Loading...
HomeMy WebLinkAbout07 - Doty Bros On-Call Emergency Underground Utility RepairsCITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 7 September 12, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Utilities Department Pete Antista, Utilities Director 949 - 718 -3400 or pantista @city.newport- beach.ca.us SUBJECT: PROFESSIONAL SERVICES AGREEMENT WITH DOTY BROS. CONSTRUCTION COMPANY FOR ON -CALL EMERGENCY UNDERGROUND UTILITY REPAIRS ISSUES: Should the City execute a Professional Services Agreement with Doty Bros. Construction Company for on -call emergency underground utility repairs? RECOMMENDATION: Authorize the Mayor to approve an agreement with Doty Bros. Construction Company for emergency underground utility repairs on an on -call basis. DISCUSSION: A request for qualifications for on -call services was requested of Doty Bros. Construction Company (Doty Bros.). Due to the nature of an emergency requiring immediate repair work, staff is recommending approval of an on -call agreement with Doty Bros. to provide "as needed" emergency underground repair services. Services will be performed and billed on a time and materials basis, based on the rate sheet shown as Exhibit B. This agreement will formalize on -call emergency services with Doty Bros. and lock in prices through June 30, 2007. Doty Bros. is primarily a pipeline contractor, with its expertise in four distinct divisions as follows: Water and Wastewater, Electrical /Underground (dry utilities), Oil /Gas and Electrical Instrumentation and Controls; the latter primarily performing work on water treatment plants and power plants. Emergency Underground Utility Repairs Approval of On -Call Professional Service Agreement September 12, 2006 Page 2 Environmental Review: This action requires no environmental review, as it is not a project pursuant to CEQA. Funding Availability: Funds for emergency repairs are available as follows: Water — 5500 -8160 & 7501C- 5500074 Wastewater — 5600 -8160 & 7531 05600292 Expenditures more than $30,000 for an individual repair project will require a separate City Council action in accordance with Policy F -14. Prepared by: Cindy As r Administrative Manager Submitted by: RAJ Pete Antista Utilities Director Attachments: On -Call Professional Services Agreement a PROFESSIONAL SERVICES AGREEMENT WITH DOTY BROS. CONSTRUCTION COMPANY FOR ON -CALL EMERGENCY UNDERGROUND UTILITY REPAIRS THIS AGREEMENT is made and entered into as of this 12th day of September, 2006, by and between the CITY OF NEWPORT BEACH, a municipal corporation ( "City "), and DOTY BROS. CONSTRUCTION COMPANY, a California corporation whose address is 11232 E. Firestone Blvd., Norwalk, California, 90650 ( "Contractor"), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has a need for on -call assistance for emergency underground utilities services in regards to City infrastructure. C. City desires to engage Contractor to perform on -call emergency underground utilities services in various locations and for various City infrastructure. D. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Contractor for purposes of Project, shall be Dick Freidman. F. City has solicited and received a proposal from Contractor, has reviewed the previous experience and evaluated the expertise of Contractor, and desires to retain Contractor to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned Parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 30th day of June, 2007, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Contractor shall provide "On -Call" emergency underground utilities services as described in the Statement of Qualifications attached as Exhibit "A." Upon verbal or written request from the Project Administrator, Contractor shall provide 3 a letter proposal for services requested by the City (hereinafter referred to as the "Leiter Proposal "). The Letter Proposal shall include the following: (a) A detailed description of the services to be provided; (b) The position of each person to be assigned to perform the services, and the name of the individuals to be assigned, if available; (c) The estimated number of hours and cost to complete the services; (d) The time needed to finish the project. No services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and the services shall be performed to completion in a diligent and timely manner. The failure by Contractor to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each parry hereby agrees to provide notice to the other parry so that all delays can be addressed. 3.1 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.2 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONSULTANT City shall pay Contractor for the services on a time and expense not -to- exceed basis, in accordance with the provisions of this Section and the Schedule of Billing rates attached hereto as Exhibit "B° and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without the prior written approval of the City. Contractor's compensation for services performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed the fees identified in the Letter Proposal, as approved by the Utilities Department. Any Letter Proposal that sets forth fees in excess of Thirty Thousand Dollars and No Cents ($30,000.00) shall require a separate Professional Service Agreement approved by City Council per Council Policy F -14. 4 W 4.1 Contractor shall submit monthly invoices to City describing the work performed the preceding month. Contractor's bills shall include the name of the person and /or classification of employee who performed the work, a brief description of the services performed and /or the specific task in the letter proposal to which it relates, the date the ,services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Contractor only for those costs or expenses specifically approved in the Letter Proposal. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Contractor. A. The actual costs of subcontractors for performance of any of the services that Contractor agrees to render pursuant to this Agreement and the Letter Proposal, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and /or other costs and /or payments specfcally authorized in advance in writing and incurred by Contractor in the performance of this Agreement. 4.3 Contractor shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Letter Proposal and which the parties did not reasonably anticipate would be necessary. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates set forth in Exhibit B. 5. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated [Insert Contact Name] to be its Project Manager. Contractor shall not .remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. 5 Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Utilities Department. Pete Antista shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Contractor in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Contractor, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Contractor will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Contractor and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8.2 Contractor represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Contractor to practice its profession. Contractor further represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. Ic A 8.3 Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Contractor's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties ") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, Without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and /or design defects [if the design originated with Contractor]) or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and /or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attomey's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Contractor. 10. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents; to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the services. 7 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. 12. CITY POLICY Contractor shall discuss and review all matters relating to policy and project direction with City's Project Administrator In advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work. Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates . of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 0 D. Coverage Requirements. 1. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his. or her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. 2. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than Two Million Dollars ($2,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. 3. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than One Million Dollars ($1,000,000) combined single limit for each occurrence. 4. Professional Errors and Omissions Insurance. Contractor shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of One Million Dollars ($1,000,000). D. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. R ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self - insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) days written notice has been received by City. A. 77mely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Agreement. B. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnershlp or joint- venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty-five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 16. SUBCONTRACTING 10 The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Contractor. Assignments of any or all rights, duties or obligations of the Contractor under this Agreement will be permitted only with the express written consent of City. Contractor shall not subcontract any portion of the work to be performed under this Agreement without the written authorization of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon written request. Documents, including drawings and specifications, prepared by Contractor pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Contractor will be at City s sole risk and without liability to Contractor. Further, any and all liability arising out of changes made to Contractor's deliverables under this Agreement by City or persons other than Contractor is waived against Contractor and. City assumes full responsibility for such changes unless City has given Contractor prior notice and has received from Contractor written consent for such changes. 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Contractor shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CARD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Contractor. By acceptance of CADD data, City agrees to indemnify Contractor for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by City in "Awg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file for City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes the release of information. 20. INTELLECTUAL PROPERTY INDEMNITY The Contractor shall defend and indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Contractor's drawings and specifications provided under this Agreement. 21. RECORDS Contractor shall keep records and invoices in connection with the work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to .Contractor to this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records during. regular business hours. Contractor shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 22. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 23. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Contractor which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Contractor, the additional design, construction and /or restoration expense shall be bome by Contractor. Nothing in this paragraph is intended to limit City's rights under any other sections_ of this Agreement. 24. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS •^ 1.11 City reserves the right to employ other Contractors in connection with the Project. 25. CONFLICTS OF INTEREST The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City.. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 26. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Utilities Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92658 -8915 Phone: 949 -644 -3011 Fax: 949 -646 -5204 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: [Insert Name of Consultant] [Insert Address] [City and Zip Code] Phone: Fax: 27. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar 13 days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provision, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractorfor services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. .28. COMPLIANCE WITH ALL LAWS Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Contractor shall conform to applicable City, county, state and federal laws, regulations and permit requirements and be subject to approval of the Project Administrator and City. 29. WAIVER A waiver by either parry of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 30. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the Parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 31. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 32. AMENDMENTS 14 This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 33. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 34. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 35. EQUAL OPPORTUNITY EMPLOYMENT Contractor represents that it is .an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. 36. . INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 15 •A IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By:_ ,, ( - t", Aaron .Harp, Assistant City Attorney for the City of Newport Beach ATTEST: By: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH A Municipal Corporation Don Webb Mayor for the City of Newport Beach CONSULTANT: LIM (Corporate Officer) Title: Print Name: By: (Financial Officer) Title: Print Name: Attachments: Exhibit A — Statement of Qualifications Exhibit B — Schedule of Billing Rates F:luserslcatlsh ared\AglOn- Ca111Tem plate. doe 1d Ib From: DOTY S. Construction Company CA Uc #273024 August 14, 2006 FAX COMMUNICATION: 949.646.5204, 25 pages City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 Attention: Cindy Asher Reference: Request for Information Dear Ms. Asher. 08/14/2006 16:14 #M P.001 /023 Ossff IK Please forgive the delay in my submission of information to you. I hope that the information and documents that I am submitting will provide you with the information that you are seeking regarding our company. Of course, should you have any questions or require further information please do not hesitate to call our office. Doty Bros. Equipment Co. ("DBEC "} is a g9rieral cantra ctoy. a dhas bepn:in business for over 70 years•- DBEC has current active California contractor's licenses as follows, A- General En&wdng, C- 10 Electrical, C-12 Earthwork and Paving, C-16Fire Protection and C42 Sanitation Systems. We also . maintain current active licenses in the State of Arizona as follows, A- General Engineering, Ll l- CommPMial Electrical and L16 Fire Protection. DBEC is primarily a pipeline contractor,. wrW.its �. represet�. iQ hXF distinct divisions as fYriiows: Water and:.Was6egvatisr, Elecdrbaa {Tmder.�au> &fflry` �tdd ; ±��ttd ie oti7cai hiurumentation and Controls; the later primarily performing work on water treatment plants and power plants. Our Division Managers individually bring industry knowledge, specialty experience and training, forming the firm foundation of our company's strength, Collectively, they bring their expertise with decades of solid professional relationships in each of their respective specialties with customers, subcontractors and material suppliers to DBEC. Stich knowledge and relationships are key to building the foundation of cooperation and teamwork that it takes in order to successfully bring a project to a timely and profitable completion. DBEC performs approximately 65M in revenue annually. Its customer base is broad and encompasses customers ranging from smaII, time and materials jobs for a broad scope of customers (work in the $5,000 - $50,000 range), to large negotiated lump sum contracts and public works bid jobs ranging customer from $50,000 to $10,000,000 and up. Oar base is inclusive of some Fortune 500 companies, and includes publicly held companies as well as private industry. We are an approved contractor for Southern California Edison as well as Southern California Gas Company (Sempra) and its affiliated companies. We support our customers as a general contractor, as well as bringing specialized support to projeotsas a subcontractor for many of Southern California's large established general contractors. The list of our blanket contract customers and project specific projects by division, attached, will serve to display some of our successful jobs and relationships and should provide you with a substantial overview of our abilities. 17 r r��o tt t;:..v..«,...en1..a 'KT- .. 11, ! A enter ut,_..e. /<CO\ oee eree a..�. kern ate tncn ...,.....as.a.... -.._— From: City of Newport Beach Attu: Cindy Asher August 14, 2606 Page 2 of 2 08/14/2006 16:14 #026 P.002/023 DBEC is a certified MBE company. We have obtained certification from the Southern California Minority Business Development Council; Inc., and the Supplier Clearinghouse for the Utility Supplier Diversity Program of the CUPC, and copies of our certificates are attached for your files and records. DBEC is a union signatory contractor, and maintains current labor agreements with the Carpenters, Laborers, Cement Masons, UA District Council 16 (plumbers and fitters), UA Local 250 (Shordme Agreement, product pipelines Operating Engineers and Teamsters. DBEC's bonding capability is strong, with $20,000,000 available for any one single project with a program aggregate of $50,000,00. We have a long term established relationship with our surety company. Known. throughout Southern California as a dependable and professional company, who brings quality workmanship to every project, we take particular pride in the strength of our Safety Program. DBEC's Safety Policy has equal importance with our policies of providing the best quality and most productive construction services in the industry. It is our goal to completely eliminate accidents and injuries. Because of the many different hazards in the construction industry, we must maintain a constant safety awareness to achieve this goal. The success of the DBEC Safety and Health Program depends on the sincere, constant, and cooperative effort of all company officials, managemem, and employees and those of each saboontractor. Active participation by all of its personnel serve to make it a consistent success. Our crews have extensive experience working safely and efficiently in highly congested areas (urban and suburban) and rural cross-country environments. We thank you for your inquiry, and welcome the opportunity to bring our professional services . and quality workmanship to the City of Newport Beach. If you 'should have any questions or require further information please do not hesitate to call our office. You can call me direct at 562.345.1457, my fax number is 562.864.3480, and my email address is sdennis(aidotvbros.com. Should you wish to speak to any of our Division Managers direct, their contact information is as follows: Water Division Phil Dennis 562.345.1438 Wastewater Division Henry Barber 562.345.1462 Oil/Gas Division Henry Barber 562.345.1462 )electrical I &C Division John Phillips 562[345.1444 Underground (dry utilities) John Goddard 562.345.1468 Thank you again for your inquiry, we look forward to assisting you with your construction needs. Very tnd yours, dy Dennis Contracts Manager Attachments Fran: 08/14/2006 16:14 #026 P.003/023 DOTY BROS. EQUI WNTT CO., ("DBEC ") Project References Electrical Instrumentation and Controls Division DBEC Customer. Filanc / HDR Design Builders Project Owner.. West Basin Municipal Water District Project Title: Phase IV Expansion Project Description/Location: Provide and install electrical components, instrumentation and controls. Project located at Hughes Way, El Segundo, CA. Contract Price: $4,637,650.00 Customer Contact Vence Diaz, Project Manager (760)941 -7130 Customer Address: 4616 North Avenue, Oceanside, CA 92056 Architect/Engineer. HDR DBEC Job No: 6035 -4001 DBEC Performance Period March 2004 — May 2006 DBEC Customer: Gri;Cfith Company Project Owner: City of Los Angeles Department of Public Works Project Title: Los Angeles / Glendale Nitrogen Removal Conversion Project, Phase 1, W.O. Project Descriptiond ocation: SZL 11133 Project Description/location: Provide electrical demolition, electrical installation and instrumentation. Project located at 4600 Colorado Blvd., Los Angeles, CA.90039. Contract Price: $1,200,750.00 Customer Contact Walt Flitch, Project Manager (562)929 -0150 Customer Address: 12200 Bloomfield Avenue, Santa Fe Springs, CA 90670 Architect/Engineer. City of Lo's Angeles DBEC Job No: 6035 -4009 DBEC Performance Period: June 2004 — July 6, 2006 DBEC Customer. Archer Western Contractors, Lid. Project Owner. Eastern Municipal Water District Project Title: Hemet Water Filtration Plant Project Descriptiond ocation: Provide and install electrical and instrumentation including electrical duct banks complete with excavation, rebar, backfill and concrete; electrical hand holes, manholes and pull boxes and appurtenant work. Project located at 1283 N. Kirby, Hemet, CA. Contract Price: $4,037,289.73 Customer Contact George Foote (951)537 -5500 Customer Address: 8775 Aero Drive, Suite 335; San Diego, CA 92123 Architect/Engineer: Carollo Engineers DBEC Job No: 6035 -4014 DBEC Performance Period: December 2004 —April 2006 The information provided herein is confidential. By accepting the information, 0wner/Conttactor agrees to (I) use the infotmaton only for purposes of evaluating the bid submitted by Doty Bros. Equipment Col (2) hold the Information in strictest conlldenoeq atd (3) not use or disclose the information in arty way adverse to Doty BSros. Equipment Co., except as may be required by law. Rev. 06/05/06 CA C.I.. 273024 Psge I of 3 19 From: DBEC Customer. Project Owner. Project Title: 08/14/2006 16:14 #026 P.004 /023 DOTY BROS. EQUIPMENT CO., (-DBEC-) Project References Electrical Instrumentation and Controls Division Project DescriptionlLocation: Contract Price: Customer Contact Customer Address: Architect/Engineer. DBEC Job No: DBEC Performance Period: DBEC Customer: Project Owner: Project Title: Project Description/Location: Contract Price: Customer Contact: Customer Address: ArchiteWEngineer. DBEC Job No: DBEC Performance Period: DBEC Customer. Project Owner. Project Title: Project Description/Location: Contract Price: Customer Contact. Customer Address: Ar+chitmt/Engineer: DBBC Job No: DBEC Performance Period: Kiewit Pacific Co. City of Los Angeles D.C. Tillman Water Reclamation Plant — Nitrogen Removal Conversion W.O. SZD11127 & SZD11152 Provide demolition, furnish and install electrical and instrumentation including furnish, setting and testing of large VFD's and equipment enclosures, motors; installation of in -line instruments; three equipment enclosures, connection and testing and other appurtenant work. _ Project located at 6100 Woodley Avenue, Van Nuys, CA 91406. $5,948,837.00 Thomas Baulisch (562)946 -1816 10704 Shoemaker Avenue, Santa Fe Springs, CA 90670 City of Los Angeles 6035 -4004 May 2004 — June 2005 City of Los Angeles Department of Public Works Same Los Angeles / Glendale Water Reclamation Plant (LAGWRP) Backup Power (CIP -4114) Installation of a. 2000 kw emergency backup generator with backup switchgear including strnctmaveivil work. Project located at 4600 Colorado Blvd., Los Angeles, CA 90039 $909,000.00 Alfred Mats, Project Manager (310)648-6112 200 N. Spring Street, Rm. 335, City Hall, Los Angeles, CA 90012 City of Los Angeles Department of Public Works 6035 -4007 April 2004 —January 2005 J.R. Filanc Construction Company, Inc. San Bernardino Valley Municipal Water District Foothill Pump Station Provide and install electrical and instrumentation. Project located 30447 Cone Camp Road, Highland CA 92346 $1,146,170.00 Mike.Monden, Project Manager (760)941 -7130 4616 North Avenue, Oceanside, CA 92056 Black and Veatch 6035 -4006 April 2004 — November 2004 The information provided herein is confidential. By accepting the information, OwneeContracwr agrees to (1) use the information only for purposes of "noting the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest coafidenee, and (3) not use or disclose the information in say way adverse to Doty Bros. Equipment Co., except as may be required by law. Rev. 06(05/06 CA C.L. 273024 Pagc 2 03 ao From: 08/14/2006 16:15 #026 P.005/023 DOTY BROS. EQUIPMENT CO., ("DBEC" Project References Electrical Instrumentation and Controls Division DBEC Customer. City of Los Angeles Board of Public Works Project Owner Same Project Title: Construction of the Terminal Island Treatment Plant (TITP) Emergency Backup Power (CIP— 5136) W.O. SZT11164 Project Descriptiona=ation: The Termini Island Treatment Plant is the site of one of the world's most technologically advanced water reclamation treatment systems. Over the past 10 years construction has been ongoing in order to develop a facility that would include microfiltration followed by reverse osmosis technology. The 23M project is now completed, and provides the most advanced, new, conventional deep -water ocean outfall to discharge Terminal Island's secondary effluent The facility is now fully operational and is capable of processing 4.5 MGD. DBEC bid and was awarded the installation of the Emergency Backup Power portion of the project DBEC's work included replacing the existing single generator with two (2) generators providing 1500 KW of backup power each at 4160 volts. This work consisted of integrating temporary backup power to facilitate the removal of the existing generator in order to perform the upgrade. Backup power was maintained during all constriction ensuring that treatment of both domestic and industrial sewage continued without interruption, requiring the use of temporary generation that -DBEC provided Project located at 445 Perry Street, San Pedro, CA. Contract Price. $2,142,545.00 Customer Contact: Karen Dupree (213)580 -5013 Customer Address: 200 N. Spring Street, Room 355, City Hall, Los Angeles, CA 90012 Architect/Engineer: City. of Los Angeles DBEC Job No: 6035 -3002 DBEC Performance Period: December 2003 — November 2004 The information provided herein is cordidential. By accepting the information, Owner /Contractor agrees to (1) use the information only for purposes of evaluating the bid submittal by Doty Bros. Equipment Co, (2) hold the.infonnarion in strictest confidence, and (3) not use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law. Rev. 06105/06 CA C.L. 273024 Page 3 of 3 a+ Fran: 08/14/2006 16:15 #M P -006M DOTY BROS. EQUIPMENT CO., ( "DBEC") Project References Oil / Gas Division DBEC Customer. City of Long Beach Project Owner. Same Project Title: P.O. POEN05000006, Req. RQEN05000021, Abandon Line Project Description/Location: Abandon section of 12" natural gas main and inaccessible 12" natural gas valve under Ocean Blvd. between Pico Ave. and the Gerald Desmond Bridge, and install a replacement section of natural gas main, west of the Los Angeles River. Contract Price. $52,650.00 Customer Contact: Stephen Bateman (562)570 -2000 Customer Address: 2400 East Spring Street, Long Beach, CA Architect/Engineer: City of Long Beach DBEC Job No: 2050 -5008 DBEC Performance Period: June 2005 DBEC Customer. ChevronTexaco Project Owner. Same Project Title: Hawthorne Relocation Project, Service Order 4557862 Project Deseription/Location: Relocate and remove pipelines along Rosecrans Blvd. in El Segundo and Project Description /Location: Hawthorne. Work included installation of pipelines for storm drain, offsets, routing of lines over storm drain, run construction pigs prior to tie -ins, remove' storm drain and piping interfering with route of lines and tie-ins. Contract Price: $2,913,823.00 Customer Contact: Keith Holfits (281)596 -3513 Customer Address: 2811 Hayes Road, Houston, Texas 77082 Architect/Eugineer. Chevron'texaco DBEC Job No: 2070 -4055 DBEC Performance Period: July 2004 — April 2005 DBEC Customer. Advanced Engine Technologies Corp. (AETC) Project Owner: Orange County Sanitation District Project Title: Turbocharger Modification and Emission Reduction Project, OCSD Contract J -79 Project Description /Location: Install piping from basement to turbo charge, insert flanged balancing valve into pipe, insert flanged balancing valve m JW header before the piping split and after turbo charger inlet supply take off; install coupling on new piping to prevent vibration, re- install instrumentation as needed in compliance with OCSD specs, and Cooper off engine piping specs. Project located at OCSD, Fountain Valley, CA. Contract Price: $168,944.00 Customer Contact: Joel Howerton (510)614 -6340 Customer Address- 1655 Alvarado Street, San Leandro, CA 94577 Architect/Engineer: Orange County Sanitation District DBEC Job No: 20774001 DBEC Performance Period: October 2004 — November 2004 The information provided herein is confidential. By accepting the information, OwnedContractor agrees to (1) use the information only for purposes of evaluating the bid submitted by Doty Bros. Equ4 meat Co., (2) hold the infor ration in strictest confidence, and (3) not use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law. Rev. 08/14/06 CA C.L. 273024 Page 1 of 1 s From: 08/14/2006 16:15 #026 P.007 /023 DOTY BROS. EQUIPMENT CO., ( "DBEC") Project References Oil / Gas Division DBEC Customer. Southern California Gas Company Project Owner. Same Project Title: Retrofit Various Pipelines, Release Order No. 5500001535 (under Blanket Pipeline Transmission Agreement) Project Description/Location Retrofit operations on various transmission pipeline systems requiring demo work, excavation, out and remove lines and header piping, purging lines, sea] weld abandoned lines, fabricate and hydroiest and install 1'adfiohdr and receiver valve assemblies and distribution valves with assoc.. piping and fittings and all appurtenant work. Project located various sites, Los Angeles. Contract Price: $870,112.00 Customer Contact•. Crary Rohrer (818) 701 -3223 Customer. Address: 9400 Oakdale Avenue, Chatsworth, CA 91311 Architect Engineer: Southern California Gas Company DBEC Job No: 2050 -4047 DBEC Performance Period: May 2004 — October 2004 DBEC Customer. Southern California Gras Company ( "SCG') Project Owner. Same Project Tittle: Retrofit Line 2000, 2002 and 2003, Release Order 5500001491 (under Blanket Pipeline Transmission Agreement) Project Description/Location: SCG needed to retrofit their existing lines in several locations to receive a smart pig. (A smart pig is an instrument that is pushed by the product of the line, gas, at approx. 2 — 4 mph,) This allows SCG to examine the line for internal and external damage. The smart pig takes a reading of the wall thickness and pinpoints the location of any possible damage to the line. The retrofit project was necessary because the existing lines had finings that were too short of a radius for the smart pig instrument to go through, in addition there were valves that required replacement. The work included upgrading stations where transmission and distribution lines intersected. This required sensitive and accurate coordination so that no customer receiving gas would be interrupted of their service. The tie-in's for the new installations were done as hot tie -in's (gas pressure dropped and maintained at a controlled pressure, and the lines cut and welded in a "hot" condition.) The welding was 100% x -rayed and the lines were brought up to working pressure. DBEC then backfilled, restored the street, sidewalk, curbing, etc. back to original condition. Project located at various sites, in Pico Rivera, Montebello, CA. Contract Price: $879,298.82 Customer Contact: Gary Rohrer (818)701 -4547 Customer Address: 9400 Oakdale Avenue, Chatsworth, CA 91311 Architect/Engineer. Southern California Gas Company DBEC Job No: 20504035 DBEC Performance Period: April 2004 — September 2004 The information provided herein is confidential. By accepting the information, Owner/Contractor agrees to (1) use the information only for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest eoafideaoe, and (3) not use or disclose the information in any way adverse to Doty Bros. Egaipmcat Co.; except as may be req�ed by law. Rev. 08114106 CA C3,. 273024 Page 2 of 7 a.3 Fran: DOTY BROS. EQUIPMENT CO., ("DBEC ") Project References Oil / Gas Division DBEC Customer. Weston Solutions, Inc. Project Owner. Air Force Center for, Environmental Excellence (AFCEE) Project Title: Installation of Pipeline Loops Project Description/Location: Install insulating flanges and loop lines on aviation fuel pipeline system. A challenge for this project included the necessary dewatering of the ditch. during high tide in order to continue performance and meet the project schedmile. Rydi`ote§ted 40M ]f line' rubtling acron the bay. Project loWed, in San Pedro, CA. Contract Price: $502,124.00 Customer Contact: Brian Randall, Contract Administrator. (6I0)701 -7312 Customer Address: 1400 Weston Way, West Chester, PA 19380 Arcli tect/Enginew. AFCEE DBEC Job No: 2070 -4003 DBEC Performance Period: February 2004 — September 2004 DBEC Customer The Port of Long Beach Project Owner. Same Project Title: Cerritos Channel Dike Oil Well Re- Abandonment, Pier S, Specification HD- 92191, Contract HD -6698 Project Description/Location: Reabandon, cut and remove casings and piping from twenty -eight (28) previously abandoned oil wells located along the Cerritos Channel Dike. Project included change order work required due to previously undocumented and unknown site conditions including deteriorated and misplaced casings, and inaccurate plans. DBEC designed a custom fabricated "wash over" tool for use to remove cement from a steel casing that was discovered was cemented at a depth of 185'. This tool was also used to extract well casings and pipe to a depth of approx. 130 feet. During extraction, PGM -3 was pumped through the pipe and casings for compaction of casing and pipe void. Project located at Pier S, Berths S 102 — S 110, Long Beach, CA. Contract Price: $9,309,882.00 Customer Contact: D.A. Thiessen, Chief Harbor Engineer (562)437 -0041 Customer Address: P.O. Box 570, Long Beach, CA 90801 Architect/Engineer: The City of Long Beach DBEC Job No: 2070 -3036 DBEC Performance Period: May 2003 — June 2004 The reformation provided herein is confidential. By accepting the information, OwnedCone'actor agrees to (I) use the infi imafion only for purposes of evaluating the bid submitted by Doty Bros. Equipment Co„ (2) hold the information in strictest confidence, and (3) not use or disclose the iafomnation in any way adverse to Doty Bros. Equipment Co., except as may be required by law. Rev. 08/14/06 CA C.L. 273024 Page 3 of 7 aA From: 0811412006 16:15 4026 P.009I023 DOTX BROS. EQUIPMENT CO., (-DBEC-) Project References Oil / Gas Division DBEC Customer. Lomita Rail Terminal, LLC Project Owner. Same Project Title: Construction of Lomita Rail Terminal Ethanol Unloading Station Project Description/Location DBEC built and timely completed the construction of the first Ethanol Project Description Railroad Unloading Station on the west coast, in Lomita, California, for Lomita Rail Terminal, LLC. With the change from MTBE additive to Ethanol in gasoline, there was a need to bring Ethanol into the Los Angeles basin in large quantities. The product is manufaefured in the Midwest and Contract Price: brought in on rail. DBEC constructed the new terminal that has the capacity Customer Contact: to unload 96 rail cars in a 24 hour period. The product is unloaded into two Customer Address: turbine pumps, and sent to Shell Terminal in Carson, CA to be stored in tanks ArchkedTmgineer. as the new additive for gasoline. DBEC was instrumental in assisting the DBEC Job No: owner and architect/eagineer in developing the scope changes necessary in DBEC Performance Period: order to meet the code requirements of the city, which was accomplished during construction, yet there was no delay to the completion of the project. The project incorporated civil, process mechanical and electrical work Contract Price: $12,500,000.00 Customer Contact: Michael R Curry (281)291-0510,(816)524-5774 Customer Address: 5100 Underwood Road, Pasadena, Texas 7.7507 ArchitectlEngineer. Spec Services DBEC Job No: 2070 -3023 DBEC Performance Period: March 2003 — June 2004 DBEC Customer. Southern California Gas Company Project Owner: Same Project Title: Transmission Piping, Release Order 5500001268 (under Blanket Pipeline Transmission Agreement) Project Description Project bid and awarded originally for the installation of approx. 360' of 30" casing, and 340' of 20" pipe, and abandon old pipeline. Due to unforeseen changes in the scope of work, change orders included jack -bore in Ventura under the freeway, and unanticipated directional drilling obstructions. Contract Price: $1,061,109.00 Customer Contact: Jim Reed, Project Manager (818)700 -3892 Customer Address: 9400 Oakdale Avenue, Chatsworth, CA 91311 ArchkedTmgineer. Southern California Gas Company DBEC Job No: 2050 -3065 DBEC Performance Period: September 2003 —April 2004 'the information provided herein is oonfidential. By accepting the information, OwnerlContraetor agrees to (1) use the information only for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law. Rev. 08114/06 CA C.L. 273024 Page 4 of 7 M From: 08/14/2006 16:16 #026 P.010/023 DOTY BROS. EQUIPMENT CO., ("DBEC ") Project References Oil / Gas Division DBEC Customer: Shaw Environmental, Inc. Project Owner. united States Army Corps of Engineers („"USACE") Project Title: Prime Contract No. DACA45- 98- D-0003, General Construction Services for Pipeline Repair, Defense Fuel Supply Point, Point Loma Fleet Industrial Supply Center; P.O.218406 OP Project Description/Location: Complete pipeline and site preparation for removal and replacement of valves at various vaults of the 8" fuel line connecting the Point Loma and Miramar fuel farms; including abandonment of valve, rework piping to raise valve to Project Title: above ground status in order to return the pipeline to operation for deliver of Project Description: fuel to MCAS Miramar and Point Loma fuel farms, San Diego, CA. Contract Price: $325,778.67 Customer Contact' Frank Magaro (619)533 -7307 (corporate (412)380 -4288) Customer Address: 1230 Columbia Street, San Diego, CA 92101 (corporate, 2790 Mosside Blvd., Monroeville, PA .15146) Archkoct/Engineer-, VSACE DBEC Job No: 2070 -3079 and 2070 -3064 DBEC Performance Period: July 2,003 — November 2003 DBEC Customer: Varee (formerly Endress & ilauser Systems & Gauging, Inc.) Project Owner: Subcontract with customer represents terms and conditions applicable for work performed under two :owner contracts between Varec and its customer, the federal govemment, under GSA Contract GS -1 OF -036L, BPA SP0600 -02- A -5210, and BPA - 5210 -09. These contracts support work that DBEC has performed at the Point Loma Defense Energy Support Center (DESC); DISC Travis Air Force Base; DESC WAS Miramar, Defense Fuel Supply. Point (D>: SP) San Pedro. Project Title: Various, see below Project Description: DBEC has performed various tasks via Purchase Orders issued for work bid and awarded; at the various above listed locations. The work has included, but is not limited to the following projects: (i) Install Velcom Pressure Vessel on DIM Pipeline; (ii) Repair Fligh Speed Fueling Pit #1 at MCAS; (iii) Install Valves and Electrical at DFSP San Pedro; (iv) FS1I Tank Repairs and Upgrades Point Loma Contract Price: DIIEC has contracted and performed work during the term of its agreement totaling approx. $2,000,000.00 Customer Contact Marty Favero (contract administration) (770)810 -9336 Customer Address: 5834 Peachtree Comers East, Norcross, Georgia 30092 Architect/Engineer. Various DBEC Job Nos: Multiple, various D13EC Performance Period Performance from contract effective date of September 27, 2002 through December, 2004 the information provided herein is confidential, By accepting the edormadon, owner/Conrractor agrees to (1) use the information only for purposes of evaluating the bid submitted by Doty Bros. Equgtment Co., (2) hold the information in strictest confidence, and (3) not use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law. Rev. 08114/06 CA C.L. 273024 Page 5 of 7 From: 08/14/2006 16:16 #026 P.011/023 DOTY BROS. EQMPMENT CO., ("DBEC"). Project References Oil / Gas Division DBEC Customer. Roberts & Schaffer Project Owner. Oxbow Carbon and Minerals LLC Project Title: Petroleum Coke Storage Facility Project Description: Oxbow Carbon is the nation's leading exporter of petroleum coke through the Port of Long Beach, moving over 2M tons annually, and the Los Angeles Export Terminal (LAXT) is the leaseholder operating this facility on Terminal Island in San Pedro, CA. DBEC as a subcontractor to Roberts and Schaffer constructed 65% of the Petroleum Coke Storage Facility, providing the concrete foundations for the petcoke storage building, concrete foundations for the truck dump, reclaim feeder, conveyor transfer towers, conveyor bent foundations, conveyor 5 transfer station footings construct the truck dump retaining wall, MCC equipment pads, install underdrain piping including IJDPE piping, remove and relocate D.I. water piping and install the 24" culvert Contract Price: $1,625,000.00 Customer Contact: Brad Babcock (310)519 -1130 Customer Address: 5225 Wiley Post Way, Ste. 300, Salt Lake City, Utah ArchitecttEngineer Roberts & Schaffer DBEC Job Nos 2010-1004,2010-1005 DBEC Performance Period: October 2001 — January 2002 DBEC Customer. Wilbros Engineering Project Owner. U.S. Department of Defense, Defense Energy Support Center (DESC) Project Title: Automated Fueling Facility Project Description: The overall project was awarded to Wilbros for the design, installation, commissioning, operation and maintenance of one fueling point on the U.S. Marie installation near 29 Palms, California. The facility has the capacity to store 475 bbls of bio- diesel fuel, 1,400 bbl of JP -8 fuel for ground vehicle use and 570 bbls of unleaded gasoline. The site is capable of fueling 50 wheeled vehicles per hour with tank capacities up to 100 gallons plus eight tracked' vehicles per hour. As subcontractor, DBEC constructed the project consisting of a loading facility to fill tankers, a control building to house electronic equipment, air compressor, small workshop and an office, installed double - walled fiberglass, underground storage tanks that are equipped with leak detection systems, inventory control measuring equipment and submergible pumps, four JP -8 dispensers for wheeled vehicles, two biodiesel dispensers and four unleaded gasoline dispensers and a canopy network covering all dispensers, bulk loading points and the building. DBEC subcontracted the backup alternator and battery backup system of the„ project Contract Price: $1,650;000.00 Customer Contact Jim Ault (918)496 -0400 Customer Address: 2087 East 71 Street, Tulsa, Oklahoma 74136 Architect/Engineer: Wilbros Engineering DBEC Performance Period: July 1999 — June 2000 The information provided herein is confidential. By accepting the information, Owner /Contractor agrees to (1) use the information only for purposes of evaluating the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest conlidenee, and (3) not use or disclose the information in any way advese to Doty Bros. Equipment Co., except as may be requited by law. Rev. 08/14/06 CA C-L 273024 Page 6 of 7 .a� From: 08/14/2006 16:16 #026 P.012/023 DOTY BROS. EQUIPMENT CO., ("DBEC ") Project References Oil/ Gas Division The below two projects were performed under separate contracts with the owners listed, but m conjunction with each other, as the project specification/description will explain. The performance period for both of these jobs was from wing of 2000, and completed in 2001; overall performance period of five (5) months collectively. D8EC Customer. Tosco Project Owner: Same Project Title: 42" Pipeline Relocation Project Description: Relocate 4800' of 42" crude oil line. The line was relocated and removed to allow for the future restructure of Pier `S' for container storage. The new section of line was laid and. tied -in after the existing line was pigged, removing the product. One new section of the 42" line was concrete coated after it was laid to prevent floatation when the line became empty. The job was preformed on schedule and without any safety incidents. Contract Price: $2;300,000.00 Customer Contact: Bill Orr (310)326 -7561 Customer Address. 2650 West Lomita Blvd.; Torrance, CA Architect/Engineer: SPEC Services DBEC Customer. Southern California Edison Project Owner: Same Project Title: Pier S Pipeline Relocations Project Description: Relocate 2300' of twin 24" crude oil lines and construct mechanical piping and equipment pads. The 24" relocation was also done to accommodate the Pier `S' restructure. The 241ine, after it was laid, was tied -in to the Edison facility. This required above ground piping and insulation of the piping and valves. The job was preformed within Southern California Edison's schedule. Contract Price: $1,300,000.00 Customer Contact: Dave Nicholson (310)223 -1918 Customer Address; 2500 E. Victoria St., Compton, CA Architect/Engineer- Southern California Edison T1w information provided herein is confidentiaL By aocepting the htfomration, Owner/Contractor agrees to (1) use the information only for purposes of evaluating the bid submitted by Doty Bros. Equpment Co., (2) hold the information in strictest confixdencq and (3) not use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law. Rev. 08/14/06 CA C.L. 273024 Page 7 of 7 From: 08/14/2006 16:16 #026 P.013/023 DQTY BRQS. EQUIPMENT CO., ( "DBEC ") Project References Underground Division The Underground (utility) Division of DBEC performs a significant portion of its work for customers with which it maintains blanket or term contracts. The first three of the below listings represent just such contracts. Work for each of these customers is bid, and if award is made, it is performed under the terms of the current contract The contract price listed represents as average of the value of the work performed on an annual basis. D$EC Cus6mer. Project Owner. Project Title: Project Description/Location: Contract Price: Customer Contact: Customer Address: Architect/Engineer. DBEC Job No: DBEC Performance Period: DBEC Customer. Project Owner. Project Title: Project Description/location: Contract Price: . Customer Contact: Customer Address: ArchitecVFmgineer: DBEC Job No: DBEC Performance Period: DBEC Customer: Project Owner: Project Title: Project Descriptiond ocation: Contract Price: Customer Contact: Customer Address: ArchhcWEngineer: .DBEC Job No: _.._DBEC Performance Period: City of Los Angeles Department of General Services Same Supply Contract Number 57452, Installation of PVC Conduits Various, Los. Angeles $1,300,000 annually Jackie G. Antonio, Procurement Analyst (213)847 -0723 Room 110, City Hall South, 111 East First Street, Los Angeles, CA 90012 City of Los Angeles Various 1994 - Current SBC Same Outside Plant Labor/Engineering Services, Contract 1058PB Various, Southern California $2,000,000 annually L.K. (Lana) Hess, Technical Manager (916)972 -3771 3707 Kings Way, Room C33A, Sacramento, CA 95851 SBC Various August 1988 —Current Verizon Same Outside Plant Services Various, Southern California $1,000,000 annually Bill Warren, Contract Administration 11 S. 4ai Street, Redlands, CA Verizon Various 1988 - current The information provided herein is confidential. By accepting the hmfo®atiou, Owner/Contractor agrees to (1) use the information only for purposes of evaluating the bid submitted by Doty Bras. Equipment Co., (2) hold the information in strictest oonfidence, and (3) not use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law. Rev. 08/14/06 CA C.L. 273024 Page 1 of 3 64 From: 08/14/2006 16:16 #026 P.014/023 DOTY BRAS. EQUIPMENT CO., ("DBEC') Project References Underground Division DBEC Customer. Palp, Inc., dba Excel Paving Company Project Owner. City of Los Angeles Board of Public Works Project Title: EDA Chandler Blvd. and Lankershim Blvd. Widening, W.O. B1904193 Project Description /Location; Installation of underground conduit and vaults including trenching, casing conduits, provide and install manholes. Project located in the City of Los Angeles, on Chandler Blvd. between Vineland and Lankershim Blvd. Contract Price: $711,883.00 Customer Contact Bob Pace (562)599 -5841 Customer Address: 2230 Lemon Avenue, Long Beach, CA 90806 Architect/Engineer: City of Los Angeles DBEC Job No:. 4030 -5084 DBEC Performance Period: July 2005 — December 2005 DBEC Customer. Project Owner. Project Title: . . Project Description/Location: Contract Price: Customer Contact Customer Address: ArchitectT.ngineer. DBEC Job No: DBEC Performance Period: DBEC Customer. Project Owner. Project Title: Project Description/Location: Contract Price: Customer Contact: Customer Address: Architect/Engineer- DBEC Job No: DBEC Performance Period: Webcot Builders Beverly Hills Luxury Hotels, LLC Montage Hotel, Public Gardens, Subcontract No. 64502002600A Install all power (SCE), telephone conduit banks, vaults, manholes, located in Beverly Hills, CA. $475,540.00 Residences and Parking Development, (SBC) and CATV relocation including handholes, lids and materials. Project Tim Maxwell (213)239 -2800 951 Mariners Island Blvd., 7m Floor, San Mateo, CA 94404 Hill Glazier Architects 4030 -5088 July 2005 — March 2006 City of Laguna Beach Same Underground Utility Assessment Districts 99 -02 and 99-04 Install underground utilities. Project located in Laguna Beach, CA $2,750,000.00 Joe Cluquete, Project Manager (949)497 -3311 505 Forest Avenue, Laguna Beach, CA 92651 City of Laguna Beach Various April 2003 — Current The information provided herein is confidential. By accepting the information, Owner/Comractor agrees to (1) use the information only for purposes of evaluating the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest confidence, and (3) not use or disclose the information in any way adverse to Doty Bros. Equtni nt Co., except as may be required by law. Rev. 08/14106 CA C.L. 273024 Page 2 of 3 . From: 08/14/2006 16:17 #026 P.015/023 DOTY BROS. EQUIPMENT CO., ("DBEC") Project References Underground Division DBEC Customer, Rudolph and Sletten, Inc. Project Owner: CIM /Pico, L.P. Project Title: Midtown Crossing Project (multiple phases), R&S Job 2894 Project Description/Location: DBEC is providing subcontract support, contracted separately for each phase Project Description/Location: of construction of the Midtown Crossing Project. Project is a commercial development including the construction of an MTA bus terminal facility. DBEC is providing site utilities and installing 4000 If of pipeline; manhole structures and catch basin. Project located in Los Angeles, CA. Contract Price. $1;000.000.00 (two subcontracts) Customer Contact: Thomas Gibbons (323)857 -6337 (jobsite phone) Customer Address: 989 East Hillsdale Blvd., Ste. 100, Foster City, CA 94404 Architect/Engineen Perkowitz & Ruth Architects DBEC Job Nos: 5090- 4017, $075 -5003 DBEC Performance Period: November 2004 — January 2006 DBEC Customer. ABB, Inc. Project Owner. City of Burbank Proj eat Title: (i) Hollywood Way Off Ramp and Switching Station, (ii) Verdugo (Capon) Switching Station Project Description/Location: DBEC supported both of these projects as a subcontractor for each providing all structural concrete work, conduit, duct banks, cable trench and vaults for new switching stations, and on project (i), re -routed the fiwway offiamp and built retaining wall Projects located in Los Angeles at project title locations. Contract Price: $5,616,251.00 combined Customer Contact: Robert McCorkle, Project Manager (919)856 -3930 Customer Address: 940 Main Campus Drive, Suite 400, Raleigh, North Carolina Ardhitect/Engineer: Duke Engineering Services DBEC Job Nos: " 5030 -1036, 5010 -4003, 5010 -2046, 5010 -2038, 4030 -2214, 4030 -1018, 4020- 2138 DBEC Performance Period: January 2003 — July, 2004 DBEC Customer: CH2M Hill Project Owner. United States Environmental Protection Agency (USEPA) Project Title: Whittier Narrows Ground Water Treatment Facilities Project Description/Location: . Multi- Divisional project; DBEC's scope of work included civil, process mechanical and electrical work including 5 mi. of 24" pipeline, installation of electrical/telemetry systems, well conditioning and appurtenant work for a total. subcontract price of 11-5M. DBEC's work was. performed over a three year period, from 2001 to 2003. This project was contracted by the USEPA, therefore required "compliance with strict federal guidelines. Contract Price: $11,000,000.00 Customer Contact Leliani Tedeski, Leilani.Tedeski@ch2m.com Customer Address: 3 Hutton Centre Drive, Santa Ana, CA Architect/Engineer. CHUM Hill DBEC Job No: 5090 - 1014,5075- 2029 ,5075- 1035,4030- 1083,4030 -1079 DBEC Performance Period: 2001 —2003 The information provided herein is confidentiaL BY accepting the information, OwredConnuctor agrees to (1) use the information only for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not use or disclose the information in any way adverse to Doty Bros. Equipment Co, except as may be required by taw. Rev. 08/14/06 CA C.L. 273024 Page 3 of 3 3� From: 08/14/2006 16:17 #026 P.016/023 DOTY BROS. EQUTPNYNT CO., ("DBEC ") Project References Water / Wastewater Divisions DBEC Customer: Atlas Underground, hic. Project Owner. City of Los Angeles Project Title: Pipe Burst Sewer Line Project Description/Location: Replace 80' of 8" sewer with 10" HDPE in the parkway under the railroad tracks by pipe bursting method with static -pull, using a hydraulic Vermeer 125 macbine. Project located on 109o' Street, Compton, CA. Contract Price: $18,600.00 Customer Contact: Hector Loya (909)622 -7174 Customer Address: 1295 S. East End Street, Pomona, CA 91766 Architect/Engineer: City of Los Angeles. DBEC Job No: 1075 -5064 DBEC Performance Period: July 2, 2005 — July 13, 2005 DBEC Customer: City of San Juan Capistrano Project Owner: Same Project Title: Well Site No. 5 — Cheek Crossing Project Description/Location: Emergency directional bore under the creek crossing, installing 1100 If of 16" O.D. HDPE, 30' in depth. Challenges skillfully met in order to perform the project were due to the location of the work, in the wetlands, and parallel to horse stables. A temporary sound wall was required to be constructed in order to avoid disturbing the horses. Contractual performance was established Contract Price: at 90 days, and DBEC completed the .project in, 60. DBEC provided Customer Contact coordinated as- builts to assist the City in producing the final drawings. Contract Price: " $497,500.00. Customer Contact: Eric Bauman, Water Engineering Manager (949)493 -1171 Customer Address: 32400 Paseo Adelanto, San Joan Capistrano, CA 92675 Arehitdct/Engineer. City of San Juan Capistrano DBEC Job No: 1075 -5017 DBEC Performance Period: February 2005 — March 2005 DBEC Customer: Rudolph and Sletten, Inc. Project Owner: CIM / Pico, L.P. Project Title: Midtown Grossing Project (multiple phases), R&S Job 2894 Project Description/Location: DBEC is providing subcontract support, contracted separately for each phase of construction of the Midtown Crossing Project. Project is a commercial development including the construction of an MTA bus terminal facility. DBEC is providing site utilities and installing 4000 If of pipeline, manhole structures and catch basin. Project located in Los. Angeles, CA. ....,_.__ ... Contract Price: $1,000.000.00 (two subcontracts) Customer Contact Thomas Gibbons (323)857.6337 (jobsite phone) Customer Address: 989 East iMIsdale Blvd., Ste. 100, Foster City, CA 94404 Architect/Engineer: Perkowitz & Ruth Architects DBEC Job Nos: 5090 -4017, 5075 -5003 DBEC Performance Period: November 2004 — January 2006 The information provided herein is confidential. By accepting the information, Owner /Contruaw agrees to (1) use the information only for purposes of evaluating the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest confidence, and (3) not use or disclose the information in anyway adverse to Doty Bros. Equipment Co., except as maybe required by law. Rev. W14/06 CA C.L. 273024 Page 1 of 7 Fran: 08/14/2006 16:17 #026 P.017/023 DOTY BROS. EQUIPMENT CO., ( "DBEC') Project References Water / Wastewater Divisions DBEC Customer: South Coast Water District Project Owner: Same Project Title: San Juan Creek Property — Phase I Site Improvements Project Description/L.ocatiow Site preparation for desalinization plant including introduction of prototype _ ..._CSmtr�tl'ricz; ......._ . method for the installation of 800 stone columns, implemented for this project Customer Contact: for the first time in the United States. Columns were installed to produce soil Customer Address: densificatioti, and mitigate risks associated with liquefaction. A particular Contract Price: challenge during performance of this project was the necessity to move over Customer Contact: 100,000 c.y. of dirt onsite, and perform a significant portion of the work Customer Address: during off - season and unexpected bad weather, at minimal cost to the client Arehitect/Engineer: while maintaining the project schedule. Project located in Dana Point and DBEC Job No: Laguna Beach, CA. Contract Price: $3,648,804.00 Customer Contact Robert W. Clark, P.E., Construction Manager (949)499-4555 Customer Address: 31592 West Street, Laguna Beach, CA 92651 Atrhitect/Engineer. Tetra Tech, Inc. DBEC Job No: 5080-4030 DBEC Performance Period: October 2004 — June 2006 DBEC Customer: California American Water Project Owner: Same Project Title: LA-C -104 Mt. Vernon Gradient Pressure Improvements Project Description/Location: Installation of approx. 6,000 If of 8" — 12" pipe for relocation of water and' _ ..._CSmtr�tl'ricz; ......._ . sanitary sewer lines, including valve abandonment and installation, main Customer Contact: connections, paving, and installation of pressure regulators and meter boxes. Customer Address: Project located in Southern Division, Los Angeles County Contract Price: $718,502.70 Customer Contact: Raul Saenz, Operations Manager (626.)6142535 Customer Address: 8657 Grand Avenue, Rosemead, CA 91770 Arehitect/Engineer: California American Water DBEC Job No: 10754915 DBEC Performance Period: December 2004 — June 2005 DBEC Customer: Walnut Valley Water District Project Owner: Same Project Title: Replacement of Portion of No. Side Line (Phase 1), W.O. 03 -2784 Project Description/Location: Install 24" main. Project located in the City of Industry, CA. _ ..._CSmtr�tl'ricz; ......._ . $332451.00 _ _. ..... .. _.. Customer Contact: Erik 11itchman, General Manager (909)595 -1268 Customer Address: 271 S. Brea Canyon Road, Walnut, CA 91789 Architect/Engineer: Walnut Valley Water District DBEC Job No: 10754895 DBEC Performance Period: September 2004 — November 2004 The information provided herein is confidential. By accepting the information, Oww /Contactor agrees to (1) use the information only for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law. Rev. 08/14106 CA CU 273024 Page 2 of 7 33 Fran: 08/14/2006 16:17 #026 P.018/M DOTY BROS. EQUIPMENT CO., ("DBEC ") Project References Water / Wastewater Divisions DBEC Customer. South Coast Water District Project Owner. Same Project Title: Dohney Park Road Fire Flow Protection Project Description/Location: Install approx. 1,600 If of 6" — 8" PVC C900 Class pipe, and 100 If of DI pipe; jack in place ppe, install 19 wedge gate valves, fire hydrant, I" — 2" copper water service, 20' of CML&C pipe, meter vault, and appurtenant work. Project located in Dana Point and San Juan Capistrano, CA . Contract Price: $757,471.00 Customer Contact Robert W. Clark, Project Engineer/Construction Mgr. (949)4994256 Customer Address: 31592 West Street, Laguna Beach, CA 92651 Architect/Engineer: South Coast Water District DBEC Job No:. 10754899 DBEC Performance Period: September 2004 — April 2005 DBEC Customer. Project Owner. Project Title: Project Description/Location: Contract Price: Customer Contact Customer Address: ArehiteetlEngineer: DBEC Job No: DBEC Performance Period. DBEC Customer. Project Owner: Project Title: Project Description/L.ocati6n: Contract Price: Customer Contact Customer Address; Architect/Engineer. DBEC Job No: DBEC Performance Period: Moulton Niguel Water District Same Recycled Water Moratorium Pipelines, Contract 2003.035 Furnish and install approx. 5,000 If PVC C -Class recycled water pipelines and all appurtenant work. Project located in Aliso Viejo and Laguna Niguel, CA $635,746.00 Jill Caperton, Engineering Assistant (949)425 -3532 27500 La Paz Road, Laguna Niguel, CA 92677 -3489 CGvL Engineers 1075 -4682 June 2004 — September 2004 Black & Veatch Construction, Inc. Inland Empire Utilities Agency, ( "IAUA") IEUA Regional Plant No. 4 Pipeline Inspection Modifications IEUA needed t have several of the existing 42" outfall pipeline joints welded because they were structural joints subject to expansion and movement. DBEC located existing manholes, and excavated and evacuated the line of water. We then entered the-42" line using recovery equipment and air blowers. The concrete at the existing joints was removed and the joint was welded. After the welding, the joint was cement coated to the existing condition. The manholes were reinstalled, backfilled and paved Project located in Rancho Cucamonga, CA. $45,777.00 _ .. ..... Frank Spiezio (913)458 -2000 1 1401 Lamar Avenue, Overland Park, Kansas 66211 IAUA 2070 -4010 February 2004 — April 2004 The information provided heroin is oonfidertial. By accepting the information, Owner /Contractor agrees to (1) use the information only for purposes of evaluating the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest confidence, and (3) not use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law. Rev. 08114106 CA C.L. 273024 Page 3 of 7 From: DBEC Customer. 08/14/2006 16:18 #026 P.019/023 DOTY BROS. EQUIPAUM CO., ("DBEC") Project References Water /Wastewater Divisions Project Owner. Project Title: Project Description/Location: Contract Price: Customer Conte Customer Address: Architect/Engineer. DBEC Job Nos: DBEC Performance Period: City of Azusa Light and Power Same Gladstone Street 20" Water Line/Slip Line Installation of 11,000 If of 20" DSR -I l -HDPE water main. Gladstone St, Azusa, CA $1,200;000.00 Chet Anderson (626)812 -5208' 729 N. Azusa Ave, Azusa, CA City of Azlrsa 1075 -3504, 1075 -3715, 1075 -3939 May 2003 —January 2004 Project located on DBEC Customer. South Coast Water District Project Owner. ' . Same Project Title: Pacific Coast Highway Sewer Force Main and Gravity Sewer Main Rehabilitation Project Description/Locadon: install 10" PVC gravity sewer by jack and bore, install DI pipe, abandon sewer main, abandon main, install PVC liner, install manholes, excavation, backfill, remove/replaee concrete/asphalt, potholing, landscaping, traffic control. Project located in Laguna Beach, CA. Contract Price: $480,278.00 Customer • Contact: Joseph L. Boyle, Projed Engineer Customer Address: 31592 West Street, Laguna Beach, CA 92651 Architect/Engineer: South Coast Water District DBEC Job No: 5080 -3012 DBEC Performance Period: April 2003 _ October 2003 DBEC Customer. Suburban Water Systems Project Owner... - Same Project Title: Construction of a Domestic Water Well Equipment Building, SWS WO 02- 1208 Project Description/Lomdon: Construct pump equipment bldg., including concrete, electrical, plumbing, etc., pump base, onsite instrumentation and electrical, well discharge pipe, landscaping. Project located at Plant 142, 1331 W. Vine Ave., West Covina, CA. Contract Price: $398,447.00 Customer Contact: Michael E. DeGhetd, P.E. (626)543 -2500 Customer Address: _ 1211 E. Center Court Drive, Covina,. CA 91724-3603 Architect %Engineer Suburban Water Systems DBEC Job No: 1075 -3316 DBEC Performance Period: April 2003 — February 2004 The information provided herein is confidential. By accepting the information, OwneTfConhadw agrees to (1) use the information only for purposes of evaluating the bid submitted by Doty Bros. Equipment Ca., (2) hold the information in strictest confidence, and (3) not use m disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law. Rev. 08/14/06 CA C.L. 273024 Page 4 of 7 7 Cam. .J From: 08/14/2006 16:18 #026 020/023 DOTY BROS. EQUIPMENT CO., ("DBEC") Project References Water / Wastewater Divisions DBEC Customer. Project Owner: Project Title: Project Description/Location: Contract Price: Customer Contact: Customer Address: Architect/Engineer: DBEC Job No: DBEC Performance Period: DBBC Customer. Project Owner. Project Title: Prvj ect Description/Location: Contract Price. Customer Contact: Customer Address: Architect/Engineer DBEC Job No: DBEC Performance Period: DBEC Customer. Project Owner. . Project Title: Project Dcscription/Location: Contract Price: Customer Contact: Customer Address: ArchitecUEngineer;. DBEC Job Nos: DBEC Performance Period: Boeing Realty Corporation, ( "BRC'� Same Project 050260-0 1, Huntington Beach — McDonnell Business Center Gravity and forced sewer lines and lift station installation. Project Iocated at Boeing, Huntington Beach, CA $1,219,250.00 Mario Stavale, BRC Project Manager (562)593 -8143 (C.K. Blair Ficket4 Project Dimemsions, Inc., (949)476 -2246) 15480 Laguna Canyon Road, Ste. 200, Irvine, CA 92618 Boeing Realty Corporation 5080 -3021 February 2003 — September 2004 Vintage Petroleum Same 8" West Gas Line Installed 10,000 If of 8" wet SDR 32.5 gas line with HDPE, tight fit, using subline method in accordance with DBEC's Subterra license. Project located on South Mountain and Torrey, Piru, CA. $528,376.00 Lyn Fees (918)87$ -5494. 110 West Seventh Street, Tulsa, OR Vintage Petroleum 1050 -3001 Februaty 2003 = May 2003 ABB, Inc. City of Burbank (i) Hollywood Way Off Ramp and Switching Station, (ii) Verdugo (Capon) Switching Station DBEC supported both of these projects as. a subcontractor for each providing all structural concrete work, and on project (i), re-routed the freeway offiamp and built retaining wall. Projects located in Los Angeles at project title locations. $5,616,251.00 combined Robert McCorkle; Project Manager (919)856 -3930 940 Main Campus Drive, Suite 400, Raleigh, North Carolina . DukeXxj veering Services............ _.___..__... 5030 - 1036,5010 - 4003,5010 - 2046,5010 - 2038,4030- 2214,4039- 1018,4020- 2138 January 2003 — July, 2004 The information provided herein is eonfidentiaL By accepting tha -k&m ation, Owner /Conuuerx agrees to (1) use the information only for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not use or disclose the information in any way adverse to Doty Bros. Equipment Co., occcpt as may be required by law. Rev. 08/14/06 CA C.L.. 273024 Page 5 of 7 From: 08/14/2006 16:18 11026 P.021/023 DOTY BROS. EQUIPMENT CO., ( "DBEC ") Project References Water / Wastewater Divisions DBEC Customer. PCL Construction Services, Inc. Project Owner. General Mills Operations, Inc. Prcj ect Title: Proj ect SHAQ Project Description/Location: Installed site utilities including fire water, domestic water, sanitary sewer, storm drainage and process sewer systems. Project located at 1055 East Contract Price: Customer Contact: Customer Address: AmhitectTmgineer DBEC Job No: DBEC Performance Period: Sandhill Road, Carson, CA 90746. $1,905,966.00 Paul Kruger, Project Manager (952)882 -96D0 12200 Nicollett Avenue South, Burnsville, MN 55337 Washington Group International 5075 =3005 January 2003 — July 2004 DBEC Customner. City of Ontario Project Owner. Same Project Title: Compressed Natural Gas (CNG) Fueling Facility at the Public Works Agency Project Description/i.ocation: Service Center, Contract No. UT 0102 -03 Project Description/Location: Install one 300 sefn gas compressor, one 250 kw natural gas driven engine generator, 1,704 If of I" compressed natural gas piping, 10 dual hose slow fill bank at school site, modify existing on -site slow fill bank, modify existing :.. CNG. dispensing islands, modify electrical control's, remove and restore existing pavement and all other appurtenant work. Project located at Public Contract Price: Works. Agency Service Center, San Bernardino County, CA. Contract Price: $1,019,976.00 Customer Contact: Fernando E. Cobos, Utilities Project Manager (909)395 -2600 Customer Address: 1425 S. Bon View Avenue, Ontario, CA 91761 -4406 Arcbiter,t/Eugineer., CGvL Engineers DBEC Job No: 5050 -2028 DBEC Performance Period: May 2002 —July 2003 DBEC Customer. CH2M Hill Project Owner. United States Environmental Protection Agency (USEPA) Project Title: Whittier Narrows Ground Water Treatment Facilities Project Description/i.ocation: Multi- Divisional project; DBEC's scope of work included civil, process mechanical and electrical work including 5 mi. of 24" pipeline, installation of electrical/Wemetry systems, well conditioning and appurtenant work for a total subcontract price of 11.5M. DBEC's work was performed over a three. :.. year period, fron12001 to 2.0.03. Jl*. prcject.was con[ra W.by.the USEP�A,. therefore required compliance with strict federal guidelines. Contract Price: $11,000,000.00 Customer Contact: Lehani Tedeski, Leilani.Tedeski@ch2m.com Customer Address: 3 Hutton Centre Drive, Santa Ana, CA ArramiteWEngineer. CH2M Hill DBEC Job No: 5090 -1014, 5075 -2029, 5075-1035,4030-1083,4030-1079 DBEC Performance Period: 2001 — 2003 The information provided bm-do is confidentiaL By accepting the information, Owwr/Coutracwr agrees to (1) use the information only for purposes of evaluating the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest confidence, and (3) not use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be requirod'by law. Rev. 08/14/06 CA C.L. 273024 Page 6 of 7 J From: 08/14/2006 16:18 #026 P.022/023 DOTY BROS. EQUIPMENT CO., ("DBEC ") Project References Water / Wastewater Divisions DBEC Customer: California American Water —L.A. Division Project Owner. Same Project Title: Mount Vernon Gradient 11 Streets in Baldwin 10ls Project Descriptionax cation: Installation of water mains in various locations in Baldwin Mus Contract Price: $718,502.70 Customer Contact: Jay Burnett, (626) 614 -2535 exL 27 Customer Address: P.O. Box 5087, Mt. Laurel, NJ 08054 -1108 Architect/Engineer. DBEC Job No.: 1075 -4915 DBEC Performance Period: January, 2005 — November 2005. DBEC Customer. Project Owner. Project Tide: Project Description/Location: Contract Price: Customer Contact: Customer Address: ArchitedTIRgineer. DBEC Job No: DBEC Performance Period: Southern California Edison Same MVL — Wastewater Pipeline Rehabilitation Rehabilitation and Repair of 12" Wastewater Line. Mountainview Power Plant, San Bernardino, CA $1,533,480.01 Jerry Evelyn, (626) 302 =5278 P.O. Box 800, 8631 Rush Street Rosemead, CA 91770 1075-4903 9/7104 — 5118105 . 1Le information provided herein is confidential. By accepting the information, owncdcontractar agrees to (i) use the information only for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the iufbnnation in strictest confidence, and (3) not use or disclose the information in any way adverse to Doty Bros. Equipment Co, except as may be required by law. Rev. 08/14/06 CA C.L. 273024 Page 7 of 7 �N Fran: 08/14/2006 16:18 #026 P.023/023 DOTY BRAS.'LQWMENT CO. BLANKEMERM CONTRACTS REFERENCES Doty Bros. Equipment Co., - ( "DBEC) maintains blanket or term contracts with many municipalities and private customers, including some projects involving federal government contract work. These contracts are established for the convenience of the customer, and allows the customer to contact us for responses and provision of our service without the additional burden of evaluation and negotiation of terms, which are pre - established and in place'. Some of these contracts are for the provision of emergency services, and our customers depend on a timely response. Some of those companies are listed below. Apple Valley Ranchos Water Co. AT &T Corporation BP West Coast Products LLC California Water Service Co. Cape Environmental, Inc. Chino Hills; City of Cucamonga County Water District Disneyland Resort Equilon Enterprises, LLC (SHELL) Global Crossing Telecommunications, Inc. Kerr -McGee Corporation Kinder Morgan (SFPP, LP/SPPL) Knott's Berry Farm, A Cedar Fair, L.P. Park Lao ma Beach County Water District Los Angeles, City of Department of General Services MCI Purchasing, LLC Mesa Consolidated Water District Norwalk, City of Orange County Water District Santa Ana, City of Santa Clanta, City of SEC West Sempra Energy Southern California Water Company Sprint United Management Co. STC Netcom, hrc. Suburban Water Systems Tidelands oil Production Co. Vintage Petroleum, Iuc. Walnut Valley Water District The information provided Main is conndendat. By accepting the information, Owner /Contmetar agrees to (t) use the btfbrmatiob only for purposes of evaluating the bid submitted by Dory Bros. Equipment Co, (2) hold the Information in strictest confidence, and (3) not use or disclose the information in anyway adverse to Doty Bros. Equipment Co, except as maybe required bylaw. (Rev. W406) CA C.L. 273024 DOTY BRUSH Construction Company 1 COST PLUS RATES SOUTHERN CALIFORNIA COST PLUS RATES EFFECTIVE JULY 1, 2006 TO JUNE 30, 2007 Apprentice Rates: Apprentice rates" tested above are the highest cimification prior to journeyman full scale rates. BREW rate for Apprentice will be based on actual clasar7wation Subsistence: $65.00/day Travel Time: Customer w�T, be advised if tram] time is applicable Overtime Rates: Ali hours outside regularly consghiled shift shelf be time and one hag. Sadays and holidays shall be paid at double time. For Operating Engineers - first four (4) hours outside regular shift and fast twelve (12) hours an Saturday is time and one hag; all additional hours at double time except holidays which are at triple time. Emergency "call out work" - Four (4) hour minimum for labor and equipment Markup: Material, subcontractors, subsistence, and outside rentals Crxduding fuel costs), vA71 be billed cost plus sales tax where applicable, plus mark -up of 15% Boundaries of Southern Catifomia Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, in/o, Morro, Orange, Riverside, San Bemardupo, Imperial, Venture, Santa Barbara, San Lus Obispo, Kern and M addition: Richardson Rock, Santa Cruz Island, Arch Rock, San Nicholas Island, Catalina Island, San Clemente Island, San Miguel Island, Santa Barbara Island, Santa Rosa Island, Anacapa Island, including the Channel Islands Momrment Rate Scale does not Include San Diego County. NOTE: Wage scales are in accordance vft Associated General Contractors Master Labor Agreement, and are subjectto change without notice, This rate sheet Is not all Inclusive; additional classifications available If required. (v20) CA C.L. 273024 11232 E. Firestone Blvd., Norwalk, CA 9060 Phone: (562) 864 -6566 Fax: (562) 8646052 www.dotybros.com PAY STRAfGHT OVER DOUBLE PAY STRAIGHT OVER DOUBLE CRAFTSMANYV"SS CODE TIME TIME TIME CRAFTSMAWCLASS CODE TIME TIME TIME CARPENTERS OPERA17NG ENGINEERS General Foreman CGF 74.24 104.03 133.81 General Foreman, Appdx A OGF 81.60 111.81 141.63 Foreman CFM 70.91 99.02 127.14 Foreman, Appdk A OFM 79.29 108.06 136.82 Joumeyman CJM 67.57 94.02 120.47 Group 1, Appdx A - Oiler 001 71.97 97.06 12218 Shingler CSJ 67.79 94.34 120.90 Group 2, Appdx. A - Oiler OG2 73.28 99.03 124.78 Apprentice - 8th Period (90 %) CAB 6228 86.09 109.86 Group 8, Appdx. A- Universal OG8 76.80 104.31 131.82 Group 10, Appdx A - Mechanic OGA 77.00 104.61 13223 Group 8, Appdx. B - Crane < 25 Tons 088 7728 105.03 13279 MILLWRIGHTS - GroW 9, Appdx. B - Cram > 25 Tons OB9 77.57 105.47 133.35 General Foreman CMG 75.08 105.27 135.48 Apprentice, Grp S. Appek A- Step 6 (90 %) OAS 72.36 96.37 124.36 Foreman CMF 71.75 10027 128.81 Journeyman CMJ 66.41 9527 12213 - Apprenbce - 8th Period (95 %) CM8 65.60 91.13 116.64 UA PiPERTTERSIWELDERS INDUSTRIAL General Foreman IGF 85.43 - 119.54 150.60 CEMENTMASONS Foreman IFM 80.13 111.59 - 140.17 Foreman MFM 67.50 89.60 111.69 Journeyman - WederiFdter UM 72.12 99.58 124.44 Journeyman MJM 64.99 85.85 106.69 Apprerdics - Fifth Year IA5 57.96 8027 100.62 F&T Machine Operator MTO 65.41 86.47 107.53 Apprentice - 8th S. Mos. (90 %) MAB 60.63 79.59 9&35 SHORTLINE (LOCAL 240) Foreman SFM 64.81 118:37 148.98 Journeyman(WeldedRf[er) SJM 79.07 109.75 137.57 LABORERS Welder Helper SWH 44.99 .61.69 7726 General Foreman LGF 63.31 85.32 107.33 Pre -Helper SPH 26.88 37.11 47.34 Foreman . LFM 61.64 Mai 103.99 Group 1- General LGt 54.72 72.43 90.14 Group 2 - Wrapper> 6" LG2 55.63 73.81 91.98 UTIX Y Group 3 - PTOANreppar < 6" LM 56.55 75.18 93.81 Foreman UFM 63.47 89.04 11329 Group 4 - Pipe layer, CBS LG4 59.13 79.05 98.99 Welder UWJ - 56.91 79.19 100.15 Group 5 - Blaster LG5' 59.72 79.93 100.15 JoumeymaniFuser UFJ 47.64 65.58 8245 Apprentice -chin Period (85%) LA6 48.12 65.30 8249 Pipe Tradesman ll UP2 34.99 46.57 57.07 TIJLMS7E RS -.. ELECTRICIANS /INSIDE WIREMEN General Foreman _ TGF 66.57 88.63 110.70 (Rates subject to project location & employee base Imotlanj Foreman TFM 64.91 86.13 107.36 Generalforeman EGF 96.42 135.57 174.71 Group 2 -2A3de TG2 61.97 81.73 101.46 Foreman EFM 85.84 119.89 153.54 Group 3 - 3 Ace TG3 62.18 6205 101.91 Jwmeyman EJM 78.96 109.38 139.79 Group 5 - Working Truck Driver TG5 6240 8238 IM36 Apprentice -10th Period (85 %) E AO 68.55 94.42 120.28 Group 6 - 4 or More Axle TGS 6260 62.68 102.75 Group 9 - Lo-Bed TG9 63.77 84.43 105.08 PROJECTMANAGEMENT Subjoumeyman- 4001-6000 Hrs. TA3 46.59 60.16 73.73 Project Manager MPM 94.94 129.87 167.72 Group 12 - WTD BoomTrk Cart TBT 65.66 68.17 110.70 Superintendent MSP 85.16 116.09 149.94 Project Engineer _ MPE 66.11 96.76 127.41 Apprentice Rates: Apprentice rates" tested above are the highest cimification prior to journeyman full scale rates. BREW rate for Apprentice will be based on actual clasar7wation Subsistence: $65.00/day Travel Time: Customer w�T, be advised if tram] time is applicable Overtime Rates: Ali hours outside regularly consghiled shift shelf be time and one hag. Sadays and holidays shall be paid at double time. For Operating Engineers - first four (4) hours outside regular shift and fast twelve (12) hours an Saturday is time and one hag; all additional hours at double time except holidays which are at triple time. Emergency "call out work" - Four (4) hour minimum for labor and equipment Markup: Material, subcontractors, subsistence, and outside rentals Crxduding fuel costs), vA71 be billed cost plus sales tax where applicable, plus mark -up of 15% Boundaries of Southern Catifomia Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, in/o, Morro, Orange, Riverside, San Bemardupo, Imperial, Venture, Santa Barbara, San Lus Obispo, Kern and M addition: Richardson Rock, Santa Cruz Island, Arch Rock, San Nicholas Island, Catalina Island, San Clemente Island, San Miguel Island, Santa Barbara Island, Santa Rosa Island, Anacapa Island, including the Channel Islands Momrment Rate Scale does not Include San Diego County. NOTE: Wage scales are in accordance vft Associated General Contractors Master Labor Agreement, and are subjectto change without notice, This rate sheet Is not all Inclusive; additional classifications available If required. (v20) CA C.L. 273024 11232 E. Firestone Blvd., Norwalk, CA 9060 Phone: (562) 864 -6566 Fax: (562) 8646052 www.dotybros.com } 1 BACK HOES' CASE 580 UD 310 JD 710 CAT 235 -TRACK MOUNTED CAT $DO -TRACK MOUNTED CAT 345 - EXCAVATOR ARROW (HYDRO HAMMER) . 54' SINGLE DRUM VIBRATING SHEEPS FOOT COST PLUS RATES - EQUIPMENT SOUTHERN CALIFORNIA COST PLUS RATES EFFECTIVE JULY 1, 2006 TO JUNE 30,2007 HOURLY RATE TRUCKS $ 38.00 PICKUP TRUCKS - MISC. TOOLS NOT INCLUDED $ 44.00 SERVICE TRUCK I4WD PICKUP- MISC TOOLS NOT INCLUDED $ 110.00 2 -3 TON - FLATBED, A- FRAME, UTILITY, HOE MOVER $ 105.00 HIGHWAY TRACTOR WIiRAILER (LOWBED) + MOVE PERMIT FEES $ 135.00 DUMP TRUCK - 5 YARD (BOBTAIL OR FLAT BED) $ 43.OD $ 44:00 COMPRESSORS PADE 8 TAMPER #'1178 BORING MACHINE 1314" 125 - 185 CFM $ 20.00 CRANES (PER DAY) 3 0854 BORE MOTOR BOOM TRUCK - UP TO 8 TONS $ 30.00 BOOM TRUCK - 10 TO 11 TON $ 45.00 BOOM TRUCK - 14 TON $ 49.00 BOOM TRUCK - 23 TO 25 TON $ 54.00 GROVE CRANE - 15 -18 TON RT (OR EQUIVALENT) $ 58.00 GROVE CRANE - 28 TON $ 65.00 FORKLIFTS #839 BEVELING MACH. OR EXT. LINEUP CLAMP CUTTERS 18'-36" - - $ 6,000 LB $ 21.0D 20,000 LB $ 33.00 LOADERS. SKIPLOADER - CASE 580/MF40E )30 CAT RUBBER TIRE LOADER )50 CAT RUBBER TIRE LOADER 35DE CAT RUBBER TIRE LOADER )BBC CAT RUBBER TIRE LOADER :AT MODEL 140 GRADER ' IBRATOR ROLLER, 1 TON HAND (WALK BEHIND) :OLLER - (RIDE ON) LASHING ARROW - (4 HR. MIN.) ILT TRAILER 1 CABLE DOLLY ITELLI.COLD PLANER..-.- (A.HR. MIN.). IPPER GRINDER (RATE PER DAY+ MOVE -ON) J 450 SIDEBOOM AT D-6 SIDEBOOM AT 561 SIDEBOOM AT D-7 SIDEBOOM AT 572 SIDEBOOM AT D-4 1 JD 450 DOZER AT D-6 DOZER $ 30.00 $ 44.00 $ 55.00 $ 66.00 $ 61.00 HOUR RATE $ 13 $ 15 DUMP TRUCK - 8 YARD $ 40,000 LB. TRAILER $ DUMP TRUCK - 10 YARD (10 WHEEL) .$ LOWSIDE END DUMP TRAILER WITH TRACTOR $ WATER TRUCK. - (1,500 - 2,000 GALS.) $ WATER TRUCK - (3,500 GALS.) $ 2D0 AMF, TRAILER OR SKID MOUNTED 200 AMF, TRUCK MOUNTED WELDING SKID - QTY. 4 MISCELLANEOUS #'1178 BORING MACHINE 1314" (PER DAY) $ #1177 BORING MACHINE 3112 (PER DAY) $ #1520 BORING MACHINE 4' - S" (PER DAY) 3 0854 BORE MOTOR (PER DAY) $ CEMENT SAW - SMALL (PER DAY) '$ CEMENT SAW - MEDIUM (PER DAY) $ CEMENT SAW - LARGE (PER DAY) $ #848 CHAIN LINK FENCE PANELS (1 EACH I PER JOB) $ #847 CHAIN LINK FENCE (/ POOT 1 JOB) $ #1085 POWER BROOM - TRACTOR MOUNTED (PER HR) $ #820 TAPPING MACHINE (WATER LINES UP TO 2")(PER INCH/PER DAY) $ #828 TAPPING MACHINE (WATER LINES 3" TO 12') (PER INCH/PER DAY) $ #1082 BENDING MACHINE 6" TO 20" PLUS SHOES & FREIGHT (PER DAY) $ Page 1 of 2 u) 11 ?T? A Firrrtnnr RIvH Vnmunllr rA QArrA Phnr, , 15(, )l RrA -41;rr P., !K(. ?l QrA_rAr') "wn.n...7..+..1...+" DAILY wsrE IANEOUS RATE $ 78.00 #879 BARRICADES I DELINEATORS I CONES $ 1! $ 2200 PLYWOOD 1/3 REPLACEMENT COST $ Z8.D0 SHORING LUMBER 8"X S' X 8' 1/3 REPLACEMENT COST $ 17.00 SHORING LUMBER 3" X 12"X 14' 1/3 REPLACEMENT COST $ 12.00 #851 BEVELING MACH. OR EXT. LINEUP CLAMP & CLrrTERS 8' -14" $ 25.1 $.220.00 .- #839 BEVELING MACH. OR EXT. LINEUP CLAMP CUTTERS 18'-36" - - $ 501 $ 350.00 #836 BUFFERS & GRINDERS $ 25.1 #8868 CEMENT MIXER $ 40.1 #850 CHAIN SAW (INCLUDES BLADES) $. 50.4 $ 38.00 9890 CLEANING BALL $ 10.( $ 54.00 #1535 COMPACTOR (NERVOUS TURTLE) $ 150.( $ 60.00 #891 CONCRETE VIBRATOR '$ 40.( $ 63.00 #882 CONSTRUCTION SIGNS $ 4.( $ 75.00 #878 CROSSING PLATES $ 8: $ 40.00 #810 CUT -OFF SAW (INCLUDES BLADES) $ 50.( $ 74.00 #837 DEAD WEIGHT TESTER $ 60.( EMULSION POT SPRAYER $ 60.( Page 1 of 2 u) 11 ?T? A Firrrtnnr RIvH Vnmunllr rA QArrA Phnr, , 15(, )l RrA -41;rr P., !K(. ?l QrA_rAr') "wn.n...7..+..1...+" Page 2 of 2 11232 E. Firestone Blvd.. Norwalk. CA 90650 Phone: (562) 864 -6566 Fax- (562) R64-6(K9 mans/ intvhrnc rnm �� DAILY DAILY MISCELLANEOUS RATE AIR TOOLS RATE FLOODLIGHT TRAALER (MERCURY VAPOR LIGHTS) $ 125.00 #870 AIR HOSE 3/4'X 50' $ A 8841 FLOW LINER $ 25.00 #868 CHIPPING GUN (PLUS STEEL) $ 35 #1807 GENERATOR (3.5 - 5 KW) $ 50.00 #866 CLAY SPADE (PLUS STEEL) $ 35 #842 HILTI GUN $ 50.00 #864 IMPACT WRENCH 1" $ 35 #638 HOLIDAY DETECTOR $ 25.00 #858 JACKHAMMER (PLUS STEEL) $ 35 8875 LADDER $ 10.00 #867 PAVEMENT BREAKER (PLUS STEEL) $ 35 LIGHT STAND $ 16.00 9869 RIPPING GUN $ 35 #840'MANHOLE BLOWER $ 40.00 #865 ROCK JACK (PLUS STEEL) $ 35 #843 PIPE LOCATOR $ 25.DD #852 ROTARY HAMMER (PLUS STEEL) $ 50 #1834 TESTING TABLE $ 80.00 #859 TAMPER $ 35. 8853 POWER THREADER $ 85.00 #860 PORTA BAND SAW $ 35. #835 SKILL SAW (INCLUDES BLADES) $ 20.00 0827 TAP MACHINE - T.D. WILLIAMSON (UP TO n $ 100.00 SAFETYAND- HAZMA..TEQUIPMENT' #862 TAR POT $ 50.00 #844 EXPLOSIMETER $ 50. #882 TEST PLUG $ 10.00 #914 MULTI -GAS DETECTOR I PID $ 100. TEST PUMP - 2D0 LB. $ $0.00 H2S MONITOR $ 15. #1815 TEST PUMP 200 LB. -400 I.S. SPRAGUE $ 126.00 #913 TRIPOD WIHARNESS $ 100. #8818 TEST PUMP 5,000 LB. TRAILER MOUNTED $ 175.00 #916 SCBA $ 40 N45A TRANSIT - LEVEL $ 25.00 #916 ESCAPE AIR PACK $ 25. #8456 TRANSIT - LASER $ 75.00 RESPERATOR - HALFIFULL MASK $ 5. #845C TRANSIT - THEOLITE $ 35:00 RESPERATOR CARTRIDGES (PAIR) $ 15. #877 TRENCH JACK (SCREW) $ 4.00 SAFETY HARNESS $ 5. UTILITY VEHICLE (NON -HWY) $ 50.00 81861 VIBRATOR PLATE (24 ") $ 55.00 91860 WACKER TAMPER $ 65.00 #893 WALKIE TALKIES (SET OF 2) $ 25.00 8871 WATER HOSE 1 12" X 50' $ 6.00 0872 WATER HOSE 212" X 50' $ 7.50 01831 WATER PUMP 2" PORTABLE $ 50.00 01832 WATER PUMP 3" PORTABLE $ 75.00 SANDBLASTER W /ACCESSORIES $ 125.DD WEED WACKER $ 50.00 Page 2 of 2 11232 E. Firestone Blvd.. Norwalk. CA 90650 Phone: (562) 864 -6566 Fax- (562) R64-6(K9 mans/ intvhrnc rnm �� RUG -06 -2006 11 :10 From :USI SOUTH COAST 9493410321 To-949 6465204 P.2/10 ACORDK CERTIFICATE OF LIABILITY INSURANCE """�"""' I I USI Irvine - M Llc# 0351162"1949.790-6339(Suzon) P O Box 53310 Irvine, CA 92619 -3310 Doty Bros. Equipment Co. 11232 E. Firestone Blvd, Norwalk, CA 90650 Union A THE POLICIES OF NSURAWE LISTED Sl30W HAVE BEEN ISSUED TO 7HE 043URE0 NPMEDASMT FOR THEPOLICY PERIOD WDICATED. N0TWn"STANDNG ANY RCOUIREM9J17. TERM OR COMr W OF ANY CONTRACT OR OTH3¢ DOCUMENT %UH REMV67 TO WHCH TM 0ERT94CATE MAY IIE ISGUED OR MAY PERTAIK THE NSIRANCE AFFWRDEOgY THE POLICIES DESCRIBED HEREIN IS SL"CTTO ALL THE TERMS. EXMUSIONS AND 0ONDIri0N5 OF SUCH POLICIES. AGGREGATE LNffa SNOMNMAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF biGURA10E P0LICYXUM6rR 10111105 10(11(0; LOUIS A CAWGRALLUeauY GL1558860 BYCHOCCIAMZtOE s1 o00 000 X C0AYAFkoALGCW04ALLVAnnY cuxas#unE �x OCWR R6MAGC O $60,000 ur:oowwrvore 000 Pm9wmSAovwAw s 000000 X BFPDIXCU X t`ontractuat GGNFRALAOCREGATE 9ZON10110 rRoo s-oo TATPAw DDO 0 QMAGCr46"TFUWTAPPL1SfPQKr SIR $600.000 PoLm Mx 2p, M Loo B AUrouOWLE UA M z AmAUro CA8262183 10/11/05 10MIMS cahteq+EV ssxxEUwr (snAePW�+I 11000,000 ROb1.YwAlRY % ALL OYTNEO AUTOS SM15DU kTTAUTOB ROD0.YPiTUHY Qbaz�++i %� X N4aoKT/F6wTOS Lr�YOPEATrDUAnr E 1 z Comp $1,000 x Cats $1,000 lAnolias to 2003 and neWercars only GARAGE LIAeOJrY NATOOMX- FAAo0DBfi f omm"" Es Ar* AM owy, AW f AM'AUTO f OCCE93AAAeREILA LMGILITy (%JOUR MCLAaq MADE - EACH OGglRFtPlCE S AGGREWTE f f i DEMMVIRLE f RE'TBiTgN 1 C Y,ORKERS00100MATMAFM WC1347153 10111/05 10111106 An EtwcHacaoEHT 11 000 EMPLOYER6'LMa1AIY AQY �T EL.DWAX-FAUPLOM 0401I.W0 P = h EL.owksc- POUCYLaar 0,000,000 DIRER DESCRO7MN OFavbLLT,OHer LOCAnoNf rveR,mESlOCCLU9ON9 AODlD 6YWpORSEMan'f PEC4A.PROY18M= Re: All Operations. The City of Newport Beady its elected or appointed ..Of[. Tcera,. officials, emPIQyees,.agetm.and volunteers-are named as - - -' additional insured as respeds to General Llabiihy and Automobile U"ty policies. Waiver of Subrogation applies to General Uability, Automobile Liability and Workers Compensation policies. (p) City of Newport Beach Public Works Dept. 3300 Newport Blvd. Newport Beach, CA 92658.69TS 2511MIMs)l 01`2 111()1320227 LOAW OFTHE WFOPETWElO4 AWK 11 VW",ngf WtwOWSURERMHL MA& !3f) VATSMI ER A 1868 W, "-08,2006 1.1:10 From:USI SOUTH CORST 9493410321 To:949 6465204 P.3/10 IMPORTANT If the certificate holderls an ADDITIONAL INSURED the poIicy(les)nwst be aWorsed. Astatement on dtfe cadificate does not confer fights to the certificate holder in lieu of such endorsernent(s). If SUBROGATION IS WAIVED. sutleot to the term and conditions of the policy. certain policies may regUire an endorsement A staternerd.on this ceamgte does not confer rights to the certficate hok)er In lieu of such endorsement(s). DISCLAIMER The Cerfifioale of Insurance on the reverse ride of this form does not canstiWte a oontrad betwoon the.Issrdng irls<ser(s), mmwbed representative or producer, and the eenificate Itatde. not does it affitmativeJy or nagativey wrnW, s AwA or after the coverage afforded by the pdk*m lisiad thereon. ACORD 25S("01(0e) 2 nit Irue'M�eee qq Chants- ?CORK DOTYS100 ACORDN CERTIFICATE OF LIABILITY INSURANCE''"""°°"""" PRODUCER USI Irvine - CIL THIS CERTIFICATE IS ISSUED AS A i4ATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERY M"TE Lft� 03S1162"`* 949. 790$ 339 (Suzan) Pc BOX 53310 HOLDER. THIS CERMCATE DOES NOT AMEND. EXTEND OR ALTER ' COVERAGE AFFORDED BY THE POLICIES BELOW. � Irvine, CA 926193310 INSURERS AFFORDING COVERAGE NAIC # ME "`EO Doty Bros. Equipment Co. 11232 E. firestone Blvd. mw4vx to National Union Fire of PA AIG x,rsEae 1 a PGRsaN gANmm Norwa(k, CA 90650 ws rsElta OEJIEMACORM+ATP euuRFRO. P LICY LOC Ytl "10 day rwt ca for hop S TIE Powcs OF wsup um Lwmt) w-LOW HAVE 9ECN mum TD THE RWARED NAWa ABOVE rM TF£ POIICY PGWOD WDICATM NOTWITHSTANOMO ANY TORN OR couOr 7DAl of Am CONTRACTOR OTmmDoCUW -49 wrm mveoTTo Y"oiTK* OERnFrAye MAY BE wsUEO OR MAY PERTNK THG WSURANOE AFFoROEp 6Y THE POLICES DESCRIBED tmEN m suajEOTToxi THE TTRNS. EXCLUSIONS AND CONDMONS OF SUCH POLICIES. AGGREGATE UMTT8 SHOWN MAY HAVE OEM RM pBYPAID CLAIMS. TYPE OF xCAMANCE POI/CTAmIBPA E E�IRAtIOII � O09LALUABB)rT GMA.00REClTLLDATAPPUEDPOL GEKOM umury CLAMS MADE ❑ OCORt CAOH OCCV1VO1OG S 4oM0 TORERIGO MEO EJtP a 1 a PGRsaN gANmm f OEJIEMACORM+ATP a P LICY LOC PROOUOTS- COMPAIP AM S AUTOMOSRE UAbkt ANYAUTO ALL OVRM AUTOS SCNEOULMAUTOS HHWOAUTOS NONANWEOAUTOS COMEINM SNO.ELUT (EAACM 4 $ BOOLY IkA (I�Pa0--) S BODLYUMURY �A S �PRa� awnsG s cARACEUAmm AMAUro AUrooMy- rAACOOriu s OTHGRTiUW C&Aee All V&Y: AM S 1 A E uAeL" OCCYN CIASAS Au,OE FCEte�mON 110.000 BE7227d25 101t i%OS 10111!06 EAOI OCOUFaiFNCE f5 000 000 a ODO 000 A=PJOHAQ=OKDXEMPff s noalrEmCOaPBls,LrIONUn ANYP�TNE OI+lOEPoMB.ESER OCf1U0ED! B OVISIONS S Fl dSF1wSG• POLICY LW Is OTHER 490CIEPTM OF OPERATIONS rLOCATKM rVEMCM IEIWLUSIOHB ADM BY IHOORSEiAEM SPECNLPROVOIONS .Re: All Operations. The City of Newport Beach. Its sdected o'- appointed ...... ... . OM66rt, officials, employees; agents and voiunteem are named as additional insured as respects to General Usbility ertd Automobiie Uabufty policies. Waiver of Subrogation applies to Germnal liability, Automobile Liability and Workers Compensation pollciBS. (p) City of Newport Beach Public WO*S Dept. 3300 Newport Blvd. Newport Beach, CA 92658 -8915 ACORD 25 (2001108) 1 of 2 TIIEREOF.111EISSUMG WSUREa mLIliaDpN (pR)<RNAt. _".M OAYSmErrm CJCJC O ACORD CORPORATION IBM 5 " -08-e@06 11:11 From:USI SOUTH CORST 9493410.1 To-949 6465204 P.S/io IMPORTANT If iha oardfreata hoideris an ADDITIOWAL INSURED. the poWies) mast be endorsed- A statement on this certiftoate eves not ranter rights to the oertikate homer in fieu of such endorsmargs)- if 6UBROGA -naN IS WANED, s4ect to the terms and WMMMs of the polq, MrUdn WWet may require an endomanent. A statement on tilt certificate does not cedar rights to the certificate hold" In Get of such endorSettle O). DISCLAIMER The Certificate of Insurance on the reverse side of this forth does not Constitute a mrYrw between the issuing insum*), authorized rapmerdative or producer. aid the ceAificatO holder listed thereon. s it affimarvety or negsWeiy amend. exterrd m aw the ooverage Worded by the Pouf Acorn zss (2oelroa) 2 01`2 #M320213 fil1G -t - 2006.i1?11 From:USI SUJTH CQRST 9493410321 To:949 6465204 POLICY NUMBER: GL1558660 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) 7L,it mbrwaw t ncdir= imm"W pvvida mdet Aso M wing: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: The City of Newport Beach, its elected or appointed officers, officials, employees, agents and volunteer RE. All Operations (If no eatry appears above information required to complete thin endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED (Section W is amended to include as an insured the person or organization shown in the Schedule, but only with respect to {lability arising out of "your work" for that insured by or for you. PRIMARY CLAUSE ENDORSEMENT: It is.furtirer agreed that such insurance as is afforded by this policy for the beaefit of the Additional Insured shown shall be primary lnsurauce, but only as respects to any claim, loss or liability arift out of the operations of the Named Insured and any other insurance maintained by said Additional Insured shall be non - contributing, CG 2010 1 185 Copyright Incunmoe Services Office, Ine.1984 P.6/i0 y7 rM- 06 -20e6 11:11 From:USI SOUTH CORST POLICY NUMBER: GLISS8660 To:949 6465204 P.7/10 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER 1UGITTS OF RECOVERY AGAINST OTHERS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART 1SCIIRDULE Name of Person or Organization, The City of Newport Beach, its elocted or appointed officers, officials, employees, amts and volunteers RE: All Operations (If no entry appears above, information required to oompleto this endorsement will be shown in the Declarations as applicable to this endorsement.) We waive. any ri* of recovery we may have against the person or organization shown in the Schedule because of payments we make for injury or damage arising out of "your work" done under a contract with that person or organisation. The waiver applies only to the person or organization shown in the Schedule. CG 24 04 1185 Copyright, Insurance Services Office, Inc:, 1984 q9 POLICY #: CA8262183 INSURER'S NAME: Doty Bros. Equipment Co. COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE Name of Person or Orgaulxation: P:6 /10 7nie City of Newport Beach, its elected or appointed officers, officials, employees, agents and volunteers RE: All Operations PRIMARY CLAUSE LrNDORSEMENT. It is farther agreed that such insurance as is afforded by this policy for the benefit of the Additional Insured shown shall be primary Insurance, but oaly as respects to any claim, loss or Liabilityarisiug out of the a peratio as orthc Named Insured and any otherinsumucc maintained by said Additional Insured shall be non-contributing. WHO is AN INSURED (section II} is amended to include as an insured the person or organization shown in the Schedule but only with respect to liability ari&g out of the ownership, maintenance, or use ofa covered "auto" qq Fkp-tB -2006 it, It From:LISI SOUTH COPST 9493410321 To: 949 6965204 P.9/10 POLICY #: CA8262183 COMMERCIAL AUTO INSURED'S NAME: Doty Bros. Equipment Co. THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE Name of Person or Organization: The City of Newport Beach, its elected or appointed officers, officials, employees, agents and volunteers AR All Operations Wo waive any right of recovery we may have against the person or organization shown in the Schedule because of payment we make for Injury or damage arising out of "your work" done under a contract with that person or organization. The waiver applies only to the person or organization shown in the Schedule, WHO IS AN INSURED (section 11) is amended to include as an insured the person or organization shown in the Schedule but only with respect to liability arising out of the ownership; maintenance, or use of a covered "auto' PRMIARY CLAUSE ENDORSTMENT: This Insurance is primary and any other insurance maintained by such additional insureds is non- contributing with this insurance as respects claims or liability arising out of or resulting from the ads or omissions of the named insured, orafothers forwork performed by or on behalf of thenamed insured. SD "70q-?W6, 11:11 From:USI SOUTH COP67 9493410321 To: 949 64G52M Workers Compensation and Employers Liability Insurance Policy .Policy Number: WC1347163 Policy Period: 10/11/05 to 10/11/06 Insured: Doty Bros. Equipment Co, The Information above is required only when this endorsement is issued subsequently to preparation of the policy. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT- CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We VAR not enforce our right against the person or organization named to the SdwMe. (This agreement applies only to the e)dent that you perform work under a written conlrad that requires you to obtain this agrawnent from us.) You must maintain payroll records accurately segregating the renumeration of your employees while engaged. In the work described in the Schedule. The additional premium for this endorsement shall be nil % of the Cardornia workers' compensation premium otherwise due on such renumeration, Schedule Parson or OroanizWon The City of Newport Beach, its elected or appointed officers, officials, employees, agents and volunteers . RE: All Operations This endorsement dwnges the policy to which it is aftsched and is effective on the date issued unless otherwise stated. PRODUCER: USI of Southern California WCD40306 (Ed. 1'87) P. 1W10 51 1.