revised - caltrans · contract no. 06a2417 state of california·department of transportation bid...

10
Contract No. 06A2417 STATE OF CALIFORNIA·DEPARTMENT OF TRANSPORTATION BID PROPOSAL FOR UNIT BID ITEMS REVISED ADM-1509 (7 /97) Pg . 3 of 3 1. If the bidder is awarded the contract and refuses to execute the contract forms presented for signature within the time and manner required, the bidder will be liable to the Department of Transportation for actual damages resulting to the Department therefrom or 10% of the amount bid, whichever is less. Should the bidder fail to pay these damages, the Department may list the bidder as in default and ineligible to bid future Department projects. 2. The bid of any Contractor who is currently in default with the Department on a contract already awarded may be regarded as non-responsive and may be rejected. Default is defined as being within a period of liquidated damages on uncompleted work or under notice to begin or complete a contract where work has not commenced within the time limit set forth in that notice or was suspended without valid cause, or failure to perform the required work in a manner satisfactory to the Engineer. BUSINESS NAME (PRINT OR TYPE) DATE FBD Vanguard Construction, Inc. October 26, 2017 BY (MUS T BE PERSON) TITLE BUSINESS PHONE Billie Sposeto, President 925-245-1300 BUSINESS ADDRESS (S'IREET/P. O. BOX, CI TY, STATE) ZIP BUSINESS FAX 651 Enterprise Court, Livermore, California 94550 925-245-1007 SMALL BUSINESS STATE CONTRACTOR'S STATE CONTRACTOR'S LICENSE BOARD FED l. D. NO. I SOC. SEC. NO. : CERTIFICATION NO.: LICENSE BOARD LICENSE LI CENSE CLASSIFICATION: NO.: 90-0249076 None 833032 A/BI C-8 DEPARTMENT OF INDUSTRIAL RELATIONS REGISTRATION NUMBER. : 1000008493 6

Upload: dangdan

Post on 08-May-2019

213 views

Category:

Documents


0 download

TRANSCRIPT

Contract No. 06A2417

STATE OF CALIFORNIA·DEPARTMENT OF TRANSPORTATION

BID PROPOSAL FOR UNIT BID ITEMS REVISED ADM-1509 (7 /97) Pg. 3 of 3

1. If the bidder is awarded the contract and refuses to execute the contract forms presented for signature within the time and manner required, the bidder will be liable to the Department of Transportation for actual damages resulting to the Department therefrom or 10% of the amount bid, whichever is less. Should the bidder fail to pay these damages, the Department may list the bidder as in default and ineligible to bid future Department projects .

2. The bid of any Contractor who is currently in default w ith the Department on a contract already awarded may be regarded as non-responsive and may be rejected. Default is defined as being within a period of liquidated damages on uncompleted work or under notice to begin or complete a contract where work has not commenced within the time limit set forth in that notice or was suspended without valid cause, or failure to perform the required work in a manner satisfactory to the Engineer.

BUSINESS NAME (PRINT OR TYPE) DATE

FBD Vanguard Construction, Inc. October 26, 2017

BY (MUST BE SIGNED~ED PERSON) TITLE BUSINESS PHONE

~ -~~~ Billie Sposeto, President 925-245-1300

BUSINESS ADDRESS (S'IREET/P.O. BOX, CITY, STATE) ZIP BUSINESS FAX

651 Enterprise Court, Livermore, California 94550 925-245-1007

SMALL BUSINESS STATE CONTRACTOR'S STATE CONTRACTOR'S LICENSE BOARD FED l.D. NO. I SOC. SEC. NO.: CERTIFICATION NO.: LICENSE BOARD LICENSE LICENSE CLASSIFICATION:

NO.: 90-0249076 None 833032 A/BI C-8

DEPARTMENT OF INDUSTRIAL RELATIONS REGISTRATION NUMBER.:

1000008493

6

Contract No. 06A2417

STATE OF CALIFORNIA-DEPARTMENT OF TRANSPORTATION

BID PROPOSAL FOR UNIT BID ITEMS REVISED ADM-1509 (7/97) Pg. 1of3

PROPOSAL TO THE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION

APPROXIMATE MAGNITUDE OF WORK

$ 190,000.00 For: CONSTRUCTION ON STATE HIGHWAY IN MARIPOSA COUNTY ABOUT 14 MILES NORTH OF OAKHURST

AT 0.2 MILE NORTH OF SUMMERDALE CAMGROUND ENTERANCE

The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; and the bidder has carefully examined the proposed form of contract and the plans therein referred and the bidder proposes and agrees, if this proposal is accepted, that the bidder will contract with the State of California to provide all necessary labor, materials, tools or equipment and to do all the work specified in the contract, in the time and manner therein prescribed, and that the bidder will take full payment therefore the following unit prices:

Item Cost Item Unit of Estimated Unit Price Item Total No. Code Measure Quantity (In Figures) (In Figures)

1 070030 LEAD COMPLIANCE PLAN LS LUMP oo oO

1., 001. t,001. SUM

oO oo 2 120090 CONSTRUCTION AREA LS LUMP ~,ooo. ~,too .

SIGNS SUM

~ oo 3 120100 TRAFFIC CONTROL SYSTEM LS LUMP leq, ~01. (pt{,~ ?11,

SUM

oO rl 4 128652 PORT ABLE CHANGEABLE LS LUMP ;,ooo. ?,ooo.

MESSAGE SIGN (LS) SUM

oo 00 5 130100 JOB SITE MANAGEMENT LS LUMP 5,ooo. s,ooo.

SUM

6 130200 PREPARE WATER LS LUMP oo d> POLLUTION CONTROL SUM \,4SO. \,l.%50.

PROGRAM

7 130620 TEMPORARY DRAINAGE EA 3 00 00 a.too . \,']..00 . INLET PROTECITON

\..\.~ oo

8 130640 TEMPORARY FIBER ROLL LF 250 \,\i.t;.

~~o. 00

~c;o. oO

9 130900 TEMPORARY CONCRETE LS LUMP WASHOUT SUM

4

Contract No. 06A2417

STATE OF CALIFORNIA·DEPARTMENT OF TRANSPORTATION REVISED BID PROPOSAL FOR UNIT BID ITEMS ADM-1509 (7/97) Pg. 2 of 3

Item Cost Item Unit of Estimated Unit Price Item Total No. Code Measure Quantity (In Figures) (In Figures)

J.,.vo l, ttoo. oo

10 141120 TREATED WOOD WASTE LB 950

00 00

11 190101 ROADWAY EXCAVATION CY 13 \ 1000. \3,000 . o• o •

12 390136 MINOR HOT MIX ASPHALT TON 25 Ca'W · \<5,SOO.

4-So . 00

4-SO. ob

13 397005 TACK COAT TON 1

4 .~ oO

14 780435 PREPARE AND PAINT SQFT 1740 ce,1 -ot?2.

CONCRETE -oo v

15 810160 DELINEATOR {SPECIAL) EA 6 1 tp? . l.f~sqo .

\q ,ooo. 00 00 16 839607A ALTERNATIVE CRASH EA 1 \C\ looo.

CUSHION SYSTEM

17 839701 CONCRETE BARRIER {TYPE LF 250 1-.SO. 00 cP

(D2 1SOO. 60)

18 839752 REMOVE GUARDRAIL LF 180 43 .oO 1 1Ll-O.oc I

40.00 ~

19 839759 SALVAGE CONCRETE LF 100 Lt ,coo. BARRIER (TYPE K)

20 840656 PAINT TRAFFIC STRIPE LF 220 \\ .oO ot> i.t.ri-0.

(2-COAT) I

21 846020 REMOVE PAINTED TRAFFIC LF 220 q 0

00 00

\,C\'bO. STRIPE

2.1-<6 lQ() \ . oo

TOTAL .

5

STATE OF CALIFORNIA• DEPARTMENT OF TRANSPORTATION

SUBCONTRACTOR LIST DES-OE-0102.2C (REV.03/2015)

CA State Public Works Business Name and Location Contractor Contractor

License Number Registration Number

b6\~ G\ri~(Y\~ \f\te 1\q\c.. :?o8ul.v~ 1000001674'

("A--\ - ,, f/r:,.. I.',. .

6ttrnl?rcmo 11'(;lftic., CO(}trVI, ll"\C· q3Cj5S7 I PO 000!./-L/-QL/-

1 n,· I-Inn. f'A .

Contract No. 06A2417

Percentage of

Bid Items Bid Item

Numbers Subcontracted Description of Portion of Work

(Whole Numbers}

1,20~1-1 ICO'I. [,.-eaol ~mp! i aric.e

1"'ro.f.fl·r SlrifXJ _,, I

\00 '/. mzi .f .frc_, eonm I 3 h ~<A+-e,.m

I

ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For information, call (916) 445-1233, TTY 711, or write to Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.

3

CONTRACT NO. 06A2417

STATE OF CALIFORNIA• DEPARTMENT OF TRANSPORTATION

CERTIFIED DVBE SUMMARY DES-OE-0102.5 (REV 12/2010)

DISTRICT-COUNTY-ROUTE: 06-Mpa-~4~1-~4~.3 _____ _

CONTRACT NO.: 06A24 l 7 --'-'-------------------------------TOT ALB ID: 1\7 'J-<2.10, VO\. 00

BID OPENING DATE: October 17, 2017

BIDDER'S NAME: FBD Vanguard Construction, Inc.

DVBE PRIME CONTRACTOR CERTIFICATION1 _ N_ o_n_e_. -------------

Description of Work to be Bid Item Subcontracted to DVBE or Materials Number to be Su plied by DVBE 2

\ 120 .. z..11 ~rlpin J *· \_,e.ctQ Como\~l')C(

(lool)

For Caltrans

Onl

DVBE (Name, Telephone No., and Certification No.)

$Amount

Names of first tier DVBE subcontractors and their items of work listed must be consistent with the names and items of work in the Subcontractor List (Pub Cont Code§ 41 00 et seq.) submitted with the bid. Identify second and lower tier subcontractors on this form.

Total Claimed Participation $ (J q,\'2.5.<P '30. '2- %

1. DVBE prime contractors must enter their DVBE reference number or their DBA name as listed with Department of General Services (DVBE prime contractors are credited with 100 percent DVBE participation and need not complete the above table).

10/17 /2017 Date

2. If 100% of an item is not performed or supplied by the DVB Es, describe the exact part, including the planned location of work to _9_2_5_-_2_4_5_-_1 _3_0_0 _________________ _ be performed, of item to be performed or supplied by DVBE. (Area Code) Telephone Number

3. The bidder's DVBE information shall include the names of DVBE firms and/or DVBE joint venture partners to be used, that will Jason Muller participate, with a complete description of work or supplies to be -C:::...o::;;nt"""'ac"""'t.=..P.:o.e:..:::rs.=o.o.:n ==---------(-Ty_p_e_o_r_P-rin_t_) -------provided by each, the dollar value of each DVBE transaction, and a written confirmation on company letterhead from the DVBE that it is participating in the contract. A copy of the DVB E's quote will serve as written confirmation that the DVBE is participating in the contract.

ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654-3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.

lnvi1ation for Eld '.c='B Nurnbti"""

µage ·1 :17 'i

,' -

' ' 'irrrJP:indp;al for whorr\ tl'lb OVBE ~s eeu:',a ~s a or':'.:ik.5r QI '::l~ie:1: \ ;,f :-:-1.l:l".'e ~nan er.~ O'lrfn.1"!:;:1 br. e;.:::r2 s/~ei;its -

itr.-i/Pr'inoipa! Pho\'\e: .~. .AC:::!ress. I I :,,

, , SEC:'lCN Z

Pl!'L.lE$ TO Al...L [N .~si1 THAT RENT EQ.U!PMENi AND tJECi-ARR THE DVBC lS NC/T" A BROKER.

Pvt&uant to Mi\\tar;..'~· aj~d Veterans Co<:.\e· Se:et\on $99 2 , ::_.: ::· ::;,r.? _:i_ ..... f:l;;; ;we a!'.;;: :·'e o·._,. $1 'iii~:-, e;: :e 2 si 51 % ownership of the D' 1'.pE, or a DV m;;n~g~r\s) o~ the: 0\18~. ,..,e 01« 1.-.~·- ··-s;i'"l.::2lr;":? c.::e-:'."' :..:..=: ~,- ~:'.:Qt...lremellt$ :n :a,ccotda!loe with M lit¥VY .an<,;: Veteral'"!s Code Section 99E ei $~~;

The u11df'3r$.lgned o~vnibr~s1 own<.s \_a; \l=i;=S! 51 ~1o Of ;he gt.o=ntir~, ;;;.r: \'i!' ~;;. ·:.f ©ach oie;<r-:: .:J.go ... 1orria.n.;; ;:!-'.it-'.. w:i; _Dl'i: ;~nted ~or w-=-e i~ the c;oCttr~c~licle~ilfi._;:d Gbove. ! (Vlf'iEi/. tne D\i ow-:~r.s o~ \!"1£- ... ,;~::., 1;:;:':">.snt. '.'8..V'e -.~~- ~""l!;:i:sc '.o }~e ~~rn.:~i~t~ring -gen"'"'c)• mv (ol.lr) p~'rsttn<J!I fe.\1;;:\e.( i8.X iG!~urr;(s) at tim&: 1;f ~er:if!co.·,;i.:- f.;· :: 2."~r.~1z:1y ~:"\e·'~;J-\"t:r e.~ ~<!>'.·:·eti .'.'.- f~~ftt11iil"'( and "' ' ' - · t '· J"., •• ,,.&~· -09re150"'0"'"·""'"""'"'·=-'·~,.,oswQl');f1IJ8,Jr V@tf';(&.ns Codf> 99 .2',·,siiosect:o~s :·;:;.; !;l.:Jti (9/· .''"8/J(}te •"!;!ill/ ;,r:;:.-:;::;.,. '" • .,.,. .... r , ..... I ·: .... ~··, ·.::·_:.c. 991'.i 1 .subsectio()C: cersonar fade($./ ta'! r~1tu~n(s) tb m·~ €':~rr1inlster((l9 ~ger~~:1 _~s ~;:'~'.~'.':,~; ;/;li1"~.ery EirlC -.1~ r:"'·"''"1S 'J"'"'-· ~· · ,,. •c; anQ (g), w1fl recsqlt\t~ Uls OVBf n&ing d't:emed r;;n ~(J\.l(c-"•nJSl,,, ..• ,.,,t ...

l11:.sblio-V VetQ-rsn OwnEl!~(~l of ttle DVB~ 1,•ilree:H oci<.:1it1on111 pat;1+3.i>. ,,.-1i1'1 1;.19111n1.r~ r;1ocks fQt e;ic:h ;;·~~-r-0" ~0 ·~'°G:"I

i

~ ~i'-"~ "!..( ~ '?,;~, ~-

0 1"'"'1'~t,-:• tfl m.~ ~~:7,i:f·:t~ -• ..J "· ··~'" •1«• i::: ~ {'\~~- ~/ ~Ii

\,(~l..t ·~'!}\"'/ ~1

-,·14354 ,.-/ -

liiiiiiiiiiiiiiiiiiiiiiiiiiilSAFETY STRIPING liiiiiiiiiiiiiiiiiiil SERVICE, INC.

PD Box 1020 6868 Avenue 305

Goshen, CA93227 TEL: (559) 651-1022 FAX: (559) 651-1118

Contractors License #308669

Signatory Contractors1 Laborer's International, Northern & Southern California DIR# 1000001574

SUBCONTRACTOR QUOTATION

PROJECT: CT Minor 8 06A2417 DA'FE: October 17, 2017 Mariposa County

QUOTE#: 17-060

Item# Description Unit Est Qty Unit$ Total$ 1 Lead Compliance (Our scope onlv) LS 1 1,500.000 $1,500.00

21 Paint Traffic Stripe 12-coat) LF 220 9.250 $2,035.00 22 Remove Painted Traffic Stripe LF 220 7.000 $1,540.00

Note: Traffic Control is excluded from this quote. Work to be preformed under Contractors Traffic Control.

-

Safety Striping Service is a certified California DVBE I SBE (#14354)

SEE PAGE 2 FOR CONDITIONS. TOTAL $5,075.00

PAGE 1OF2

PROJECT: Minor B 06A2417- Mariposa County DATE: 10/17/17

TERMS AND CONDITIONS • Safety Striping Service, Inc is signatmy to the Laborer's of Northern and Southern California.

• Safety Striping Service, Inc is a certified California DVBE I SBE (Certification# 14354).

• Safety Striping Service, Inc. requires IMMEDIATE notification upon being listed by the apparent low bidder, for purposes of scheduling and mate1ial management

• Safety Striping Service, Inc. requires a ·written subcontract, purchase order or signed quote prior to inobilization for any work, or placing the order for job specific n1aterials (i.e. signs, lead plans) etc).

• Safety Striping Service, Inc requires an invitation to pre-job meetings.

• Bonds are not included in this qnote. If bonds are required, caJJ for rate.

• This quote includes up to two (2) 111ove-ins, defined as a period of consecutive eight hour days of continuous work, not including weekends or holidays. Any deviances from this, other than those initiated by Safety Striping Service, Inc, will be considered additional move-ins and billed at $3,500.00 each.

• Referencing is included in this quote. Our referencing is LINEAR ONLY, identifying the limits of and changes in the striping details present prior to obliteration. Contractor is required to comply with Section 39-6.01 of the 2006 Standard Specifications (39-1.11 of the 2010 S.S.). Field Layout due to the misplacement of paving seanJS is at the prime Contractor's expense (Extra Work Force Account). Mobilization for referencing will not be considered a move-in.

• The Ulut price for removal includes the installation of tabs, but only on striping obliterated by Safety Striping. Tab niaintenance is the responsibility of the Contractor. Any required ten1porary signage (i.e. ''No Passing," etc) as well as any temporary edgeline delineation (i.e. cones, delineators, etc) is the responsibility of the Contractor.

s Price for removal includes clean up of our work; however the Contractor must provide a dumpsite at the project location for our sweeper and an adequate water source for our removal equipment. All re111oval debris becomes the responsibility of the Contractor.

• Bid excludes any and all ite111s related to handling hazardous 1naterials including, but not lhnited to: removal, testing, containnient, hauling and disposal. If potentially hazardous material (i.e. yellow thennoplastic) is discovered on the job-site, we will stop work until it is determined (in writing) to be non-hazardous, or a change order is issued for proper hai1dling.

• This quote includes ren1oval of tabs placed on center and lane lines only (excludes any locations where delineators can be used). This applies only to a single set of tabs properly placed at approximately 24' on center.

• Message Boards are not included in this quote, and are to be provided by Contractor per contract require1nents.

• A minhnum of fifteen (15) working days advance notice is required for referencing and for each mobilization. • Traffic control included is for our scope of work, but only when we are on the job-site. We require exclusive access to the

roadway without obstacles and the ability to begin work upon arrival at the job-site. Delays caused by conflicts in scheduling are the responsibility of the Contractor and are subject to standby time computed as labor per fue Standard Specifications.

• This quotation is valid for a period of sixty (60) calendar days from the date of issue and may be extended at the sole discretion of Safety Striping Service, Inc.

• SaJety Striping carries $1 million in GL ($2 million GA); $1 million in Auto; $1 million in Work Comp.

These terms and conditions shall supersede any bid request, advertisement or subcontract language. Should this quotation he accepted, the entire quotation (both pages) must be included in the subcontract agreement or purchase order.

Victoria Perldns, Estinzator Date: 10 I 17 /2017

I have read and understand the "Tenns and Conditions" stated above and agree that this Quotation (including said te1111s and conditions) will beco1ne a part of the agreen1entbetween our co1npany and Safety Striping Service, Inc.

General Contractor:

Signature: Title:

Name (Print): Date: Revised<,,...,-~------------~~~---------------------------'

ICIENSE # 939557

F r: Estimator @ V a,oguard P ojeot: 06A2417 J3 d Date: Oowber l 7, 2017

DVBE I SBE 1159740 Sambrano 1i'aflic Control Incorporated

P.O. Box 170 Wilton Ca 95693 Phone: 209-267-5531 Cell: 209-679-4662

fax: 877-513·2906 Email: [email protected]

D JlR # l000004404

. __________________ 7$0.00 !ii'"'"' s b.,, ......

e remo;;u,..,. (inclonde!il 11'""'""'P) ~ $1,'l!SO.Oii peir 8 h<>I!>.,.,. Lane Siillle Dirootion (add l additional trailer mounted arrow board) $100.00 per day

L ne Closure Opposite Pirectlon will be billed as a sep~l'ate lane closure unless otherwise agreed upon

et<:>nl'up to 6 Sig .. ,. (with lane closute). _____ ~-------~-~$ll7l!U)ii !!:a<(!h

_____________________ $175.0iiEack

IM:l>_Day $350.00 _Week $650.®0_.MoMlll $1,350.00_Delivery $100.00 Each Item Each Way (with 10 control only)

"'"'t""""'tiion Are .. l!iliip,., (with traffic Control Only) Per CS-1 5 signs $1800.00

"'"'k®"d / lilolihilay R"'t"s f<>111 Tll!'a:l!fii« C@""'~ .. ol• multiply tho standard 8 hour rate by tho follow· in ; Saturdays 1.3 J, SU!Jdays & Holidays J .62

- -;n; <1ni .. n .. nte...:i,- ------· bl!lzatil)n_________________________ NIA

R mble Strips (I set) ___________ ~------------==$200.00 per day I fiagger $650.00 per 8 hours 2flaggers $l,275.00por8hourn

ow Bo~1d $ J 00.00 per day C nes each $ J.00 per day Si with stand each $12.00 p~rday N ght Wod Add $3.50 per man hour S bsfoten<;e (when applicableL $27.50 per day per person 0 ierii:nR.@t:l

P sonnel (over 8 hours per week clay and Saturdays), _______ , .$95.00 per man hour Sundays and Holidays $105.00 per man honr

E u!pment(Pilot Car)·-----------~'-------- $! 15.00 per ))our (Attenuator Tmck) _____ ~-----------------$ 125.00 ped1our

Sa br'ln<> T .. a.fftc C<>>atrol •ne<ll,.porate<l 1,iee .. .,e # 939557, SBE/lll>VBE # 1159:1'40 La orers Signa.tc"l' Ca.H .. a .. o;i 03-l!FSSO<l!

lq h":l"d Items I Co11u'l.itions Not : Everything uot listod is •><eluded unloss otherwise agreed upon. New requirements not in effect prior to bid will be an additional cost. · IFI ggi:ng- (light Towers ai·e not inducted) ( rnmble sMl's ~ot incJmled see ackUtional itel!ls) Incl des; two certifiodjourneymao flaggers with hard bats and approved vests, 11 po1iable signs with stands (2-RW 2-0LRA 2-FS 2-BPTS, 1·LC,2-RS), 2 stop slow paddles, pick up truok with beacon, thirty 28" reflective con s, 2 night beacons, and 2 way radios. La e Closure (attenuator truck not inclu.ded) lncl .des; two certified journeyman flag~rs with hard hats and approved vests, 2 way radios, cone truck with truck mou ted arrow board, l trailer mounted arrow board, two hundred 28" reflective cones (covers 2 miles), 2 nlght beac ns, and portable signs wifu stands (2,R WA 2-RLCA 2"merge signs 4-Lc Ra pClo5ures Jncl des all signs and barricades for a single Ramp Closure De"""' lnol des up to 6 signs forn single detour unless otherwise agreed upon :Sig- ": Includes layout for US Digs, materials, installation, and removal. Does not include boring through rock, cone ·ete, or other obstrnction removal. Theft, vandalism, and damage will be additional unit cost. Materials remain our roperty. Where quSJjtity is not clear on plans we will give a Jump sum followed by individual pricing for the u own quantities. We will cover the signs on installation. lt ls tho primes responsibility to cover, uncover, and chan e infonnation. Co ditions: -Thi 2 page quote se:rvcs as a11 addendum to all comracts ·We equire a 12 day notice prior to starti!lg work -Shi begins after placement of the lst advance warning sign and ends when the last sign ls removed -No etention will be held on traffic control "Projects delayed over 90 days are subject to updated pricing and conditions -Pot vezy 50 cents rise in fuel from bid date add fifty dollars per day ·We ·eguire monthly progress payments for jobs lasting more than 45 days - Ex ess bonds may only be provided on jobs lasting 45 or morn days, bond rate 3.~%. To be payed by prime -Con· acts are contingent upon availability of equipnwnt and man power -We re a union signato1y and all labor agreements apply -Ad $3 .50 per man how· ir1 subsistonce/zone pay areas -Tra c con!Jol over 300 con"-'l will result in additional crew/sunless otb.erw;s< agreed upon -Inv ices are net 14 - past due invoices will accrue 1.5% interest monthly -Cu.5 omer/prime contractor will be liable for any legal fees related to the debt collection process -Wok periods Jess thart 3 consecutive days add !0% -I flu ch breaks are !)()t provided we will charge extra per labor agreement ( J/2 hour at time and a half per person) -Can el!atlon$ and sh01t Sh1ttS wjtlJ less than 24 hours notice will be charged as a full day. -The , vandalis1n, 01· damage to CMS, Arrow board,, and JAV will be billed for the cost oflabor, repair, parts or

Re lacement. Replacement Costs; CMS $17,500.00 Arrow Board $5,700.00, IAV $150,000.00 -We equire assistance for OSHA hot weathet standards if we don't have the ability to sustain it ourselves -sch dulo confirmation must be done tl1mu.gh personal contact, Messages left don't constirnte confirmation

Date.---------~-----

.,.__(_~_~_ on Cline-~U __ ·--"..,~~ ambrano Traffic Control lncorporaiecl

Date·------~--------

Prime Vendor