues of appeal within thirty (30) days of receiving the complaint. To minimize the occurrence of sexual harassment in the work place, and to ensure that all employees understand that such actions will not be tolerated, managers and supervisors shall distribute the policy to every employee and periodically reinforce the importance of compliance. Utilization of Minorities and Females The company will make a good faith effort to meet the designated goals set for the by the Office of Federal Contract Compliance Programs for utilizing minorities and females in the various crafts on all construction jobs during the time this contractor has a federally- assisted or direct federal construction contract. Recruitment 1. When advertising for employees, the company will include in all advertisements for employees the notation: "An Equal Opportunity Employer ". The company will insert advertisements in newspapers or other publications having a large circulation among minority and female groups in the area from which the company's workforce would normally be derived. 2. The company will conduct systematic and direct recruitment through public and Private employee referral sources likely to yield qualified minority group applicants, including, but not limited to, state employment agencies, schools, colleges slid minority group organizations. To meet these requirements, the company will, through the EEO Officer, Identify sources of potential minority and female group employees and establish procedures whereby applicants may be referred to the company for employment consideration. 4 3. The company will encourage its present employees to refer minority and female group applicants for employment by pasting appropriate notices or bulletins in areas accessible to all such employees. Personnel Actions Wages, working conditions, and employee benefits shall be established and administered, and personnel action of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, leave of absence, and teninination, will be taken without regard to race, color, religion, sex, national origin or disability. The following procedures will be followed: 1. Periodic inspections of project sites will be conducted to ensure that working conditions and employee facilities do not allow discriminatory treatment of project site personnel. 2. The spread of wages paid within each classification will be periodically evaluated to determine any evidence of discriminatory wage practices. 3. The company will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the company will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. 4. The company will investigate all complaints of alleged discrimination in connection with its obligations under its contracts, will attempt to resolve such complaints, and will take appropriate corrective action. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall Include such other persons. Upon completion of each investigation, the company will inform the complainant of its finding and of all avenues of appeal within thirty (30) days of receiving the complaint. Training and Promotlo 1. The company will assist in locating, qualifying and increasing the skills of minority and female employees and applicants for employment. 2. Consistent with its requirements and as permissible under Federal and State regulations, the company will make full use of training programs, such as pre - apprenticeship, apprenticeship, or on- the -job training programs, for the geographical area of contract performance. 3. To the extent possible, the company will advise employees and applicants for employment of available training programs and entrance requirements for such programs, 4. The company will periodically review the training and promoting potential of minority and female employees and will encourage eligible employees to apply for such training and promotion. Unions The company will use its best efforts to obtain the cooperation of any unions with which it has collective bargaining relationships to increase minority and female opportunities within the unions, and to effect referrals of minority and female employees by such unions. 1. The company will cooperate with unions, as appropriate, to develop joint training programs aimed at qualifying more minority and female employees for membership in the unions and increasing the skills of minority and female employees so that they may have the opportunity to qualify for higher paying employment. 2. The company will encourage the incorporation of an equal employment opportunity clause into any union agreements stating that such unions will be bound contractually to refer applicants without regard to race, color, religion, sex, national origin, or disability. 3• In the event a union is unable to refer minority and female applicants as requested by the company within the time limit set forth in a union agreement, the company will, through its own recruitment procedures, fill the employment vacancies without regard to race, color, religion, sex, national origin, or disability, making every effort to obtain qualified female employees. 4. The company will provide immediate written notification to the Director when a union with which it has a collective bargaining agreement fails to refer a minority or female, or when the company has other Information that the union referral process is impeding its efforts to meet its obligations. Subcontractine 1. When required by federal contract the company will use its best effort to utilize minority group subcontractors, suppliers and vendors. The company, however, reserves the right to determine if the firm is a bona fide Minority Business Enterprise. 2. The company will use Its best effort to assure subcontractor compliance with equal employment opportunity obligations through monitoring and enforcement of "Section 21 -Recourse by Contractor" and "Section 22 - Indemnity Clause for Equal Employment Opportunity Violations" contained in Griffith Company's construction subcontract. Records and Reports 1. The company will keep such records as are necessary to determine compliance with its equal employment opportunity obligations. The records kept by the company will be designed to indicate; 0 (a) The number of minority, non - minority and female group member employees in each work classification. (b) The progress and efforts being made (in cooperation with unions, if appropriate) to increase protected group employment opportunities. (c) The progress and efforts being made in locating, hiring, training, qualifying and upgrading protected group employees. (d) The progress and efforts being made in securing the services of minority group subcontractors. 2. All such records will be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the State and federal governments. The company reserves the right to require these representatives to show proper credentials. 3. The company will submit all reports required by Executive Order 11246 and appropriate state and federai agencies, and will permit access to its books, records, and accounts by the appropriate governmental agencies 'and the Secretary of Labor for purposes of investigation to ascertain compliance with the rules, regulations and orders of the Secretary of Labor promulgated pursuant to Executive Order 11246. Other Work The company agrees that it will be bound by the Equal Opportunity Clause required by Executive Order 11246 with respect to its own employment practices when it participates in nonfederal construction work during which time it also has a federally - assisted or direct federal contract. Assistance in Compliance The company agrees it will assist and cooperate actively with the appropriate governmental agencies and the Secretary of Labor In obtaining the compliance of contractors and subcontractors with the Equal Opportunity Clause and the tulcs, regulations, and relevant orders of the Secretary of Labor. The company will furnish such information as may be required for the supervision of such compliance. —N9 egreeatcd F cili lY All employee facilities provided by the company shall be non - segregated. These include, but are not limited to, rest areas, parking lots, drinking fountains, and all other such common facilities. Toilets and necessary changing facilities will offer privacy to bath males and females. Lost -Award Comrli n It is understood that the OCCCP may review the company's employment pracUces as well as those of any subcontractors the company has employed during the performance of a federally- assisted or direct federal contract. If the goals for the employment of minorities and females set by the OFCCP are not being met, the company shall still be given an opportunity to demonstrate that it has made every good faith effort to meet its commitment. For the purpose of this policy statement, the term "minority" means Black, Hispanic, Asian and Pacific Islander, American Indian and Alaskan Native. For the purpose of this policy statement, a bona tide Minority Business Enterprise is a business, firm, or corporation which is at least fifty one percent (51 %) owned and operated by a minority person or persons. The purpose of the company's commitment to specific goals for the utilization of minority and/or female employees is to meat the affirmative action obligations under the Equal Opportunity Clause of a federal or federally-assisted contract. TMs commitment Is not intended and shall not be used to discriminate against any qualified applicant or employee, Rxfiwal to [teal tvtth l7ehnrrr + - v er ��1ai61e Contractors or Subcontraetors The company agrees that It will rofrain ftattt entering Into any contract or contract modifications subject to Executive Order 1 f246 with a contractor or subcontractor debarred form or who has not demonstrated eligibility for direct federal or federally - assisted construction contracts pursuant to Executive Order 11246. GriMth Company will use its best effort to meet the goals set forth in the contract specifications. Complaints of noncompliance and grievances are to be directed to the attention of the company's designated Equal Opportunity Officer: Gordon M. Csutak Griffith Company 3050 E. Birch 3t. Brea, CA 92821 (714) 984 -5500 Thomas L. Foss, President/CEO Gdfli Company Company Name Taauary 2.2011 Date