zg - dot.ca.gov · invitation for bid ifb number 01al872 page 1 of2 attachment 4 bid/bidder...

20
Invitation For Bid IFB Number 01Al872 Page 1 of2 ATTACHMENT 4 BID/BIDDER CERTIFICATION SHEET Only an individual who is authorized to bind the bidding finn contractually shall sign 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 re!1!fned along witl1 all "required attachments" as an entire package with original signatures. The bid must be transmitted in a sealed envelope in accordance with IFB instrnctions. A. Our all-inclusive bid is submitted 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 tliat I have met the participation goals. D. The signature affixed hereon and dated certifies compliance with all the requirements of tl1is bid document. 111e signature below autltorizes 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 1. Con1pa11y Natne 2a. Fax Nmnber Cl \(... CO{l<;r. ) Indicate yo1u organization type: 4. :i:g.. Sole Proprietorship I 5. D Partnership I 6. D Corporation Indicate the applicable en1ployee and/or corporation nmnber: 7. federal Employee ID No. (FEIN) /C,18-0Z.l'/S/ / Indicate the Departtnent of Industrial Relations infonnation: 9. Contractor Registration NUinber Indicate applicable license and/or certification infonnation: 10. Contractor's State Licensing Board Number 12. Bidder' Name (Print) 14. Signatm·e I 8. California Corporation No. 11. PUC License Nmnber CAL-T- "ZG I "f8f.J 13. Title 15. Date 16. Are you rtified with the Departlncnt of General Services, Office of S1nall Business and Disabled Veteran Business Enterprise Services (OSDS) as: a. Sniall Business Enterprise If yes, enter certification ntunber: Yes $J No D 17S067.:2-. b. Disabled Veteran Business Enterprise Yes D No If yes, enter your service code below: NOTE: A copy of your Certification is required to be included if either of the above ite111s is checked "Yes". Date application was submitted to OSDS, if an application is pending:

Upload: vutruc

Post on 21-Jan-2019

213 views

Category:

Documents


0 download

TRANSCRIPT

Invitation For Bid IFB Number 01Al872

Page 1 of2 ATTACHMENT 4

BID/BIDDER CERTIFICATION SHEET

Only an individual who is authorized to bind the bidding finn contractually shall sign 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 re!1!fned along witl1 all "required attachments" as an entire package with original signatures. The bid must be transmitted in a sealed envelope in accordance with IFB instrnctions.

A. Our all-inclusive bid is submitted 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 tliat I have met the participation goals. D. The signature affixed hereon and dated certifies compliance with all the requirements of tl1is bid document. 111e

signature below autltorizes 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

1. Con1pa11y Natne 2a. Fax Nmnber

Cl \(... CO{l<;r. ) ~~

Indicate yo1u organization type: 4. :i:g.. Sole Proprietorship I 5. D Partnership I 6. D Corporation

Indicate the applicable en1ployee and/or corporation nmnber:

7. federal Employee ID No. (FEIN) /C,18-0Z.l'/S/ / Indicate the Departtnent of Industrial Relations infonnation: 9. Contractor Registration NUinber

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

Board Number

12. Bidder' Name (Print)

14. Signatm·e

I 8. California Corporation No.

11. PUC License Nmnber

CAL-T- "ZG I "f8f.J

13. Title

15. Date

16. Are you rtified with the Departlncnt of General Services, Office of S1nall Business and Disabled Veteran Business Enterprise Services (OSDS) as: a. Sniall Business Enterprise If yes, enter certification ntunber:

Yes $J No D

17S067.:2-.

b. Disabled Veteran Business Enterprise Yes D No ~ If yes, enter your service code below:

NOTE: A copy of your Certification is required to be included if either of the above ite111s is checked "Yes".

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

STAIB OF CALIFOR.i'\:l:A • DEP.A.RTivfENT OF TRA.i'JSPORTATION

BID PROPOSAL ATTACHMENT 1 ADM~l412 (REV. 1112015)

CONTRACTOR'S NAME (Please Pru;:~ _ CV\- ... ,._ ... ' I' ? ~'Ul. ':> \ •

CONTRACT NO. /J... 61AI~

ESTIMATED UNIT OF ITEM QUANTITY MEASURE ITEM

NO.

1 1,000 SQYD Hand Placed Straw

2 5,000 SQYD Tacked Straw

3 2,000 LF Temporary Check Darn

4 4,000 LF !Interval Check Darn Maintenance Interval

5 100 EA Temporary Drainage Inlet Protection

Temporary Drainage Inlet Protection 200 EA/Interval 6 Maintenance Interval

7 1,000 LF Temporary Silt Fence

8 250 LF Temporary Reinforced Silt Fence

9 3,000 LF !Interval Silt Fence Maintenance Interval

10 4,000 LF Temporary Fiber Rolls

11 I 3,000 LF !Interval Fiber Roll Maintenance Interval

12 1,000 SQYD Temporary Cover

13 2,000 SQYD Erosion Control (Hydroseed) (Type I)

14 4,000 SQYD Erosion Control (Hydroseed) (Type II)

Erosion Control (Bonded Fiber Matrix) (Type 15

500 SQYD I)

1,200 SQYD Erosion Control (Bonded Fiber Matrix (Type 16 II)

17 900 SQYD Erosion Control (Compost Blanket)

18 150 LBS Erosion Control Seed Mix I

UNIT PRICE ( Price Per Unit of Measure I

$ . f, "l $ • '12.. $ z.o.cv $ 3.$0 $ 3'.D.a:>

$ l./CJ.00 $ 6.00 $ ct. a:> $ z.tV $ 6.w $ /.50 $ '1.CO $ /.(JO

$ /.ZS'

$ 3.'JS'

$ z.oo $ <.f.'1S-$ L.12.tD

Invitation For Bid IFB Number 01Al872

Page 1 of8

TOTAL (Estimated Quantity X Unit Price)

$ f::J "1() . (){)

$ 3.l::dJ . r;O $ <.fO,a:;o.(,Y) $ /ll. IJIJl'J • co . $ 3bJ·.,ff;. tJ& . $ floa:>.CO . $ G, °""'. o:> . $ z.,zso.co $ b,.!Y'Y). ti?

. $ z.. 4 ,/W'). Cl")

$ ~-~/Y'). Cl'> $ 7. - --.ro ·111' .111/.

$ 7 .rYV'> /)(}

$ S1~.bl'J . $ ~ g1s.o:?

$ Zf/0/·6'

$ '/. Z75.a> $ 6. '3a::>. ot>

1{;'11 010.oo

19 120 LBS Erosion Control Seed 1\1.:ix II

20 200 YD Mulch

21 2,500 SQYD Erosion Control Product Netting

22 4 EA Erosion Control Move-in/Move-out

23 400 HR Furnish Foreman (straight time)

24 20 HR(OT) Furnish Foreman (overtime: time+ Yz)

25 500 HR Furnish Laborer (straight time)

26 60 HR(OT) Fumish Laborer (overtime: time + Yz )

100 TON Rock Slope Protection (Class I) (small tonnage 27 up to 50 tons)

150 TON Rock Slope Protection (Class I) (large tonnage 28

over 5 0 tons) 100 TON Rock Slope Protection (Class TI) (small

29 tonnage up to 5 0 tons)

150 TON Rock Slope Protection (Class TI) (large tonnage 30 over 5 0 tons)

100 TON Rock Slope Cover (small tonnage up to 100 31 tons)

150 TON Rock Slope Cover (large tonnage over 100 32 tons)

33 6 EA Temporary Construction Entrance

240 HR "Furnish QSP (Straight Time) (QSD 34 Qualified Storm Water Pollution Control Plan

35 20 HR(OT) Furnish QSP (Overtime: Time+ Yz)

36 120 HR "Furnish QSD (Straight Time)

12 HR(OT) Furnish QSD (Overtime: Time+ Yz) 37

$ b°3..o? $ !YO.ct> $ t/.So $ z,<-1cn.ro $ j7:2,.l'O

$ lb"'!:>.d:J $ 11ci.ro $ ISi .tfJ $ zro.w $ J9S.w

$ Z&'.J. ct>

$"ZZ.5.00

$ /'5{}.(){)

$ /3t;.f:t)

$ 5/J(/; . r.f)

$2.IS.C:V

$3JS.oo

$ 2 t..JS-.b:'>

$ 3'1S:C()

Invitation For Bid IFB Number 01Al872

Page 2 of8

$ /. t;;'(,.J').<X/

$ Z8.tx:XJ. t:D $ JI. "'2. t;n . {() . $ 9,b(X).tP $ 418. t?irn.oO . $ 3. Z.6C>.OO $ SC/. 5fXJ .oo $ 9."~.cO $ zo,rxo.to $ L.~ ZS-0.e.t?

$ Z3p:;o. CP

$ 33.1 "'1 S::J. co $ 1 s,oz;.c:o

$ ~,z.-s-ei.a>

$ '30,0f::O.c;O

$SI 1f::l:D .ro

$ 6,3to.a:>

$ z.~ L/c;o. (.()

$~5'C6-~

lf '10 08(). co

30 WD Field Sampling and Testing for ph and

38 turbidity including downhill evaluation and cause assessment, results reporting, and maintain analytical results)

39 50 EA Prepare Rain Event Action Plan (REAP)

40 12 EA Prepare Construction Site Monitoring Plan

30 EA Laboratory Test for Suspended Sediment 41 Concentration (SSC) (ASTM D 3977-97)

42 50 EA pH Lab Analysis

43 50 EA Turbidity Lab Analysis

44 5 EA Erosion Damage Assessment

20 WD Lane Closure and Traffic Control System for 45 Two Lane Conventional Highway (Ref Std_

Plan T13)

12 HR Lane Closure and Traffic Control System for 46 Two Lane Conventional Highway Hourly

Overtime at Time+ Yz (Ref Std Plan Tl3)

8 WD Lane Closure and Traffic Control System for 47 Freeways and Expressways (Ref Std_ Plan

TIO)

6 HR Lane Closure and Traffic Control System for 48 Freeways and Expressways Hourly Overtime

at time+ Yz (Ref Std_ Plan Tl 0)

20 DAY Portable Changeable Message Sign (Ref 49 Section 12-3.12 of the Std_ Specs)

50 100 HR Advanced Flagger (Straight time)

51 30 HR Advanced Flagger (Overtime at Time+ Yz)

52 120 HR Pilot Car with Operator (Straight Time)

53 30 HR Pilot Car with Operator (Overtime at time+ Yz)

$ I ,'?JS> .CD

$ a:o.ro $ 8co.a:J $ SC¢.W

$ 350.CO $ '3~.c:o

$ I /3'.:0. CV

$ 31ax;.W

$ SfD.eb

$]/xt>.ob

$ ~O().CO

$'3Gr;.Ob

$ flS.oo $ 1$5'.00 $ 150.CO $ ('7~.tO

Invitation For Bid IFB Number OlAl 872

Page3 of8

$ 5'-11 ~.oo

$ '-/O,oro.oo $ °t,f,oo.OO

$ l ~,cx:o .co $ 1'1, 5'QJ.CO $ f'1.5m.d) $ 9:oro .ro $ E:l:::>,oco. exJ

$ fO,l'Zb.l:X?

$ zc../,oro.w

$ 4oro.o0

$ 7/lOO. rf)

$ it, ~oO.oo $ 4,bSo.t>O $ 1H cxtJ.oo $ S;z.c.o .oo

3oz1qZD.Ct/

54 4 DAY Light Plant for Night Time Lane Closure

40 EA K-Rail Concrete Barrier (20 Foot Section 55 including maintain place)

8 ROUND TRIP K-Rail Concrete Barrier Mobilization and Demobilization (20 Foot section deliver and

56 remove within when the District task order is issued)

57 100 HR Backhoe (Cat 420 or Equiv.)

4 HR Backhoe (Cat 420 or Equivalent) Hourly 58 Overtime

10 ROUND TRIP Backhoe Mobilization/Demobilization (Cat 59 420 or Equivalent)

60 50 HR Ten Yard Dump Truck (Straight time)

5 HR Ten Yard Dump Truck (Hourly Overtime) 61

6 ROUND TRIP Ten Yard Dump Truck 62 Mobilization/Demobilization

75 HR Truck with Rock Hauling Trailer (5 axle) 63 (Straight Time)

4 HR Truck with Rock Hauling Trailer (5 axle) 64 (Hourly Overtime)

6 ROUND TRIP Truck with Rock Hauling Trailer (5 axle) 65 Mobilization /Demobilization

20 HR Large Loader (Cat 966 or Equivalent) 66

6 HR Large Loader (Cat 966 or Equivalent) Hourly 67 Overtime

5 ROUND TRIP Large Loader (Cat 966 or Equivalent) 68 Mobilization/Demobilization

$ 140.o()

$ 1so.w

$ zso.w

$ r1s.co $ l..SO.co

$ 97.S.ot>

$ 1'15.<:JJ

$ Z.S"O.ro

$ Effo.O?

$ 1~.0)

$ 7l1S'.OO

$ 690.(J)

$ 37$.oO

$ 315-rt>

$ 1, 1"'° .oO

Invitation For Bid IFB Number 01Al872

Page 4 of8

$ 5~.ty)

$ <i:,µr.>. rP

$ ?..,a:::o.etJ

$ ii, sc:o.co $ 1,oop:oo

$ q, "LSO .r:o

$ g,150.ro

$ 1, -z.so. a::1

$ 4 1 1'40.C:O

$ 13,950.00

$ 1, \Q?.00

$ LI, l'-\0.CO

$ 6, Sa5.a::>

$ Z,"2.SO.o::J

$ ~0X>.OO

g~ fl0.00

69 60 HR Medium Loader (Cat 938 or Equivalent)

6 HR Medium Loader (Cat 938 or Equivalent) 70 Hourly Overtime

5 ROUND TRIP Medium Loader (Cat 938 or Equivalent) 71

Mobilization/Demobilization

72 20 HR Large Excavator (Cat 365 or Equivalent)

4 HR Large Excavator (Cat 365 or Equivalent) 73 Hourlv Overtime

4 ROUND TRIP Large Excavator (Cat 365 or Equivalent) 74

Mobilization/Demobilization

75 50 HR Medium Excavator (Cat 325 or Equivalent)

4 HR Medium Excavator (Cat 325 or Equivalent) 76 Hourly Overtime

6 ROUND TRIP Medium Excavator (Cat 325 or Equivalent) 77 Mobilization/Demobilization

78 60 HR Small Excavator (Cat 307 or Equivalent)

4 HR Small Excavator (Cat 307 or Equivalent) 79 Hourly Overtime

5 ROUND TRIP Small Excavator (Cat 307 or Equivalent) 80 Mobilization/Demobilization

60 HR Water Truck (4000 Gallon with 50 foot of hose 81 and nozzle)

4 HR Water Truck (4000 Gallon with 50 foot of hose 82 and nozzle) Hourlv Overtime

8 Round Trip Water Truck ( 4000 Gallon with 50 foot of hose 83 and nozzle) Mobilization/Demobilization

84 50 HR Small Tractor, Crawler (D3 or Equivalent)

6 HR Small Tractor, Crawler (D3 or Equivalent) 85 Overtime

$ 3t;O.ro

$ 3'1S.OO

$ 11a:P.CO

$ lf75".CO

$ s1s.ro $ Z.,3ZfJ.(b

$3=0.ro

$4°/0.CO

$ i/&o.a:> $ 7.Ji::/~. a:;

$ 3a>.<X>

$ 9G,().(1)

$ i'-lt;; .cf)

$ ws .(f:)

$ 9f:IJ.CO

$ ns.w $ t.50-t:V

Invitation For Bid IFB Number 01Al872

Page 5 of8

$ tS,!ltJ.CO

$ 21zso.cv

$ ~c;a'J.Ob

$ ~~oei.co

$ Z13a?.a?

$ ~z~.ro

$ 1cr, sco.w $ t,%0.ct>

$ 10 ,Bro.co $ 1s,qro.oo $ l,"ZC0.00

$ 4/(3CO.a::>

$ g, 'f{)().(,(J

$ gzo.tJO

$1b80.tJO

$ 8, '1<;0.a?

$ 11 ~00. oo

I Z:1 1 'l'iO. oo

6 ROUND TRIP Small Tractor, Crawler (03 or Equivalent) 86 Mobilization/Demobilization

87 40 HR Medium Tractor, Crawler (05 or Equivalent)

6 HR Medium Tractor, Crawler (05 or Equivalent) 88 Overtime

6 ROUND TRIP Medium Tractor, Crawler (D5 or Equivalent) 89 Mobilization/Demobilization

90 500 HR Equipment Operator (Straight Time)

20 HR Equipment Operator (Hourly Overtime at Time 91 +Yi)

92 2 LS Temporary Concrete Washout

93 500 CY Replace Asphalt Concrete Surfacing

94 1,000 CY Roadway Excavation

95 100 CY Culvert Bedding

96 1,500 SQYD Subgrade Enhancement Geotextile, Class Al

97 1,000 SQFT Gravel Mulch

98 300 CY Class 2 Aggregate Base (CY)

99 140 CY Minor Concrete (Minor Structure)

100 100 LF 18" Corrugated Steel Pipe (.109" Thick)

IOI 100 LF 24" Corrugated Steel Pipe (.138" Thick)

102 100 LF 27" Corrugated Steel Pipe (.064" Thick)

103 100 LF 30" Corrugated Steel Pipe (.138" Thick)

104 100 LF 36" Corrugated Steel Pipe (.138" Thick)

105 100 LF 42" Corrugated Steel Pipe (.138" Thick)

106 100 LF 48" Corrugated Steel Pipe (.138" Thick)

$9':,().tf)

$ "3'#0.d>

$ l/7}0.<P

$ 1,<3C0.ro

$ \W.CD

$ \00.CO

$ Z., $'CO. a:5 $ 4aJ.c{)

$ 150.CO $ \ 5?).a> $ 3.CO $ JS.ro $ \j$.O()

$ &o.oo $ 3b.ro $ 60.QJ

$ -,Y,.oO

$ 1s.oo $ 90.CXJ $ 10§.a'J $ 118.ctJ

Invitation For Bid IFB Number 01Al872

Page 6 of8

$ 5t~.oo

$ t51tn:J.eo

$ Z,"1Cb.CO

$ 10,w.a;

$ f::D,caJ. 00

$ 3,l::ci:J. co $ S:Da?.a? $ ZCX> I a:c> .(;/)

$ 150.C()O.OO $ /S .IY'YJ. nn $ 4 I t; rJ:J .ct:> $ IS ,rYn.a:; $ Q_CJY)_r£) . $ I IZ.,(Xt).OO . $ 3, ld';6. 00 $ 6d:X:X).00 $ 3.1 -..co $ 7, t; tYJ . (1') $ 9,Q:V,(;()

$ JO. <:oD .r-,n $ //. sco.oo

1fH, '-/bO . 00

107 100 LF 54" Corrugated Steel Pipe (.138" Thick) $ 13f..cv 108 100 LF 72" Corrugated Steel Pipe (.138" Thick) $ 1qo.cv 109 500 CY Class 1 Permeable Material (blanket) $ 150.c:o 110 1 EA 18" Steel Flared End Section $ J'!.-Z..CO 111 1 EA 24" Steel Flared End Section $ 1.0Y-00 112 1 EA 27" Steel Flared End Section $ 2~$-S.QJ 113 1 EA 30" Steel Flared End Section $ 'f3Z.CD 114 1 EA 36" Steel Flared End Section $ ;11).cD 115 1 EA 42" Steel Flared End Section $ gyo.w 116 1 EA 48" Steel Flared End Section $ l1l'--\O.ro 117 1 EA 54" Steel Flared End Section $ l/3"ZO.OO 118 1 EA 72" Steel Flared End Section $ z.~ri Cb 119 20 SQYD Rock Slope Protection Fabric (Class 8) $5(;.00 120 20 SQYD Rock Slope Protection Fabric (Class 10) $5G,co 121 100 CY Minor Concrete (Curb and Gutter) $ \11.Cl).CO

122 1,000 LBS Miscellaneous Iron and Steel $ !O co 123 Lump Sum Travel $25,000.00

124 Lump Sum Per Diem $25,000.00

Subtotal

125 Unforeseen Work as described in Exhibit A, Scope of Work, Calculate 10% of the Sub Total Above

(Contractor will be reimbursed for the actual cost of work and materials approved by the Caltrans Contract Manager or designee up to the total with no additional markup allowed)

TOTAL THIS PROPOSAL

Invitation For Bid IFB Number 01Al872

Page 7 of8

$ \ 3, k.fl'). °' $ 1q,oDo.co $ 15.ntn.OO $ 13Z.to $ 2~to

$ 2813.a? $ £/3Z.tb $ 720.t:b $ 8'1'0-CL> $ l.1 P.10. ct> $ /, 370.dJ $ z., 61-/0 . Q;')

$ I. 110. 00 $ 1.1w.c;o

.

$ 120,000 .00 . $ G.~.oo $25,000.00

$25,000.00

$2..112.\,0l.h.OO .

$ 2.17.. I \Q"Z..a?

$ Z.,333/118.a:

(!) The above quantities are estimates only and are given as a basis for comparison of the 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 prevail.

(3) All line items must be bid on. No partial bids will be accepted

SQYD = Square Yard LF = Linear Foot EA=Each LBS =Pounds CY= Cubic Yard LS=Lump Sum HR=Hour WD=WorkDay YD =Yard

Invitation For Bid IFB Number 01A1872

Page 8 of8

STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION

Invitation For Bid IFB Nwnber OIA1872

Pagel ofl

SUBCONTRACTING PROVISIONS/LIST Form ADM 1511(REV.4/14)

ATTACHMENT 6

List all subcontractors that will be used in this Agreement. All subcontractors listed below must be used in accordance with the Agreement. This includes, if applicable, compliance with the subcontracting provisions and any Disabled Veteran Business Enterprise (DVBE), Small Business (SB}, Micro-Business, and Disadvantaged Business Enterprises (DBE) subcontractors. Attach a copy of the quote on the letterhead of the Certified SB, DVBE, or DBE subcontractor to this form. The quote will serve as written confirmation that the Certified SB, DVBE, or DBE is participating in the contract. If none, bidder to write "NONE" in thi§_sJ)ace.

DESCRIPTION OF PORTION OF WORK WHICH WILL NAME I BUSINESS ADDRESS I BE DONE BY EACH CONTRACTOR*

T i0-"6 S J:tJc.. 5'&> b~-C)q~

t..fl~S S. DArf\-€.y "Rd Af'l~~o""' , <:..~ 9-C:.O::> 7 C..1C. til- q~"!>OS1 '01-riqooooo;bS0

. 0 e.a '3.9i'L l 'fV\ .$ 5 t.1\\1\<0f'l~~l I c-~J

\ 1.. \ q-z... f'/'\P..C... $. ~

~~\~ 1 (..fl, C/b009> ~3() "'Z. c.; I - \ '-l \ S

t-1<. jj" 15 1'l~l 01r a \rooD\OOS4 D~'E:~ o~o'13~

\..-~F¥\.u ~-tro I

tTOS\DY\ Con-tto\

Attachment 7

CONTRACT NUMBER INVOICE NUMBER TASK ORDER NUMBER ADMINISTERING AGENCY (if applicable)

Department of Transportation Division of Procurement and Contracts

PRIME CONTRACTOR NAME (PRINT) BUSINESS ADDRESS

PRIME CONTRACTOR REPRESENTATIVE NAME (PRINT)

DESCRIPTION OF DBE

Invitation For Bid IFB Number01Al872

Page I of3

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, Sacrament, CA95814

CONTRACT START DATE CONTRACT COMPLETION DATE

TOTAL CONTRACT AMOUNT: $

Total Federal Share Amount: $ OR

PAYMENT AMOUNT(S)

%

ITEM WORK PE RF OR MED COMPANY NAME CERTIFICATION GENDER

OWNERSHIP DATE WORK PAYMENT NO. AND AND BUSINESS ADDRESS NUMBERJWORK CODE(S) COMPLETE DATE

MATERIEL PROVIDED CODES NON-DBE DBE

• • $ $

$ $

$ $

$ $

$ $

$ $

OWNERSHIP CODES: TOTAL $ $

ORIGINAL COMMITMENT 1= Black American 6= Caucasian COMMENTS:

2= Hispanic American ?=Woman

3= Native American 8= other

$ % 4= Asian Pacific American 9= Not Applicable

DBE 5= Subcontinent Asian American

List all Subcontradors and Disadvantaged Business Enterprises (DBEs) regardless of tier, whether or not the firms were originally listed for goal credit. If actual DBE utilization {or item of work) '\NaS different than that approved at the time of award, provide comments.

I CERTIFY THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT

CONTRACTOR REPRESENTATIVE'S SIGNATURE BUSINESS PHONE NUMBER

SZJD ztS-SS"S• 01e

CONTRACT MANAGER'S SIGNATURE

COPY DISTRIBUTION (Required): (1) Original: (2) Copy:

Attachment 7

TO THE BEST OF MY INFORMATION·AND BELIEF, THE ABOVE INFORMATION IS COMPLETE AND CORRECT

BUSINESS PHONE NUMBER

~":!CJ 'Z"f~ 553'{ Contract Manager Office of Business and Economic Opportunity, Email: to [email protected] or FAX to 916-324-1949

Invitation For Bid IFB Number 01Al872

Page 2 of3

'FS""· .,

(5.30) 639-9987

AnENTION ESTIMATOR:

PROJECT:_ Storrn-water repairs District 01

4965 S. Barney Rd. Anderson, CA 96007 OFF: (530)639-9987 FAX: (530)466-2613

983087 A, C31 DVBE Firm 11-1753009, DBE Firm #38721, DIR REG #1000007688, Union Contractor

SHEET 1 OF 2

BlD DATE: May 15, 2018

CONTRACT: ~0~1A~1~8~72~~~~~~~~~~~~~~~~~~~~~~

UNIT OF ESTIMATED ITEM NUMBER MEASURE Q.UANmY UNIT PRICE TOTAL

TRAFFIC CONTROL SYSTEM

2 FLA<lGERS 8 HR MINIMUM~

45,46,50,51 EACH ADDIDONAL Fl.AGGER 8 HR MINIMUMtt

FLAG OVERTIME FOR EACH PERSON

52,53

47,48

P!LOTCAR: 8 HR .

PlloT CAR OVERTIME FOR EACH PERSON

LA.NE rsH<;>OLDER/ RAMPClOS.URE & MONITOR: 1 TRUCK, 1 ARROW.BOARD, COl\l.ES, 1PERSON.8 HR MINIMUM

OVERTIME FOR LAN~ CLQSURElPER PERi;ON

49 PORTABLE CHANliEASlE MESSAGE B.OARO.SIGN

54 UGHT TOWER

PER DIEM IS PAID $50.00 PER DAV PER PERSON

UNIT OF MEASURE

WEEK DAY

WEEKDAY

OVERTIME HOUR

WEEKDAY

OVERTIME HOUR

SHJFT

WEEKDAY

SHIFT

HOUR

MONTH

WEEK

DAY

MONTH

WEEK

DAY

SUBSITENCE BILLED AT BOOl<RATE, TRAVEL IS $50.00 PER HOUR FOR DRIVER OF EQUIPMENT ONLY.

DEUVERV OF RENTAL EQUIPMENT (EQUIPMENT TO UNLOAD TRAILER LOADS PROVIDED ONSITE BY OTHERS)

PREMIUM RATES FOR WEEKENDS AND HOUDA VS

UNIT PRICE

$1,400.00

$650.00

$115.00

$800.00

$125.00

$950.00

$625.00

$100.00

$110.0Q

$1,ooo,oo

$450.00

$300.00

$soo.oo

$200.00

$100.00

$100 per hour Portal to Portal

POR

**FOR FLAGGING AT NIGHT, CONTRACTOR PROVIDES UGHTTOWERS FOR FLAGGERS. IF T ANDS PROVIDES UGHTTOWERS, ABOVE RATES WILL APPLY AND FUEL PROVIDED BY OTHERS.

ADDffiONAl ASPHALT OIL HAUUNG (trucks and tanks owned byT&S), OPERATED WATER TRUCKS, ROADSIDE SIGNS, CONSTRUCTION AREA SERVICES SIGNS, lRAFFIC SAFm PRODUCT SALES/RENTALS, END~DUMPS, FLAT~BEOS, WATER TRUCKS, TRAFFIC CONTROL

4952 s. aarney Rd. Anderson~ CA 96007 OFF: (530)639-9987 FAX: (530)466-2613

(-5.}0) 6)9·9981

983087 A, C31

DVBE Firm #1753009, DBE Finn #38721, DIR REG #1000007688, Union ContractQr

SHEET 2 OF 2 Irnffic Contrgl and Sign Quote Provisions

Construct Roundabout __ ~0~1 A~1~6~7~2 __ _ BID OATE:_-~S,_/1,_,S°"/2oc0'-'1-"8--

No items on this quote will be deleted unless approved by T and S DVBE, Inc. prior to bid opening.

Acla1ow\edgem_ent & Agreement: By appointing or listing T ANDS DVBE, INC, ns a subcontractor on this project, the P'tirne Contr;ictor acknowledges and agrees tt> a_U appJlcable-terms.and conditions as stated above and In the descriptions below.

-ctmstn.i<;tlcin ·1lreil signs wilt be _removed and T and S OVBE, Jnc. will retain possession of said signs. All detour·.s_lgns shall be lnstalle_d at the beginning of the pr_oject·covered. Uncovering as n,eeded by others unless T and Sis on site providing traffic control, USA m1irks provided by oth_ers, so T And S c:1u1 caU i_n to Undergrouhd Service Alert, lfT 11nd S has to paint USA marks, ;iddltional moblllz1ition charges will be applied.

G·iii~n the lellgthy duratlon·of th_l; projeet. All traf.fk control rates will increase every· July 1 by the exad amount the wages and-fringes Increase Sta'rtiiig ln.2018. No additional murkup-will be applied, only the amount of the laborers increase .(lf_any) for thilt fis<:al yenr.

Ra_dlos: Our· pilot crir(s) and flilggers will be equipped with VHF and UHF 2·way radios, Our pilot cars and fln!}gel'$Wlll be e{Juip_ped with CB radios for c.ommm:iicntlonwith your trucke·rs and other CB· equipped equipment.

Reotal-Equipme_nt:_-The Prime-Contractor shall be responsible for .any damage or loss to/of the equlpmen_t duti to traffic conflict,s1 vand_aJ_i_Sm, .. theft, acts.of n!Stlo·e or mishandling by Prime Contractor's staff, this includes batteries. The Prime Contrnctor w_ill NOT be r:esponsibli;i for _mair)tenance of .thiroperatlonal (iipabilltres, except for Operatfonal dlfflcultles·and repairs brought.about by such-ttafflc confll<;,s, :van~a_lis-m,_<1~t$ofnatur_e Ol'

mlshtlndllng_ by Pdme C6ntr;ictor's~taff, Prime colitractor is tesponsiblc_fot all.lost stolen ·or damaged equipment-o.n.)ob_-site, ·(Includes :all-non· powere'd··e.tj_uipment) A.dttlly r_eccird of items-used will be provided by T and S DVBE Inc. for the prime contractor to:slgn ·off on, ~II wate~ for· crash clishloris SU:J:'.plii!d b,y others.

IJ:1_Su_t11nce:--T AND:_S_.bVBE; INC._m_aintains ·1nsurmic:e coverage's 11s required .by USDOT·FH_WA, Caltrans (Comm_erc_llll G_e_nnrnl l.labillt)l1 Commercial Auto, a_nd.Workers Comp); ilnY-addltlonnl eovl!'rnge's requfred by the Prlme Contl•actor can be acquired by _us at-the Prime cOnnactor's-soJI\! expense (e .• g .. Worke~~ Comp Wai_ver r.>f Subrogation, Exeess Llablllty umbrella).

Mobilizatl!Jm For this project our initial advnnce notice requirements are 10 c11lendar days.

lnclusion of these entire: quotations in Subcontract or Work Order is required either within tlrn body of the Subcontracts/WOrk Orders or apperidi)(es to ;.'Ind referenced within the Subc;ontractjWork Order, Such Inclusion and /or referencing in no way obligates the Prime Contractor to use any of the op_tiOnal quotations :nbove.

Working Time: All pricing is bilsed on consistent working weeks/days. Prices are subject to change if prime contractor contracts T ANDS DVBE Inc. less than full 40 hr. Week and/or 8 hr. days. Additional Mob and or increased hourly rates will be applied,

All Payments (There will be no payment retention on traffic control) T ANOS DVBE INC. will bill every two weeks. Invoke 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 further agrees to pay reasonable attorney's fees and cost if collection is required. Venue for the purpose of thls obligation shall be Lassen County, CA. T ANDS DVBE Inc. will be paid within 30 days of invoicing or work shall stop until payment is made.

Acceptance of this quote is acceptance of these provisions, which shall prevail if in conflict with any other contract documents. This quote must become a binding part of any contract written in reforence to it.

Quote excludes any and all traffic control, electrical and water pollution control work. Cutting and coring of concrete is excluded. Sign post anchors can be provided prior to pouring sidew;ilk, so they can be wet set. Temporary supports for roadside signs are excluded.

No retention is to be held on Traffic Control and Equip111ent Rent111.

John Bailey Estimator

530-949-0270 [email protected]

Sheet1

·_M_&ll.Env_i!tjnl)'lelltal L_an~_sc_a_e~_i;! __ Inc. 12192 Mac's Road Redcii09:cA ssoo:i fi30.241~14is\Fllx 530.241.9541 '.DIR Reglstrati~n-~~.1000010084 _ _ _ _ _ __ :cA Lie. 751931 DBE,SMBE, and MBE Certified CT No. 030736 ' """';-----·~·-.-·-·'" - -" ~

5/14/18

Bid For- [Cal:tr_ans# _01f\1872 St~rm water repairs District 1

;M&S Envlronm)>ntal Landscapes, Inc. would like to propose a bid for the. followlng-ijems: '· -~--·-'·· ------- i---"~" - -- - .,._,. __ -- -··-- '" --~~--·-··--·- .. -------~--i-"''-

ltem No. 'j[)escripi;-~,; - - ·-·---- - - ·---·T Units

Bids 5/15/18

/· -------~-.-w---"'---~---

'

1 l Hand Straw ' SQYD 1000 - 0.55 ' 550 2 'Tacked Straw 13 J_Hydrosee~ Type I 14 : Hydroseed l}:pe II 15 i Bonded Flb~r Matrt_x_ l}:p". I 16 j Bond_ed F_lber MatrlxType U

17 i Compost Blanket 18 :·seeciMiX1 •••• ·-- ·

:~::-~1f: _'[seed Mi·x-11· -________ _

;21_ ~JNetting ,.--"--!--""-~? ... _____ }~_aye-~~! .~?Y: -~- ('?,~t~

_ ! Fon11a'!. S~ra2gh_l_!im~- ____ _ !Forman Dverllme: llme 112 i Labor Straight llme

26 Ti.abor OverTim~ : rime 112·

ADDITIONAL BID NOTES

-. -~--· SQYD

SQYD

5000 2000 4000

SQYD : 500 __ , ______ ·-· ___ , ___________ _

TOTAL'

SQYD 1200

HROT 500 60

0.6

0,85

125.56 --- ----- - _4:9 ,340

?_.~36 0 _, _______ -----·· 0

0

0 0

0

146,959.6

.. Prime C~ntractor to provide and ~ay for water sou~ce on the job site (I.e. fire hydr~~t,3000 gal wal~r truck!_ a.r other approved so_ur~)_

, .at a_ m!nlmu~:~a~e of 2~. q:J?_·~·· and Good drivable truck a_cc_~ss. *-~\I_~ _traffic con(rol to be _provided by Prime ~ontractor. Bid valid _for 60 days. _ _ __ .

, •9ne Move~i~ ls 1.~clu~:d int~~~~ bid.> unle~s ot~erwi~ ~t_at~~· Addltlonat ~ov_e_-i!1 )}f necess~rt)~t !~.~ ~-t~-~f~~) ~2.9. ea~h. • A~_~stima~ed 3 acr_e? of ~ydroseed!nQ. can b_~ -~o~~- in o_ne_ w_o_r~ing day:_Stand_:-~y~time wlll E_e bill~d_ a_t $9,~q .e.i:r ~?~_r:_

:. P_~rform~_nce __ 'and Paym~nt bonds are not lncl~ded; lnsur~nce beyond a $5 rnil umbrella Y".'ill resul! _in ~ddi~~°.!'al c~~r9_~: • ?~Q~a.tory t~ Local. 1 ~5 Labo~er~ Union.

~ ,,1!.Y~u have anx questlo~s please call our office.

Michael Smith,

STATE OF CALIFORNIA• DEPARTMENT OF TRANSPORTATION

DISADVANTAGED BUSINESS ENTERPRISE (DBE) INFORMATION ADM-02271 (Rev. 0612012) Page 1 of 2 (CONTRACTS FEDERALLY FUNDED IN WHOLE OR IN PART)

PART A- CONTRACTORS INFORMATION (Refer to Instructions on Page 2 of this form. Bidder/Proposer shall ensure all information provided is complete and accurate.)

CONTRACTOR'S BUSINESS NAME AGREEMENT NUMBER I CONTRACT DOLLAR AMOUNT DATE

CONTRACTOR'S BUSINESS ADDRESS CITY !STATE ZIP=DE

CONTACT PERSON

I BUSINESS PHONE

( ) I ~AX ~UMBER J EMAIL ADDRESS

PART B - DBE INFORMATION AND DOCUMENTATION (Refer to Instructions in Page 2of this form. Bidder/Proposer shall verify DBE certifications.) Contractor shall attach a copy of the bid (or price quote) from the DBE (on the DBE's Letterhead) for all DBEs listed below.

(1) Prime and Subcontractors: List Name(s) and addresses (2) Area Code & (3) (4) Description ofWork, (5) DBE or CUCP (6) (7) DBE (8) (9) Galtrans

Certification OVi/llership % of$ Value of all DBEs that will participate in this Agreement: Phone Number Tier Service, or Materiel Supplied Number. Code

$ Amount Claimed Claimed Use Only%

PART C-FOR CAL TRANS USE ONLY (Verification Completed by Civil Rights, Office of Business and Economic Opportunity):

PRINTVERIFIER'S NAME AND TITLE !SIGNATURE IDATE CIVIL RIGHTS STAMP OF APPROVED

%) DBE PARTICIPATION DYES ( ONO ~ o>jt.r,Ml8

Attachment 12

STATE.OF CALIFORNIA· DEPARTMENT OF TRANSPORTATION B!DDERJPROPOSER DISADVANTAGED ISUSL'llESS E.'41'ERPRiSE (DBE) GOOD FAITH EFFORTS DOCUMENTATION ADM--03i2F (REV 06l2012} Page 1 of4

CO!\'TRACTOR'S NAME

(COl\.1TRJl.CTS FEDERALLY FUNDED JN V'JHOLE OR lN ?ART}

I I !FB OR RFP OR RFQ NU~ABER !

Inviation For Bid 1FB Number 01A1872

Page 1of4

DATE

BIODERIPOOPOSEF!. INSmUCTIONS: Submittal of only the Disadvantaged Business Enterprise {DBE) ITTfcrmat!on term, AD!\.1-0227F, may not provide sufficient dccumenlatlon to demonstrate that adequate good fail:h aforts (GFE} were made by the bidder/proposer. Bidder/pro-,,osers orosinc coal grajnment shou!d a!lNS.vs 5illimil: dooumerrtajioo for ma!Gng GFE to protect tts allg.lb!ltt:yfor awerC shook! Ga!trana, in its evaluation, flnd that the goal was not met Exampies of disquali'iicafion may include but are not be !imfted le: i) A DBE subcorrtractor was not certffied by Caltrans or a state or focal participating age.."lcy mat has a ;eciprocaf agreement with Caltrar.s, by the bidiproposal due date.ar.d time;" or2) Bidder/proposer made a rnafuemat'.cal errcr r.ssulting In failure 10 meet the g:al. Bidderi?roooser must mat:& an adW@+-'e GFE to be resoo.-iajve. When applying for a d5termination of a GFE when no contract goals ha'¥e been attained er when onlV partia1 goalls} have been attained biddersipropos.,"'IB sf-.all complete this Bidder/Pmpcser Good Faith Efforts Docwnentation form, ADM.../J3i2F, and submit -the reques'-oBd irrfoonfilion below with its bid by the bid due rlaffi and fune.

BidderJProposer is responsible to: {1) ensure information ts complete and accurate-, and {2.} wrifv DBE certmcations. '!. ADVE:RTISEl'-J!ENT DOCUMENTATION

List naroes and dates of each general ciroulai.io.1: newspaper, trade paper and minomy focused paper or other publica!ion in >M1k:h a request for DBE participa:tion was placed. Attach a copy of the advertisement or proof of ;::ub!ication.

TlTI..E OF PUBLICATION PUBLICATION. DATE{$) TITLE OF P'.JSL!CAT!ON i . . - -- I

I I I I I !

I I 2.- Dae: OOCUMSNTAllON

a List the nan'les and dates oi written notioes sent to firms certified as DS:Es soliciting b!ds tor the contract.. b. Ust the dates and met:'"lOC!s used tor fol!Owing up- ir.:tia! sciicilafior'.S Io del:arm!ne willl certainty \IOhether or not the DBEs were itt.erested. c. Attach a copy of arry sollcitat'On package, phone records, fax cortfirrnaliohs or so1icitatioo follo\¥-up co;;esponder.ce sent to DBE firms. d. Identify infonnation submitted to the bidder tor this solicitation:

Check the appropriate box:: D IFB 0 RFP 0 RFQ

SOL!CITA'TION DA1E

MAILED DATE

PHONED DATE OF

FOlLO\¥-UP FOLLOW-UP METI-!OD

PHONEi8\.WL NAME OF FIRM SOLICITED

1 I i 1 1

COi'ITACT NAME

i 1 i I 1 ' t I l j ~ ~~,~~~~~--~~~~r-~~~~~~~~~~~~-+

i I ! i l i .j I i i

I

I I -+

I J I J

PUBl.JCATION DATE{S)

?HONE NUMBER

Attachment 12

STATE OF CAUFORN!A • DEPARTMENT OFTRA."i.SPORTATK)N

BIDDER/PROPOSER DiSADV ANT AGED BUSINESS ENTE_l'!l'RlSE {DBE} GOOD FAITH EFFORTS DOCUMENTATION ADM-03i2F (REV 00!2('Ji2) Page2oi4 (COf'ITF!.ACTS FEDERALLY R.INDED IN \.'VrlOLE OR !N PART)

Inviation For Bid IFB Number 01Al872

Page 2 of 4

CONTRACTOR'S NAME IFS OR RFP OR RFQ NU:VtBER j DATE

2. DBS: DOCUMENTATION (Continued)

SOLiCITATION

DATE I D.4.TE I DATE OF l FOU..OW-UP METHOD I . T MAfLED I PHO.\!ED I FOLLOW-UP ! PHONE/EMAJL ! NJl.ME OF FlRM SOL1Cl1ED f CONTACT NAME l PHONE !\.'UMBER

------- ' I

I I I 1 l I ! I 1 i

-- ; - T i l ! J l i I l ! t l ' r-- 1 1 1

1

- -i -I i I 1 i I . I i I ' I ) i l ___________ l ! I ! T i ! i ' I i I i I I ! i 1

I I i ! ! I I

I ! 1 ! l r i I I

3. ITEMS OF WORK ldentify :!he items o€ work made avfiltab!e to DBE firms, including, '.'Alere appropriate, any breakdc\Nl1 of the contrac!: work mo economlca!ly feasible unfr.s to facilitate DBE participation. Bidder/Proposer shall demonstrate that sufficient \-vork to facilitate DBE Dartictoaici'l vvas made avaJieble to DBE 'fiflTls.

ITEMS OF V'JORK:

SREAKDQ\llJN OF ITEMS:

STATE OF CALIFORNIA • DEPARTIJ!ENT OF TRANSPORTATION

Attachment 12

Inviation For Bid IFB Number OlAl 872

Page 3 of 4

BJDDER/PRO!'OSER DISADVANTAGED BUSINESS ENTERPRISE {DBE) Go-00 FAi'TH EFFORTS DOCUMENTATION AD~~0312F (REV 00!20'.12} Page3of4 {CONTRACTS FEDE""i.ALLY FUNDED lN \A/HOLE OR IN PART}

00'\JTF.ACTOR'S NAME IFS OR Rf? CR ·RFC NUMBER DATE

4. DBE RESPONSES Ust the DBE -firms that responded or submitted bldsi'propooafs to your solkmatlcn for participaiion in mis contract !hat were not accepted. Provlde a summ:ruy of your <llscussion and/or negotiations with each, the r.ame of the flrm seJectecl for tr.at portion of JNOrk, and the reasons for vour choice. Attach cor.Jes d oucr..es from DBE fums oon~ed

DBE FIRM NAME I PHONE NUMBER i RES~NDED I SELECTED I 1YES JNO ,YES INO 1

I -! 1--1 1 1 -r 1

' I ! --r-1 I l ' I I I i i - I !

I i l 1

I I I I I ! I i

I !

l I I I

-' I l I 5. ASSISTJ1J,JCE TO OS& - Bonding, Insurance,. etc.

GIVE REASON FOR N01'.l...SELECTION AND A SUMNIAG:Y OF DISCUSSIONS

!dentl'fy efforts to assist DBEs !n obtaining born::!ing, lines of credit, insurance, and/or any technk.:lli assislmx:e related io requirernert..s forthe-wcr'i< or for p!ans and specification p;ovided to DBEs.

Attachment 12

STATE OF CALIFORNIA~ DEPARTMENT OF TFlANSPOITTATION B!DDER.'PROPOSER DISADVANTAGED BUSINESS ENTE."!PR!SE (DBE} GOOD FAJTH EFFORTS DOCUMENTATION ADM--OS-12F (REV 0&'2012) Page 4 of 4 (CONTR.i\CTS FEDER/<ll. Y FUNDED IN WHOLE OR IN PAR1')

' CONTRACTOR'S NAME 1 !Fl3 OR RFP OR RFQ NUMBER

$.. ASSiSTANCE TO DBEs- Equipmen'JMaterials, etc.

Inviation For Bid IFB Number 01Al872

Page 4 of 4

DATE

Identify efforts made to assist interested DEEs Jn obtaining necessar,,r equ:pment., supplies,. materials, or rela:ted assis'"..ance Di' services excluding supplies and equipment the DBE subcorrtractor purchases or leases from the prime contractor or lts effiliaE.

7. ADDITIONAL.DATA Provide any additional dais. to support a demonstration cf GFE such as contacts ""ifh DBE assista.'1Ce ager-;e!es. klentit/ fue names of ager-.cies, organizations, and groups prO'liid1ng assistance in cont.acting. recruiting, and using DBE fimtS. Attach .coPieS Oi reouests to ar.er.cies and §DY.res~ rBCeived, La, rists, !ntemet pages, etc.

ADANofice

NAME OF AGENCY/ORGAf\i'JZATlON METHODS/DATE OF CONTACT RESULTS

J I

! l I -~

I I I I l l

For individuals with SensoiY di$abillties, trus docLa:nent ls awi!able in alternate formats. For iniormatiori call (916) t.l54-6410 or TDD (916} 654-3880 or Wli'"i.e P.ecords and Forms Managemetr'.., 11:20 N Street, M....~, Sacran-.ent. CA 95814.