invitation for bid ifb number pagel of attachment … · attachment 5 bid/bidder certification...

9
ATTACHMENT 5 BID/ BIDDER CERTIFICATION SHEET Invitation For Bid IFB Number 03A2690 Pagel of 2 Only an indiv i dua l who is authorized to bind the bidding firm contractually shall si gn the Bid/ Bidder Certification Sheet. The signature must indicate the title or position that the individual holds in the firm. This Bid/ Bidder Cert i fica ti on Sh eet must be signed and returned along with a ll "required attachments" as an entire package with original signatures. The bid must be transmitted in a sealed envelope in accordance with IFB instructions. A. Ou r all -in clu sive b id is subm itt ed in a sea l ed envelope marked "B id Submittal - Do Not Open". B. All required attachments are inc lud ed with this certification sheet. C. I have read and understand the DVBE participation requirements and have included documentation demonstrating that I have met the participation goals. D. The signature affixed hereon and dated certifies compliance with all the requirements of this bid document. The signature below authorizes the verification of this certification. E. The signature and date affixed hereon certifies that this bid is a firm offer for a 90-day period. An Unsigned Bid/Bidder Certification Sheet May Be Ca use for Bid Rejection 2a. Fax Number (/ (/ 2b. Email Address . tl e -1- 3. Address d l oDg 0 A l /\a vt Q {A In dicate your organization type: 4. Sole Proprietorship 5. D Partnership 6. D Corporation Indicate the applicable employee and/or corporation number: 7. Federal Employee ID No. (FEIN) g,, 03 3 D g 3 Indicate the Department of Industrial Relations information: 9. Contractor Registration Number Indicate applicable license and/ or certification information: 10. Contractor's State Licensing Board Number 12. Name (P ri nt) v '(___ U .e.d I() 8. California Corporation No. 11. PUC License Number CAL-T- 13. Title er 15. Date 1 6. Are you certified with the Department of Genera Office of Small Business and Disabled Veteran Business Enterprise Services (OSDS) as: \ /1 a. Small Business Enterprise Yes 'tfr" No D b. Di sabled Veteran Business Enterprise Yes D N If yes, enter certification () If yes, enter your servi-ce-co_d_e_b_e-lo_'_v_: ------ NOTE: A copy of your Certification is required to be included ifeither of the above items is checked "Yes". Date application was submitted to OSDS, if an application is pending: 17. Are you ]?. No -Small Business committing to the use of 25% Certified Small Bus in ess Subcontractor Participation? Yes D No If Yes, comple,e and return the Bi dder Declaration fo rm, GSPD-05 -1 05 with your bid.

Upload: doankhanh

Post on 28-Aug-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

ATTACHMENT 5 BID/BIDDER CERTIFICATION SHEET

Invitation For Bid IFB Number 03A2690

Pagel of 2

Only an individual who is authorized to bind the bidding firm contractually shall s ign the Bid/Bidder Certification Sheet. The signature must indicate the title or position that the individual holds in the firm. This Bid/Bidder Certification Sheet must be signed and returned along with a ll "required attachments" as an entire package w ith original signatures. The bid must be transmitted in a sealed envelope in accordance with IFB instructions.

A. Our all -inclusive bid is subm itted in a sealed envelope marked "Bid Submittal - Do Not Open" . B. All required attachments are included with this certification sheet. C. I have read and understand the DVBE participation requirements and have included documentation

demonstrating that I have met the participation goals. D. The signature affixed hereon and dated certifies compliance with all the requirements of this bid document. The

signature below authorizes the verification of this certification. E. The signature and date affixed hereon certifies that this bid is a firm offer for a 90-day period.

An Unsigned Bid/Bidder Certification Sheet May Be Cause for Bid Rejection

2a. Fax Number

(/(/ .6~ 2b. Email Address . tl e -1-3. Address d l oDg 0 A l/\a vt Q { A

Indicate your organization type: 4. Sole Proprietorship 5. D Partnership 6. D Corporation

Indicate the applicable employee and/or corporation number: 7. Federal Employee ID No. (FEIN) g,, 03 3 D g 3 Indicate the Department of Industrial Relations information: 9. Contractor Registration Number

Indicate applicable license and/or certification information: 10. Contractor's State Licensing

Board Number

12. ~r' Name (Print)

v '(___ U.e.d I()

8. California Corporation No.

11. PUC License Number CAL-T-

13. Title

er 15. Date

16. Are you certified with the Department of Genera Office of Small Business and Disabled Veteran Business Enterprise Services (OSDS) as: \ /1 ~ a. Small Business Enterprise Yes'tfr"No D b. Disabled Veteran Business Enterprise Yes D N

If yes, enter certification nu~e-2'] () If yes, enter your servi-ce-co_d_e_b_e-lo_'_v_: ------

NOTE: A copy of your Certification is required to be included ifeither of the above items is checked "Yes".

Date application was submitted to OSDS, if an application is pending:

17. Are you ]?.No -Small Bus iness committing to the use of 25% Certified Small Business Subcontractor Participation? Yes D No

If Yes, comple ,e and return the Bidder Declaration fo rm, GSPD-05-1 05 with your bid.

STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION

BID PROPOSAL ADM-1412 (REV. 1112015)

REVISED ATTACHMENT I (11 /13/2017

CONTRACTOR'S NAME (Please Print): r /v'l J · V VI rl jc__ ~ I /)A

ITEM ESTIMATED UNIT OF ITEM NO. QUANTITY MEASURE

1. 1000 Per Linear Foot Reconstruct metal beam guardrail (MBGR}, single sided, wood post

2. 1000 Per Linear Foot Reconstruct metal beam guardrail (MBGR}, double sided, wood post

3. 1000 Per Linear Foot Reconstruct metal beam guardrail (MBGR}, single sided, steel post

4. 1000 Per Linear Foot Reconstruct metal beam guardrail (MBGR), double sided, steel post

5. 1000 Per Linear Foot Reconstruct Midwest guardrail (MGS}, single sided, wood post

6. 1000 Per Linear Foot Reconstruct Midwest guardrail (MGS), double sided, wood post

7. 1000 Per Linear Foot Reconstruct Midwest guardrail (MGS), single sided, steel post

8. 1000 Per Linear Foot Reconstruct Midwest guardrail (MGS}, double sided, steel post

9. 1000 Per Linear Foot Reconstruct metal beam guardrail (MBGR}, double sided, wood post with channel Reconstruct metal beam guardrail (MBGR), double sided, steel post with 10. 1000 Per Linear Foot channel

11 . 1000 Per Linear Foot Reconstruct thrie beam barrier, single sided, wood post

12 . 1000 Per Linear Foot Reconstruct thrie beam barrier, single sided, steel post

13. 1000 Per Linear Foot Reconstruct thrie beam barrier, double sided, wood post

14. 1000 Per Linear Foot Reconstruct thrie beam barrier, double sided, steel post

15. 1000 Each Replace Block (wood)

16. 1000 Each Replace Block (composite)

17. 1000 Each Replace Post and Block (wood)

18. 1000 Each Replace Post (Steel) and Block (composite)

19. 10 Per Each System Full Installation of Terminal System, SoftStop

20. 10 Per Each System Full Installation of Terminal System, SRT 350 (27" Wood Post)

21. 10 Per Each System Full Installation ofTerminal System, SRT 350 (27" Steel Post)

22. 10 Per Each System Full Installation of Terminal System, SRT 350 (31 " Steel Post)

23. 10 Per Each System Full Installation ofTerminal System, CAT 350

IFB NUMBER 03A2690 Page I of 4

CONTRACT NO.

03R?, (:;Ci ?J UNIT PRICE

TOTAL

(Price Per Unit (Estimated Quantity X Unit

of Measure) Price)

$ l/D , Db $ UD b/JI>. DD $ C) f) ' f>f '> $ I) h, fi/)tJ ,00 $'-lb , bo $ L/ /'/ /J /)/). /) 0

$ l)5. fX) $ 55: 00(), fJ1)

$ 5"o,nn $,)0 OM. oo $ 50. Df) $ tS b f) DO. ()[) $ C)o, no $~{); 0()0.6() $ ??O. fin $gt), Ofl.l'J . OD

$ C/0 . {)O $ CJ/) I /)If), /JD

$ 50, DD ,

$ 5(), IVYJ ~D $ /t), {)() $ I~ IJ/JtJ.tn $ io. /')() $ )(()/ /YJ(). 0 0 $ / 7,.~IJD $ /ZS ~IJ/J. Ol> $ 11tJ,(;{) $ /30 /JIJIJ. ~ $ l/D, {)() $ L/ IJ1 b/JIJ, lif"I $ 2/).1){) $ 7n

1

f.A1J.6l'J

$ 3D,DD $ ~A b/J/J. Dn $ :'.3() . 6() $ -"?!J,' /)/)() , A()

$ l, '()()6. 6b $ <..) IJ, If)/) I 60 $ lJ 000. //) $ {/fi fJ/J()N> $ 1·/ 5'/J(), oo $ Y~ ODO. Ol> $ r;'f)/)('), 0 0 $ i:) 0, (JM. dD $sooo.~D $ 50: bDIJ /Jn

24.

25.

26.

27.

28.

29.

30.

31 .

32.

33.

34.

35.

36.

37.

38.

39.

40.

41 .

42.

43.

44.

45.

46.

47.

48.

49.

50.

51 .

STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION

BID PROPOSAL ADM-141 2 (REY. 11 /2015)

-- - ··- - - - - - -- - - - - - ·- - - - -- -

10 Per Each System Full Installation of Terminal System, SKT, 350 (Wood Post)

10 Per Each System Full Installation of Terminal System, SKT 350 (Steel Post)

10 Per Each System Full Installation ofTerminal System FLEAT 350 0fVood Post)

10 Per Each System Full Installation of Terminal System, X-Lite Guardrail Terminal (Steel Post)

Full Installation of Terminal System, X-Tension Guardrail Terminal (Steel 2 Per Each System Post)

2 Per Each System Full Installation of Terminal System, X-MAS (Steel Post)

10 Each MSGR Transition Railing Type WB

10 Each Single Thrie Beam Transition Railing STB

10 Each Double Thrie Beam Transition Railing OTB

10 Per Each System Full Insta llation of Terminal System, Buried Post End Anchor

10 Per Each System Install Crash Cushion System Universal TAU-II Model 30T1070FBC

1 Per Each System Install Crash Cushion System Universal TAU-II Model 72T1 00WBC

1 Per Each System Install Crash Cushion System Trinity TRACC

1 Per Each System Install Crash Cushion System Trinity SHORTRACC

1 Per Each System Install Crash Cushion System Trinity FASTRACC

1 per module Replace ADIEM module

1 per each system Full installation of ADIEM system .., 1 Per Each System Full Installation of Compressor Attenuator Unit

1 Per Each System Full Installation of REACT 350 - (60")

1 Per Each System Full Installation of REACT 350 - (96")

1 Per Each System Full Installation of REACT 350 - (120")

1 Per Each System Full Installation of REACT - 350 4 CYL

1 Per Each System Full Installation of REACT - 350 6 CYL

1 Per Each System Full Installation of REACT - 350 9 CYL

1 Per Each System Full Installation SCl-70GM 24 inch

1 Per Each System Full Installation SCl-70GM 30 inch

1 Per Each System Full Installation SCl-70GM 36 inch

1 Per Each System Full Installation SCl-70GM 60 inch

,

IFB NUMBER 03A2690 Page 2 of 4

$ 3000. ob $go, ~()t> . D 'O

$ l./5M, /Jb $ t./5' 1)0(), ~?; $ (/5'!)/), /)/) $(/5, lJt)tJ, 0 0

$ ~DD.CO $-zhi ()bO.f/D I

$ Li 3 /)/).lib $ '81 fo{)(). ~ $ 7700,@ $ 15: u1Y'I ro

$ ~ /) /)/') /'If-.. $ ~' ~ oD, tJD

$ ?nnh co $-31/ (){>(), oo $ ?tJl)D·DD $ ,c;h. /)/)/). 'ltJ $ <i?C!:)n ,M $ )? .,, /JI) ,CJD $ 3!J f)ft() , D-0 $ :?/..l'l .IY>tL ~o

I I

$ Yo. M'- N'I $ \.f {), I> M . t>D $ 7 ~ llhl>. /Jl> $ 7JJ /)/)(), 00

I I

$ 1(). /J /)/) ,{;{) $ ~.{)1501 ()0

$ #I/)[)/) I ()0 $ ~h. ot>~.bO $ Jf. tJ DIJ,~ D $ I ;f; /Jl)IJ I ()0 $ J.5;co~ .t>o $ ;i; !) l'J(). ~() $ ·::?-1. ltJO· 6t> $ ;?t) /)/)('),lb

1.nNL//> $5: $ !57.117>/\, (J()

$ /£.11M, 1>7J $ !1157 IYJl'J, 5D $ /ti. JJAI), {)o $ 7'/. /J~tJ. l>lJ $ 12. ~NJ,60 $ 3i,tJDl> , lb

$ ~J 0601 [J(J $ 6$,bfJD , 6D $ <./ Z ,/J~O, b{) $ l)2, DOD , D'l>

$ 'ZZ J)M, 1>D $ Z2. lJO/),(J() $ /_t;t, 01) {). Of> $ 7-8'1 {)()()' 67> $ I/) b~IJ.lrD $ JD, IJDO."l> $ W, Mli .IJO $ ZD. DDlJ. DO

52.

53.

54.

55.

56.

57.

58.

59.

60.

61 .

62.

63.

64.

65.

66.

67.

68.

69.

70.

71.

72.

73.

74.

75.

76.

77.

78.

79.

80.

STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION

BID PROPOSAL ADM-141 2 (REV 11 /2015)

REVISED ATTACHMENT I (11/13/2017) 1 Per Each System Full Installation SCJ-70GM 69 inch

1 Per Each System Full Installation SCl-70GM 96 inch

1 Per Each System Full Installation SCJ-100GM 24 inch

1 Per Each System Full Installation SCJ-100GM 30 inch

1 Per Each System Full Insta llation SCl-100GM 36 inch

1 Per Each System Full Installation SCJ-100GM 60 inch

1 Per Each System Full Installation SCl-100GM 69 inch

1 Per Each System Full Installation SCl-100GM 96 inch

1 Per Each System Full Installation QUADGUARD System 3bay

1 Per Each System Full Installation QUADGUARD System 6bay

1 Per Each System Full Installation QUADGUARD Elite System Wide 11-Bay

1 Per Each System Full Installation QUADGUARD Elite 8-bay System

1 Per Each System Full Installation QUADGUARD, LMC System11 -bay

1 Per Each System Full Installation QUADGUARD, 10 Degree System 6 bay

1 Per Each System Full Installation QUADGUARD 69-90 6 bay

1 Per Each System Full Installation QUADGUARD 69-90 11 bay

1 Per Each System Full Installation QUADGUARD 69-90 Tapered

1 Per Each System Full Installation QUADGUARD II 2 bay • 1 Per Each System Full Installation QUADGUARD II 5 bay

1 Per Each System Full Installation QUADGUARD M1 0 (TL-3) 24 inch

1 Per Each System Full Installation QUADGUARD M10 (TL-3) 30 inch

1 Per Each System Full Installation QUADGUARD M10 (TL-3) 36 inch

1 Per Each System Full Installation QUADGUARD M10 (TL-3) 69 inch

1 Each Terminal Anchor Assembly SFT

1 Each SRT 350 1"1, 12.5' (Less Soil Tubes and Plates)

1 Each SRT 350 2°d, 12.5' (l ess Soil Tubes)

1 Each SRT 350 3rd, 12.5' (Less Soil Tubes)

1 Each Replace Soil Tubes and Plate Assembly (SRT)

1 Each Replace Strut (Yoke)

IFB NUMBER 03A2690 Page 3 of 4

$ ~; ,066.06 $ 33 1J00,b7) $~ nnn,/Yb $-z21. /)0(),07>

$ 7i ) ' /)/)/), {;() $ -Z.D, lJD/J. IJ'D $ l./ ~ I /)/)fl ./Y) $ Yb. l)M, 1ftJ

$ 7~J>f)f,,'!T-. $ ~OtJD,t7>

$ ~ IJDD, ro $ ?!>,/)()/) ~o

$ 7,f,,/ /)/>/). {X) $7h, n/Jh, DD $ q, D /)/), bO $ q, !J!'>/). lfD

$ lo, 1JIJ1JJll'I $/Ji /J/J{J, OD $ 7,;J, /)fl/J, /J() $ ;i}>, /)/)/1 /Jl> $ 3~ /J(J(),(J"lJ $Y11M.on $ 7A,11otJ.oD '· $ z~, /J6(').tir> , $ zo, IJIJO I oo $ zb oCKJ, ov $ zS, ()/) (), m I

$ -z~ oOD 1VO $ 7.f, t)o O . DD $ Z.fi lJ () 0, l>V

$ 2~ t) IJ n. DD $ Z5" {}(JO, OD $ zf- 116n /)() $ ?.t/ 000 ,oD $ q l>oo , oA· $ '1 0 1Jo.oo $/fr oDO,OD $ J~/)/)(). Db $ 7,/; , /) /){), (Y) $ 7n !JO lJ liD

$ 2'f. D~D. m $ 7.~ (){j). OD $ 7_if. DD/J. {j)

I

$ 7'> {) 0/J, IJD

$ ~ti ODO DD $ ?b, DD/J, oo $ tjoo. on $ t::'/)(), 00 $ /<)/'J{), {) '() $ 1.s-00, ~o $ 71)/>tJ. 60 $ 7.tJOIJ. !JD $ 7. ~OD, 06 $ ~5~(). "l>O $ '2, .t; D1 00 $35tJ.t>O $ 76D, /Y6 $7DD. OD

81 .

82.

83.

84.

85.

86.

87.

88.

89.

90.

STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION BID PROPOSAL ADM- 14 12 (REV. 11 /2015)

500 Cubic Yard Embankment Widening for End Treatment

500 Per Linear Foot Dike Removal and Replaced with Type C Asphalt Dike

500 Per Linear Foot Dike Removal and Replaced with Type F Asphalt Dike

500 Per Hour Lane Closure (conventional, two-lane highway)

500 Per Hour Lane Closure (multilane highway)

500 Per Hour Shou lder Closure

500 Per Hour Ramp Closure

500 Per Hour Pilot Car

500 Per Hour Flagging

500 Per Hour Portable Changeable Message Sign

'

Material Reimbursement

Projected Miscellaneous Parts/Materials/Suppl ies*

Calculate 10% of the Subtotal above

91. (Contractor w ill be reimbursed for the actual cost of items approved by the Caltrans Contract

Manager up to the tota l without additional allowance for mark-up See Exhibit B, Sect ion 5.)

,

IFB NUMBER 03A2690 Page 4 of 4

$7,(),0D $ /() ()tJ/J (') () $ 15.bD $ J -j ,_5'l)I)_ DD $ 30. tJh $ j~f)M,60 $2f){).bD $I Db, /J{)ft f) D $ no.ro $ / 7'.~ {)~. 60 $ /DO. DD $ 57>! DOO,,D"D $ /'),DO $ 37J ?!iJi>l) $ 3n. tsn $ /->tbl'iLOD $ JEJb.b-{) $ J!S;DDIJ. lJ""D $ 7.J),_ CJD $ I 0. DO~, oD

Subtotal Lines 1- 90 above $ 1 u1n~ IJSO ~ I '

00

* Include this amount in the TOTAL PROPOSAL line. • s} t/(:, /)fY5,I) , TOTAL THIS PROPOSAL s 1 'ff I/ , !J 5-~ .

(1) THE ABOVE QUANTITIES ARE ESTIMATES ONLY AND ARE GIVEN AS A BASIS FOR COMPARISON OF BIDS. NO GUARANTEE IS MADE OR IMPLIED

AS TO THE EXACT QUANTITY THAT WILL BE NEEDED.

(2) IN CASE OF DISCREPANCY BETWEEN THE UNIT PRICE AND THE TOTAL SET FORTH FOR A UNIT BASIS ITEM, THE UNIT PRICE SHALL PREVAI L.

(3 ) ANY ALTERATIONS, M ODIFICATIONS OR CHANGES TO THIS BID PROPOSAL SHEET BY THE PROPOSER SHALL BE GROUNDS FOR BID REJECTION.

(4) EACH LINE MUST BE BID. PLEASE DO NOT LEAVE ANY UNIT PRICE COLUMN BLANK OR THIS BID WILL BE DISQUALIFIED FROM COMPETITION

FOR CONTRACT AWARD.

oo •

State of California-Department of General Services, Procurement Division GSPD-05-105 (EST 8/05) ATTACHMENT 2

Invitation for Bid IFS Number 03A2690

1.

BIDDER DECLARATION

Prime bidder information (Review attached Bidde~~-ration Instructions l!!_ior to completion of this form):

a. Identify current California certification(s) (MB, S~VSA, DVBE): '/L I D or None_ (lf"None·: go to Item #2)

b. Will subcontractors be used for this contract? Yes )(:?No _(If yes, indicate the distinct element of work your firm will perform in this contract e.g., list the proposed products produced by your firm , state if your firm owns the transportation vehicles that will deliver the products to the State, identify which solicited services your firm will perform, etc.). Use additional sheets, as necessary.

c. If you are a California certified DVBE: (1) Are you a broker or agent? Yes _No (2) If the contract includes equipment rental, does your company o~ at least 51 % of the equipment provided in this contract (quantity and value)? Yes _ No _NIA t::d_

2. If no subcontractors will be used, skip to certification below. Otherwise, list all subcontractors for this contract. (Attach additional pages if necessary):

Subcontractor Name, Contact Person, Subcontractor Address CA Certification V\brk performed or goods provided Corresponding Good 51% Phone Number & Fax Number & Email Address (MB, SB, DVBE or None) for this contract % of bid price Standing? Rental?

Jl+t:./\ D v'/3 G Po /3 ox l/'1233 0 I z yq<.;t,,o />arlt/1 J JY/1.ff;e, ,)3 l/R~ £u Jene -("ic.k..e r /1 ~ ddtw"ir Cl+ (On Tt"D/ °5'30. C;l./1. l../3S8 Jtn.e , fl'f~/)dvhe-

.o Va A i>o. {. Dl'f1

CERTIFICATION: By signing the bid response, I certify under penalty of perjury that the information provided is true and correct. Page_1 _of_2_

11/15/2017 13:15 5302457837 TITAN DVBE PAGE 01/01

Attachment 41

$1CAllE !l1F !J'.llllJlf!W<llA- DEl'A!llMENT OF GENERAL SERVICES PROCUREMENT DIVISION

DISABLED VETERAN BUSINESS ENTERPRISE DECLARATIONS Oll11I'i .. - ~ .. :5l'2IJOO)

Invitatio11 F9r aid IFBNumb<i>r

- lllle disabled veteran (DV) owner(•) ond DY manegel{s) of the Di•abled Yateran liusi,,.... l:n1eJpllse (DYtll:) must ~ 1111iio <ilo<'iia1>1lion whon a OVtll: eontra010r or •ubcontraotor will provide materials, supplleo1, &entices or i!qulpment jMlll!aiy --com Seciion 991!,2]. Vlolatlono are miSdemeanors and punishable by lmpr1sonm~nt or flna and \liolakirs l!l'S liable for 11llMI pat!!b Aili !ip.nalu!!§ are made under penalty of peciuty.

SECTION 1

SECTION 2

lim~I a"""'"1 lhe DVBE is acting as a broker or agent~ \1lll'~h1il~1irm.bt~~~)

Address:

DVtlE Reference Numbtir.

SCPRS Rel\omnoe Numbtir:

ip.m........i

11-{f-./.J .. ' (-.$lg-

APPLfi TO ALL D\fBIEG THAT RENT l'QUIPMENT AW2 DECLARE THE DVH IS NOT fl, BROKER.

$ 11'111111•11;!111Uo Mllilery and Veteran• Code Section 999.2 (o), (d) ond (g), I am (we am) the DY(•) wltl1 at ll>alilo1% ~ alttie DVBE, or a DY manager(s) oft!Je DVSE. The DVSE matntelns certification requirements in •OOilll'.tanoe

, -IMl!ibuy ~ vek!rarn! C«IE> St?:clion S99 et Seq

~ ll•u.-;good own•l{s) uanti and lue I Iha! wlU be rented for ,_ imlllle <iDntrao! identllied above. I {we), !he DY own•rs of 111• equipmefll. h ubmltted to ll1eadmlnl&tetlng agency my (ootl-"' federal tax ratum(s) at time of certlfi0$tiM and annually tho • r"" defined In MHllery and VeleraM Code 9119.2, snbsections (a) and (g). Fe//u19 by the d/sebled veteran equip n """1er($) to submit lllelr persona/ flillJera/ ra.. """"'{if) ID !he admitli,,i,.lfng age1wy"" defined In MH/18ry and V91l1/8n rzboe 999.2, su/;lucttons (c) an</ (g), wrn '"'5tJfl Iii Ille DI/BE being ctoemecl an equipment broker, /

~-.o..mer(s) oftheDVBl:"_ .. .,"''""",,.• .. -

Wdl mm shcArf) r«

Page I of I

IL~ 1,S-- 17 (Odo-)

9tJ-Olo76b 7 ~ (Tax ldmtfliOOlioo Numbl!lr

ol°""81)

. . .

........................ ---~----

P.O. BOX 492336 Redding Ca. 96049

SBEIDVBE REF# 1249460 Lie# 913725 DIR#1000006513

CDOT #03-A2690 Bid Date 11/16/2017

Bid item # 2 CONSTRUCTION AREA SIGNS furnish, install, remove (add $850.00 to have Titan USA project) CS-1 =NONE Ramp Notification Signs (SP-1) Can be provided for an additional $200.00 ea.

Bid item # 3 TRAFFIC CONTROL 2 Man Lane closure & Shoulder closure Includes cones, 1 truck, 2 crew, advanced signs, beacons, arrow board. I mile 1 way. Additional miles@ $50.00 (includes cones, signs, banicades etc, fuel) 8hr shift= $1450.00 I Ohr shift= $1870.00 12 hr shift= $2290.00 Rate does not include TMA Additional lane/ ramp/ otherway= $100.00 (includes arrow board, cones, signs, necessary barricades, beacons) 24 hr traffic is subject to additional fuel charge Type III truck mounted Attenuator Bare Rental ( Contractor is Responsible for Fuel and any Theft or Damage to Vehicle) $400.00 day $1250.00 week $4000.00 month Attenuator Truck With Operator ( Contractor is Responsible For Fuel ) 8 Hr Shift = $950.00 Overtime Billed at$ 115.00 per Hr Attenuator Delivery Fee $400.00 ea. way

2 Man Flagging Crew: Includes all cones and all advanced portable warning signs as needed for one mile one direction at a time (additional charges for additional cones and signs if needed) 2 man flagging crew 8/tr shift= $1450.00 +pilot car $800.00 = $2250.00 2 man flagging crew JO/tr shift= $1870.00 +pilot car $1030.00 = $2900.00 2 man flagging crew 12 hr shift= $2290.00 +pilot car $1260.00 = $3550.00 Rumble Strips -Set up and tear down $250.00 day if needed (With traffic only) Additional Flaggers- 8 hr shift $700.00 over time billed at $105.00 per man hr Pilot Car with Operator: Includes operator (no mileage charge)

8 hour shift - $800.00 overtime billed at $115 .00 per hr

Over time billed at $105.00per man hr Y1 Hr OT will be added daily per man if not relieved by contractor for lunch All Night Work is billed an additional $3.50 per man hr

Signatory to Northern California Laborers Union Signatory to Southern California Laborers Union

Bid Item # 4 PORTABLE CHANGEABLE MESSAGE BOARDS (With traffic only) $1400.00 a month, $750.00 week, $400.00 a day, $300 Delivery Charge Per Board ea. way (Contractor is responsible for any damages to PCMS boards while on project such as theft or vandalism)

There will be no retention held on Traffic Control. There MUST be a 2 week notice before start of work. If this project falls in a per diem area, contractor wi ll be charged an additional $3.00 per hr per man. Traffic control bid item based on a minimum of 5 consecutive days. Anything less than 3 days will be charged an additional fee of $500 per crew. Stand-by time charged at $85.00 hr per man Items not specifically included are considered to be excluded. All bid items are subject to a formal

contract or PO su itable to both paities prior to any work starting. All bid items are subject to availability at the time of project start date.

Titan DVBE. will bill every week . Invoice due and payable 30 days from date of Invoice . Customer agrees to pay a finance charge of 1.5% per month on all past due balances .Customer fu1ther agrees to pay reasonable attorney's fees and cost if collection is required . If you have any questions regarding this information please feel free to call T itan DVBE Ref# 1249460. Please call William Schroyer/ Gene Tucker with questions 530-246-7836.

TIDS QUOTE MUST BE ATTACHED TO YOUR SUBCONTRACT

Eugene Tucker Titan DVBE Operations Manager Cell # 530-949-4358 E mail [email protected]