TO; THE OFFICE OF THE "C3TTY CLERK, INDEX SECTION

FROM: BOARD OF PUBLIC WORKS

| CONTRACT NO. AND/OR AMENDMENT NO: (j ^ / f 3 VJ* H

COUNCIL FILE NO.: xxxxx

] DATE OF APPROVAL:

I CONTRACTOR NAME:

| TERM OF CONTRACT:

\ TOTAL AMOUNT: $ 4 Q, 43 £

PURPOSE OF GONTfLACT: Q PROPOSAL '"tiro PART I OF IV

SECURITY LIGHTING - UNIT 13 AND W.O. L0719018

loo° 1 41 3, 432.

~ In and for the City of Los Angeles

TYPE OF CONTRACT: Cash

PROPOSAL ATTACHMENTS: Project Plans and Specifications

SPECIFICATIONS: Latest Board of Public Works adopted editions of the Standard Specifications for Public Works Construction and Supplements, Standard Plan S-610 ("Brownbook"), "Notice to Contractors - Comprehensive", the Special Specifications for Street Lighting Construction and these Special Provisions.

PROJECT LOCATION: See Project Plans - SL-6157

COMPLETION TIME: 120 Working Days

LIQUIDATED DAMAGES: $300.00/Calendar Day

BID DATE: Bids must be received not later than 10:00 a.m. WED, NOVEMBER 28, 2007 at Los Angeles City Hall, 200 North Spring Street. Room 355, Los Angeles. California 90012.

^f . , tr" T\- . ,^ ~J_ V\i .

Address

"7 S3 % &C.&J* /\\je, Q£\\ &&s^*s*& C^c\. MO^CX

Telephone Number (5tJ) C)37~J33^ FaxNumber(&3 ^^1-^11 1

Contractor's License Number Classification Expiration Date / / 1 83^13 C-\0 V/30/08

Business Tax Registration Certificate (BTRC) No. >"%".— . ^ 1-1

MBE - Proposal Prepared 2/20/2007 SCHEDULE OF WORK AND PRICES FOR SECURITY LIGHTING - UNIT 13 Work Order: L0719018

(FILL IN THIS SCHEDULE IN BLACK WITH PENCIL, INK OR TYPEWRITER)

Item Item Description Estimated Unit* Unit Price Total Price No. Quantity (in figures) (in figures) Dollars Cents Dollars Cents

1 Remove & dispose of existing wires per 1 LS — general notes on sheet 1 of project plans $<&V\ . CO *^»» . cc

2 O.H. svc. incl. 2" galv. cond. svc. riser . 1 EA complete to service pullbpx arid 15 ST.. CO I'^o'i. OO coordination with DWP • ....

3 Service junction connecting device" ' 20 EA. Z<\5. ~)0 ^ Q \ LJ 00 • .

4 1" galv. cond. (Parkway) incl. excavations 1233 LF and restoring surface to match adjacent k'o CO. ox)C) *4 surface ^^

5 1-1/2" galv. cond. (Parkway) incl. 271 LF excavations and restoring surface to match 6,1. 00 OC3 adjacent surface IU,%01.

6 #10 THWN AWG solid wire 1 LS M,\-bO. CO 4,» -to. 00

7 #6 AWG stranded wire 1 . LS . • ,• .". ;. • • "..;...-. 20,7 5 I . GO lO"75l . 00 1 • • . .. • • . :' ',•-•'.'.••• ••--', /

; 8 Pullbox, type 2, incl. lid,- bends, excavating, 54 EA and restoring surface to match adjacent ^ SG? 1>S S"S.Eo5 O<0 surface

9 Pullbox, type 3, incl. lid, bends, excavating, 1 EA and restoring surface to match adjacent c>0 -79s. 00 surface •745.

10 10 amp fuse kit (includes cartridge fuse) 20 EA Ml. 7o ^5H. CO

Page 1.2 a SCHEDULE OF WORK AND PRICES FOR SECURITY LIGHTING - UNIT 13 Work Order: L0719018

(FILL IN THIS SCHEDULE IN BLACK WITH PENCIL, INK OR TYPEWRITER)

Item Item Description Estimated Unit* Unit Price Total Price No. Quantity (in figures) (in figures) Dollars Cents Dollars Cents 11 30 amp fuse kit (includes cartridge fuse) 2 . EA I* -5. 50 1-3U- CD

12 (found1, (per plan) incl. cap, excay;, all : 52 EA 30 bends & restoring surf, to match adjacent 7^666.. surf. '•',: ,.::-.'. . . ; • '|^25. qo

13 14' Round Aluminum Pole with 100 W HPS 2 EA Se'lux Mult Lurh & Lamp (QUADRO 2) per 00 00 plan and material list &S-TO I3.WCT-

15' OrnarrientalPedestriari Pole with 3' arm 7 '14 EA H £Z ' and 100 W HPS luminaire & lamp per plan host. 42/357. 1

15 15' Round Aluminum Pole with 100WHPS 43 EA Semi-spherical lum & lamp per plan ftt 18 1^\' \ q^ow |

Total Amount Bio

* Unit abbreviations : EA (Each), LF (Linear Foot), LS (lump Sum), TR (Trip)

** Complete electrolier assembly includes foundation, pullbox, pole, arm, luminaire, lamp, ballast, and all wire between luminaire and electrolier pullbox. .

Page1.2b CONSTRUCTION CITY OF LOS ANGELES RESPONSIBILITY QUESTIONNAIRE

RESPONSES TO THE QUESTIONS CONTAINED IN THIS QUESTIONNAIRE MUST BE SUBMITTED ON THIS FORM. In responding to the Questionnaire, neither the City form, nor any of the questions contained therein, may be retyped, recreated, modified, altered, or changed in any way, in whole or in part Bidders or Proposers that submit responses on a form that has been retyped, recreated, modified, altered, or changed in any way shall be deemed non-responsive.

The signatory of this questionnaire guarantees the truth and accuracy of all statements and answers to the Questions herein. Failure to complete and return this questionnaire, any false statements, or failure to answer (a) question(s) when required, may render the bid/proposal non-responsive. All responses must be typewritten or printed in ink. Where an explanation is required or where additional space is needed to explain an answer, use the Responsibility Questionnaire Attachments. Submit the completed form and all attachments to the awarding authority. Retain a copy of this completed form for future reference. Contractors must submit updated information to the awarding authority if changes have occurred that would render any of the responses inaccurate in any way. Updates must be submitted to the awarding authority within 30 days of the change(s).

A. CONTACT INFORMATION

CITY DEPARTMENT INFORMATION •R^blfc'Works :_ City Department/Division Awarding Contract City Contact Person Phone

ReJbid 13 in 28 101 City Bid or Contract Number and Project Title (If Applicable)' Bid Date

BIDDER/CONTRACTOR INFORMATION C.T. * F. 3W. Bidder/Proposer Business Name Contractor's License Number 73 ^^ -Scoo^ Aue. Co.. Street Address City State Zip T. Contact Person, Title Phone ax

TYPE OF SUBMISSION: The Questionnaire being submitted is:

An initial submission of a completed Questionnaire. u An update of a prior Questionnaire dated / u No change. I certify under penalty of perjury under the laws of the State of California that there has been no change to any of the responses since the last Responsibility Questionnaire dated / / ,.. . was submitted byjtiejirm. Ajjaefc-a, copy of that Questionnaire and sign below.

Print Name, Title Date

TOTAL NUMBER OF PAGES SUBMITTED, INCLUDING ALL ATTACHMENTS:

Responsibility Questionnaire (Rev. 10/24/03) 1-3a CONSTRUCTION B. BUSINESS ORGANIZATION/STRUCTURE

Indicate the organizational structure of your firm. "Firm" includes a sole proprietorship, corporation, joint venture, consortium, association, or any combination thereof.

U Corporation: Date Incorporated: M / 3O/ l^iS^j state of incorporation: CAJ \-dyfv\\c\ List the corporation's current officers.

President: M

Vice President: TcdcA

Secretary: Joglvj

Treasurer

U Check the box only if your firm is a publicly traded corporation. List those who own 5% or more of the corporation's stocks. Use Attachment A if more space is needed. Publicly traded corporations need not list the owners of 5% or more of the corporation's stocks.

U Partnership: Date formed: / / State of formation:. List all partners in your firm. Use Attachment A if more space is needed.

U Sole Proprietorship: Date started: / / List any firm(s) that you have been associated with as an owner, partner, or officer for the last five years. Use Attachment A if more space is needed. Do not include ownership of stock in a publicly traded company in your response to this question.

U Joint Venture: Date formed: / / List (1) each firm that is a member of the joint venture and (2) the percentage of ownership the firm will have in the joint venture. Use Attachment A if more space is needed. Each member of the Joint Venture must complete a separate Questionnaire for the Joint Venture's submission to be considered as responsive to the invitation.

Responsibility Questionnaire (Rev. 10/24/03) 1-3b CONSTRUCTION C. OWNERSHIP AND NAME CHANGES

1. Is your firm a subsidiary, parent holding company, or affiliate of another firm?

U Yes &i No

If Yes, explain on Attachment A the relationship between your firm and the associated firms. Include information about an affiliated firm only if one firm owns 50% or more of another firm, or if an owner, partner or officer of your firm holds a similar position in another firm.

2. Has any of the firm's owners, partners, or officers operated a similar business in the past five years?

U Yes ^ No

If Yes, list on Attachment A the names and addresses of all such businesses, and the person who operated the business. Include information about a similar business only if an owner, partner, or other officer of your firm holds a similar position in another firm.

3. Has the firm changed names in the past five years?

U Yes tf No

If Yes, list on Attachment A all prior names, addresses, and the dates they were used. Explain the reason, for each name change in the last five years.

4. Are any of your firm's licenses held in the name of a corporation or partnership?

K Yes U No

If Yes, list on Attachment A the name of the corporation that actually holds the license.

Bidders/Contractors must continue on to Section D and answer all remaining questions contained in this Questionnaire.

The responses to the remaining questions in this Questionnaire will not be posted on the Internet but will be made available to the public for. review upon request Contact the appropriate Designated Administrative Agency. .

Responsibility Questionnaire (Rev. 10/24/03) 1-3c CONSTRUCTION D. FINANCIAL RESOURCES AND RESPONSIBILITY

5. In the past five years, has your firm ever been denied bonding?

U Yes ^ No

If Yes, explain on Attachment B the circumstances surrounding each instance.

6. Is your firm now, or has it ever been at any time in the last five years, the debtor in a bankruptcy case?

U Yes ^ No

If Yes, explain on Attachment B the circumstances surrounding each instance.

7. Is your company in the process of, or in negotiations toward, being sold?

U Yes J>T No

If Yes, explain the circumstances on Attachment B.

E. INSURANCE

8. In the past five years, has any bonding company made any payments to satisfy any claims made against a bond issued on your firm's behalf?

U Yes tf No

If Yes, explain the circumstances on Attachment B the circumstances surrounding each instance.

9. Indicate whether your firm currently has a Workers' Compensation insurance policy in effect, whether it is legally self-insured, or whether it currently has no Workers' Compensation insurance policy in effect. fef Workers' Compensation Insurance Policy Currently in Effect U Legally Self-Insured U No Workers' Compensation Policy Currently in Effect

If you have no worker's compensation insurance policy currently in effect, and you are not legally self- insured, provide an explanation on Attachment B.

10. List the Experience Modification Rate (EMR) issued to your firm annually by your Workers' Compensation insurance carrier for the last three years. Begin with the most recent year (YR 1) that an EMR rate was issued (EMR-1). If any of the rates for the three years is or was 1.00 or higher, you may provide an explanation on Attachment B.

YR. 1:3006 EMR-1: 01% YR. 2: QCOT EMR-2: 0^S YR. 3: 1C&H EMR-3:

11. Within the past five years, has your firm ever had employees but was without Workers' Compensation insurance or state approved self-insurance? U Yes «^ No

If Yes, explain on Attachment B the circumstances surrounding each instance. If No, attach a statement from your Workers' Compensation insurance provider that you have been continuously insured for the past five years. Responsibility Questionnaire (Rev. 10/24/03) 1-3d CONSTRUCTION

F. PERFORMANCE HISTORY

12. How many years has yourfirm been in business? H <> Years.

1 3. Has your firm ever held any contracts with the City of Los Angeles or any of its departments?

tf Yes u No

If Yes, list on Attachment B al! contracts your firm has had wjth the City of Los Angeles for the last 10 years. For each contract listed in response to this question, include: (a) entity name; (b) purpose of contract; (c) total cost; (d) starting date; and (e) ending date. 5 c c icVWV^

14. List on Attachment B all contracts your firm has had with any private or governmental entity (other than the City of Los Angeles) over the last five years that are similar to the work to be performed on the contract for which you are bidding or proposing. For each contract listed in response to this question, include: (a) entity name; (b) name of a contact and phone number; (c) purpose of contract; (d) total cost; (e) starting date; and (f) ending date.

U Check the box if you have not had any similar contracts in the last five years.

1 5. In the past five years, tias a governmental or private.entity or individual terminated your firm's contract prior to completion of the contract?

U Yes X^ No

If Yes, explain on attachment B the circumstances surrounding each instance.

16. In the past five years, has your firm used any subcontractor to perform work on a government contract when you knew that the subcontractor had been debarred by a governmental entity?

U Yes &T No

If Yes, explain on attachment B the circumstances surrounding each instance.

17. In the past five years, has your firm been debarred or determined to be a non-responsible bidder or contractor?

U Yes tf No

If Yes, explain on Attachment B the circumstances surrounding each instance.

G. DISPUTES

18. In the past five years, has your firm been the defendant in court on a matter related to any of the following issues? For parts (a) and (b) below, check Yes even if the matter proceeded to arbitration without court litigation. For part (c), check Yes only if the matter proceeded to court litigation. If you answer Yes to any of the questions below, explain the circumstances surrounding each instance on Attachment B. You must include the following in vour response: the name of the plaintiffs in each court case, the specific causes of action in each case: the date each case was filed: and the disposition/current status of each case. (a) Payment to subcontractors? U Yes J< No

(b) Work performance on a contract?

Responsibility Questionnaire (Rev. 10/24/03) 1-3e CONSTRUCTION U Yes fiT No - . -

(c) Employment-related litigation brought by an employee? U Yes fif No

19. Does your firm have any outstanding judgements pending against ft?

U Yes K No

If Yes, explain on Attachment B the circumstances surrounding each issue.

20. In the past five years, has your firm been assessed liquidated damages on a contract?

^ Yes U No

If Yes, explain on Attachment B the circumstances surrounding each instance and identify all such projects, the amount assessed and paid, and the name and address of the project owner.

H. COMPLIANCE

21. In the past five years, has your firm or any of its owners, partners or officers, ever been investigated, cited, assessed any penalties, or been found to have violated any laws, rules, or regulations enforced or administered, by any of the governmental entities listed on Attachment C (Page 10)? For this question, the term "owner" does not include owners of stock in your firm if your firm is a publicly traded corporation.

U Yes tf No

If Yes, explain on Attachment B the circumstances surrounding each instance, including the entity that was involved, the dates of such instances, and the outcome.

22. If a license is required to perform any services provided by your firm, in the past five years, has your firm or any person employed by your firm, been investigated, cited, assessed any penalties, subject to any disciplinary action by a licensing agency, or found to have violated any licensing laws?

U Yes «^ No

If Yes, explain on Attachment B the circumstances surrounding each instance in the last five years.

23. In the past five years, has your firm, any of its owners, partners, or officers, ever been penalized or given a letter of warning by the City of Los Angeles for failing to obtain authorization from the City for the substitution of a Minority-owned (MBE), Women-owned (WBiE), or Other (QBE) business enterprise?

U Yes *< No

If Yes, explain on Attachment B the circumstances surrounding each instance in the last five years.

24. Provide on Attachment B, the name(s), address(s) and telephone number(s) of the apprenticeship program sponsors) approved by the California Division of Apprenticeship Standards that will provide apprentices to your company for use on any public works projects that you are awarded by the City of Los Angeles.

Provide on Attachment B, the name(s), address(s) and telephone number(s) of the apprenticeship program sponsor(s) approved by the California Division of Apprenticeship Standards that have provided apprentices to your company on any public works project on which your firm has participated within the last 3 years.

Responsibility Questionnaire (Rev. 10/24/03) 1-3f CONSTRUCTION

I. BUSINESS INTEGRITY

25. For questions (a), (b), and (c) below, check Yes if the situation applies to your firm. For these questions, the term "firm" includes any owners, partners, or officers in the firm. The term "owner" does not include owners of stock in your firm if the firm is a publicly traded corporation. If you check Yes to any of the three questions below, explain on Attachment B the circumstances surrounding each instance.

(a) Is a governmental entity or public utility currently investigating your firm for making (a) false claims) or material misrepresentations(s)?

U Yes ' *f No

(b) In the past five years, has a governmental entity or public utility alleged or determined that your firm made (a) false claim(s) or material misrepresentation(s)?

U Yes ferf No

(c) In the past five years, has your firm been convicted or found liable in a civil suit for making (a) false claim(s) or material misrepresentation(s) to. any ggvemmentalehtity or public utility?

U Yes X No

26. In the past five years, has your firm or any of its owners or officers been convicted of a crime involving the bidding of a government contract, the awarding of a government contract, the performance of a government contract, or the crime of fraud, theft, embezzlement, perjury, bribery? For this question, the term "owner" does not include those who own stock in a publicly traded corporation.

U Yes M' No

If Yes, explain on Attachment B the circumstances surrounding each instance.

CERTIFICATION UNDER PENALTY OF PERJURY

I certify under penalty of perjury under the laws of the State of California that I have read and understand the questions contained in this questionnaire and the responses contained on all Attachments. I further certify that I have provided full and complete answers to each question, and that all information provided in response to this Questionnaire is true and accurate to tKel5est of my knowledge and belief.

Print Name, Title Signature ^^- -_J Date

Responsibility Questionnaire (Rev. 10/24/03) 1-3g CONSTRUCTION

ATTACHMENT A FOR SECTIONS A THROUGH C

Where additional information or an explanation is required, use the space below to provide the information or explanation. Information submitted on this sheet must be typewritten. Include the number of the question for which you are submitting additional information. Information submitted on this Attachment in response Questions in Sections A through C will be posted on the internet for public review. Make copies of this Attachment if additional pages are needed.

Page

Responsibility Questionnaire (Rev. 10/24/03) 1-3h Page No.. 1 11/09/2007 C. T. & F., Inc. Promation Bonding List

(jobr320c)

ProHatn Job # Description Bonding

3437 RTE 605 HOV LANES Y 3514 LA PALMA WEIR CANYON CCTV ACCT 270-412-P727-7851-P727MOOO Y 3874 CCTV AND COMMUNICATION SYSTEM ROUTE 60 Y 3999 JOB CANCELLED BY OWNER Y 4020 FIBER OPTIC COMMUNICATION SYSTEM AND CCTV Y 4057 BALBOA BLVD. & FOOTHILL BLVD. Y 4090 LACUNA HILLS & ENTERPRISES Y 4108 PLAYA VISTA PHASE 3 -PLAYA VISTA DR. & FOUNTAIN PARK Y 4130 ADELFA DRIVE PARK SITE Y 4136 BIXEL ST, 7TH ST TO 8TH ST 3589 (JONATHAN) Y 4150 PLAYA VISTA PHASE 1, 2, Y 4161 FOOTHILL BLVD. & BALBOA, 13 DAVITS Y 4179 ROUTE 91/71 08-3564U4 Y 4219 12-Q296A4, IMPERIAL HIGHWAY ROUTE 90 Y 4221 LAUREL CYN BLVD SW/S, 424' NW/0 TO OSBORNE ST. Y 4238 TEMPLE & HILL, CATHEDRAL LADY OF ANGELS Y 4249 OLYMPIC & GRATTAN Y 4282 3RD ST. & SAN VICENTE - CEDARS SINAI Y 4300 #07-129944 ROUTE 2 CCTV Y 4306 JEFFERSON BLVD 1A - STREETSCAPE & WIDENING Y 4323 CENTINELA AVE. & OLYMPIC BLVDSW CORNER Y 4383 ATSAC: VICTORY WEST Y 4386 IMPERIAL HUY - LYNUOOD Y 4387 CANCELLED Y 4400 CULVER CITY ITS , Y 4402 SUNSET BLVD.S WESTWOOD PLAZA Y 4405 RAILROAD XING IMPROVEMENTS PHASE 2 Y 4407 BURBANK ENTERTAINMENT VILLAGE Y 4413 CALIFORNIA AVE: CENTRAL TO ORANGE Y 4415 BATTERY BACKUP SYSTEMS (LA COUNTY) Y 4421 EASTMAN AVE. Y 4422 JAMBOREE & TUSTIN RANCH RD Y 4427 STAIRWAY LIGHTING UNIT 3 Y 4429 DOUGLAS RD. (ARENA CORPORATE CENTER) Y 4430 LOWER GRAND AVE TUNNEL LIGHTING Y 4434 GOTHARD & TALBERT T/S CENTRAL PARK Y 4435 SOUTH BRAND IN ROADWAY WARNING LIGHT SYSTEMS Y 4439 PIERCE COLLEGE PARKING LOT #7 Y 4441 SOTO & OLYMPIC Y 4444 ATSAC CENTURY CITY Y 4447 PLAYA VISTA: MAIN/ROSE Y 4448 CHAPMAN & MAGNOLIA Y 4449 ORANGE AVE: 17TH TO 20TH Y 4450 PLAYA VISTA DEVELOPMENT (OFF SITE LIGHTING) Y 4452 2001-02 ANNUAL MAINTENANCE -BEVERLY HILLS Y Page No. 2 11/09/2007 C. T. & F.( Inc. Promation Bonding List

ProMatn Job # Description Bonding

4454 4TH & OLYMPIC Y 4455 RECONSTRUCTION (TERRAZZO PANS) Y 4456 S/L MAINTENANCE-STA MONICA 07/1/02 THRU 6/30/03 Y 4459 BUENA VISTA INTERCONNECT Y 4461 PURDUE & MISSOURI Y 4464 PICO & 17TH Y 4465 WESTERN AVE FRM 104TH ST TO S/OF PASEO DEL MAR Y 4466 PLAYA VISTA: JEFFERSON & CULVER CCULVER/JEFFERSON 1A IMPROV) Y 4468 LOOP MAINTENANCE PROGRAM COMPTON Y 4469 TRAFFIC SIGNAL UPGRADES CULVER CITY Y 4472 OLYMPIC BLVD. -BEVERLY DR. TO ROBERTSON BLVD. Y 4477 405 & CHERRY AVE OFF RAMP #07-A1425 Y 4482 WESTERN AVE. 60TH PL. 62ND ST. & ALLEY ELY/0 WESTERN AVE. Y 4484 ARROW HWY/LIVE OAK AVE, PHASE 2 BID 273 Y 4485 LEFT-TURN PHASING AT 10 INTERSECTIONS (3 DOLLAR JOB) Y 4487 #07-053354 ROUTE 405 SOUNDWALL (TORRANCE) Y 4491 BROOKS HI RE & IOWA Y 4492 FIGUEROA & AVENUE 50 N/E CORNER Y 4493 CRENSHAW & AMSLER Y 4494 HOLLYHILLS DRAIN UNIT 7 Y 4496 SAN PEDRO ST. PED XING 870' S/0 ROSECRANS Y 4497 ALAMEDA & CORDOVA Y 4498 SKYCHEF DRIVE & WORLD WAY WEST Y 4499 4TH ST: REDONDO TO PARK (INTERCONNECT) Y 4500 SANTA MONICA BLVD TRANSIT PARKWAY Y 4501 MANHATTAN & SAN MARINO: RELOCATE (1) CD851 Y 4502 LIBRARY TOWERS - STREET IMPROVEMENTS Y 4503 FIRST & MAGNOLIA Y 4504 LONG BEACH BLVD. (8330) Y 4505 WHITTWOOD HALL - VONS #2027 Y 4506 BEVERLY & SPRUCE (REPLACE POLE) Y 4507 DISNEY CONCERT HALL (REPAIR CONDUIT) T&M Y 4509 COMMONWEALTH AVE RECONSTRUCTION Y 4510 UILLOU & TOWN CENTER Y 4511 LONG BEACH BLVD. INTERCONNECT Y 4513 WILSHIRE N/S 2ND E/0 FLOWER ST STREET LIGHT RELOCATION Y 4514 CIVIC CENTER & BLOOMFIELD Y 4515 WESTWOOD PLAZA & SUNSET Y 4516 LA BREA AVE. AT RODEO RD. (N/W CORNER) Y 4517 WOODWARD & 5TH Y 4518 DISNEY CONCERT HALL- FOR SASCO Y 4519 SOMERSET & BELLFLOWER (RL PPB POST) Y 4520 GOSHEN AVE (11803-11809) W/0 GRANVILLE AVE (TRACT 53131) Y 4521 ANAHEIM & SANTA FE Y 4522 SEPULVEDA WESTWAY FROM UESTCHESTER PARKWAY TO 92ND ST. Y Page No. 3 11/09/2007 C. T. & F., Inc. Promotion Bonding List

(jobr320c>

ProMatn Job # Description Bonding

4523 VANOWEN & RESEDA Y 4524 ASHLAND EASEMENT REPARI/REPLACE BOLLARD LIGHTING (T&M) Y 4525 CRANE & OPERATOR RENTAL 3/03/03 TO 2/04/04 Y 4526 EDINGER & NEWHOPE Y 4527 CENTER FOR EARLY EDUCATION Y 4528 CAMINO DEL SUR Y 4529 OCEAN BLVD. & ELM AVE. -INSTALL TEMPORARY TYPE I Y 4530 PLAYA TRACTS 49104,05,06 Y 4531 IOWA ST. S/0 1ST ST. Y 4532 HOLLYWOOD & EMPIRE Y 4533 PICO & LA BREA Y 4534 ATLANTIC/SLAUSON VARIOUS LOCATIONS Y 4535 WILSHIRE BLVD - STREET LIGHTING Y 4536 VERMONT & NORMANDIE (25825 VERMONT) T&M Y 4537 TORRANCE BLVD FUTURE I/C CONDUIT Y 4538 BROOKHURST £ ELLIS Y 4539 220TH & FIGUEROA Y 4540 OCEAN AVE/MAIN ST SEWER REHAB PROJECT Y 4541 FIRESTONE BLVD TRAFFIC SIGNAL COMMUNICATIONS Y 4542 ARIZONA & 22ND Y 4543 SOUTHEAST MIDDLE SCHOOL - WISCONSIN & TWEEDY S/L Y 4544 M STREET & SANFORD Y 4545 RED LIGHT CAMERAS Y 4546 SUNSET & AMAR Y 4547 GLENDORA MARKETPLACE : LONE HILL & MARKETPLACE Y 4548 SANTA MONICA BLVD LOOPS FOR IRISH Y 4549 TRUMAN & BRAND : CHANGE-OUT 332 CABINET Y 4550 TRUMAN & MACLAY: CHANGE-OUT 332 CABINET Y 4551 BANYAN ST WIDENING Y 4552 SLAUSON AVE MEDIANS: ATLANTIC TO CITY LIMIT Y 4553 OCEANFRONT: HAWTHORNE £ PV WEST Y 4554 ARTESIA BLVD Y 4555 VALLEY VIEW & FOSTER (LOOPS) Y 4556 ARTESIA & HAWTHORNE - RENOVATION Y 4557 CENTURY & CLUB (INGLEWOOD COSTCO) Y 4558 WESTCHESTER £ SEPULVEDA Y 4559 111TH ST. S/0 SANTA ANA BLVD (EASTSIDE VILLAGE) Y 4560 LILO PARKING LOT (DISNEY RESORT) Y 4561 HACIENDA & WHITTIER Y 4562 COLUMBUS AVENUE (W/S) - 222' TO 14' N/0 GILMORE ST. Y 4563 #12-OF3704 RTE 57 & KATELLA OFF-RAMP Y 4564 SANTA GERTRUDES & ALICANTE - LA MIRADA & EXCELSIOR Y 4565 KENSINGTON (E KENSINGTON RD, APPROX 400' E'L'Y/0 DOUGLAS ST) Y 4566 VERMONT CYN (W/S) N/0 GREEK THEATRE - REPLACE KNOCKDOWN Y 4567 BUENA VISTA £ CHANDLER (INSTALL 500' OF CONDUIT) Y Page No. 4 11/09/2007 C. T. & F., Inc. Promation Bonding List

(jobr320c)

ProMatn Job # Description Bonding

4568 ALTON TRAFFIC SIGNAL COORDINATION Y 4569 BARRANCA TRAFFIC SIGNAL COORDINATION Y 4570 S/L MAINTENANCE-STA. MONICA - 7/1/03 TO 6/30/04 (T&M JOB) Y 4571 LAKEUOOD PARK HEALTH CENTER Y 4573 ARCHSTONE PASADENA (2 S/L POLES) Y 4573 GREENLEAF & CENTRAL Y 4574 INTERSECTION IMPROVEMENTS UNIT 14 Y 4575 CLUB & CENTURY (T&M) Y 4576 EUCLID ST IMPROVEMENTS 3 91 FUY Y 4577 LINCOLN BLVD. & LHU DR. Y 4578 GAGE AVE & COMPTON AVE Y 4579 ST. COLLEGE BLVD. MEDIAN & LANDSCAPE IMPROVEMENTS Y 4580 INGLEUOOD AVE: 184TH TO GRANT AVE Y 4581 OCEAN BLVD & 54TH ST. Y 4582 BUS STOP IMPROVEMENTS PHASE I Y 4583 LIVONIA AVE S/0 PICO (LOOPS) Y 4584 METROLINK LOT EXPANSION (INDUSTRY) Y 4585 REPAIR CONDUIT - FIRESTONE BLVD Y 4586 2400 SANTA MONICA BLVD. (CROSS REFERENCE JOB 4389) Y 4587 PACIFIC ARTS PLAZA - TOWNE CENTER DR Y 4588 OTSEGO & CHICOPEE Y 4589 MAIN & MACARTHUR Y 4590 DAY CREEK PHASE IB & 3A COMMUNITY FACILITIES DIST Y 4591 GREEN VALLEY & CANTERBURY Y 4592 MISC WORK-CITYWIDE COMPTON Y 4593 108TH & AVALON (RELOCATE PULLBOX) AVALON PLACE APARTMENTS Y 4594 PLUMMER OVERHEAD TO UNDERGROUND Y 4595 MISC. RENTALS FOR CITY LIGHT & POWER (2003) Y 4596 PARKING LOT - BALDWIN PARK POLE D&E Y 4597 CESAR CHAVEZ AVE - SOTO TO ENCHANOIA Y 4598 FURNISH T/S GEAR TO AMELCO FOR MANOOHCHER Y 4599 ANDERSON ST. - WILLOW TO 5TH (ANDERSON CORONA WAREHOUSE) Y 4600 URBAN DESIGN PROJECT Y 4601 104TH & AVIATION Y 4602 COMPTON & SAN PEDRO Y 4603 SAN RAFAEL & COLORADO BLVD - DRILL HOLE IN CCTV POLE Y 4604 FLORENCE & MAIN (LOWER CONDUIT) Y 4605 FIRE STATION #77 (SUNLAND & TUXFORD) Y 4606 REDFLEX MISC. WORK Y 4607 SYCAMORE & 118 FWY Y 4608 108TH & CRENSHAU Y 4609 PRAIRIE AVE RED HEAD CHANGEOUTS (30 TOTAL) Y 4610 DARLINGTON AVE (11908-11914) S/S, W/0 WESTGATE AVE Y 4611 PACIFIC E/S 1ST S/0 WASATCH STREET LIGHT RELOCATION Y 4612 SUNSET BLVD. S/S/ BET. VERMONT AVE. & LYMAN PL. Y Page No. 5 11/09/2007 C. T. & F., Inc. Promation Bonding List

(jobr320c)

ProMatn Job # Description • Bonding

4613 WESTERN AVE: 182ND TO ARTESIA Y 4614 2002-03 ANNUAL MAINTENANCE -BEVERLY HILLS Y 4615 FOOTHILL BL 190' TO 376' NW/0 POLK ST Y 4616 UCLA REPLACEMENT HOSPITAL (EXCEL JOB 4042) Y 4617 BAKER & GRAND Y 4618 EDGEMQNT & SUNSET Y 4619 ROCHESTER AVE (11540) S/S, W/0 COLBY AVE Y 4620 CALLE VISTA RD CRL POLE) Y 4621 BONNIE AVE PARKING STRUCTURE (BONNIE/DEL MAR) Y 4622 MARINA OR BUS STOP IMPROVEMENTS (190 MARINA DR) Y 4623 P.C.H. TRAFFIC GEAR REPLACEMENT Y 4624 THE EXCHANGE Y 4625 HUNTINGTON DR ET AL Y 4626 HOLLYWOOD ALLEY (LAS PALMAS/SANTA MONICA BLVD) Y 4627 UHITTIER & PASSONS (2 LOOPS) Y 4628 BARRINGTON AVE (7147) W/S, N/0 NEBRASKA AVE. Y 4629 GARFIELD & MONROE Y 4630 PLAYA VISTA MAINTANACE (C/0 CLIFF) Y 4631 TELEPHONE & SATICOY Y 4632 KAISER SAND CYN MEDICAL OFFICE (ALTON & HOSPITAL) Y 4633 MOUNTAIN AVE (585) RELOCATE POLE Y 4634 NEWCOMER CENTER EXCEL JOB 3922 Y 4635 SAN FERNANDO & MAGNOLIA/MAGNOLIA & 3RD Y 4636 BIGGY STREET 3 EASTLAKE AVENUE & SOTO STREET Y 4637 VERDUGO ROAD - LA CRESCENTA TO MONTROSE ST RESURFACING Y 4638 RIO VISTA AVE S/L CONDUIT & PB'S Y 4639 NESTOR JOB Y 4640 PLAYA VISTA LLC, CULVER BLVD. Y 4641 SEPULVEDA & SLAUSON N/W CORNER REROUTE S/L CONDUIT Y 4642 HAWTHORNE BLVD & NEUTON - VIA VALMONTE Y 4643 PIONEER BLVD. (VCALM SYSTEM) Y 4644 OXNARD ST. AND LANKERSHIM BL. S/E CORNER Y 4645 HILL ST. BETWEEN 35TH ST & 37TH ST. Y 4646 WHITTIER & BOGARDUS (LASCARI'S RESTAURANT) Y 4647 SUN VALLEY METROLINK STATION W.O. E1700596 Y 4648 WEYBURN AVE (PRIVATE) AT UEYBURN TERRACE (PRIVATE) Y 4649 HOSTETTER ST (S/S) AND ORME AVE (W/S) E/0 SOTO ST Y 4650 CARSON ST. - INCE TO HIGUERA STREET LIGHTING Y 4651 GALE AVE (WALMART PARKING LOT) Y 4652 IMPERIAL HWY & APRICOT ST (TRAFFIC SIGNAL) Y 4653 FIRESTONE BLVD. T/S SYNCHRONIZATION PROJECT (SUB W/ CMC) Y 4654 FRANCISQUITO AVE a LARK ELLEN AVE Y 4655 NORMANDY & TORRANCE Y 4656 UNIVERSITY & HARVARD (INSTALL 1 LOOP) Y 4657 EAST LA CIVIC CENTER & 3RD Y Page No. 6 11/09/2007 C. T. & F., Inc. Promation Bonding List

(jobr320c>

ProMatn Job # Description Bonding

4658 52ND ST (S/S) AND HOOPER AVE (W/S) Y 4659 WORKMAN MILL RD CONDUIT INSTALLATION Y 4660 MELROSE & HIGHLAND (STM) Y 4661 DURFEE & EXLINE Y 4662 SPRING ST (333) C/0 LAMPS ON PARKING STRUCTURE Y 4663 LINCOLN BLVD (2224) RELOCATE PULLBOX IN DRIVEHAY Y 4664 MOUNTAIN & ROYAL OAKS Y 4665 TRASK & 22 FRUY Y 4666 AVE "I" & ROUTE 14 07-A1608 Y 4667 OLYMPIC & MANSFIELD TEMP T/S Y 4668 BAY & 4TH (CONDUIT REPAIR T&M) Y 4669 VENTURA & 5TH Y 4670 2000 AVE. OF THE STARS - REMOVE PEDESTRIAN HEADS T&M JOB Y 4671 ROGERS/ANDERSON SCHOOLS Y 4672 FIGUEROA & MLK (MCDONALDS) Y 4673 CARSON ST.(HAWAIIAN GARDENS) Y 4674 SAN PEDRO & 122ND Y 4675 BANNER POLE INSTALLATION Y 4676 SAN FERNANDO CORRIDOR LANDSCAPING (BUS SHELTERS) Y 4677 109TH & COMPTON Y 4678 SALVATION ARMY PARKING LOT Y 4679 ELMANSOR ST. (R&R 2/SL) - THE DINNER PARTY Y 4680 PLAYA VISTA MAINTENANCE (C/0 JIM SLATER) Y 4681 AVALON & 126TH Y 4682 AZUSA & WING LANE Y 4683 EQUIPMENT RENTAL - MOORE SIGNALS & LIGHTING Y 4684 CURTIS AVE S/0 MAIN ST Y 4685 12TH ST REALIGNMENT (STAPLES CENTER) Y 4686 CSUN: REPLACE LIGHT Y 4687 MT SAC TICKET DISPENSER TURNOUT PROJECT Y 4688 FULLERTON CITY HALL PARKING LOT Y 4689 WALNUT/DAISY TO SUNNYSLOPE Y 4690 SEPULVEDA & WESTERN Y 4691 LINCOLN & LMU Y 4692 CARMAX ONTARIO Y 4693 LACUNA BEACH a FOREST AVE #12-OG0204 Y 4694 MAIN & OLYMPIC Y 4695 SANTA MONICA - STREET LIGHT MAINTENANCE 7/01/04 TO 6/30/05 Y 4696 TRADEWINDS (1907) - REMOVE NOISE SENSOR Y 4697 IN PAVEMENT FLASHING LIGHT (SCHOOL XWALK IMPROVEMENTS) Y 4698 BELMONT PRIMARY CENTER #12 Y 4699 EL SEGUNDO & MAIN (JACK IN THE BOX 5352) Y 4700 EL TORO TRAFFIC & LANDSCAPE IMPROVEMENT PROJECT Y 4701 PRAIRIE & 137TH (5 LOCATIONS TOTAL) Y 4702 WARNER ELEMENTARY SCHOOL (HOLMBY AVE, LOS ANGELES) Y Page No. 7 11/09/2007 C. T. & F., Inc. Promation Bonding List

(jobr320c)

ProMatn Job # Description Bond i ng

4703 CLARK OR (123-127) S/0 ALDEN DR Y 4704 UATTS FIRE STATION #65 Y 4705 SANTA ANITA ENTRY CORRIDOR IMPROVEMENTS Y 4706 NATIONAL BLVD (10151) N/S E/0 VINTON AVE Y 4707 POPLAR & ORANGE GROVE (S/L CONDUIT) Y 4708 TORRANCE UOODBURY (SALE OF POLES ONLY) Y 4709 BEACH & LA MIRADA (IISNS C/0) Y 4710 MANNING AVE (1555) W/S, S/0 UILKINS AVE. Y 4711 LANI: SOUTH ROBERTSON VILLAGE Y 4712 COVINA & BONNIE COVE Y 4713 BROADWAY & 121ST Y 47H WESTGATE AVE (724), E/S, N/0 MONTANA AVE Y 4715 TRAFFIC SIGNALS VARIOUS LOCS: YEAR 2 Y 4716 23RD ST (N/S) 200' E/0 SANTA FE AVE (WASHINGTON INDUST CTNR) Y 4717 WAL-MART PALMDALE 1660-02 Y 4718 REGIONAL BIKE WAY CONNECTION Y 4719 HIDALGO AVE (1217) REPAIR CONDUIT/WIRE Y 4720 TORRANCE WOODBURY (BALANCE OF WORK) Y 4721 ELWOOD & DUDLEY (GANESHA VILLAGE ELEMENTARY) Y 4722 MTA DIVISION 1 PARKING LOT Y 4723 MARIPOSA & 6TH Y 4724 104TH AND AVALON COLDEN AVE RELIEF TRUNK SEUER Y 4725 DEVONSHIRE ST & RESEDA BLVD. N/W CORNER Y 4726 COMPTON AVE & 61 ST, 70TH, 74, AND 87TH Y 4727 #12-OG36U4 RTE 57 AND LINCOLN AVE TRAFFIC SIGNALS Y 4728 SUNSET & HILGARD Y 4729 52ND & CENTRAL (JEFFERSON ELEMENTARY SCHOOL #7) Y 4730 EMERSON AVE (8900) DISCONNECT POWER Y 4731 GARFIELD & MONROE (PART 2) Y 4732 WESTHOLMES AVE (1838-44) AND MISSOURI AVE NE/COR. Y 4733 DOWNEY 3 STEWART & GRAY Y 4734 LEMON AVE (849) Y 4735 IRVINE CENTER DR (RELOCATE FIBER) Y 4736 BICKNELL AVE Y 4737 ALBERTON! & FIGUEROA (SCE CONDUIT) Y 4738 111TH & SANTA ANA Y 4739 ROTARY CENTENNIAL PARK Y 4740 MARTIN LUTHER KING JR 8LVD S/S 2ND E/0 SAN PEDRO ST Y 4741 S GRAND AVE (REMOVE AND RE-INSTALL POLE) Y 4742 LUCAS, BIXEL, AND 3RD ST IMPROVEMENTS Y 4743 SCOTT & LAMBERT Y 4744 MAYUOOD ELEMENTARY #5 (CUQAHY & 52ND) Y 4745 PARAMOUNT BLVD. ST RESURFACING Y 4746 62ND ST. W/0 COMPTON BLVD. Y 4747 135TH & AVALON Y Page No. B 11/09/2007 C. T. & F., Inc. Promation Bonding List

(jobr320c)

ProMatn Job # Description Bonding

4748 CHAPMAN & RAYMOND (WALGREENS) Y 4749 WALNUT ST. IMPROVEMENTS Y 4750 KOHLER & INDUSTRIAL (637 KOHLER) Y 4751 CAL POLY PARKING LOT Q & K Y 4752 GLENDORA & HILL Y 4753 PLACENTIA BNSF RAILROAD Y 4754 ZUMIREZ & PCH Y 4755 HACIENDA AND WHITTIER Y 4756 ACACIA (1709) INSTALL (1) POLE & SERVICE Y 4757 CROSSWALKS (4) LOCATIONS Y 4758 HESCHEL DAY SCHOOL HID BLOCK CROSSWALK TRAFFIC SIGNAL Y 4759 PAINTER & MYSTIC, ET AL Y 4760 ROUTE 133, EAST LEG WIDENING Y 4761 HELLMAN AVE S/L (MAG INDUSTRIES) Y 4762 REEVES & NIMITZ (BADGER BRIDGE) Y 4763 FIRESTONE & PATTON Y 4764 SAT1COY & TELEPHONE (CONDUIT WORK) Y 4765 RTE 90 WIDENING FROM MINDANDAO WAY TO CENTINELA AVE Y 4766 LAKEWOOD BLVD IMPROVEMENTS Y 4767 2000 AVE. OF THE STAIRS-TEMP STREET LIGHTING REPAIR 3 T&M Y 4768 6TH ST. RIGHT HAND TURN POCKET (RELOCATE 1 POLE) Y 4769 BOLSA & PCH Y 4770 GUNDRY PARK (INSTALL 1 NEW PARK LIGHT) Y 4771 ROSECRANS & PRAIRIE (CONDUIT INSTALL) UALGREENS STORE Y 4772 FEDERAL & IDAHO (ST LIGHTING) Y 4773 BUTLER & LA GRANGE (ROGERS RESIDENCE) Y 4774 DAY CREEK & MADRIGAL Y 4775 ALTADENA & PASADENA (IN PAVEMENT) Y 4776 BUDDY HOLLY & UCD Y 4777 ADMIRALTY & MINANDAO Y 4778 STONEHILL & OCEAN HILL (GLORIA DEI LUTHERAN CHURCH) Y 4779 9TH & ORANGE (DOWNTOWN RIVERSIDE PARKING LOT) Y 4780 LOUISIANA AVE. W/S, N/0 LINNINGTON AVE. Y 4781 HOME DEPOT BURBANK - ALAMEDA & FLOWER Y 4782 SEPULVEDA BL & NORDHOFF ST. SE CORNER (PASEO SEPULVEDA) Y 4783 MIDTOWN CROSSING (PICO & RIMPAU) Y 4784 FIRESTONE BLVD XINGS FOR PHOENIX LANDSCAPE Y 4785 COLISEUM & CRENSHAW Y 4786 VAN NUYS & ARMINTA (VAN NUYS CENTER) Y 4787 CLARK & ALDAN Y 4788 MYRTLE AVE & HUNTINGTON (BANNER POLES) Y 4789 KELLOGG & RED GUM (CAL POLY POMONA) Y 4790 MARRIOTT SUITES - COSTA MESA (REPLACE POLE) Y 4791 VINEYARD & 9TH Y 4792 METROPOLITAN LOFTS (HOPE & 11TH) Y Page No. 9 11/09/2007 C. T. & F., Inc. Probation Bonding List

(jobr320c)

ProMatn Job # Description Bonding

4793 ALISO CREEK ROAD LANDSCAPE MEDIAN Y 4794 SANTA MONICA LIBRARY (6TH & SANTA MONICA) Y 4795 HOME DEPOT SIGNAL HILL CALIFORNIA: SPRING TO 900' N/0 SPRING Y 4796 TROUSDALE PLACE (301) RELOCATE S/L POLE Y 4797 CRESCENT & WILSHIRE Y 4798 BOB HOPE AIRPORT - REPLACE P/L POLE Y 4799 SEPULVEDA & PARTHENIA Y 4800 HAVEN AVE RELOCATE (2) PULLBOXES Y 4801 CAMINO CAPISTRANO & STONEHILL Y 4802 FIRESTONE BLVD & STATE ST.-REPAIR DAMAGED T/S CONDUITS Y 4803 UCI PARKING STRUCTURE Y 4804 ATLANTIC AVE & PATTERSON (MILLER CHILDREN'S HOSPITAL) Y 4805 SUNSET & RODNEY (EMERGENCY WORK FOR BERGELECTRIC) Y 4806 SEWER FLOW MONITORING UPGRADE CIP 7154 Y 4807 PARAMOUNT & SUVA PRE-EMPTION Y 4803 WALGREENS YORBA LINDA & KRAEMER Y 4809 CALIFORNIA ENDOWMENT TERMINAL - ALAMEDA & MAIN Y 4810 EMPIRE & ONTARIO Y 4811 LIMONITE & CLEVELAND Y 4812 BURBANK BLVD N/S 141' TO 88- W/0 SUNNYSLOPE AVE . Y 4813 208TH ST. - FURNISH (1) TYPE 15 POLE Y 4814 CARSON & BROCK/OBISPO Y 4815 CHINATOWN STREETSCAPE Y 4816 MOUNTAINGATE & CANYONBACK Y 4817 BEVERLY VISTA ELEMENTARY SCHOOL Y 4818 RESIDENTIAL STREET RECONSTRUCTION Y 4819 OAKLAND ST AT LIFUR (WILSON ELEMENTARY #1} Y 4820 SEPULVEDA & CABRILLO (CABRILLO WALK) Y 4821 RESEDA & DEARBORN (RELOCATE PULLBOX) Y 4822 & LA CIENEGA Y 4823 GEORGE BURNS ROAD AND GRACIE ALLEN DRIVE Y 4824 CRESCENT APARTMENTS (CRESCENT & WILSHIRE) Y 4825 BRAND BLVD IMPROVEMENTS PHASE 2 Y 4826 FOOTHILL BLVD PHASE 1/3 FINAL (FOOTHILL & 1-15) Y 4827 GRANVILLE AVE (1710-1714) E/S, S/0 IOWA AVE Y 4828 CLARK AVE. IMPROVEMENTS BETUN SPRING & UARDLOW Y 4829 8ROOKHURST & LA HACIENDA (SAMS CLUB 6615) Y 4830 STATE COLLEGE & DOROTHY Y 4831 CANADA BLVD. & OPECHEE WAY Y 4832 DEL AMD MEDIAN ISLANDS Y 4833 ARMACOST AVE (1242-1252) E/S N/0 TEXAS AVE Y 4834 WESTLAWN AVE (5535) AND BEATRICE ST. SW CORNER Y 4835 PCH & MORTON BEACH HOUSE DRIVEWAY (22310 PCH) Y 4836 WESTWOOD PLAZA & STRUCTURE 8 DRIVEWAY (UCLA CAMPUS) Y 4837 HAWTHORNE BLVD & TORRANCE BLVD Y Page No. 10 11/09/2007 C. T. & F., Inc. Promation Bonding List

ProMatn Job # Description Bonding

4838 COURT & EDGEWARE Y 4839 JESSE STREET S/S 1ST ST E/0 RIO STREET Y 4840 MOUNTAIN VIEW AVE S/S 1ST U/0 INDIANAPOLIS ST Y 4841 SEPULVEDA & TUBA Y 4842 CRENSHAW & 57TH Y 4843 CAANAN & REYES ADOBE (LOOP INSTALLATION) Y 4844 FAIRFIELD RANCH ROAD E/0 LOS SERRANOS ROAD Y 4845 BUCKINGHAM & EXPOSITION Y 4846 CENTRAL & BURCHETT.TEMP. POLES Y 4847 MAIN & 11TH WALGREEN STORE #09780 Y 4848 CENTURY BLV. & ELEVENTH AV. Y 4849 GREENFIELD AVE (1872-1882) E/S N/0 MISSOURI AVE Y 4850 BARRETT RD N/S 3RD N/0 ALMONT ST Y 4851 CENTRAL & BURCHETT,K-RAIL RENTAL Y 4852 ALISO VIEJO T&M Y 4853 VALLEY VIEW & BALL Y 4854 GRAHERCY PARK - REMOVE AND REPLACE (4) POLES Y 4855 STATE ST & BANNING AVE.- T&M TROUBLE SHOOT PED XWALK SYSTEM Y 4856 PECK RD & RAMQNA Y 4857 COMPTON MAINTENANCE CONTRACT Y 4858 EL MONTE BUS STATION Y 4859 FAIROAKS & BANK (REPLACE IN PAVEMENT FIXTURE) Y 4860 LOUISE AVE.N/0 BEECHUOOD Y 4861 FOX HILLS DR. (1825) & MISSOURI AVE N/W CORNER Y 4862 SPRING & TEMPLE (S/L) Y 4863 BONITA AVE PHASE II - METROPOLITAN TO GAREY Y 4864 135TH ST Y 4865 VINELAND AVE AND BURBANK BL SU CORNER (EAST VALLEY HS) Y 4866 MALCOLM AVE (1924-1926) E/S S/0 MISSOURI AVE Y 4867 BEAUDRY AVENUE & BELLEVUE AVENUE (SISTERS DISC OF DIVINE MAS Y 4868 VICTORY & HOLLYWOOD WAY RIVERSIDE DR. & OLIVE Y 4869 WESTMORELAND & 6TH Y 4870 PCH & BEL AIR BAY CLUB Y 4871 BASELINE AVE 8/W SIERRA & MANGO Y 4872 #12-OA4704 RTE 5 3 AVENIDA PALIZADA Y 4873 CAZADOR ST, CYPRESS AVE, & SAN FERNANDO RD (NE INTERCPT SWR) Y 4874 SAN PEDRO LOFTS - ALLEY N/0 8TH ST B/W MESA ST & PACIFIC AVE Y 4875 10TH ST. INTERCONNECT Y 4876 RANCH I TO & ROSCOE Y 4877 ONTARIO HILLS PARKWAY Y 4878 NOLLAN PL E/S MICHAELS ST (PVT ST) TO ARMINTA ST Y 4879 GRAND CROSSING & CHERYL Y 4880 SAN BERNARDINO AVE SIGNALS Y 4881 PARAMOUNT BLVD & 55TH WAY Y 4882 ATLANTIC & ARTESIA - RELOCATE DETECTOR LOOP PULLBOX Y Page No. 11 11/09/2007 C. T. & F., Inc. Promation Bonding List

(jobr320c)

ProMatn Job # Description Bonding

4883 ST. PATRICK'S CHURCH (CENTRAL AVE AND 34TH STREET) Y 4884 ROUTE 405 i BAKE PARKWAY Y 4885 REDFLEX 2006 Y 4886 OVERLAND & VENICE Y 4887 PROSPECT & 17TH (REDHILL & IRVINE PROJECT) Y 4888 GALE AUTO MALL Y 4889 PEORIA ST SE/S 1260' TO 946' E/0 GLENOAKS BL Y 4890 VINTAGE WALK - NORTH 3RD & SAN BERNARDINO Y 4891 GOWER ST. & SANTA MONICA BLVD. Y 4892 VALLEY & VEGA RELOCATE STREET LIGHT - ALHAMBRA Y 4893 USC JOB: FIGUEROA, JEFFERSON AND FLOWER Y 4894 HUNTINGTON PARK STM - INSPECT CONDUITS Y 4895 DEL AMD FASHION CENTER Y 4896 CLIFTON WAY ALLEY BETWEEN CRESCENT OR. & N. CANON OR. Y 4897 VERMONT & 11TH - REPAIR TRAFFIC SIGNALS Y 4898 SAINT PIERRE ROAD 790' W/0 BEVERLY GLEN BLVD Y 4899 BALBOA BLVD 2885' TO 225' N/E OF FOOTHILL Y 4900 FOOTHILL & CRAIG Y 4901 MAIN ST 8, CHOC ENTRANCE Y 4902 TOPANGA CANYON BLVD. & VICTORY BLVD. N/E CORNER Y 4903 PECK ROAD AT LOWER AZUSA ROAD Y 4904 183RD & CRUSADER - RELOCATE STREET LIGHTS (2 EA.) Y 4905 VENTURA BLVD S/S 257' TO 565' W/0 CANOGA AVE Y 4906 GLADYS AVE & LAS TUNAS (GATEWAY RETAIL CENTER) Y 4907 HORTENSE ST. & GOODLAND AVE. S/E CORNER Y 4908 ENCINO: OXNARD TO RHODA STORM DRAIN Y 4909 DISTRICT & FRUITLAND Y 4910 WARD LOW' RD & BOEING DR Y 4911 20TH AREA POLICE STATION Y 4912 223RD & BP CAMPUS Y 4913 CERRITOS PARK OFFSITE IMPROVEMENTS Y 4914 MSL PLATE RENTALS Y 4915 BROADWAY & 3RD STREET Y 4916 PICO BLVD (10201) AND AVE. OF THE STARS N/U CORNER Y 4917 JEFFERSON BLVD. & WESTLAWN TEMP. Y 4918 FOOTHILL & MILLIARD Y 4919 REDONDO & 1ST Y 4920 EXPOSITION & FLOWER Y 4921 HOME DEPOT-INGLEWOOD -8801 S. LA CIENEGA, Y 4922 ADAMS SQUARE STREETSCAPE IMPROVEMENTS Y 4923 SANTA ANA COLLEGE PARKING LOT Y 4924 LA BREA AVE & FOUNTAIN Y 4925 E/S MAIN ST. <8760 S.) AND N/S 88TH INTERSECTION -LAS BRISAS Y 4926 BOLSA CHICA & PCH - REPAIR DAMAGED CONDUIT Y 4927 STEARNS STREET IMPROVEMENTS BETWEEN CLARK & BELLFLOWER Y Page Ho. 12 11/09/2007 C. T. & F., Inc. Promation Bonding List

(jobr320c)

ProMatn Job # Description Bonding

4928 UABASH AVE Y 4929 RAYMOND & CALIFORNIA Y 4930 ANDRITA ST. N/0 FLETCHER DR. Y 4931 TUSTIN ST & CHAPMAN AVE Y 4932 PICO BLVD 10201 & AVE OF THE STARS N/U CORNER Y 4933 07-4K3804 RTE 101 AGOURA HILLS AT PALO COMADO CYN XING Y 4934 VISTA DEL MAR AVE N/0 YUCCA ST Y 4935 HUNTINGTON PARK CITYUIDE S/L CHANGEOUT Y 4936 MCFADDEN AND RAITT Y 4937 SUNSET BLVD: MANDEVILLE CYN TO RIVIERA RANCH ROAD Y 4938 BASELINE AVE - FROM MANGO TO 400 FT EAST Y 4939 VCI TELCOMM Y 4940 MIDTOUN XING (ROUND 2) WHITING TURNER Y 4941 STATE COLLEGE BLVD MEDIAN & LANDSCAPE IMPROVEMENTS Y 4942 ALAMEDA & FLOUER (CARMAX) Y 4943 RICHMAN PARK AREA STREET IMPROVEMENTS Y 4944 FOOTHILL BLVD. NEAR CAMPUS ST. (UPLAND MEDICAL) Y 4945 PROMENADE SHOPS AT DOS LAGOS Y 4946 MAIN ST & CITY PLACE (CITY PLACE PROJECT) Y 4947 ROSE STREET LOFTS (3RD ST. (801 )E. ROSE ST.2ND ST, HEUITT ST.)Y 4948 RIVERSIDE DOWNTOWN METROLINK STATION Y 4949 BARRY ST. (1617-1625) W/S, S/0 IDAHO AVE. Y 4950 COLDWATER & MAGNOLIA Y 4951 BESTBUY(SHERMAN OAKS) VAN NUYS BLVD & MILBANK ST. N/E CORNER Y 4952 STAMY ROAD OVER LEFFINGWELL CREEK Y 4953 HOPE, UPPER GRAND & 4TH (DIEHARD 4) Y 4954 MONTANA & OCEAN (R&R T/S POLE) Y 4955 MIDTOWN XING ROUND 3 (CW DRIVER) Y 4956 ROSSYLNN & BALCOM (STREET LIGHT REPAIR) Y 4957 STANDARD PACIFIC HOMES T&M Y 4958 YALE & WILSHIRE Y 4959 FIRE STATION #64 (108TH S'MAIN) Y 4960 ROSECRANS & BLOOMFIELD Y 4961 BREA BLVD (1441) (REMAX) Y 4962 HILLHURST AVE & PROSPECT AVE S/E CORNER Y 4963 LOOP INSTALLATION - HOME DEPOT LACUNA WOODS Y 4964 SLAUSON & VAN NESS Y 4965 9TH & FLOWER (THE MARKET) Y 4966 ORANGE GROVE (2604) REPLACE (2) STREET LIGHTS Y 4967 MAPLEWOOD AVE. 331,89' W'LY WILTON PLACE Y 4968 BIXEL ST. E/S FROM WILSHIRE BLVD TO ALLEY 120' S/0 INGRAMAN Y 4969 LONG BEACH BLVD & NORTON (SCE CONDUIT) Y 4970 KITTRIGE & LAUREL CANYON (T&M) Y 4971 ALLEY E/0 NEW HAMPSHIRE AVE N/0 VENICE BLVD AND 15 ST VAC Y 4972 KELLOGG & RED GUM - REPAIR DAMAGED T/S POLE Y Page No. 13 11/09/2007 C. T. & F., Inc. Promotion Bonding List

(jobr320c>

ProMatn Job # Description Bonding

4973 RODEO & BRIGHTON WAY - RELOCATE CONDUITS T&M Y 4974 PALOS VERDE DRIVE NORTH S/S AT SENATOR AVE Y 4975 1ST & TEMPLE (REPAIR DAMAGED CONDUIT) Y 4976 SANTA MONICA & 7TH Y 4977 CORNWALL & FOOTHILL Y 4978 IMPERIAL & CLARK (IMPERIAL CLARK CENTER) Y 4979 COLE STREET IMPROVEMENTS Y 4980 RITA & SATURN (SCE CONDUIT) Y 4981 DELONGPRE AVE B/U LYMAN PLACE & VERMONT AVE Y 4982 BARRINGTON (1810) COMM BOX RELOCATION Y 4983 BASTANCHURY ROAD & LACUNA ROAD (PROVIDENCE HEALTH CENTER) Y 4984 CESAR CHAVEZ PARK PHASE II Y 4985 MAPLE & 11TH (AND VARIOUS OTHER LOCATIONS) Y 4986 GRANVILLE AVE (951) AND DARLINGTON AVE SE CORNER Y 4987 RUSH & BUNKER (SCE CONDUIT) Y 4988 LAPD (2ND & MAIN) Y 4989 NORDHOFF ST S/S 3RD E/0 ORION AVE Y 4990 SEPULVEDA BLVD REHABILITATION Y 4991 COMPTON BLVD & GREENLEAF AVE Y 4992 PCH & MAIN (RELOCATE CONDUIT) Y 4993 MAPLE ST (519) RELOCATE S/L Y 4994 LAUREL CYN BLVD, W/S KITTRIDGE ST. TO HAMLIN ST.(E VALLY MS) Y 4995 CASE & CUMPSTON (EAST VALLEY HIGH SCHOOL) Y 4996 AS NEEDED TRAFFIC SIGNAL CONST PROJ 06-07, CTF #4996 Y 4997 BASELINE ROAD & LILAC Y 4998 VALLEY BLVD. 3 ATHENS ACCESS Y 4999 FIGUEROA ST (23934) - SCE CONDUIT Y 5001 CORBIN AVE & VANOWEN ST. Y 5002 ARMACOST AVE, (1409) U/S, S/0 ROCHESTER AVE. Y 5003 ANAHEIM & BROADWAY (CIM DOWNTOWN HISTORY WALK) Y 5004 DOROTHY AVE. (12127) AND GRETNA GREEN WAY NE COR. Y 5005 CUMPSTON ST & LANKERSHIM BLVD SU CORNER Y 5006 STONEHURST AVE & OSBOUNE STREET (SE CORNER) - CHILDRENS MUSE Y 5007 IMPERIAL & DOWNEY Y 5008 USC PARKSIOE HOUSING PROJECT (R&R 5 POLES) Y 5009 JEFFERSON BLVD W/ 405 E/0 MESMER Y 5010 THORNTON LOFTS - OCEANFRONT WALK (169) N/0 THORNTON AVE Y 5011 FIRESTONE BLVD & 710 INTERCHANGE Y 5012 KEMP COURT STREET LIGHTING Y 5013 MORTON BEACH HOUSE & PCH y 5014 BUTTERFIELD STAGE ROAD & CALLE CHAPOS r 5015 NASH & MAPLE Y 5016 WASHINGTON & HOPE Y 5017 STATE & SLAUSON Y 5018 COLLEGE PARK - CLAREMONT/UPLAND Y Page No. 14 11/09/2007 C. T. & F., Inc. Promation Bonding List

(jobr320c)

ProMatn Job # Description Bonding

5019 STAPLES L.A. LIVE (STAPLES PART 2) CTF #5019 Y 5020 KAISER ANAHEIM PEDESTRIAN BRIDGE Y 5021 GRANVILLE AVE S/0 SANTA MONICA Y 5022 BROCKTON AVE N/Q IOWA AVE Y 5023 6TH ST. & VALENCIA (TEMP T/S) Y 5024 FOOTHILL & BALBOA PART 3 (ROCKWOOD 3 CASCADES PROJ) Y 5025 FAIR OAKS AVE Y 5026 NEWPORT BLVD RIGHT TURN LANE 3 HOSPITAL Y 5027 NORWALK & HAWKINS Y 5028 HART ST & OWENSMOUTH AVE SE CORNER Y 5029 VALLEY BLVD GRADE SEPERATION - E6000871 CTF 5029 Y 5030 FIRST & VERDUGO Y 5031 MCCLELLAN DR. (1204-1206) E/S, S/0 WILSHIRE BLVD Y 5032 BUTLER AVE (1417-1423) N/0 WYOMING AVE Y 5033 STRATHERN & BELAIRE Y 5034 TOPANGA CYN LOOPS (RTE 27) (07-4K1404) Y 5035 TAMPA & SAT I COY Y 5036 INDIAN & SAN MICHELLE (MORENO VALLEY COMMERCE PARK) Y 5037 LEFFINGWELL RD (14601) SCE CONDUIT Y 5038 IMPERIAL & NORTON, MINNESOTA & STATE Y 5039 COLDUATER CYN AVE SE/S 153 S/0 HALKIRK ST Y 5040 WILMINGTON BID STREET LIGHTING PROJECT Y 5041 FLORENCE AVE ET AL, CTF #5041 Y 5042 WILSON & KENWOOD Y 5043 STONER AVE W/S, S/0 IDAHO AVE Y 5044 PROM NIGHT (REMOVE/REINSTALL POLE) PARKVIEW AVE Y 5045 MISSION HOSPITAL & MEDICAL CENTER RD 5045/0706.3.01 Y 5046 ARTESIA BOULEVARD, ET AL Y 5047 CORNER OF BROAD AND -M- STREET Y 5048 REXFORD OR (1102) AND UHITWORTH DRIVE Y 5049 226TH & CLARETTA (SAFE ROUTES TO SCHOOL CYCLE #6) Y 5050 OHIO AVE (11711) & BARRINGTON AVE NW CORNER Y 5051 NAGLE AVE AND ROSCOE BLVD (TEMP T/S) Y 5052 UNIVERSAL CITYWALK DR. & CAHUENGA BLVD. N/E CORNER Y 5053 LAS FLORES APARTMENTS Y 5054 PEARL ST (11369) & PURDUE AVE NE CORNER Y 5055 SAN FERNANDO YARD (PICKUP/MOVE POLES IN YARD) Y 5056 NORWALK BLVD OVERLAY FROM WHITTIER TO BEVERLY Y 5057 WILCOX & ACACIA (CONTRACT # 68-525-0100-0987) Y 5058 FOOTHILL BLVD BRIDGE WIDENING OVER BIG TUJUNGA WASH Y 5059 ATSAC: OLYMPIC, MANCHESTER, GARVEY, CESAR CHAVEZ Y 5060 HOME DEPOT HOLLYWOOD (2 PULLBOXES) Y 5061 2ND ST AND HOBART BLVD (IBEW LO*CAL 18) Y 5062 ALTA DRIVE (711) RELOCATE 1 POLE Y 5063 KIGUERA ST..JEFFERSON BLVD. & RODEO RD. Y Page No. 15 11/09/2007 C. T. & F., Inc. Promation Bonding List

(jobr320c)

ProMatn Job # Description Bonding

5064 COLDWATER CANYON & FIRE STATION DRIVEWAY Y 5065 VICTORIA AVE S/S 2ND E/0 GRANOVIEU BLVD Y 5066 PALM VILLAGE SENIOR APTS- LAUREL CYN BLVD & JEROME ST N/W CR Y 5067 PASADENA HIGH SCHOOL & SIERRA HADRE Y 5068 WILCOX & LIVE OAK Y 5069 ARMACOST AVE (1446-1462) E/S, N/0 SANTA MONICA BLVD Y 5070 GAGE AVE ET AL Y 5071 PENFIELD AVE U/S 2ND N/0 PRAIRIE ST #5071 Y 5072 FIRE STATION #94 - COLISEUM & MLK Y 5073 CHARLES YOUNG SOUTH & WESTUOOD (UCLA)_ Y 5074 HUSTON ST. & VINELAND AVE N/W CORNER Y 5075 5TH & FAIRWAY Y 5076 OOHENY DRIVE (147) & 3RD ST N/W CORNER Y 5077 DEL MAR BOULEVARD, ET AL Y 5078 KAISER i PHILADELPHIA Y 5079 VINE AVENUE STREET LIGHTING Y 5080 HARICOPA ST. (SCE CONDUIT) Y 5081 CENTURY PARK EAST E/S 2ND S/0 CONSTELLATION Y 5082 GLENCOE AVE (4082-4092) E/S S/0 BEACH AVE Y 5083 NORWALK & IMPERIAL Y 5084 LA SIERRA, MAGNOLIA, & IOWA T/S INTERCONNECT SYSTEM Y 5085 FONTANA BUSINESS PARK - BASELINE & CHERRY Y 5086 CENTRAL REGION ES #19 - FAIRMONT & BONNIE BEACH (SCE COND) Y 5087 VANGUARD CROSSWALK - AVIATION B/W HILLREST & ARBOR VITAE Y 5088 CENTURY PARK EAST (1880) Y 5089 OLIVE STREET INTERCONNEC, LA TRADE TECH #17T.7719.03 Y 5090 OWENSMOUTH & HART, CTF #5090 Y 5091 EMPIRE CORPORATE PLAZA (4TH & CLEVELAND) Y 5092 SHATTO & WILSHIRE CENTRAL LA SCHOOL #3 Y 5093 STREET LIGHTING MAINTENANCE 07-08 Y 5094 SAN FERNANDO & OLDEN Y 5095 ARCH DRIVE S/S 636' TO 591- E/0 VENTURA BL Y 5096 ARCADIA SITE IMPROVEMENTS Y 5097 PROJECT CANCELED Y 5098 AMBROSE AVE 56' TO 206' W/0 VERMONT AVE Y 5099 WESTGATE AVE (1417-1425) S/S, E/0 ROCHESTER AVE Y 5100 KLING ST. & BELLFLOWER AVE N/E CORNER Y 5101 LOMA LINDA UNIVERSITY (STEWART & CENTENNIAL COMPLEX) Y 5102 WILSHIRE BTWN HOPE & GRAND "JOHN HANCOCK" Y 5103 GLENDALE COLLEGE Y 5104 COLOWATER CYN AVE. E/S 116' TO 206' N/0 LANDALE Y 5105 TOPANGA CYN & MARILLA (RELOCATE T/S CONDUIT) Y 5106 ARGYLE B/W SELMA & HOLLYWOOD Y 5107 ALEXANDRIA AVE W/S 1ST S/0 6TH (WILSHIRE EQUITABLE RETAIL) Y 5108 NEW HAMPSHIRE AVE.127' TO 234'S/O JAMES M.WOOD BLVD. Y Page No. 16 11/09/2007 C. T. & F., Inc. Promation Bonding List

(jobr320c)

ProMatn Job # Description Bonding

5109 FULLER AVE (1353-U07) W/S, N/0 FOUNTAIN AVE Y 5110 FRIAR AVE N/S, 181' TO 228' W/0 TYRONE AVE Y 5111 #07-4K6604 RTE 710 & EASTERN Y 5112 UESTWOOD & CHARLES E. YOUNG (RED LED C/0) Y 5113 UESTGATE AVE (1616-1618) E/S, S/0 IDAHO AVE Y 5114 PICO & AVE OF STARS PART 4 Y 5115 BUS STOP AMENITIES PROJECT (T&M PROJECT) Y 5116 BEVERLY GLEN BLVD (1906) AND LA GRANGE AVE Y 5117 HOLLYRIDGE DR. (3001) RELOCATE S/L CONDUIT Y 5118 CARSON ST FROM BELLFLOWER TO Y 5119 LEGION LANE (3781) 638' N/0 SUNNYNOOK DRIVE Y 5120 COLORADO & BONNIE (CAMPUS VILLAGE) Y 5121 CAMPUS EL SEGUNDO S/L IMP TRACT 53570 Y 5122 WASHINGTON PLACE & SAWTELLE AVE Y 5123 BASTANCHURY & LACUNA PART 2 INTERCONNECT Y 5124 WEST BLUFF (LMU) T&M Y 5125 LACUNA & BASTANCHURY Y G90202 MATERIAL(OVERALL JOB CONSUMABLE) Y CONSTRUCTION

ATTACHMENT B FOR SECTIONS D THROUGH H

Where additional information or an explanation is required, use the space below to provide the information or explanation. Information submitted on this sheet must be typewritten. Include the number of the question for which you are submitting additional information. Information submitted on this Attachment in response Questions in Sections D through H will not be posted on the internet, but will be made available to the public for review upon request Make copies of this Attachment if additional pages are needed.

Page

Responsibility Questionnaire (Rev. 10/24/03) CONSTRUCTION ATTACHMENT C: GOVERNMENTAL ENTITIES FOR QUESTIONS No. 21

Check Yes in response to Question No. 21 if your firm or any of its owners, partners, or officers, have ever been investigated, cited, assessed any penalties, or found to have violated any laws, rules or regulations enforced or administered, by any of the governmental entities listed below (or any of its subdivisions), including but not limited to those examples specified below. The term "owner" does not include owners of stock in your firm if your firm is a publicly traded corporation. If you answered Yes, provide an explanation on Attachment B of the circumstances surrounding each instance, including the entity involved, the dates of such instances, and the outcome.

FEDERAL ENTITIES STATE ENTITIES

Federal Department of Labor California's Department of Industrial Relations * Americans with Disabilities Act * Wage and labor standards, and licensing and * Immigration Reform and Control Act registration * Family Medical Leave Act * Occupational safety and health standards * Fair Labor Standards Act * Workers' compensation self insurance plans * Davis-Bacon and laws covering wage requirements * Workers'Compensation Act for federal government contract workers * wage, hour, and working standards * Migrant and Seasonal Agricultural Workers for apprentices * Protection Act * any provision of the California Labor Code * Immigration and Naturalization Act * Occupational Safety and Health Act California's Department of Fair Employment * anti-discrimination provisions applicable to .. and Housing • government contractors and subcontractors * California Fair Employment and Housing Act * whistleblower protection laws * Unruh Civil Rights Act * Ralph Civil Rights Act * . Federal Department of Justice California Department of Cons umer Affairs * Civil Rights Act * Licensing, registration, and certification * Americans with Disabilities Act requirements * Immigration Reform and Control Act of 1986 .* Occupational licensing requirements administered * Bankruptcy fraud and abuse and/or enforced by any of the Department's boards, including the Contractors' State Licensing Federal Department of Housing and Urban Board Development (HUD) * anti-discrimination provisions in federally California's Department of Justice subsidized/assisted/sponsored housing programs * prevailing wage requirements applicable to HUD Local Entities related programs City of Los Angeles or any of its subdivisions for Federal Environmental Protection Agency violations of any law, ordinance, code, rule, or * Environmental Protection Act Regulation administered and/or enforced by the City, including any letters of warning or sanctions National Labor Relations Board issued by the City of Los Angeles for an * National Labor Relations Act unauthorized substitution of subcontractors, or unauthorized reductions in dollar amounts subcontracted. Federal Equal Employment Opportunity Commission OTHERS * Civil Rights Act * Equal Pay Act Any other federal, state, local governmental * Age Discrimination in Employment Act entity for violation of any other federal, state, or * Rehabilitation Act local law or regulation relating to wages, labor, or * Americans with Disabilities Act other terms and conditions of employment.

Responsibility Questionnaire (Rev. 10/24/03) 1-3J CITY OF LOS ANGELES PLEDGE OF COMPLIANCE WITH CONTRACTOR RESPONSIBILITY ORDINANCE Los Angeles Administrative Code (LAAC) Section 10.40 et seq. (Contractor Responsibility Ordinance) provides that, unless specifically exempt, City contractors working under service contracts of at least $25,000 and three months, contracts for the purchase of goods and products of at least $100,000, contracts for the purchase of garments of at least $25,000, and construction contracts of any amount; public lessees; public licensees; and certain recipients of City financial assistance or City grant funds, shall comply with all applicable provisions of the Ordinance. Upon award of a City contract, public lease, public license, financial assistance or grant, the contractor, public lessee, public licensee, City financial assistance recipient, or grant recipient, and any itS: subcontractor(s), shall submit this Pledge of Compliance to the awarding authority.

The contractor agrees to comply with the Contractor Responsibility Ordinance and the following provisions:

(a) To comply with all federal, state, and local laws in the performance of the contract, including but not limited to laws regarding health and safety, labor and employment, wage and hours, and licensing laws, which affect employees. (b) To notify the awarding, authority within 30 calendar days after receiving notification that any governmental agency has initiated an investigation which may result in a finding that the contractor did not comply with any federal, state, or local law in the performance of the contract, including but not limited to laws regarding health and safety, labor and employment, wage and hours, and licensing laws, which affect employees. (c) To notify the awarding authority within 30 calendar days of all findings by a governmental agency or court of competent jurisdiction that the contractor has violated any federal, state, or local law in the performance of the contract, including but not limited to laws regarding health and safety, labor and employment, wage and hours, and licensing laws which affect employees. (d) If applicable, to provide the awarding authority, within 30 calendar days, updated responses to the Responsibility Questionnaire if any change occurs which would change any response contained within the Responsibility Questionnaire and such change would affect the contractor's fitness and ability to continue the contract. (e) To ensure that subcontractors working on the City agreement (including contractors or subcontractors of a public lessee, licensee, sublessee, or sublicensee that perform or assist in performing services on the leased or licensed premises) shall comply with all federal, state, and local laws in the performance of the contract, including but not limited to laws regarding health and safety, labor and employment, wage and hours, and licensing laws, which affect employees. (f) To ensure that subcontractors working on the City agreement (including contractors or subcontractors of a public lessee, licensee, sublessee, sublicensee that perform or assist in performing services on the leased or licensed premises) submit a Pledge of Compliance. (g) To ensure that subcontractors working on the City agreement (including contractors or subcontractors of a public lessee, licensee, sublessee, or sublicensee that perform or assist in performing services on the leased or licensed premises) shall comply with paragraphs (b) and (c). Failure to complete and submit this form to the Awarding Authority may result in withholding of payments by the City Controller/ or contract termination. C_ > i. T r% JV> j^.. _,. /3-3-Q J£-! Company Name, AddressandPfuJne Number A Signature of Officer oraufporized Representative ) Date V/ / eg. - Print Name and Title of Officer or Authorized Representative

Awarding City Department Contract Number

CRO Pledge of Compliance (Rev. 09/13/01) 1 - 3k SIGNATURE SHEET AN* AFFIDAVIT "T I/We,109T> depose and say that I am/We are insert Name(s)

/< afc tafc r ^i it* r.-*-**<-> ^ P_ 9V rJAyg- fogH 6v£S (Insert "Sole Owner, Partner, president, eicj (insert nrm name and address ot bidder)

Contractors License No. License Classification C~\Q . Expiration Date who submit this proposal to the Board of Public Works and hereby declare:

(1 ) That I/We have read this proposal and have abided by and agree to the conditions herein and have carefully examined the project plans and read the specifications and I/We hereby propose to furnish all materials and do all the work required to complete the work in accordance with the plans and specifications, for the unit prices or lump sums named in the Schedule of Work and Prices. Furthermore, I/WE have received a copy of the ADetermination of Bidder Responsibility Policy® of the Board of Public Works and I/WE understand my/our obligations under this policy as a . bidder and as a contractor should this contract be awarded to my/our firm.

(2) That this proposal is genuine, and not sham or collusive, nor made in the interest or in behalf of any person not herein named, and that I/We have not directly or indirectly induced or solicited any other bidder to put irra sham bid, or any other person, firm or corporation to refrain from bidding, and that I/We have not in any manner sought by collusion to secure for myself/ourselves an advantage over any other bidder.

(3) This contract is expressly made for the benefit of the signatory parties only. It is not the intent of any of the signatory parties to create or discharge any duty, express or implied, to any party other than the signatory parties. Any benefit derived from this contract by a third party is unintended and incidental to the purpose for which this contract is made.

(4) That I/We as principal(s), acknowledge myself/ourselves as being bound by the accompanying Bid Bond when completed by the Surety.

(5) That I/We have read and understand the provisions of the Pollution Control - Sewage .Spill Prevention and Response Requirements and the Board of Public Work=s Policy of AZero Spills@ requirements as contained in this Proposal. If awarded this contract, I/We agree to furnish all of the materials, supplies, tools, equipment, labor and other services necessary for the containment and cleanup of any sewage or other pollutant spills or leaks occurring during the performance of this contract. I/WE further agree to act immediately, without instructions from City staff, to contain and cleanup any spill in any way involved with my/our activities on this project without concern for who or what caused the spill.

ADDENDA - This proposal is submitted with respect to the changes to the contract included in Addenda numbers: {Fill In Addenda received) , , , , , , ,

I/We certify or declare under penalty of perjury that the foregoing is true and correct, and that if only one signature is provided, it is provided in accordance with Note 8 in the General Instructions and Information for THE CITY OF LOS ANGELES Bidders of thi acting by and through its WORK? i.

2. Second APR 0 4 2008

Note: ALL SIGNATURES MUST BE PROPERLY COMPLETED AND WITNESSED BY A NOTARY. SECURITY LIGHTING 1-4

MBE - Proposal Prepared 2/20/2007 CALIFORNIA ALL-PURPOSE xANOWLEDGMENT

STATE OF CALIFORNIA

OUNTY OF LOS ANGELES

On November 27, 2007 before me, JOHN BEJAR, NOTARY PUBLIC Name and Title of Officer (e.g." Jane Doe, Notary Publics) personally appeared TODD SIMMONS & KENT SIMMONS Name ofsigner(s)

j (Personally known to me

| X [Proved to me on the basis of satisfactory evidence

to be the person(s) whose name(s}4s/are subscribed to the within instrument and acknowledged to me that-fce/sbeflhey executed the same in hio/hor/their authorized capacity (ies), and that by hJs/hefflheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) JOHN BEJAR acted, executed the instrument. Commission* U93596 ! Notary Public - California | Los Angeles County j WITNESS my hand and official seal. My Comm. Expires Jul T, 2006

Place Notary Seal Above

OPTIONAL

Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document.

Description of Attached document Title or Type of Document:

Document Date: Number of Pages:

Signer(s) Other than Named Above:

Capacity(ies) Claimed by Signer Signer's Name:

Individual TOP OF THUMB HERE

Corporate Officer-Title(s) GENERAL MANAGER / ASSIST. SECRETARY [ 1 Partner QLimited | peneral | | Attorney-in-fact | | Trustee | ] Guardian or Conservator Other:

Signer is Representing: C.T.&F.JNC. BID BOND (Not necessary when certified check or cashier's check accompanies bid)

We, the principal and undersigned Surety, acknowledge ourselves jointly and severally bound to the Department of Public \jVorks of the City of Los Angeles, for an amount not less than ten percent (10%) of the total bid.jto be paid to said Department if the proposal shall be accepted and the proposed contract awarded to the principal, and the principal shall fail to execute the contract within the time specified by the general instructions in the proposal; and to furnish the required faithful performance and labor] and material bonds, within the time specified. It is hereby agreed that bid errors shall not constitute a defense to forfeiture, except as provided by the State of California Government Code Sections 4201 through 4205, or as they may be amended.

WITNESS our hands this 12TH day of NOVEMBER f 2007

'^— f ™ "*> ' of Uorpraiion/company Print Surety's Name SURETEC INSURANCE COMPANY

,3033 5TH AVE., SUITE 300 SAN DIEGO, C. T. &F..1NC. -• -^ ATTORNEy-irPFAttr~L^fT i ir~~ -^ 7228 SCOUT AVE.BELL GARDENS. CA 90201 Bv: **~"T^fA. f^~~~—V>X^Ssv.-. Cte

2. * Secontfsrgnatufe

Second Signature Title

Second Signature Date

SECOND SIGNATURE MAY BE REQUIRED WITH BID. FAILURE TO PROVIDE THE REQUIRED SIGNATURES WJTH BID MAY RENDER T IE BID NON-RESPONSIVE. IF ONLY ONE SIGNATURE IS SUBMITTED FOR A CORPORATION, THE CITY MUST BE =URNISHED THE REQUIRED SIGNATURE AUTHORIZATION WITH BID, OR A CURRENT COPY OF THE REQUIRED SIGNATURE AUTHORIZATION MUST BE ON FILE WITH THE BUREAU OF ENGINEERING. SEE NOTE BELOW.

NOTE: ALL SIGNATURES MUST BE PROPERLY COMPLETED AND SIGNATURE OF THE AUTHORIZED AGENT OF THE SURETY MUST BE WITNESSED BY A NOTARY. An All Purpose Certificate of Acknowledgement form pursuant to the California Civil Code Section 1189 must be attached to this page. See Note 8 in the General Instructions and Information for Bidders of this proposal for proper required signatures.

SECURITY LIGHTING

1-5

MBE - Proposal Prepared 2/20/2007 510003 POAtf: SureTec Insurance Company LIMITED POWER OF ATTORNEY

Know All Men by Tliese Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Philip E. Vega, Frank Morones of Covina, CA its true and lawful Attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds; recognizances, undertakings, or .other instruments ot contracts of suretyship to include waivers to the conditions of contracts and. consents of surety; providing the bond penalty does not exceed Five Million Dollars and no/100 ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President/sealed with, the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming ail that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until 10/31/08 and is made under, and b,y authority of the following resolutions of the Board of tJirectoreof the SureTec Insurance Company: - Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary,or .any Assistant Secretary shall be and is hereby vested, with full power and authority to appoint any one or more suitable persons as At1omey(s>in-Fact to represent'and act for and on behalf of the Company subject to the following provisions: Attorney-in-fact-may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds* recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings arid any and'atl notices and documents canceling or terminating the Company's liability thereunder, arid any such instruments so executed by any such Attomeyrin-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be II Resolved, that .the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or. undertaking to which it is attached, (Adopted at a'meettng held on 20* of April, 1999.)

In Witness Wfiereof, SUKETEC INSURANCE COMPANY has caused these presents to be-signed by 'its President* and its corporate seal to be hereto affixed this 20th day of Jiine, A.D. 2005. rSIJRETEC Q^URANCE COMPANY

By: B.J.Kitfg, President State of Texas J County of Harris £7—

On this 20th day of June, A.D. 2005 before me personally came B,J. King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which, executed the above instrument; that he knows the seal of said Company; that the seal affixed'to said instrument is such corporate seal; thal.il was so affixed by order of the Board of Directors of said Company; and that he sighed his.narnc thereto by like order. Michelle Denny Notary Public State of fexai tennu-. MyCorwntefon&ptes Michelle Denny, Notary Piratic August 27.2008 My commission expires August 27, 2008

I, M Brent Beaty, Assistant. Secretary of .SURETEC INSURANCE. COMPANY, dp hereby-certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still. in fulhforce and effect; and 'furthermore, the resolutions of the Board of Doctors, s«t out in the Powcr-of Attorney are iH'full force arid:cffcct.

Given under my hand and the.seal of said Company at Houston, Texas this 12TH day <& NOVEMBER 20_2Z_, A.D.

M. Brent Beafy, Assistant Secretary

Any Instrument Issued In excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between. 8:00 am and 5:00 pm CST. CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT

State of California

County of Orange

On NOVEMBER 12,2007 before me, PHILIP VEGA, NOTARY PUBLIC Name and Title ol Officer (e.g., "Jane Doe. Notary Public") personally appeared FRANK MORONES Name(s)of Signers) personally known to me -OR- Q proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their Commission # 1 474231 signature(s) on the! instrument the person(s), or the entity upon Notary Public - California behalf of which the fperson(s) acted, executed the instrument. Orange County |T . Explies Mar 4. 20089 WITNESS my hanoNJlid official/se

SlQH6lure of Nolary Public

•OPTIONAL- Though the Information below is not required by law, II may prove valuable to person on the documsnt and could prevent Fraudulent removal and reattachment of this form to anot. icument.

Description of Attached Document

Title or Type of Document:

Document Date: Number of Pages:

Signer(s) Other Than Named Above:

Capacity(ies) Claimed by Signer(s)

Signer's Name: Signer's Name:

Individual O Individual Corporate Officer D Corporate Officer Titles(s): D Title(s): Q Partner-D Limited Q General O Partner - Q Limited Q General Q Attorney-in-Fact O Attorney-in-Fact Q Trustee D Trustee RIGHT THUMBPRINT Q Guardian or Conservator OF SIGNER n Guardian or Conservator Other: Top of Thumb here D Other: Top of Thumb here

Signer Is Representing: Signer Is Representing:

BD-1133 09/00 CALIFORNIA ALL-PURPOSCTTCKNOWLEDGMENT

STATE OF CALIFORNIA

OUNTY OF LOS ANGELES

On N ovember 27, 2007 before me, JOHN BEJAR, NOTARY PUBLIC Name and Title of Officer (e.g." Jane Doe, Ndaiy Publice)

personally appeared TODD SIMMONS Name of signers)

| [Personally known to me

| X [Proved to me on the basis of satisfactory evidence

to be the person(s) whose name(s) is/am subscribed to the within instrument and acknowledged to me that he/cho/thoy executed the same in his/hor/their authorized capacity (tee), and that by his/her/thoir signaturefs) on the instrument f the person(s), or the entity upon behalf of which the person(s) JOHN BEJAR p acted, executed the instrument. Commission # 1493596 I Notary Public - Cafifomio ' Los Angeles County i WITNES&jmy hand and official seal. My Comm. Expires Jul t. 2008

Place Notary Seal Above

OPTIONAL

Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document.

Description of Attached document Title or Type of Document:

Document Date: Number of Pages:

Signer(s) Other than Named Above:

Capacity(ies) Claimed by Signer Signer's Name: raswrTHtjMBPfcwrwstsnER " | | Individual TOP OF THUMB HERE -Title(s) GENERAL MANAGER / VICE-PRESIDENT ited | | General | | Attorney -in-fact |—| I rustee | | Guardian or Conservatoervator r (~~! Other:

Signer is Representinging: C.T.& F., INC. Executed in 3 original^ bond rAber: 4365664 Counterparts Q10mracttff\\^* L 1, . r *s ^^ ^^F

all (dKen b^ ttfese ^Presents; 997949

THAT WE .C/..T.A....^...I!.T./..A^\/....?....?°£P°^^^;l-°.!? ......

...... as PRINCIPAL, and...... £.uxetec....Insur:aac.e....CQmpan y...... , a corporation

organized under the laws .of the State of ...... T.ex&S ...... and duly authorized to transact business under the laws of the State of California, as surety, are held and firmly bound unto THE CITY OF LOS ANGELES, A MUNICIPAL CORPORATION, as obligee, in the just and full sum of FOUR HUNDRED THIRTEEN THOUSAND, FOUR HUNDRED THIRTY-TWO AND 16/100 ---- ..... _._ 413,432.16 . Dollars ($ ), for the payment whereof well and truly to be made said principal and surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally firmly by these presents. THE CONDITION of the foregoing obligation is such, that whereas, the above bounded principal is about to enter into a contract, attached hereto, with said obligee to do and perform the following, to-wit: FOR SECURITY LIGHTING UNIT 13 STREET LIGHTING PROJECT - W.O. #L0719018

as will more fully appear from said contract, reference to'which is. hereby rnactei and which said contract and all documents incorporated therein by reference are expressly rnade. a pairtjjiereof, . .. • • The said surety,' for value received, hereby stijfolate"s' arid 'agrees that no change, extension of time, alteration or addition to arms of the contract, or .to the work.,to be.performed thereunder shall in anywise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or- addition to the terms of the contract or the work. . .„ • NOW, THEREFORE, if the above bounded principal shall well and truly perform the work contracted to be done under said contract, and shall fully and faithfully carry out and perform all of the terms, covenants and conditions of said contract upon its or his.-part to be performed, then this obligation to be null and void, otherwise to remain in full force and effect. •„ • '• ' '"•-.•' •' v-/: ^ .'•*'."• No right of action shall accrue under this bond to or for the use of any person other than the obligee named herein. Signed and sealed this .1.2th day of Manch A.D. 20,.Q.S.. Corporate Seal C' T" & F--INC.. a corporation ACCEPTED RISK MANAGEMENT CITY ADMINISTRATIVE OFFICE MAR 2 8 2008 BY L.L By...___ Attomey-in-Fact. Suretec Insurance Company Surety

Corporation or Individual principal must have signatures acknowledged in the appropriate blank.on the reverse hereof. Corporate Seal must be impressed hereon in case of corporation. Form 163a 510003 POAtf: SureTec Insurance Company LIMITED POWER OF ATTORNEY

Know All Men by Tttese Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Philip E. Vega, Frank Morones of Covina, CA its true and lawful Attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and.all bonds.i recognizances, undertakings, or .other instruments or contracts of suretyship to Include-waivers toffee, conditions of contracts and. consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/100 ($5,000.000.00) and to bind the Company thereby, as fully and to the same extent as if such bonds were signed by the President, sealed with.the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-ih-Fact may do in the premises. Said appointment shall continue in force, until 10/31/08 -and is made under and.b.y authority of the following resolutions of the Board of Directors' of the SureTec Insurance Company; Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or .any Assistant Secretary shall be and is hereby vested, with.full.power and authority to appoint.any one or more suitable persons as Aitomey(s)-in:Fact to represent and act for and on behalf of the Company subject to the following provisions: • Attorrify-in~Factmay be given full power and authority for and in the name of and. of behalf of the Company, to: execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and Other conditional or obligatory'undertakings and any and all notices and -documents Canceling or terminating the Company's liability thereunder, and any such instruments sp executed by any such Attomcyrin-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Me It Resolved, (hat.the signature of any authorized officer and seal of the Company heretofore of hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid 'and binding upon the Company with respect to any bond or undertaking to which it Is attached, (Attopteti at a meeting held on 20* of April. 1999.)

In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by'its President, and its corporate seal to be hereto affixed this 20th day of June, A.D. 2005. rSDRETEC DURANCE COMPAJVY

State of Texas ss: County of Harris

On this 20th day of June, A.D, 2005 before me personally came B.J. King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he Is President of SURETEC INSURANCE COMPANY, the company described in and which, executed the above instrument; that he knows the scaJ of said .Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he sighed his name thereto by like order. .Michelle Denny Notary Public State of fexcn My Cornrnbsfon Expires Michelle Denny, Notary Pffblic August 27,2008 My commission.expires August 27,2008

t, M. Brent Beaty, Assistant.Secretary of .SURETEC INSURANCE.COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still :in full .force and effect; and'ftirtherrnore, the resolutions of the Board of Directors, set out in the Power of Attorney are iri full force arid: effect.

Given under my hand and the.seal of said Company at Houston, Texas this 12TH day A.D.

Brent Beafy, Assistant Secretary

Any Instrument Issued In excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you,may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST, CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT

State of California

County of Los Angeles

On ??nna before me, Lisa Clark. Notary Public DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC' personally appeared Frank Morones ____^__ , who proved to me on the basis of satisfactory evidence to be the person(s) whose names (s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/bef/thetf signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.

USA CLARK WITNESS my hand and official seal. Commission #1511501 Notary Public - California Orange County My Comm. Expires Sep 3. 2008 SIGNATURE OF NOfA"R~Y OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT I [INDIVIDUAL

^CORPORATE OFFICER

TITLE OR TYPE OF DOCUMENT

TiTLE(S)

PARTNER(S) LIMITED GENERAL NUMBER OF PAGES IXI ATTORN EY-I N-FACT

O TRUSTEE(S)

O GUARDIAN/CONSERVATOR

|~1 OTHER:.

DATE OF DOCUMENT

SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES)

SIGNER(S) OTHER THAN NAMED ABOVE CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT

State of California

Cinmtv of LOS ANGELES

On March 24, 2008 before me, ADAN HERRERA TR., NOTARY PUBLIC (Here insert name and title of the officer)

personally appeared RUBY GALLAND

who proved to mt* nn the basis of satisfactory evidence to be the person(s) whose name(s) is /arc subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/tkew authorized ftipacilyfH^}, and that by bw/her/thetf signature^ on the instrument the person(s), or the entity upon behalf of which the person^ acted, executed the instrument.

1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ADAN HERRERA sr-i Commission* 17671617162 2 I WITNESS my hand and official seal. Notary Public • California | Los Angeles County MyComm.Expte8P9c27.2011 I (Notary Seal)

Signature of Notary Publk

ADDITIONAL OPTIONAL INFORMATION

INSTRUCTIONS FOR COMPLETING THIS FORM DESCRIPTION OF THE ATTACHED DOCUMENT Any acknowledgment completed in California must contain verbiage exactly as appear* uwve in ine nuiury scLnvn ur a separate uuinuajiea^rnem jiirm mum tie prvpeny aimptcuu unuattuaam w inai uuaancnt. ineumy tnnpaun it yu uofumeni i.s w oe rtairucu uutsiue vj ^unjurnta. tn yucn insLuntr.s, any uicernanue (TIU» or description of allachtd dccumenl) uLf.mianeu](Tnettt verouige u* may tie pnnuuun fULn u taicumeni so lung as ine vcniuige uoe.i nui requirr ire notary tu uu fumeining inui t* uiegaijura nutary in uwijornw {i.e. certifying tnc autnoraea capacity oj cne signer}, fease cnea tne (Tin* a description o(a!Ucti«d Qo uiflumnni airv/uiiyjur pruptr nuutruii wvrutngunu utuiLn tniyjurm ij reijuireu.

Number of Pages'^ Document Dale.; • Slate and County infonnalion muit be the State and County where the document iignen» personally appeared before the notary public for ncknowledgment. • Date of notorization inuit be the dale that the signers) personally appeared which inult also be the same date the acknowledgment ia completed. (Additional into™ ton) • The notary public muit print his or her nameai it appean within hii or her commijjion followed by a comma and then your title (notary public). CAPACITY CLAIMED BY THE SIGNER • Print the name(t) of document tignen» who personally appear at the time of notarization. D • Indicate the correct singular or plural formi by crossing off incorrect form* (La. D Corporate Officer He/she/ they, is/are) or circling tha correct forms. Failure to correctly indicate thi* information may lead to rejection of the document recording. • The notary ieal impression must be clear and photographically reproducible. (TlUa) Impression muit not cover text or lines. If ie«l impression smudges, re-jeal if a D Partner(s) sufficient are permits, otherwise complete * different acknowledgment form. • Signature of the notary public must match the signature on file with the office of [J Attorney-in-Fact th* county clerk. D Trustee(s) * Add a on ol Information Is notrequire dbu t could help to ensure this p Other acknowl»dBm*ril is not misuatd or attach*d to a different document + Indicate UU« ortyp* of attached docutnonl. numbarof pogas and dele, • Indicate the eopodty dalmad by the sjgner. If tha dolmed enpodty is a corporate offlcar, Indicate tha litlt 0>e. CEO. CFO. Secretary). • Securely attach this document to the signed document. CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT

State of California

Cmmtv of LOS ANGELES

On March 24, 2008 before me, ADAN HERRERA [R.. NOTARY PUBLIC (Here insert name and title of the officer) personally appeared TODD SIMMONS who proved to me on the basis of satisfactory evidence to be the person^s) whose name^s) is /are subscribed to the within instrument and acknowledged to me that ho/she/they executed the same in his/hor/thcir authorized Ltipaaly^Ksi}, and that by his/ hur/ their signature(s) on the instrument the person(s), or the entity upon behalf of whirh the pcrson(s) acted, executed the instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California thaUhe £oregojn£ pqragragh is true and correct. 1 x^^^ ADAN HEMERA JR. £ ;/gC?4J§k CommlMlon* 1707182 1 WITNESS my hand and official seal. I KtJffliJ NolOf* *"*»'* ' Catltorrto I 1 ^mSt' lo*toW** *Count y * f i n, MyComm.BcfctOec27.2mi I •••*•• i ii I'l idt (Notary Seal)

Signature of Notary Public

ADDITIONAL OPTIONAL INFORMATION

INSTRUCTIONS FOR COMPLETING THIS FORM DESCRIPTION OF THE ATTACHED DOCUMENT Any acknowledgment completed in California must contain verbiage exactly as upfieur* utititf, rn tne ruiiury sectuin uru sepumu:ua.runuieujfmtnijurrn must tie pruperiy uuinpteiea unu uctucneu w inut uucumtnt. i ne unty exception i» ij u ..«•• —_ uutumeni is ui UK reairueu uutsiue aj \-unjurniu, in fucn instance*, any ututrnuctue (TiUa odeocnpdon of aHachsddocumenl) uwnoa/ieuj^neni veriitugK us may ae pnnceuun sucn a uucument so lunguy inn vertm%e uoes nw require ine nuiury ai au tvmeimnx trait is iiiejfui/oru notary in uin/ornia (i.e. cemjying ineautnonzea capacity oj tne signer/, reuse cnecu tne (Tilla or doscnptian of attached Decuman I continued) uucumem uirtjvtiyjur pnjpcr nuiartut wuruinguna uicutn imxjurm ij rajutreu.

Number of Pages ~^~^ Document Dale ~ "• • Stnte and County information must be the Stnte and County where the document iigner(s) personally appeared before the notaiy public for acknowledgment. • Date of notarization must be the date that the lignerf*) penonally appeared which mult abo be the wme date the acknowledgment u completed. (Additional information) • The notary public must print hii or her name u it appeuv within hi* or her cominiuion followed by • comma and then your title (notary public). CAPACITY CLAIMED BY THE SIGNER • Print the nune(i) of document signers) who penonalfy appear at the time of notarization, D • Indicate the correct singular or plural form) by crouing off incorrect formi (ie. i—| Corporate Officer He/ she/they, i*/are) or circling the cotrect forms. Faihire to correctly indicate thii information may lead to rejection of the document recording. Vice -President • The notary seal impression must be clear and photographically reproducible. (Tito) Impresiion mutt not cover text or lines. If teal impression unudgea, re-«e«l if a D Partner(s) luffkient are pcnniti, otherwise complete • different acknowledgment form. • Signature of the notaiy public must match the tignature on fila with the office of Q Attomey-in-Fact the county clerk. D Trustee(s) * Additional Information la no)require dbu t could help lo •mure thii PI Other, acknowl«dgm«nt Is not misused or attached to a cfiffirtnt documanl. ^ IndlcaU tills or type of otlachsd document, number o( pog*s nnd dntB, + Indicata th» ca pa oily doimed by lh»slfln«r. If th» dalmvdcapadly Is B corporal* officer,Indlcalo lh« UU> (l.». CEO. CFO. SecralBry). • Securely attach this document to the signed document. Executed in 4365664 CA 123 counterparts CAO 907949

THAT WE c. • T • $ ? • '. *NC • '.

as principal , and Sur etec.. Insurance ...Company _

as suret are held and firmly bound unto the CITY OF LOS ANGELES, California, a municipal

corporation, in the sum of ..FOUR__HyNDRED._TH!I]RTEE_N__THOySAND,_M FOUR HUNDRED THIRTY-TWO AND.,!! /i o o ------:-."------:-----:.-:------.. Dollars ($ J..1.?.! A?.?..-A6 ) lawful money of the United States, for which, payment well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. Signed, sealed and dated March.,.1,2, . 20..0B-. The conditions of the above obligation is such that, whereas said principal has been awarded and is about to enter into a written contract with the City of Los Angeles for ....SECURITy, .LIGHTING__UNIT 13 ST PROJECT - W.O. #L0719018

which is hereto attached, and to which reference is hereby made for all particulars, and is required by said city to give this bond in connection with the execution of said contract; Now, therefore, if said principal as contractor in said contract, or subcontractor, fails to pay for any materials, provisions, provender or other supplies or teams used in, upon or for or about the performance of work contracted to be done, or for any work or labor done thereon of any amounts due under the Unemployment Insurance Act with respect to such work or labor, or for any kind or for amounts required to be deducted, withheld, and paid over to the Franchise Tax Board from the wages of employees of the principal and his subcontractors pursuant to sec. 18806 of the Revenue and Taxation Code of the State of

California with respect to such work and labor, said suret Suret.ec...Xnsuraiice.-Conipany. will pay the same in an amount not exceeding the sum set forth above, and also in case suit is brought upon this bond, a reasonable attorney's fee to be fixed by the court. This bond shall insure to the benefit of any and all persons, companies and corporations entitled to file claims under and by virtue of the applicable provisions of Division III, Part 4, Title 15 (commencing with Section No. 3082) of the Civil Code of the State of California, or their assigns.

WITNESS our hands this. .L2.th day of March. 200-8. Corporate Seal C. T. & F., INC., a corporation ACCEPTED RISK MANAGEMENT CITY ADMINISTRATIVE OFFICE MAR 28 2008 BY L F r a'n k"A TTo r o n e s: a't't of n e'y"-"i n - Fa c t" Corporation, Partnership or Individual Principal must have signatures acknowledged in the appropriate blank on the reverse hereof. If a Corporation - Corporate Seal must be impressed hereon. 510003 SureTec Insurance Company LIMITED POWER OF ATTORNEY

Know All Men by T/tese Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Philip E. Vega, Frank Morones of Covina, CA its true and lawful Attorney(s>in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds; recognizances, undertakings, or .other instruments or contracts of suretyship to include waivers to th^ conditions of contracts and. consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/100 ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with, the corporate seal.of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force, until 1Q/31/QB -and, is made under and b:y authority of the following resolutions of the Board of ^Directors of the SureTec Insurance Company: - Be it Resolved, that the President, any Vice-President, any Assistant Vice-Prcsident, any Secretary .or ,any Assistant Secretary shall be and is hereby vested, with frill power and authority to appoint.any one or more suitable persons as Attomey(s)-m:Fact to represent and act for and oh behalf .of the Company subject to the following provisions: Attorrify-in'Fact.may be given full power .and authority for and in the name of and. of behalf of the Company, to; execute, acknowledge and deliver, any and ail bonds; recognizances, contracts, agreements or indemnity and btner condid'orlal or obligatory'undertakings arid any and all notices and documents canceling or terminating the Company's liability thereunder, and. any suth instruments sp executed by any such Attomcy-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be It Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached, (Adopted at a meeting held on 20* of April, 1999.)

In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 20th day of June, A.D, 2005. TEC INSURANCE COMPANY

State of Texas ss: County of Harris

On this 20th day of June, A.D. 2005 before me personally came B.J. King, to me known, who, being by me duly sworn, did. depose and say, that he resides in Houston, Texas, that he is President .of .SURETEC INSURANCE COMPANY, the company described in and which, executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that tl was so affixed by order of the Board of Directors of said Company; and that he signed h|s,namc thereto by like order. .Michelle Denny Notary Public Sotoblfexor My Commission Expires Michelle Denny, Notary Public August 27,2008 My cbrairiissioh expires Aiigust 27,2008

I, M. Brent Beaty, Assistant.Secrctary of .SURETEC INSURANCE.COMPANY, do hereby-certify that the above and foregoing is a true and correct copy of aTpwcr of Attorney, executed by said Company, which is stilliin full .force and effect; and'lurthermore, the resolutions of the Board of Directors, set out Iri the Power of Attorney are iiTfull force aiid,6ffcct..

Given under my hand and the.seal of said Company at Houston, Texas this 12TH 08 ,A.D.

M, Brent Beafy,

Any Instrument Issued In excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT

State of California

County of Los Angeles

On 3/12/2008 before me, Lisa Clark. Notary Public , DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared Frank Morones ., who proved to me on the basis of satisfactory evidence to be the person(s) whose names (s) is/afe subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hor/their authorized capacity(ies), and that by his/hef/toe4f signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.

USA CLARK Commission #1511501 ! WITNESS my hand and official seal. Notary Public - California ; Orange County j My Comm. Expires Sep 3,2008J

SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT I INDIVIDUAL

^CORPORATE OFFICER

TITLE OR TYPE OF DOCUMENT

TITLE(S)

PARTNER(S) LIMITED GENERAL NUMBER OF PAGES [XI ATTORNEY-IN-FACT

l~1 TRUSTEE(S)

l~l GUARDIAN/CONSERVATOR

|~~1 OTHER:

DATE OF DOCUMENT

SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES)

SIGNER(S) OTHER THAN NAMED ABOVE CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT

State of California

County of LOS ANGELES

On March 24, 2008 before me, ADAN HERRERA [R., NOTARY PUBLIC (Here insert name and title of the officer)

personally appeared RUBY GALLAND

who proved to me on the basis of satisfactory evidence to be the person^s) whose name^s) is /are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies}, and that by his/her/their signature(s) on the instrument the person^s), or the entity upon behalf of which the person^s) acted, executed the instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. t+*^^^^^*^*-^^m^^^^.^ ^ . . . . 7~ ADAN HERRERA JR. f WITNESS my hand and official seal. zS&gBslh Commiiilon * 1787182 I y 2 EK»3BBa Notary Public - California I loj Ang«f«i County £ fryComm.BtpteBDBc27.2Dlt I (Notary Seal) ^^-^^ Signature of NoUry Public

ADDITIONAL OPTIONAL INFORMATION

INSTRUCTIONS FOR COMPLETING THIS FORM I INSCRIPTION OF THE ATTACHED DOCUMENT Any acknowledgment completed in California must contain verbiage exactly as appears aouve in ine naairy xeauin ur a separate mjuiutuicagmeni jurtn must oe prupeny aumpicuu ana ufiULneu la tnat uuaaaem, i ne uray exception is tj a uucumeni i.i KJ ve rtajrutU uutsiue uj i-unjurnui, in suvn inswntcs, any utiernuttuc (Till* or diacnpbon of »ll«cn»d dccixntnl) uuinuuiieujfmeni tmrotuge us may ex pnnitu un auc/iu uutument .so lung us ine oerviugeuues nut require ine noutry tuuu tumctmng tnui is uiegutjuru nucury in UMijornw (i.e. certifying tne autnonzea capacity Of ine signer;, reuse cnetx ine (Tin* or description of attached docurwnl continual) uucumem airerutiyjur proper nuainui u/vrmng ana aiuicn imsjurm ij rtcjuireu.

Number of Pages •"•— Documenl Date^""" • Stale and County information must be the Stale and County where the document tignertt) personally appeared before the notary public for acknowledgment. • Date of notaiization miut be the date that the tigner(i) personally appeared which must also be the same dale the acknowledgment is completed. (AdftUonal Inform Bon) • The notary public muat print hil or her nune at it appean within hi* or her eommittton followed by a comma and then your title (notary public). CAPACITY CLAIMED BY THE SIGNER • Print th« namefi) of document iigner{») who personally appear at the time of notarization. a • Indicate the correct singular or plural forms by crossing off incorrect forms (ie, n Corporate Officer He/ she/ they, u/are) or circling the correct forms. Failure to correctly indicate thi* information may lead to rejection of the document recording. , -—^ • The notary seal imprea*ion muit be clear and photographically reproducible. Impression muit not cover text or linei. If seal imprewion smudges, repeal if a DDD D (Tito) Partner(s) sufficient are permits, otherwise complete a different acknowledgment Conn. Attorney- in- Fact • Signature of the notary public muit match th« signature on tile with the office of the county clerk. Trustee(s) * Add Bond Information is nolrequire dbu t could help lo ensure this acknowledgment Is not misused or attached to a different document. ^ Indicate till* or typ* of attached document, number ol pages and dale. * Indicate the capacity deim«d by !Fi» signer. II the daim*d capacity Is a corporate oTAcar. Indicate the till* (I.e. CEO, CFO. 5«cre1aty}. • Securely attach this dofumenl to the signed document. CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT

State of California

County of LOS ANGELES

On March 24, 2008 before me, ADAN HERRERA TR-, NOTARY PUBLIC (Here insert name and title of the officer)

personally TODD SIMMONS who proved to me on the basis of satisfactory evidence to be the person^s) whose namefs) is /arc subscribed to the within instrument and acknowledged to me that riG/sho/thcy executed the same in his/hor/thoir authorized i'apadty(*es), and that by his/her/their signaturefs) on the instrument the personfs), or the entity upon behalf of which the person^s) acted, executed the instrument.

1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is trur tmd

ADAN HERRERA JR. WITNESS my hand and official seal. Commission* 1787182 \ Notary Public - California | Lot Ang«l«* County - NyComm.&qDtesDac27.2Q11 I (Notary Seal)

Signature of Notary Publk

ADDITIONAL OPTIONAL INFORMATION

INSTRUCTIONS FOR COMPLETING THIS FORM DESCRIPTION OF THE ATTACHED DOCUMENT Any acknowledgment completed in California must contain verbiage exactly as appears uuwe in ine nutury section vr a separate tKx.nl/tuieugTncntjunn must fie prvpcrty ojmpieicu ana ultucneu w f/vtt uuatment. i ne umy exception is ij a uucument tyivoe nairueu vuiwue uj i-unjtirnui. in sucn minima:*, any atmrnauve (Tina or description at attached doeirnenl) uuinuwieugment veromge us may oe pnniea on sucn u uucianeni su tung ay ine verutage uvex nvi require tne nacary to au sumetmng inui is uicguijvr u iwuiry in utii/ornui (i.e. certifying tneautnonzea capacity cy ine signer), nose cnea tne [Tin* or 0««cripllon or illactied document continued) auiMtnent airefuuyjur prvper nuuruii wuruing ana uiratn irasjtim ij requircu.

Number of Pages ~~~~ Documant Dale r—~* • State and County information must be the Slate and County where the document tignerfi) penonally appeared before the notary public lor Acknowledgment. • Date of nolariuition muil be the date that the iigner(i) penonBlly appeared which must nlio be the same dale the acknowledgment ii completed. {.Additional Information) • Tlie norwv public must print his or her nwne u it appears within his or her iiniiiitiMinn lnllnw«j Uy « toinma and thai your title (notary public). CAPACITY CLAMED BY THE SIGNER • Print the ruunefi) of document iigner(s) who personally appear at the lime ol niitnrilntion. D • Indicate the correct singular or plural fonni by crosiuig off incorrect lormi (Le. I | Corporate Officer He/she/they, is/are) or circling Ihe correct forms. Failure to correctly indicate this information may lend to rejection of the document recording. Vice -President • The nolary leal imprewion must be clear and photographically reproducible. (Tin.) Impression must not cover text or lines. II leal impreuion smudges, re-seal if a Q Partner(s) tuffkienl are perm it», otherwise complet* a different acknowledgment form. • Signature of the notary public must match the signature on file with Ihe office of Q Attorney-in-Fact the county clerk. D Trustee(s) • AddSoosI Inform a I on Is notrequire dbu l could help to ensure this Other- acknowl»dflmsntli not miiu»»d or attached to a different document. • Indicate till* or type of attached document, number of pages and dele. • Indicate the capacity dnimed by Ihe signer, tf tha dalmod capacity Is a corporate ofllcsr. Indicate the title (i.e. CEO, CFO. Secretary), • Securer/ attach this document to tha signed document LIST OF SUBCONTRACTS Use pages 1-6 and 1-7 to list subcontractors including manufacturers, truckers and equipment rental companies. Use page 1-8 to list vendors and/or suppliers and brokers.

Bidders are encouraged to use MBE/WBE firms whenever there is a need to subcontract portions of the work No MBE/WBE credit will be given unless the subcontractor and subcontracting amounts are listed on pages 1-6 through 1-8. Name, Business Address, Telephone Number , and Subcontractor Certification Dollar Value of Subcontract Contact Person License Number Agency and and Exp. Date Certification # (1)

License Number LA CT MTA $ ^^aie-~ Expiration Date: Cert# Expiration Date: MBE WBE Gender/Ethnicity: Description of work: Bid Item #=s

License Number: LA CT MTA $

Expiration" Date: Gert# Expiration Date: MBE WBE Gender/Ethnicity: Description of work: Bid Item #=s

License Number LA CT MTA $

Expiration Date: Cert# Expiration Date: MBE WBE Gender/Ethnicity: Description of work: Bid Item #=s

License Number: LA CT MTA $

Expiration Date: Cert# Expiration Date: MBE WBE Gender/Ethnicity Description of work: Bid Item #=s

License Number LA CT MTA $

Expiration Date: Cert# Expiration Date: MBE WBE Gender/Ethnicity: Description of work: Bid Item #=s (1) Specify Certifying Agency: LA - City of Los Angeles, Board of Public Works; CT - State Department of Transportation (Caltrans); MTA - Los Angeles County Metropolitan Transportation Authority

1-6

MBE - Proposal Prepared 2/20/2007 LIST OF SUBCONTRACTOR^ (continued)

NJame, Business Address, Telephone Number, and Subcontractor Certification Dollar Value of Subcontract Contact Person License Number Agency and and Exp. Date Certification # (1)

License Number: LA CT MTA $

Expiration Date: Cert# Expiration Date:

MBE WBE Gender/Ethnicity: Description of work: Bid Item #=s

License Number. LA CT MTA $

Expiration Date: Cert# Expiration Date:

MBE WBE Gender/Ethnicity: Description of work: Bid Item #=s

License Number: LA CT MTA $

Expiration Date: Cert# Expiration Date: MBE WBE Gender/Ethnicity: Description of work: Bid Item #=s

License Number: LA CT MTA $

Expiration Date: Cert# Expiration Date:

MBE WBE Gender/Ethnicity: Description of work: Bid Item #=s

License Number: LA CT MTA $

Expiration Date: Cert# Expiration Date: MBE WBE Gender/Ethnicity: Description of work: Bid Item #=s (1) Specify Certifying Agency: LA - City of Los Angeles, Board of Public Works; CT - State Department of Transportation (Caltrans); MTA - Los Angeles County Metropolitan Transportation Authority

(Bidders must photocopy this page if additional subcontractors are to be listed)

1-7

MBE - Proposal Prepared 2/20/2007 LIST OF SUBCONTRACTORS (cortinued)

VENDOR AND/OR SUPPLIER AND BROKER PARTICIPATION RECOGNITION

The bidder must list herein names of vendors and/or suppliers and brokers and the dollar amounts for which the bidder has obligated itself (list manufacturers on page 1-6 or 1-7).

Name, Business Address, Telephone Number, and Contact Person Certification Supplier / Broker Agency and Subcontract Information Certification # (1)

LA CT MTA Total Dollar Amount g^Strtftxmtract fo^m 9>p, TE. \frO fi& Cert* .-CS6 A U Dollar Amount Applicable Toward MBE/WBE/MSM Participation Levels (2) (3) material / service rendered: <:.. GenVEth.:

LA CT MTA Total Dollar Amount of Subcontract CertS s^H-^oo- ^U

MBE | WBE Dollar Amount Applicable Toward MBE/WBE/MSM Participation Levels ^.^75 Exp.: Description of material / service rendered: Gen./Eth.:

Total Dollar Amount of Subcontract

Dollar Amount Applicable Toward MBE/WBE/MSM Participation Levels

Description of material / service rendered: Gen./Eth.: * CU-.4-

(1) Specify Certifying Agency: LA- City of Los Angeles, Board of Public Works; CT- State Department of Transportation " (Caltrans); MTA - Los Angeles County Metropolitan Transportation Authority

(2) MBE/WBE/MSM participation credit for vendor and /or supplier is LIMITED TO 60% of amount paid, unless the vendor/supplier manufactures or substantially alters the materials/supplies. Multiply by 0.6 if applicable.

(3) MBE/WBE/MSM participation credit for brokers is LIMITED TO THE FEE OR COMMISSION charged for providing the desired service. Multiply the dollar amount of the service by the broker=s commission percentage.

1-8

MBE - Proposal Prepared 2/20/2007 CERTIFICATION OF COMPLIANCE WITH CHILD SUPPORT OBLIGATIONS

The undersigned hereby agrees that .*..3 ..-_*_ will: Name of Business

1. Fully comply with all applicable State and Federal employment reporting requirements for its employees.

2. Fully comply with and implement all lawfully served Wage and earnings Assignment Orders and Notices of Assignment.

3. Certify that the principal owner(s) of the business are in compliance with any Wage and Earnings Assignment Orders and Notices of Assignment applicable to them personally

4. Certify that the business will maintain such compliance throughout the terms of the contract.

5. This certification is a material representation of fact upon which reliance was placed when the parties entered into this transaction

6. The undersigned shall require that the language of this Certification be included in all subcontracts and that all subcontractors shall certify and disclose accordingly.

Upon signing below, the bidder by his/her signature affixed hereto declares under penalty of perjury that he/she has read the Child Support Assignment Orders contained in _ thereof and accepts all the City=s requirements contained therein througout the duration of this project.

Title

Company Name

Date

1-9

MBE - Proposal Prepared 2/20/2007 Submit with Bid HIRING OF "AT-RISK" PERSONNEL IN CITY PROJECTS

The City requests that each contractor state his/her respective willingness to voluntarily provide training and employment opportunities for "at-risk" individuals in the community as detailed in the MAYOR'S EXECUTIVE ORDER No. PE-6.

Please note that your participation is entirely voluntary and no special benefits or favors will be granted to those who volunteer for this innovative initiative. The City takes no responsibility for the personnel nor any costs resulting from this hiring. All existing contract provisions and applicable laws remain in place.

Procedure for Contractors to hire SNAP Workers as Apprentices I. The interested contractor contacts Art Irigoyen, LA SNAP JOBS Coordinator, at the City's Personnel Department, (213) 485-8930, to obtain a list of eligible candidate. II. After selecting the desired candidate(s), the contractor sends them to Sergio Rascon, Business Manager of Laborers' Local 300 to be initiated as an apprentice. III. Sergio Rascon initiates them into the Union. IV. Sergio Rascon sends the initiation papers to the State for approval. V. The State returns the approved initiation papers to Sergio Rascon indicating that the candidate is in an apprentice program certified by the State. VI. The candidate is now eligible to work as an apprentice.

Instructions: Please check the appropriate box. Print or type the required information below. Sign and date the document. Turn in this form with your bid proposal package.

Yes, we will participate in the voluntary program to provide training and employment opportunities for "at-risk" individuals in the community as detailed in the Mayor's Executive Directive No. PE-6!

No, we will not participate in the voluntary program to provide training and employment opportunities for "at-risk" individuals in the community as detailed in the Mayor's Executive Directive No. PE-6. r.-r. 4P. T^_. Company Name

Title

*?/ Date

2/26/2007 1-10 COMPLIANCE CITY OF LOS ANGELES Department of Public Works Bureau of Contract Administration Office of Contract Compliance 1 1 49 S. Broadway, 3rd Floor, Los Angeles, CA 9001 5 Phone: (213) 847-1922 - Fax: (213) 847-2777 EQUAL BENEFITS ORDINANCE COMPLIANCE FORM Your company must be certified as complying with Los Angeles Administrative Code Section 10.8.2.1, Equal Benefits Ordinance, prior to the execution of a City agreement. This form must be returned to the Citv department awarding the agreement. If responding to a request for bid/proposal, submit this form with the bid/proposal. City Dept. Awarding Contract: ftjbW_\/OcfV\Contact/Phone: SECTION 1. CONTACT INFORMATION Company Name: C,,~r» ^ f- 3 Company Address: City: ScA\ *s^ State: Zip: Contact Person: Tf^dd £./n/»v>\^' I am a one-person contractor, and I have no employees. DYes B"No (ifyou answered "Yes,"go to Section 3) Approximate Number of Employees in the United States: C\\ Are any of your employees covered by a collective, bargaining agreement or union trust fund? STYes D No SECTION 2. COMPLIANCE QUESTIONS Has your company previously submitted a Compliance Form and all supporting documentation? 0 Yes D No // yes, AND the benefits provided to vour employees have not changed since that time, continue onto Section 3. If No, OR if the benefits provided to vour employees have changed since that time, complete the rest of this form. In the table below, check all benefits that vour company currently provides to employees or to which your employees have access. Provide information for each benefits carrier if vour employees have access to more than one carrier. Note: some benefits are available or apply to employees because they have a spouse or domestic partner to whom the benefit applies, such as bereavement leave that allows an employee time off because of the death of a spouse or domestic partner; other benefits are provided directly to the spouse or domestic partner, such as medical insurance that covers the spouse or domestic partner as a dependent. Available/ Applies BENEFIT(S) YOUR This Benefit is This Benefit is Available/ Applies to Domestic COMPANY CURRENTLY Not Offered Available to to Spouses of Partners of OFFERS to Employees Employees Employees Employees 1 Health Insurance (List Name of CarriertsN Health Carrier 1 : D D D a Health Carrier 2: n D D p Dadditional carriers on attachment. 2 Dental Insurance (List Name of Carrierfsti Dental Carrier 1: n a D n Dental Carrier 2: D D D a D additional carriers on attachment. 3 Vision Plan (List Name of Carrierfstt Vision Carrier 1: D D D a Vision Carrier 2: D D D a 4 Pension/401 00 Plans D D D p 5 Bereavement Leave a D D a 6 Famirv Leave a D D p 7 Parental Leave D n D a , 8 Employee Assistance Proaram n D D a 9 Relocation & Travel a D D p 10 Company Discount. Facilities & Events D D P p 11 Credit Union p a n p 12 Child Care a D n p 13 Other: D n a p 14 Other: a D D p 1-11 Form OCC/EBO-1 {Rev. 06/06) Page 1 COMPLIANCE

YOU MUST SUBMIT SUPPORTING DOCUMENTATIONTO VERIFY EACH BENEFfT MARKED. Without proper documentation for each carrier and each benefit marked, your company cannot be certified as complying with the EBO. If documentation for a particular benefit does not exist, attach an explanation. Refer to the "Documentation to Verify Compliance with the Equal Benefits Ordinance" fact sheet for more information on the type of documentation that must be submitted to verify compliance with the EBO. If in the Table in Section 2 you indicated that your company does not provide all benefits equally throughout its entire operations to all your employees with spouses and employees with domestic partners of the same and different sex, you may: D a. Request additional time to comply with the EBO. Provisional Compliance mav be granted to Contractors who agree to fully comply with the EBO but need more time to incorporate the requirements of the EBO into their operations. Submit the Application for Provisional Compliance (OCC/EBO-3) and supporting documentation with this Compliance Form. D b. Request to be allowed to comply with the EBO by providing affected employees with the cash equivalent. Your company must agree to provide employees with a cash equivalent. In most cases, the cash equivalent is the amount of money equivalent to what your company pays for spousal benefits that are unavailable for domestic partners, or vice versa. Submit a completed Application for Reasonable Measures Determination fOCC/EBO-2) and supporting documentation with this Compliance Form. D c. Comply on a Contract-by-Contract Basis. Compliance mav be granted on a contract-bv-contract basis for those Contractors who have multiple locations in the U.S. but cannot comply with the EBO throughout the Contractor's operations. Indicate below the compliance category vou are requesting: - . • * D Contractor has multiple operations located both within and outside City limits. Contractor will comply with the EBO only for the operation(s) located within City limits and for employee(s) located elsewhere in the United States who perform work relating to the City agreement. Supporting documentation for the affected operation(s)/employees must be submitted. D Contractor has no offices within City limits but does have (an) employee(s) working on the City agreement located elsewhere in the United States. Contractor will comply with the EBO only for employee(s) located elsewhere in the United States who perform work relating to the City agreement. Supporting documentation for the affected employee(s) must be submitted.

SECTIONS. EXECUTE THE DECLARATION AND SUBMITTHE FORM TO THE AWARDING DEPARTMENT This form must, be returned to the City department awarding the agreement. If responding to a request for bid/proposal, submit this form with the bid/proposal to the awarding department. The awarding department will forward the form to the Department of Public Works, Bureau of Contract Administration, Office of Contract Compliance for review.

DECLARATION UNDER PENALTY OF PERJURY I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct, and that! am authorized to bind this entity contractually.

Executed this _rLtk_clay of /Vo\J£,^\^r- in the year ^QO"? . at 1^,11 6gv^e^^ . Cc\ (City) (State)

Mailing Address

Name of Signatory (please print) City, State, Zip Code

Title Federal ID Number

1-11a Form OCC/EBO-1 (Rev. 06/06) Page 2 COMPLIANCE CITY OF LOS ANGELES Department of Public Works Bureau of Contract Administration Office of Contract Compliance 1 1 49 S. Broadway Street, 3rd Floor, Los Angeles, CA 90015 Phone: (213) 847-1922 - Fax: (213) 847-2777

DOCUMENTATION TO VERIFY COMPLIANCE WITH THE EQUAL BENEFITS ORDINANCE Section 2 of the Equal Benefits Ordinance Compliance Form (Form OCC/EBO-1) requires that you submit supporting documentation to the Office of Contract Compliance to verify that all benefits marked in your response(s) are offered in a nondiscriminatory manner. This list is intended to be used only as a guide for the type of documentation needed. Health, Dental, Vision Insurance: A statement from vour insurance provider that spouses and domestic partners receive equal coverage in your medical plan. This may be in a letter from your insurance provider or reflected in the eligibility section of your official insurance plan document Note that "domestic partner" includes same-sex as well as different-sex partners so that the definition of "domestic partner" contained in the plan document must include different-sex partners.

Pension/401 (k) Plans: Documentation should indicate that participating employees may designate a beneficiary to receive the amount payable upon the death of the employee. Submit a blank beneficiary designation form.

Bereavement Leave: Your bereavement leave or funeral leave policy indicating the benefit is offered equally. If - your policy allows employees time off from work because of the death of a spouse, it should also allow for time off because of the death of a domestic partner. If the policy allows time off for the death of a parent in-law or other relative of a spouse, it must include time off for the death of a domestic partner's equivalent relative.

Family Leave: Your company's Family and Medical Leave Act policy. All companies with 50 or more employees must offer this benefit. Your policy should indicate that employees may take leave because of the serious medical condition of their spouse or domestic partner.

Parental Leave: Your company's policy indicating that employees may take leave for the birth or adoption of a child. If leave is available for step-children (the spouse's child) then leave should also be made available for the child of a domestic partner.

Employee Assistance Program (EAP): The benefit typically refers to programs that allow employees and their family members access to counselors who provide short-term counseling and referrals to assist in dealing with issues such as family problems, addiction, .and financial and legal difficulties. Your company's EAP policy must confirm that spouses, domestic partners and their parents and children are equally eligible (or ineligible) for such benefits. If provided through a third party, a statement from the third party provider regarding eligibility is required.

Relocation & Travel: Your company's policy confirming that expenses for travel or relocation will be paid on the same basis for spouses and domestic partners of employees.

Company Discounts, Facilities & Events: Your company's policy confirming that to the extent discounts, facilities (such as a gym) and events (such as a company holiday party) are equally available to spouses and domestic partners of employees,

Credit Union: Documentation from the credit union indicating that spouses and domestic partners have equal access to credit union services.

Child Care: Documentation that the children of spouses (step-children) and children of domestic partners have equal access to child care services.

Other Benefits: Documentation of any other benefits listed to indicate that they are offered equally.

Form OCC/EBO-1 (Rev. 06/06) . Page 3 ^ PROVISIONAL COMPLIANCE CITY OF LOS ANGELES Department of Public Works Bureau of Contract Administration Office of Contract Compliance 1149 S. Broadway Street, 3rd Floor, Los Angeles, CA 90015 Phone: (213) 847-1922 - Fax: (213) 847-2777

APPLICATION FOR PROVISIONAL COMPLIANCE WITH EQUAL BENEFITS ORDINANCE COMPLETE AND SUBMIT THIS FORM ONLY IF APPLICABLE. Contractors entering into, amending, or bidding on a City contract who agree to comply with the Equal Benefits Ordinance ("EBO") but need more time to incorporate the requirements of the EBO into their operations must submit this form, and supporting documentation, to the Department of Public Works, Bureau of Contract Administration, Office of Contract Compliance ("OCC"). (This form must be submitted with the EBO Compliance Form OCC/EBO-1.) The Contractor may be granted additional time to incorporate the requirements of the EBO only in the circumstances indicated below. Fill out ail sections that apply. Attach additional sheets if necessary.

A. OPEN ENROLLMENT FOR HEALTH, DENTAL AND/OR VISION INSURANCE PLANS The Contractor may be granted additional time to implement the requirements of the EBO if equal benefits cannot be provided until afterthe first open enrollment process following the date the contract with the City is executed. To qualify, the Contractor must submit evidence that reasonable efforts are being undertaken to implement the requirements of the EBO. Additional time granted may not exceed two years from the date the contract with the City is executed, and applies only to benefits for which an open enrollment period is applicable.

r ' - Date domestic partner (same and different sex) coverage will become effective.

You must submit copies of• correspondence between your company and your insurance provider(s) documenting your effort to obtain domestic partner coverage for same- and different-sex couples. You should also submit verification of the next open enrollment date or the date the benefits become available.

B. ADMINISTRATIVE ACTIONS AND REQUESTS FOR EXTENSION The Contractor may be granted additional time to implement the requirements of the EBO if the administrative actions necessary to incorporate the EBO cannot be completed prior to the date that the contract with the City is executed. Additional time granted for the completion of the administrative action shall apply only to those benefits that require administrative actions and may not exceed three months. Upon written request by the Contractor and at the discretion of the OCC, the Contractor maybe granted additional time to complete the administrative actions. Administrative actions may include personnel policy revisions and the development and distribution of employee communications.

Describe below or on an attachment the administrative actions needed and the anticipated completion dates. Attach supporting documentation such as the relevant portions of your current policy and the changes you plan to make.

If you are requesting an extension beyond three months, explain why more than three months is needed and attach any supporting documentation that may be relevant.

1-11C Form OCC/EBO-3 (Rev. 06/06) Rage 1 PROVISIONA[ami L COMPLIANCE C. COLLECTIVE BARGAINING AGREEMENTS Compliance with the EBO may be delayed until the expiration of a Contractor's current collective bargaining agreement(s) (CBA): When theCBA is renegotiated, the Contractor must propose to the union for incorporation into the CBA the EBO requirements so that all benefits provided to employees with spouses are also extended to employees with domestic partners. Provisional compliance status may be granted if all of the following conditions are met. 1. -The provision of some or all of the benefits offered to the Contractor's employees are governed by one or more CBA{s) but domestic partner coverage for same- and different-sex couples is not offered under the CBA(s). Required Information: Indicate below the name of each CBA for which Provisional Compliance is being requested and the time period the CBA covers. . Name of Bargaining Unit: Start date: End date: Name of Bargaining Unit: Start date: End date: Name of Bargaining Unit: _ Start date: End date:_ 2. The Contractor agrees to propose to the union that the EBO requirements be incorporated into each of the CBA(s) bv signing the statement below. When the CBA is renegotiated, we will propose to the union that the EBO requirements be incorporated into the CBA so that all benefits provided to employees with spouses will be extended to employees with same or different sex domestic partners. After the CBA expires, we will provide, upon request by the City, reports on the status of the efforts to incorporate the EBO requirements into the CBA. . ... By the end of negotiations, we agree to notify the OCC of the result by submitting a statement which will indicate: (1) when the issue of same and different sex domestic partners was raised during negotiations; and (2) whether or not the EBO requirements was incorporated into the CBA. We understand that a separate statement must be submitted for each CBA for which Provisional Compliance was requested.

-V*n. Name of Signatory (Print) "Signature ~\ Title Date

3. For benefits not strictly governed by a CBA, the Contractor must establish policies so that those benefits are provided in accordance with the requirements of the EBO. For example, the Contractor may be required to expand the existing bereavement leave policy to allow an employee with a domestic partner time off in event of the domestic partner's death even if the CBA does not require the employer to do so. Required documentation: A listing of benefits not strictly governed by the CBA along with the Contractor's policies as they relate to those benefits. .

EXECUTE THE DECLARATION AND SUBMIT THE FORM TO THE AWARDING DEPARTMENT: This form, and the Equal Benefits Ordinance Compliance Form (Form OCC/EBO-1) must be returned to the City department awarding the agreement. If responding to a request for bid/proposal, submit this form with the bid/proposal to the awarding department. The awarding department will forward the form to the OCC for review. DECLARATION UNDER PENALTY OF PERJURY I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct, and that I am authorized to bind this entity contractually. r\ 11 " Executed this__1__day of yVcve^iogr- in the year QQ37^->^t Ke.11 &&.r

Name of Company Name of Signatory (Print)

Form OCC/EBO-3 (Rev. 06/06) Page 2 REASONABLE MEASURES CITY OF LOS ANGELES Department of Public Works Bureau of Contract Administration . Office of Contract Compliance 1149 S. Broadway Street, 3rd Floor, Los Angeles, CA 90015 Phone: (213) 847-1922 T Fax: (213) 847-2777 APPLICATION FOR REASONABLE MEASURES DETERMINATION - CASH EQUIVALENT COMPLIANCE

Name of Company . . .Federal ID Number r Street Address ' City, State Zip , Contact PeTson/Tttle Telephone Number Fax Number Before the Department of Public Works. Bureau of Contract Administration . Office of Contract Compliance 'fQCCl will approve a contractor's application to comply with the Eoual Benefits Ordinance fEBO) by paving a cash equivalent, the OCC must determine that: (a) the contractor has made a reasonable yet unsuccessful effort to provide equal benefits; or (b) under the circumstances, it would be unreasonable to require the contractor to. provide benefits to domestic partners {or spouses if applicable). To apply, contractors must submit: 1. An explanation and documentation that demonstrates: (a) the Contractor has made a reasonable, yet unsuccessful, , effort-to provide-equal benefits; or (b) under the circumstances, it would be unreasonable to require the contractor to provide equal benefits father than paying the cash equivalent. See EBO Regulation #2BMUa) and #2Bf1)ftrt. 2. This completed application. Fill in the company's information, then read and sign the acknowledgement below. 3. A completed Equal Benefits Ordinance Compliance Form (Form OCC/EBO-1 ). Be certain that box "b" on page two of the form is checked. 4. A draft of the memorandum that will be distributed to affected employees informing them of the cash equivalent option. 5. Copies of the revised policies, such as bereavement, for which the cash equivalent is not applicable.

If approved bv the OCC. a contractor will be allowed to comply with the EBO by paying its employees with domestic partners the cash equivalent of benefits made available to the spouses of its employees. The cash equivalent is the difference between .the amount ah employer pays to provide an employee with spousal or family coverage and the amount that an employer pays to provide an employee with employee-only coverage. For example, an employer pays $200 per month to provide benefits for an employee and his/her spouse, and $150 per month to provide benefits for an employee with employee-only coverage. The cash equivalent that must be paid to the employee with a domestic partner is $50 per month.

For benefits for which a cash equivalent is not applicable, such as bereavement leave, the employer must amend its policies so that domestic partners are treated in the same manner as spouses. For example, if the policy allows an employee three days off in the event of the death of a spouse or the spouse's parents, the policy must be amended to allow an employee three days off in the event of the death of a domestic partner or the domestic partner's parents.

ACKNOWLEDGEMENT REGARDING APPLICATION I declare under penalty of perjury under the laws of the State of California that I am authorized to bind the company/entity listed above. I understand that this Application must be approved bv the OCC before compliance bv paving the cash equivalent will be allowed. By signing below, I agree on behalf of the company that if this Application is approved by the OCC, the company will comply with the EBO by providing employees with domestic partners the cash equivalent of the benefits that are made available to employees with spouses. For those benefits to which the cash equivalent is not applicable, such as for bereavement leave or family leave, the company agrees to amend its policies so that the domestic partners of employees will be treated in the same manner as the spouse of an employee. The relatives of domestic partners will be treated in the same manner as relatives of spouses. The company further agrees to provide a memorandum notifying our affected employees of the availability of the cash equivalent option if they have domestic partners for whom equal benefits cannot be provided.

Executed this *V day of Trv^ *>\*»v»o Name of Signatory (Print)

Form OCC/EBO-2 (Rev. 06/06) CITY OF LOS ANGELES Department of Public Works Bureau of Contract Administration Office of Contract Compliance 1149 S. Broadway Street, 3rd Floor, Los Angeles, CA 90015 Phone: (213) 847-1922 - Fax: (213) 847-2777

INSTRUCTIONS FOR COMPLETING EQUAL BENEFITS ORDINANCE FORMS 1. Start with the Equal Benefits Ordinance (EBO) Compliance Form (Form OCC/EBO-1). Your company must be determined to be in compliance with the EBO before a contract with the City may be executed. In Section 2 of the form, indicate what benefits your company currently offers its employees. If a benefit is not offered, indicate the benefit is not offered. If your company currently does not offer equal benefits to employees with spouses and employees with same or different sex domestic partners, you may, on page two of the EBO Compliance Form, request one of the following by checking the appropriate box on the form: a. Request additional time to come into compliance with the EBO. This is available to contractors who agree to fully comply with the EBO but need additional time to add domestic partner coverage, to change company policies, or to negotiate the addition of domestic partner coverage to a collective bargaining agreement. Complete the Application for Provisional Compliance (Form OCC/EBO-3) and return it with the EBO Compliance Form (Form OCC/EBO-1). You must submit supporting documentation to verify why additional time is needed. b. Request to be allowed to comply with the EBO by providing employees the cash equivalent. This is available to contractors who meet both of the following: (1) agree to provide employees with domestic partners the cash equivalent of the benefits offered to employees with spouses; and (2) have demonstrated that they have taken reasonable yet unsuccessful efforts to comply, or that it would be unreasonable under the circumstances to require the contractor to provide equal benefits rather than pay the cash equivalent to employees. Complete the Application for Reasonable Measures Determination (Form OCC/EBO-2) and return it with the EBO Compliance Form (Form OCC/EBO-1). You must submit the supporting documentation requested in the Reasonable Measures Form. c. Request to be allowed to comply with the EBO on a contract-by-contract basis. If your company can only comply with the EBO for those locations or employees covered by the EBO, you may apply for compliance on a contract-by-contract basis. Contact the Department of Public Works, Office of Contract Compliance for additional information. Check the appropriate box on the EBO Compliance Form (Form OCC/EBO-1) and submit supporting documentation regarding the locations and employees affected bv the EBO.

2. Obtain supporting documentation. The City must verify that each benefit offered by your company is offered equally. Refer to the EBO supporting documentation information sheet for the type of documentation that will be required. You must submit supporting documentation for each benefit checked in Question 2 of the EBO Compliance Form fForm OCC/EBO-1). Unless otherwise specified in the RFB/RFP/RFQ, you do not need to submit supporting documentation with the bid or proposal. However, because supporting documentation will be required if you are selected for award of a contract, you must have the supporting documentation readily available for submission. A delay in the submission of documentation will result in a delay in the execution of your contract. If you have already been notified that you have been selected for the award of a contract, supporting documentation must be submitted immediately to avoid delays.

3. Submit the EBO Compliance Form (Form OCC/EBO-1) to the awarding department. If you are requesting additional time to comply or to be allowed to pay employees the cash equivalent, you must also submit the appropriate forms (see #1 above) and supporting documentation with the EBO Compliance Form. 4. The forms and documentation will be forwarded to the Office of Contract Compliance for review. If additional information or supporting documentation is needed, the Contractor Enforcement Section will contact you to obtain the information. Because your contract cannot be executed until you have been determined to be in compliance with the EBO, you must respond promptly to any request for additional information.

1-11f .Form OCC/EBO-10 {Rev. 06/06) CITY OF LO™NGELES - SLAVERY DISCLOSURE (ffilNANCE Unless otherwise exempt from the Slavery Disclosure Ordinance (SDO), a Company entering into a Contract with the City must complete an Affidavit disclosing any and all records of Participation or Investment in, or Profits derived from Slavery, including Slaveholder Insurance Policies, during the Slavery Era. The Company must complete and submit the Affidavit and anv attachments to the Awarding Authority. This is required only of the Company actually selected for award of a Contract. It must be done before the Contract or Contract amendment can be executed. Questions regarding the Affidavit may be directed to the Department of Public Works, Office of Contract Compliance located at 1149 S. Broadway Street Suite 300, Los Angeles, California 90015. Phone: (213) 847-1922; Fax: (213) 847.2777.

City Department Awarding Agreement t*— _ Department Contact Person

AFFIDAVIT DISCLOSING SLAVERY ERA PARTICIPATION, INVESTMENTS, OR PROFITS 1- T- ^^i. 1. I, io^ia <^> *"\Mor-49. am authorized to bind contractually the Company identified below. 2. Information about.the Company entering into a Contract with the City is as follows:

", *_. I fi>££\ fi Company Name C- F- A/r - Phorfe

Street Address 72£0 cXburf/i/e., JsSLLtyrtQgtJi, City State <^*} " Zip

3. Has the Company submitted the SDO Affidavit previously? ^NO YES Date of prior submission: '• If "NO," complete Section 4, 5, and 6. If "YES," list the date of prior submission and skip to Section 6 and execute the form. 4. The Company came into existence in *H5

Signature:

Awarding Authority means a subordinate or component entity or person of -Participation means having been a Slaveholder during the Slavery Era. the City, such as a City Department or Board of Commissioners, that has the ... _ -«*.•_ i,- «.. j • t t .' . , . .„' -J . . • „„„ ., .. „• - , . Predecessor Company means an entity whose ownership, title and interest, authontJU y to enter into a Contract or agreement for the prowsren of goods or . ... „ - ..,_r . ,. ... . ,...... , • . ' . . „ h~ r*-.h. ~«i ~ A™I~. mcudng all rights, benefits, duties and natalities were acquired in an services on behatf otf tthe Cty of Los Angeles. .,,_..?•. . .. .1. « 1 * uninterrupted cham of succession by the Company. Company means any person,firm ,corporation , partnership or combination of _ ,. . . . , . ,. . . ., ,. _ T, /K • • •" •* ** Profits means any economic advantag e or financiar l benefit derived from the se" use of Enslaved Persons. Contract means any agreement, franchise, lease or concession including an e. .- ,. „ . - r- , Jr._ ' agreement for any occasional professional or technical personal services the Slavefy means the practice of ownin9 Enslaved Persons' performance of any work or service, the provision of any materials or supplies Slavery Era means that period of time in the United States of America prior or rendering of any service to the City of Los Angeles or the public, which is to 1665. let, awarded or entered into with or on behalf of the City of Los Angeles or «,...._ ... , .- . . „ _ , . „•„„„ A „*• A «. ,!»,,„* ik-^M, Slaveholder means holders of Enslaved Persons, owners of busines k s any Awarding Authonty of the City. enterprises using Enslaved Persons, owners of vessels carrying Enslaved Designated Administrative Agency (DAA) means the Department of Public Persons or other means of transporting Enslaved Persons, merchants or Works, Bureau of Contract Administration, Office of Contract Compliance. financiers dealing in the purchase, sale or financing of the business of - ...... u, _..«...., Enslaved Persons. Enslaved Person means any person who was wholly subject to the will of another and whose person and services were wholfy under the control of Slaveholder Insurance Policies means policies issued to or for the benefit another and who was in a state of enforced compulsory service to another of Slaveholders to insure them against the death of, or injury to, Enslaved during the Slavery Era. Persons. Investment means to make use of an Enslaved Person for future benefits or Affidavit means the form developed by the DAA and may be updated from advantages. time to time. The Affidavit need not be notarized but must be signed under OCC/SDO-1 Affidavit (Rev.06/04) . penafty of perjury. 0CA1S4 DEPARTMENT'OF PUBLIC WORKS Biireau of Contract Administration ELECTRICAL SAFETY POLICY - IMPLEMENTATION PLAN

PROJECT: w.o.

INSPECTOR: DATE:

THE CONTRACTOR SHAU-:

PLAN AND IMPLEMENT THE ELECTRICAL SAFETY POLICY IN ACCORDANCE WFTH THE BOARD OF PUBLIC WORKS POLICY: . . '

APPRENTICES AND JOURNEYMEN:

An apprentices wBJ bo registered h a State of.California Approved Apprenticeship Program

The use of noume>rnen"wllcompfywahaO Slate of California labor taws.

THE WORKFORCE OF PROJECTS DESIGNATED AS REQUIRING "ENHANCED ELECTRICAL SAFETY CRITERIA" SHALL COMPLY WITH THE FOLLOWING:

70% Of AH *Journeymen WEremen" wffl be graduates of a State of California Approved Electrical Apprenticeship Program. .

20% of the jobsfte electrical workers wil be OSHA 10-hour General Industry Safety and Health Certified.

At least one jobsite electrical worker wil be OSHA SWiour General Industry Safely and Health Certified.

The required workforce ratios wtB be determined by verifying the workforce composition on a dapy basis. " "

FAILURE TO FULLY IMPLEMENT AND AND MONITOR THE ELECTRICAL SAFETY POLICY MAY RESULT IN AN ASSESSMENT OF PENALTIES ANDfOR POSSIBLE SANCTIONS AGAINST THE CONTRACTOR.

As the contractor's representative. I understand and agree to.compty with the above ElecMcaLSafety^Policy. Distribution: Contractor Job File Project Engineer Date

!-f3 BIDPROPOSAL

PART II PROPOSAL PARTH (Pages 2-1 thru 2-8)

THE CITY OF LOS ANGELES NON-DISCRIMINATION • EQUAL EMPLOYMENT PRACTICES • AFFIRMATIVE ACTION REQUIREMENTS FOR CONSTRUCTION CONTRACTORS

Los Angeles Administrative Code (LAAC), Division 10, Chapter 1, Article 1, Section 10.8, requires entities doing business with the City to comply with a Non-Discrimination/Affirmative Action Program.

Every contract which is let, awarded or entered into on behalf of the City of Los Angeles, shall contain by insertion therein a non-discrimination clause, contained herein, obligating the Contractor not to discriminate during the performance of this contract against any employee or applicant for employment because of the employee's or applicant's race, religion, national origin, ancestry, sex, sexual orientations, age or physical handicap. All sub- contracts awarded under this contract shall contain similar non-discrimination clause.

If your company has not submitted a signed certificate and an affirmative action plan to the Office of Contract Compliance for approval, the bidder must submit one of the following with the bid:

• Plan A f Los Angeles City Affirmative Action Plan (attached herewith); or

• Plan B - The signed certificate and the Bidder's own Affirmative Action Plan. The plan must contain at a minimum all of the elements of the City's plan.

If your company already has submitted and received an approval from the Office of Contract Compliance, please indicate the date of approval below.

Date of approval: .

Note: A signed certificate and plan are effective for twelve f 12> months from the date of approval by the Office of Contract Compliance.

2-1 BCA Fonn (7/6/00) CITY OF LOS ANGELES

NONDISCRIMINATION • EQUAL EMPLOYMENT PRACTICES • AFFIRMATIVE ACTIONCONSTRUCnON & NONCONSTRUCTION CONTRACTORS (VENDORS, SUPPLIERS, CONSULTANTS) Los Angeles Administrative Code (LAAC), Division 10, Chapter 1, Article 1, Section 10.8 requires entities doing business with the City to comply with a Nondiscrimination/Affirmative Action Program. (Refer questions regarding these requirements to the Bureau of Contract Administration, Office of Contract Compliance, Affirmative Action Section, at (213) 847-19220 In order to comply, it is necessary that the bidder/proposer/respondent complete, sign and return with the bid/proposal/response, the following:

A. For all contracts, the contractor agrees to adhere to the following Nondiscrimination Clause: 1. The contractor agrees and obligates the company not to discriminate during the performance of this contract against any employee or applicant for employment because of the employee's or applicant's race, religion, national origin, ancestry, sex, age, sexual orientation, disability, marital status, domestic partner status, or medical condition; and 2. All subcontracts awarded under this contract shall contain alike Nondiscrimination Clause. B. For construction contracts from $1,000 to under $5,000 and nonconstruction contracts from $1,000 to under $100,000, the contractor agrees to: 1. Adhere to the Nondiscrimination Clause above; 2. Designate a management level Equal Employment Opportunity Officer as provided for in Section "E" below; and 3. Adhere to Equal Employment Practices provisions as outlined in LAAC § 10.8.3 and on Page 2-4 of this document

C. For construction contracts of $5tOOO or more and non-construction contracts of $100,000 or more, the contractor agrees to: 1. Adhere to the Nondiscrimination Clause above; ' . • . 2. Designate a management level Equal Employment Opportunity Officer as provided for in Section "E" below; 3. Adhere to Equal Employment Practices provisions as outlined in LAAC § 10.8.3 and on Pages 2-5 and 2-6 of this document; 4. Complete the Ethnic Composition of Total Work Force Report provided on Page 2-3 of this document; and 5. Sign and submit an Affirmative Action Plan. The bidder must submit one of the two following plans: a. Plan A. Los Angeles City Affirmative Action Plan ("Los Angeles City Affirmative Action Requirements") on Page 2-7 .and.Page 2-8 which is ah-approved plan requiring only signature of acceptance along with the Ethnic Composition of Work Force (Page 2-3) and submittal to be effective' or, . b. Plan B. The Bidaer's own Affirmative Action Plan for approval, which must contain at a minimum all of the elements of the City's Plan. D. Subcontractors: 1. The contractor shall require the same documents indicated above to be submitted for subcontractors of any contract awarded by the City; and 2. The contractor shall be responsible for obtaining the Affirmative Action Plans from its subcontractors. Additional forms are Available from the Office of Contract Compliance or the awarding authority.

E. Equal Employment Opportunity Officer: Please be advised that /V\ /\r 1 e.K\e. y^fl/ 11 C\ is hereby NAME OF DESIGNEE TITLE designated as the Company's Equal Employment Opportunity Officer. The Officer has been given the authority to establish, disseminate and enforce the Equal Employment and Affirmative Action Policies of this firm to ensure nondiscrimination in all of its employment practices. The Officer may be contacted at: - -

WORK ADDRESS TELEPHONE NO. F. Signed Certification - The Contractor by its signature affixed hereto declares under penalty of perjury that 1. The contractor has read the Nondiscrimination Clause in "A" above and certifies that it will adhere to the practices in the performances of all contracts; 2. The contractor has read the Equal Employment Practices provisions on Page 2-4 and certifies that it will adhere to the practices in the performance of any construction contract $1,000 to under $5,000 and nonconstruction contract $1,000 to under $100,000; 3. The contractor has designated the Equal Employment Opportunity Officer as noted in Section "E" above; 4. The contractor has read the Affirmative Action Program provisions on Pages 2-5 and 2-6, certifies that it will adhere to the practices in the performance of any construction contract of $5,000 or more and nonconstruction contract of $100,000 or more and submits an Affirmative Action Plan. Indicate which plan is submitted: D City Plan; n Company Plan. 5. The information contained herein is true and correct. All Certificates and Plans are effective for 12 months from date of approval^ byJh^Offie^ of Contract Compliance. £.-r. 4r. COMPANY NAME

ADDRESS NAME AND TITLE (TYPE OR PRINT)

2-2 D PRIME DSUB BCAForro(7/fiQO) TOTAL COMP< )smc)N OF WORK FORCE OCC# Contractor . I'roject 1'itle Leagth of Contract Contractor Address We rkForce US of (Date) • (ifvou have no emolavt.*f, write "no employ« at this time. ") (Note: J - Journeyman, A - Apprentice, T - Trainee, F - Female, M - Male) FOR CONSTRUCTION PROJECTS (LA. County Only) AFRICAN AMERICAN ASIAN / PACIFIC AMERICAN INDIAN/ CAUCASIAN TOTAL % (BLACK) HISPANIC ISLANDER ALASKAN NATIVE (NON-HISPANIC) EMPLOYEES MINORITY GENDER CRAFT J A T J A T J A T J A T J A T J A T J A T M F Brldt Layer* Carpenters Electricians t \ I**? ) 1 % W ^O Gunlte Workers ^ Iron Worker Laborers |T» 0 \? 1^ |£" Operator Engineers H M M H Painters * Pipe Trade* \ Floaters / Cement Masons Sheet Metal Workers Teamsters J Clerical "i 'S ?^ it K 1 Supervisory ^& 5 i I I, 10 TOTAL \ ' \ fc£ H >0 10 i tf & ?> FOR NON-CONSTRUCTION PROJECTS AFRICAN AMERICAN HISPANIC I! ASIAN OR PACIFIC | AMERICAN INDIAN/ CAUCASIAN TOTAL % (BLACK) | ISLANDER 1 ALASKAN NATIVE (NON-HISPANIC) EMPLOYEES MINORITY GENDER | OCCUPATION Regular Trainee Regular Trainee Regular Trainee Regular Trainee Regular Trainee R T R T M F | Official ^Managers

Professlonab Technicians Sales Workers ^ Office / Clerical Semi-SkiUed Laborers (Unskilled) Service Workers I TOTAL

Employment statistics were • obtained from: 0 Available Records 0 Visual Check D Other (Specify).

2-3 EQUAL EMPLOYMENT PRACTICES PROVISIONS Construction Contracts in excess of $1,000 or more but less than $5^)00 and Nonconstniction Contracts of 51,000 or more but less than $100,000

See. 10.83. Equal Employment Practices Provisions.

Every non-construction contact with or on behalf of the City of Los Angdes for which the consideration is $1,000 or more, and every construction contract for which the consideration is $1,000 or more, shall contain the following provisions, which shall be designated as the EQUAL EMPLOYMENT PRACTICES provision of such contract

A. During the performance of this contract, the contractor agrees and represents that it will provide equal employment practices and the contractor and each subcontractor hereunder will ensure that in his or her employment practices persons are employed and employees are treated equally and without regard to or because of race, religion, ancestry, national origin, sex, sexual orientation, age, disability, marital status, domestic partner status, or medical condition.

1. This provision applies to work or service perfbrmedor materials manufectured or assembled in the United States. 2. Nothing in this section shaU require or prohibit teestabhshment of new dassificanom of en^loyees many given craft, work or service category. 3. The contractor agrees to post a copy of Paragraph A hereof in conspicuous places at its place of business available to employees and applicants for employment

B. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of die contractor, state that all qualified-applicants will receive consideration for employment without regard to their race, religion, ancestry, national origin, sex, sexual orientation, age, disability, marital status, domestic partner status, or medical condition.

C. As part of the City's supplier registration process, and/or at the request of the awarding authority, or die Board of Public Works, Office of Contract Compliance, the contractor shall certify in the specified format lhat he or she has not discriminated in die performance of City contracts against any employee or applicant for employment on the basts or because of race, religion, national origin, ancestry, sex, sexual orientation, age, disability, marital status, domestic partner status, or medical condition.

D. The contractor shall permit access to and may be required to provide certified copies of all of his or her records pertaining to employment and to employment practices by die awarding authority or die Office of Contract Compliance for die purpose of investigation to ascertain compliance widi the Equal Employment Practices provisions of City contracts. OnrheiroreitheroftheirrequesttbecoritraciorshaDpiw

E. The failure of any contractor to. comply widi die Equal Employment Practices provisions of this contract may be deemed- to be a material breach of City contracts. Such taflure shall ody be estabfched upon a finding to uhat effect of Public Works, Office of Contract Compliance. No such rinding shall be made or penalties assessed except upon a full and fair hearing after notice' and an opportunity to be heard has been given to die contractor.

F. Upon a rinding duly made that the contractor has failed to comply with the Equal Employment Practices provisions of a City contract, die contract may be forthwith canceled, terminated or suspended, in whole or in part, by die awarding authority, and all monies due or to become due hereunder may be forwarded to and retained by the City of Los Angeles. In addition thereto, such failure to comply may be (he basis for a determination by the awarding authority or die Board of Public Works that the said contractor is an irresponsible bidderO Tpropose r pursu^ to flK provision of Section 371 of die Charter o In the event of such a determination, such contractor shall be disqualified from being awarded a contract with City ofLos Angeles for a period of two years, or until the contractor shall establish and carry out a program mconfbrmance widi die provisions hereof.

G. Notwithstanding any other provision of this contract, the City of Los Angeles shall have any and all other remedies at law or in equity for any breach hereof

H. The Board of Public Works shaQ promulgate rules and regulations through the Office of Contract Compliance, and provide necessary forms and required language to the awarding authorities to be included in City Request for Bids or Request for Proposal packages or in supplier registration requirements for the implementation of die Equal Employment Practices provisions of this contract, and such rules and regulations and forms shall, so far as practicable, be similar to those adopted in applicable Federal Executive orders. No other rules, regulations or forms may be used by an awarding authority of the City to accomplish the contract Compliance program. '-._._

L Nothing contained m this contract shaD be constnied in an^

J. At die time a supplier registers to do business widi the City, or when an individual bid or proposal is submitted, the contractor shall agree to adhere to the Equal Employment Practices specified herein during the performance or conducted of City Contracts.

K. Equal Employment Practices shall, without limitation as to the subject or nature of employment activity, be concerned with such employment practices as: 1. Hiring practices; 2. Apprenticeships where such approved programs are functioning, and other on-the-job training for non-apprenticeable occupations; 3. Training and r^ornotranal opportunities; and 4. Reasonable accommodations for persons with disabilities. L. All contractors subject to the provisions of this secticnsh^ the City and shall impose die same obligations, including but not limited to Sing and reporting obligations, on die subcontractors as are applicable to the contractor. Failure of the contractor to comply widi this requirement or to obtain the compliance of its subcontractors with all such obligations shall subject the contractor to die imposition of any and all sanctions allowed by law, induding but not limited to termination of the contractor's contract with the City.

2-4 BCA Form (7/6/00) AFFffiMATIVE ACnON PROGRAM PROVISIONS Construction Contracts of $5,000 or More and Nonconstruction Contracts of $100,000 or More

See. 10.8.4 Affirmative Action Program Provisions.

Every non-construction contract with or on behalf of the City of Los Angeles for which the consideration is $100,000 or more and every construction contract with or on behalf of die City of Los Angeles for which the consideration is $5,000 or more shall contain the following provisions which shall be designated as the AFFIRMATIVE ACTION PROGRAM provisions of such contract

A During die performance of a City contract, the contractor certifies and represents that the contractor and each subcontractor hereunder wiD adhere to an affirmative action program to ensure that in its employment practices, persons are employed and employees are treated 'equally and without regard to or because of race, religion, ancestry, national origin, sex, sexual orientation, age, disability, nian^ status, domestic partaer status, crrneo^cd

1. This provision applies to worker services performed or nwterialsmarun^cmred or assembled in die United States. — 2. Nothing in dissection shall require or prohibit the establishnientofnewdassificanonsofemplcyeesinanygiven craft work or service category. - 3. The ccniractashaD post a ropy of Paragraph A herro^

B. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants wQl receive consideration for employment without regard to their race, religion, ancestry, national origin, sex, sexual orientation, age, disability, marital status, domestic partner status, or medical condition. ' ..

C.' As part ofthe City's supph^ registration process, and/cr at ttw request of the awardn^ mdecttjmc or hard copy form to be supplied, to employment on the basis or because of race, religion, ancestry, national origin, sex, sexual orientation, age, disability, marital status, domestic partner status, or medical condition.

D. The contractor shall permit access to and may be required to provide certified copies of aO of its records pertaining to employment and to its employment practices by die awarding aiflfwrity or the Cffice of (Contract Cb for die purpose of investigation to ascertain compliance with die Affirmative Action Program provisions of City contracts, and on Uieir or eidier of dietr rco^iest to provide evidence thai it has or wffl comply dierewith.

E. The Mure of any contractor to comply with the Affirmative Action program prc^cre of City contracts rr^ be deem Such failure shall only be established upon a finding to diat effect by die awarding authority, on the basis of its own investigation or that of die Board of Public Works, Office of Contract Compliance. No such finding shall be made except upon a full and fair hearing after notice and an opportunity to be heard has been given to the contractor.

F. Upon a finding duly made dial the contractor has breached the Affirmative Action Program provisions of a City contract t"6 contract roay be forthwitfi canceled, terminated or suspended, in whole or in part, by die awarding aiidKmry, arid aUnwnies due or to become dtehereimdff may te City of Los Angdes. In addition thereto, such breach may be die basis for a determination by the awarding authority or the Board of Public Works that die said contractor is an irresponsible bidder or proposer pursuant to the provisions of Section 371 of die Los Angeles City Charter. In die event of such determination, such contractor shaU be disqualified fhim being awarded a con^ program in confbrmance with the provisions hereof

G. In die event of a finding by the Fair Employment and Housing Commission ofthe State of California, or die Board of Public Works of dw City of Los Angeles, or any court of oomrjetent jurisdiction, d^tteomtrador has b^ Action Program provisions of a City contract, tiiere may be deducted from the amount payable to die contractor by the City of Los angeles under die contract, a penalty of TEN DOLLARS (JIO.OO) for each person for each calendar day on wbich such persm was discriminated agairtf contract

H. Notwidistanding any other provisions of a City contract, die City ofLos Angeles shaH have any and all otiier remedies at lawO Ti n eqdtyfcr any breath

I. The public Works board of Commissioners shall promulgate rules and regulations dnough die Office of Contract Compliance and provide, to die awarding authorities electronic and hard copy forms for die implementation of die Affirmative Action Program provisions of City contracts, and rules and regulations and forms shall, so far as practicable, be similar to those adopted in applicable Federal Executive Orders. No other rules, regulations or forms maybe used by an awarding authority of die City to accomplish diis contract compliance program.

J. Nothing contained in City contracts shall be construed marymanrier so as to require or permit any act which is prohibited by la^

2-5 8CAFomi<7/H»)

K. The cwitractcir sfaafl suhnilm AfBnnativeAcdcn Plan which shdln^ • registers to do business with tbe City. The plan shall be subject to approval by the Office of Contract Cooqrfiance prior to award of the contract The awarding authority may also require contractors and suppliers to take part in a prwiegistration, pro4Md, pre-propos^ implement a qualifying Affirmative Action Rao, Affirmative Action Programs developed pursuant to this section shall be effective for a period of twelve months from the date of approval by the Office of Contract Compliance. In case of prior submission of a plan, the contractor may submit documentation that it has an AfErmative.Action Plan approved by me Office of Clonbact ConTpli^cewithm the preview twerre months. If die approval is 30 days or less from expiration, the contractor must submit a new Plan to die Office of Contract Compliance and that Plan must be approved before die ccitf^

(1) Every contract of $5,000 or more which may provide construction, demolition, renovation, conservation or major maintenance of any kind shall in addition rompIywithdiereqmnmentsofSectiml0.13oftheIxsA

(2) A contractor may establish and adopt as its own Affirmative Action Plan, by affixing his or her signature thereto, an Affirmative Action Plan prepared and furnished by the Office of Contract Compliance, or it may prepare and submit its own Plan for approval.

L. The Office of Contract Compliance shall annually supply die awarding authorities of die City with a fist of contractors and suppliers who have developed Affirmative Action Programs. For each contractor and supplierthe Office of Contract CtompUanceshafl state die date tbe appro^ expires. The Office of Contract Compliance shall not withdraw its approval for any Affirmative Action Plan or change the Affirmative Action Plan after the date of contract award for the entire contract tamwithout the mutual agreement ofthe awarding authority and tbe contractor. • —

•M - "The Affirmative Action Plan required to be submitted hereunder and me prenegistralica^ the Board of Public Works, Office of Contract Compliance or the awarding authority shall, without limitation as to the subject or nature of employment activity, be concerned with such employment practices as:

1. Apprenticeship where approved programs are functioning, and other on-the-job training for non-apprenticeable occupations; 2. Classroom preparation for the job when notapprenticeable; - . „ ' ' : • ' - . 3. Pre-apprenticeship education and preparation. -""'•• 4. Upgrading training and opportunities; 5. Encouraging the use of contractors, subcontractors and suppliers of aH racial and ethnic groups, provided, however, dial any contract subject to this ordinance shall require the contractor, subcontractor or supplier to provide not less than die prevailing wage, working conditions and practices generally observed in private industries in die contractor's, subcontractor's or supplier's geographical area for such work; 6. The entry of qualified women, minority and afl other journeymen into the industry; and 7. The provision of needed supplies or job conditions to permit persons with disabilities to be employed, and minimize the impact of any disability.

N. Any adjustments which may be made in the contractor's or siipplis's work ton* to achieve tiierequiiemente of tte Program in purchasing and construction shall be accomplished by eitiier an increase in the size of the work force or replacement of those employees who leave the work force by reason of resignation, retirement or death and not by tennination,Iayon^6^moubncT .change in grade.

0. Affimiative Action Agreements resulting frccn the proposed AfE^ becorifictentialarulmaybepubticizedbythecmtra^ Approved Affirmative Action Agreements become die property of the City and may be used at the discretion of the City bits Contract QinqjUaioeAmrmdrve Action Program. •

P. This ordinance shall not confer upon die City ofLos Angeles or any Agency, Boanl or Conmiissiondiereof any pcmw not omerwise provided by law too die legality of any existing collective bargaining agreement and shall have application only to discriminatory employment practices by contractors or suppliers engaged in die performance of City contracts. ....

Q. All contractors subject to die provisions of mis section shaU induct a like proviskmmaDsubcontra^ City and shall impose the same obligations, including but not limited to filing and reporting obligations, on tbe subcontractois as are applicable to the contractor. Failure of the ccnfracto to compiy with this i^^ imposition of any and all sanctions allowed by law, including but not limited to termination of the contractor's contract with the City.

2-6 BCA Form (7/6/00)

LOS ANGELES CITY AFFIRMATIVE ACITON PLAN LOS ANGELES CTTY AFFIRMATIVE ACTION MANDATORY PROVISIONS

Notwithstanding any other provision of this Division to the contrary, every construction contract involving an expenditure of $5,000 or more of Chy funds, except in cases of urgent necessity, as provided in Section 3719f the Charter of the city of Los Angeles and except as provided in Section 10.9 of this Code, shall contain as part of the contract an Affirmative Action Plan substantially as set forth in this section and vouch by the contractor's signature affixed (hereto, shall constitute and be established as the contractor's Affirmative Action Plan. The Plan, which may be a plan proposed by the contractor or die City's proposed Plan prepared by the Office of Contract Compliance, shall be subject to the approval of tile Office ofContract Compliance prior to award of the contract The Plan may consist of a Plan approved by the Office of Contract Compliance within the previous twelve months. If the previously approved Plan is 30 days or less from expiration, the contractor must submit a new Plan to the Office ofContract Compliance which shall be subject to approval before the contract may be awarded.

Sec. 10.13.,Mandatory Provisions Pertaining to Noncfiscrimination in Employment and Affirmative Action in Hiring Employees in the Performance of Work on Certain City Construction Contracts. 1. Construction Contracts Included. The contractor shall not be eligible for an award of a City Construction Contract in excess of $5,000, unless the contractor has submitted as part of the bid a written Affirmative Action Plan embodying both (1) anticipated levels of minority*, women and all other staffing utilization, and (2) specific affirmative action steps directed at applying good faith efforts in a nondiscriminatory manner to recruit and employ minority, women and all other potential staff or is deemed to have submitted such a program pursuant to Subsection 3 of this section. Both the anticipated levels and the affirmative action steps must be taken and applied in goocffaith and in a nondiscriminatory manner to attempt to meet the requirements of this section for all trades which are to be utilized on the project, whether subcontracted or not '"Minority" is defined as the term "minority person" is defined in subsection (f) of section 2000 of the California Public Contract Code. 2. Anticipated Utilization. The plan must set forth anticipated minority^ women, and all other staffing utilization by the contractor and all subcontractors on each project constructed by the City using those trades within the area of jurisdiction of the Los Angeles Building and Construction Trades Council within the City of Los Angeles in each work class and at all levels in terms of staff hours. The anticipated levels of minority, women and other staffing utilization shall be the levels at which each of those groups are represented in the relevant workforce in the Area as determined by the U. S. Bureau of the Census and made available by the Office ofContract Compliance. Attainment of the anticipated levels of utilization may only be used as an indicia of whether the contractor has complied with the requirements of this section and has applied its Affirmative Action Plan in good faith and in a nondiscriminatory manner. Failure to attain the anticipated levels of utilization shall not, by itself, disqualify the contractor for award of a contract or subject the contractor to any sanctions or penalties. In no event may a contractor utilize the requirements of this section in such a manner as to cause or result in discrimination against any person on account of race, color, religion, ancestry, age, disability, medical condition, marital status, domestic partner status, sex, sexual orientation, or national origin. 3. An Affirmative Action Plan. The contractor certifies and agrees to immediately implement good faith efforts measures to recruit and employ minority, women, and other potential staff in a nondiscriminatory manner including, but not limited to, the following actions. The contractor snail: a. Recruit and make efforts to obtain such employees through: (1) Advertising employment opportunities in minority and other community news media Notifying minority, women and other community organizations of employment opportunities. (2) Maintaining contact with schools with diverse populations of students to notify them of employment opportunities. (3) Encouraging present minority, women and other employees to refer their and relatives. (4) Promoting after school and vacation empbyment opportunities for minority, women and other youtix (5) Validating all job specifications, selection requirements, tests, etc. (6) Maintaining a file of names and addresses of each worker referred to the contractor and what action was taken concerning such worker. (7) Notifying die appropriate awarding authority of the City and the Office ofContract Compliance in writing when a union with whom the contractor has a collective bargaining agreement has failed to refer a minority, woman or other worker. b. Continually evaluate personnel practices to assure that hiring, upgrading, promotions, transfers, demotions and layoffs are made in nondiscriminatory manner so as to achieve and maintain a diverse work force. c. Utilize training programs and assist minority, women and other employees in locating, qualifying for and engaging in such training programs to enhance their skills and advancement d. Secure cooperation or compliance from the labor referral agency to the contractor's contractual affirmative action obligations. e. Establish a person at Ihe management level of the contracting entity to be the Equal Employment Opportunity Office; such individual to have the authority to disseminate and enforce the company's Equal Employment and Affirmative Action Policies.

2-7 f. Maintain such records as are necessaiy to determine compliance with equal employment and affirmative action obligations, and making such records available to Chy, State and Federal authorities upon request 4. Hie contractor shall make a good faith effort with respect to apprenticeship and training program to: a. Recruit and refer minority, women and other employees to such programs; b. Establish training programs within the company and/or its association that will prepare minority, women and other employees for advancement opportunities. c. Abide by the requirements of the Labor Code of the State of California with respect to the provision of apprenticeship job opportunities. 5. The contractor shall establish written company policies^ rules, and procedures which shall be encompassed in a company-wide Affirmative- Action Plan for all its operations and contracts. Said policies shall be provided to all employees, subcontractors, vendors, unions and all others with whom the contractor may become involved in fulfilling any of its contracts. The company's Affirmative Action Plan shall encompass the requirements contained herein as a minimum and shall be submitted with hs bid to the appropriate awarding authority of the Chy and to the Office of Contract Compliance of the City. 6. Where problems are experienced by the contractor in complying with its obligadons pursuant to this section, the contractor shall document its good faith effort to comply with the requirements by the following procedure. The contractor shall state: a. What steps were taken, how and oh what date. ... - . b. To whom those efforts were directed. c. The responses received, from whom and when. d. What other steps were taken-or will be taken to comply and when, e." Why me contractor has been or will be unable to comply. 7. The contractor shall complete and file, and require each of its known subcontractors to complete and file with the contractor's bid for the subject project an acceptable Affirmative Action Plan. 8. . The contractor shallsubmit and require each of its subomtractore to subnut rn Ethmc CbmrwsWon of employees) prior to the date of award of the contract 9. No contract shall be executed until the appropriate awarding authority of the City of Los Angeles, and the Federal funding agency (if Federal funds are involved), has determined in writing that such contractor'has executed and filed with the awarding authority and the City Office of Contract Compliance the required Affirmative Action Plan. 10. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for referral, exclusive or otherwise, failed to refer minority, women or other employees. 11. Subject to this subsection the contractor shall execute such further forms and documentation at such times and as may be required by the appropriate awarding authority of the City of Los Angeles. 12. Where the contractor has failed to comply with the requirements contained in this section, any and all sanctions allowed by law may be imposed upon the contractor. 13. The Office of Contract Compliance within the Department of Public Works shall be responsible for administering the City's Contract Compliance Program in the manner described in Sections 22359 through 22359.5 of this Code. 14. All contractors subject to the provisions of this section shall include a like provision in all subcontracts awarded for work to be performed under the contract with the City and shall impose the same obligations, including but not limited to filing and reporting obligations, on the subcontractors as are applicable to the contractor. Failure of the contractor to comply with this requirement or to obtain the compliance of its subcontractors with all such obligations shall subject the contractor to the imposition of any and all sanctions allowed by law, including but not limited to termination of the contractor's contract with the City.

By its execution hereof, the contractor accepts and submits the foregoing as its Affirmative Actio:

_ DATE ' OFFKER'SSIGNATURES'

C.T. T F. iT^sC _ _ Tbc\C\ S'i'vwvxv-i \J l

2-8 Contract Ho.