DBE COMMITMENT ~04-28-15All:16 RCVD - California Bro… · DBE COMMITMENT DES-OE-0102.10D (REV...

21
STATE OF CALIFORNIA' DEPARTMENTOFTRANSPORTATION DBE COMMITMENT DES-OE-0102.10D (REV 11/2014) CONTRACT NO, 10-1E0204 BIDMlOUNT $ 2,242,562.00 BID OPENING DATE April 22, 2015 B1l?DER'S NAME Martin Brothers Construction ~04-28-15All:16 RCVD DBE GOAL FROM CONTRACT {'Yo) 8% DBE PRIME C.oNTRACTOR CERTIFICATION l NIA TOTAl NUMBER OF ALL SU8CONTRACTS (DBE & NON.DBE) (7) OiAL VALUE OF ALL SUBCONTRACTS (OBE & NON.DBE) $292,586.50 elD ITEM NO. 13,14,17,18 15 21 3 18 22 ITEM OF WORKANQ DESCRIPTION OF SERVICES TO BE SUBCONTRACTED OR MATERIALS TO BE PRQVIDEo 2 Grinding Shoulder Machine Rental Place Hot Mix Asphalt Dike Traffic Control Boot Truck & Oil Tack Coat WORK CATEGORY .CODES 3 C4201 C3910 C3940 C1201 C0624 C0624 NAME CFaSEs (Must be certified on the d:'lle bids are opened. Indudo Caltraos' eertffical.ion no., DEE oddros$, and phone rn.mber. Snow 2nd and 10000000rtier subc::ontractors) ABSL Construction 8435 24th Ave Sacramento, CA 95826 916-379-0442 DBE Cer! No. 005270 A.C. Dike Company 2788 Venture Drive Lincoln, CA 95648 916-652-0159 DBE Cer! No. 000219 Force Traffic Control, nc 1478-B N. Belmont Rd Exeter, CA 93221 559-594-1062 DBE Cer! No. 29335 pin oa IS 16490 Vineyard Blvd Morgan Hill, CA 95037 408-465-2270 DBE Cer! No. 1378 AMOUNT (S) $48,000.00 $13,832.50 $56,420.00 $67,644.00 916-381-0911 (Area, Cqde) Plione Nurnber Show all DBE firms beingcfa.1med for credit, regardl~ss, of tier. Attach written confirmation from each DBE shown slating that it will be participating in the Contract to perform dle' specific 'work shown for the specific amount agreed to. ' The names of the 1st tier DBE subcontractors and items of work must be consistent with the Subcontractor Ust (Pub Cant Code S4100 et seq.). TEach DBE prime contractor must enter its,certification number and show all work to be perfprmed by OBEs, including work performed by its own forces. 21f.100% of an nem ISnot 10be performed or furnished by the DBE, describe the exact portIon Of item to be performed or furnished. 3 Use Work Cst690ry Codes from the Catifarnj~ Unified Certification Program database. To\al Claimed Participation $ % wn Felipe Martin, President Pe!-on \0 Contact (Type or Print Name) ~DA'Noilee: Fix individuals with ser,&OfY disabilities, thIs document is available In al:emale formats. For information calf (916) 654-6410 or TOD (916) 654-3880 or write RecOfds and Forms Management. 1120 N SIr(Xlt, MS-89, Sacramento, CA 95814.

Transcript of DBE COMMITMENT ~04-28-15All:16 RCVD - California Bro… · DBE COMMITMENT DES-OE-0102.10D (REV...

STATE OF CALIFORNIA' DEPARTMENTOF TRANSPORTATION

DBE COMMITMENTDES-OE-0102.10D (REV 11/2014)

CONTRACT NO,

10-1E0204BIDMlOUNT

$ 2,242,562.00BID OPENING DATE

April 22, 2015B1l?DER'S NAME

Martin Brothers Construction

~04-28-15All:16 RCVD

DBE GOAL FROM CONTRACT {'Yo)

8%DBE PRIME C.oNTRACTOR CERTIFICATIONl

NIA

TOTAl NUMBER OF ALL SU8CONTRACTS (DBE & NON.DBE)

(7)

OiAL VALUE OF ALL SUBCONTRACTS (OBE & NON.DBE)

$292,586.50

elDITEM NO.

13,14,17,18

15

21

3

18

22

ITEM OF WORKANQ DESCRIPTION OF SERVICES TO BESUBCONTRACTED OR MATERIALS TO BE PRQVIDEo2

Grinding

Shoulder Machine Rental

Place Hot Mix Asphalt Dike

Traffic Control

Boot Truck & Oil

Tack Coat

WORK CATEGORY.CODES3

C4201

C3910

C3940

C1201

C0624

C0624

NAME CFaSEs(Must be certified on the d:'lle bids are opened. Indudo Caltraos'eertffical.ion no., DEE oddros$, and phone rn.mber. Snow 2nd and

10000000rtier subc::ontractors)

ABSL Construction8435 24th Ave Sacramento, CA 95826916-379-0442 DBE Cer! No. 005270

A.C. Dike Company2788 Venture Drive Lincoln, CA 95648916-652-0159 DBE Cer! No. 000219

Force Traffic Control, nc1478-B N. Belmont Rd Exeter, CA 93221559-594-1062 DBE Cer! No. 29335

pin oa IS

16490 Vineyard Blvd Morgan Hill, CA 95037408-465-2270 DBE Cer! No. 1378

AMOUNT

(S)

$48,000.00

$13,832.50

$56,420.00

$67,644.00

916-381-0911(Area, Cqde) Plione Nurnber

Show all DBE firms beingcfa.1med for credit, regardl~ss, of tier. Attach written confirmation from eachDBE shown slating that it will be participating in the Contract to perform dle' specific 'work shown for thespecific amount agreed to. 'The names of the 1st tier DBE subcontractors and items of work must be consistent with theSubcontractor Ust (Pub Cant Code S 4100 et seq.).

TEach DBE prime contractor must enter its,certification number and show all work to be perfprmed byOBEs, including work performed by its own forces.

21f.100% of an nem IS not 10be performed or furnished by the DBE, describe the exact portIon Of item tobe performed or furnished.

3Use Work Cst690ry Codes from the Catifarnj~ Unified Certification Program database.

To\al ClaimedParticipation

$

%

wn

Felipe Martin, PresidentPe!-on \0 Contact (Type or Print Name)

~DA'Noilee: Fix individuals with ser,&OfY disabilities, thIs document is available In al:emale formats. For information calf (916) 654-6410 or TOD (916) 654-3880 or write RecOfds and FormsManagement. 1120 N SIr(Xlt, MS-89, Sacramento, CA 95814.

STATE OF CALIFORNIA' DEPARTMENTOF TRANSPORTATIONDBE COMMITMENTDES-OE-0102.10D (REV 11/2014)

04-28-15A 11: 16 RCVD

CONTRACT NO.

10-1E0204BID AMOUNT

$2,242,562.00BID OPENING DATE

April 22, 2015BIDDER'S NAME

Martin Brothers ConstructionOBe GOAL FROM CONTRACT (%)

8%OBE PRIME CONtRACTOR CERTIfiCATION' TOTAL NUMBE~.OF ALL SUBCONTRACTS (DBE & NON.DBE) TOTAL VAlUE OF ALL SUBCONTRACTS (DBE & NON-DBE)

N/A (7) $292,586.50

BID ITEM OF WORK AND DESCRIPTION OF SERVICES TO BE WORK CATEGORYITEM NO" S":'BCONTRACTED OR MATERiAlS TO BE PROVIDE02 CODES'

6 Prepare Water Pollution Control Progam C8713C8852

7 Asbestos Compliance Plan C8713C8792

9 Dust Control Plan C8793

10 Sampling & Analysis Plan

. NAMEOFDBEs(Must be certified on [he dale bids are opened. Include Cal trans'<:ertificaUon no., DBE addross, and phone number. Show 2nd and

lower lier subcontra~ors)

Alfred Civil Engineering7604 SoquBI Way Citrus HBi9hts, CA 95610916-241-5309 DBE CBrt No. 41902

an a nc828 Sc~ool Street Napa, CA 94559707-709-8894 DBE Cert No. 37357

AMOUNT

IS)

$500.00

$5500.00

8.55 %

$191,896.50

916-381-0911(Area CQ~ei PhonG Numi?Etr

Total ClaimedParticipation

C.ate

Thebidder acknowledgesthat it is comm" to use the DBEsshown9 CFR ).

Show aUDBE firms being cl13.1medfOr credit, regardlesS of tier. Attach written confirmalfon ~rom eachDBE shoWn stating that it win be participating in the Contract to perform "the'specific work shown for tJiespecific amount agreed to.

The names Of the 1st tier DBE subcontractors and items of work must be consistent with theSubcontractor LIst (PLJb Cont Code S 4100 et seq.).

lEach DBE prime contractor must enter its.certification number and show all work to be performed byDBEs, including Work performed by its own forces.

2ff 100% of an item is not to be performed or furnished by the DBE, describe the exact portion of item tobe performed or furnished.

"Use Work Category Codes from IDe Califomlft1 Unified Certification Program database.

Felipe Martin, PresidentPe:soillo Contact (Type or Prir'lt Name)

ADA Notice:========================:-:-:====--------

For indMduafs wflh sensory discllillties, this document isavailablo in alternate formats, For information call (916) 654-6410 or TDO (916) 654.-3880 Of'writQ. Records and FormsManagemenl1120'N Slreet, MS-a9, SaCl1lmento, CA 95814.

04-28-15All:16 RCVD 10

li.rItrans~STATE OF CALIFORNIA

DEPARTMENT OF TRANSPORTATION

FORMS FOR

BIDFOR CONSTRUCTION ON STATE HIGHWAY IN MARIPOSA COUNTY AT AND NEARMARIPOSA FROM NORTH JUNCTION ROUTE 140 TO 2.5 MILES SOUTH OF BEAR

VALLEY ROADIn District 10 On Route 49

Under

Notice to Bidders and Special Provisions dated March 30, 2015

Project plans approved February 2, 2015

Standard Specifications dated 2010

Standard Plans dated 2010

To be submitted conjointly withElectronic Bid book dated March 30, 2015

Identified byContract NO.1 0-1 E020410-Mpa-49-18.5/27.0

. Project 10 1014000180

Federal-Aid ProjectACSTP-P049(163)E

Bids open Wednesday, April 22, 2015 Dated March 3D, 2015.AADD

ABSL Construction9169168435 24th Ave Sacramento Ca 95826TE: (916) 379-0442 Fax: (916) 727-0912DIR # 1000002818

Bid QuotationACGrinding

Contractors LicenseA 6217815MBE & DBE CertificationCT '()()5270

Project Name:Project Number:Bid Date:Location:

Repair failed areas and resurface with rubberized HMA10-1E02044/22/15Mariposa County, California

BID, AC GrindingMinimum Dally Charge $4200.00This price is for a 80" inch cold planer machine, Wirtgen W 2000. Up to 12 inches depth.$150.00 additional for night work. $500.00 per hour overtime. $500.00 additional forSaturday work. $1000.00 additional for Sunday work. .

Minimum Daily Charge $ 3200.00This price is for an 48" inch cold planer machine, Wirtgen W 1200 Up to 12 inches depth.$100 additional for night work. $600.00 per hour overtime. $500.00 additional for Saturdaywork. $1000.00 additional for Sunday work.

Mobilization $300 each way

Inertial Profilograph:Unit price per move In with mob Included: $3000Includes: Caltrans verification procedure and calibration, generating repeatability report per specs,collection of dual wheel track surface profile data for this project, and generating Caltrans reports.Layout of grinds can be done for an additional charge.

ProfileGrinderDiamond PerShift $4,800This includes a bump grinder and 1 tanker for up to 8 hours. Traffic control, layout, water, finalsweeping if needed, dump site, and any other support needed to be supplied by contractor. If asecond tanker is needed it is $150 per hour port to port. Overtime on grinder is $500 hour andtanker Is $175 hour

Mobilization $500 each way per piece of equipment

WE ARE DBE CERTIFIEDIIII

1010.01

Portland cement concrete grinding is excluded from this quotation.Removal of Asphalt Concrete over gutter damages can't be guaranteed by ABSL.ABSL Construction will cold plane as close as possible to existing manholes, water valves,and other obstructions in cutting plane. Handwork and placing temporary asphalt tapersaround these objects or at pavement edge for safety requirements are excluded.Contractor to post streets with "No Parking" signs prior to subcontracto~s phase of work,provide water or water meter and provide traffic control during cold planing operation.All areas to be ground shall be clearly marked by the general or the job inspector.A minimum of two weeks notice is requested prior to move in.Anything not specifically included in this price should be considered excluded.ABSL Construction does not accept backcharges due to machine breakdown duringoperation above the machine's daily rental fee.Back charges will only be based on the time the machine is broken and will reflect the costof the equipment for that time. All others costs due to the equipment breakdown will not becharged to ABSL Construction.All teeth over one complete set will be charge to the contractor.ABSL does not accept force account rates or retention.This quotation will be part of our contract or purchase order agreement and is valid till anew change of the rates.If you have any questions regarding the above quote please call me at (916) 284-3598Todd Wheeler

Todd Wheeler

1010.01

AB8L Construction29393 Pacific Street, Hayward, CA 94544TE: (510) 727-0900 Fax: (510) 72HJ912

GRINDING JOB AGREEMENT

Contractors License A 6217815MBE & DBE Certification CT .005270

The prices set forth above are based on the following assumptions and are subject to change underoonditions set forth below.

1) A minimum daily rate is any part of an 8 hour day and overtime will be oharged for work done other thana regular weekday shift.

2) Modification to the work may require a ohange In the quote.3) Unless otherwise indicated the unit prices are based on ABSL performing all the work included on the

proposal. If ABSL does not receive a contract for all the work, the unit prices are subject to adjustment.4) The un~ prices are based on the estimated quantities in the bid proposal. If the quantity of the item

changes by 25% or more the unit price Is subject to equitable adjustment.5) All teeth over one complete set will be charge to the contractor.6) Prices are good for 30 days from the date of this proposal, alter that date the prices are subject to

adjustment.7) In the event there Is an Increase in the cost of fuel of more than $0.50 per gallon during the

performance of this contract, ABSL will be entitled to a $75.00 per day fuel surcharge. The base cost offuel shall be established on the bid date of the contract by reference to the Weekly Retail On-HighwayDiesel Prices for California, as published by the u.s. Department of Energy on Itsweb site atwww.tonto.ela.doe.gov/oog/lnfolwohdp/dlesel.asp.

8) If ABSL cannot proceed with its work as scheduled due to others, standby time will be charged at thefollowing rate: $425.00 per hour.

9) Downtime for equipment becoming stuck in wet or muddy sub-grade conditions will be charged at astand-by time rate until removed. Addttlonal equipment required for removal will be charged at a timeand materials basis.

10) This proposal to be attached and made part of any and all resulting contracts.11) The above price does not Include permits, fees, bonding, state or local taxes.12) This Is a proposal only for the purpose of establishing a price for work as outlined. In the event ABSL Is

the low bidder a formal contract or PO suitable to both parties shall be prepared and fully executed.13) Repairs of damage to ABSL equipment due to unmarked or buried obstructions; I.e, valve boxes,

rnanhoies oovers, concrete, steel fence posts, steel pipe or excessive depth asphalt will be billed attime and material for repairs.

14) Backcharges to ABSL must be communicated by contractor in a written notice within 72 hours from thetime of occurrence for backcharges.

15) Unless otherwise agreed to in writing prior to start of work, payment Is due and payable within 30 daysof billing, and no retention to be withheld on payments.

16) All utilities within mill grade are to be looated and marked by customer. It isthe sole responsibility of thelessee or renter (customer) to follow the requirements of the regional notification oenter law pursuant toArticle 2 (Commencing with Section 4216) of Chapter 3.1 of Division 5 of Title 1 of the CaliforniaGovernment Code. Customer assumes sole responsibility for, and all subsequent liabilities colnoldentwith following the requirements of the regional notlfioatlon oenter law. Furthermore, oustomer agrees tobe responsible for all damage to both utilities themselves and to our company's equipment by reason ofABSL equipment enoountering unmarked utilities.

17) Items not specifically included are considered to be excluded. If you have any questions please call.

Thank You,Todd Wheeler

1010-01

Back To Query Form

Search Returned 1 Records

Query CriteriaFirm ID: 5270Firm Type: DBE

Thu Apr 2310:30:39 PDT 2015

Firm 10Firm/DBA NameAddress Line1Address Line2CitySlateZip Code1Zip Code2Mailing Address Line1Mailing Address Line2Mailing CityMailing StateMailing Zip Code1Mailing Zip Code2Certification TypeEMailContact NameArea CodePhone NumberFax Area CodeFax Phone NumberAgency Name

Counties

DistrictsDBE NAICS

ACDBE NAICS

Work Codes

LicensesTrucksGenderEthnicityFirm Type

5270• -'A B S l'CONSTRUCTION .•••

29393 PACIFIC ST

HAY'NARD

CA

94544

[email protected]

LUIS M ALLENDE

(510 )727-0900

( 510)727-0910

DEPARTMENT OF TRANSPORTATION01; 02; 03; 04; 05: 06; 07; 08; 09; 10; 11; 12; 13; 14; 15; 16; 17; 18; 19; 20; 21; 22; 23; 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;52;53;54;55;56;57;58;01; 02; 03; 04; 05; 06; 07; 08; 09; 10; 11; 12;237310; 238110; 238120; 238910;

C1201 TRAFFIC CONTROL SYSTEM; C1522 RESET, .ADJUST ROADWAY ITEMS; C1531 PlANE ASPHALT CONCRETE; C1601 CLEARING &GRUBBING; C1901 ROADWAY EXCAVATION; C1910 GRADING; C1920 STRUCTURE EXCAVATION; C1930 STRUCTURE BACKFILL; C1940DITCHES EXCAVATION; C4201 GROOVE & GRIND PAVEMENT; C5105 MINOR CONCRETE STRUCTURE; C5124 ERECT PRECASTCONCRETE; C5135 CONCRETE BLOCK & MASONRY RETAINING WALL; C5501 STEEL STRUCTURES; C5570 STEEL CRIB WALL; C9980DEf/OLITION;A General Engineering Contractor; B General Bullding Contractor;

MHISPANIC

DBE

Back To Query Form

A. C. DIKE CO.5iPeciafty Paving Inc.

SPECIALTY PAVING CONTRACTOR

QUOTATION: CDOT RT 49 MARIPOSA CO. 10-1E0204

BIDS: 4/22/15

"PLACE ONLyn* 5070 LF ASPHALT DIKE TYPE "An@$1.75 LFDIKE PLACEWILL REQUIRE 2 SHIFTS.

PLACEIMPORTED SHOULDER BACKING @ $2480.00 8 HR SHIFT.**** PRICE INCLUDES PLACING AND SCREEDING.

EXCLUDESWATERING AND COMPACTION.MOBILIZATION FORSHOULDER MACHINE $800.00

PRICE INCLUDES TACK AND ONE MOBILIZATION FORDIKE CREW.ASPHALT MATERIAL AND HAULING BY PRIME CONTRACTOR.TRAFFIC CONTROL BY PRIME CONTRACTOR.

* PLACEONLYASPHALTDIKE. SPECIFICALLYEXCLUDESSURFACEPREPARATION,BACKFILL,ORFOGSEAL

QUALIFIED MINORITY CONTRACTOR, DBE/WBE/UDBE # CT 000219CAL.UC.# 407417 NEV.UC.#24188

2788 VENTURE DR. LINCOLN, CA. 95648(916) 652-0159 FAX (916) 645-9618

WWW.ACDIKE.COMDIR# 1000005929

Back To Query Form

Search Returned 1 Records

Query CriteriaFirm!D: 219Firm Type: DBE

Thu Apr 2310:31:05 PDT 2015

Firm 10FirmlDBA NameAddress Line1Address Line2CityStateZip Code1Zip Code2Mailing Address Line1Mailing Address Line2Mailing CityMailing StateMailing Zip Code1Mailing Zip Code2Certification TypeEMailContact NameArea CodePhone NumberFax Area CodeFax Phone NumberAgency NameCountiesDistrictsOBE NAICS

ACDBE NAICS

Work Codes

LicensesTrucksGenderElhnicityFirm Type

219C,AC DI;~CO '\.

2788 VENTURE DR.

LINCOLN

CA95648

DBE

[email protected] Me ClAIN(916 )645-7747

(916 )645-9618

DEPARTMENT OF TRANSPORTATION00;00;

237990;238110;238120;238910;

C1910 GRADING; C1920 STRUCTURE EXCAVATION; C1930 STRUCTURE BACKFILL; C1940 DITCHES EXCAVATION; C2602 AGGREGATEBASE; C3901 ASPHALT CONCRETE; C3910 PAVING ASPHALT (ASPHALT CONCRETE); C3940 PLACE ASPHALT CONCRETE DIKE & MISC;A General Engineering Contractor;

FCAUCASIAN

DBE

Back To Query Form

FORCE TRAFFIC CONTROL. Inc.CONSTRUCTION ZONE TRAFFICCONTROL * California C.31 License No. 790502

Member. Associated General Contractors * Member. American Traffic Safety Services AssociationDBE.WBENo. 29335 (CaITrans) " Small Business Certification No. 19303 (CA DGS)

California Office: P,O. Box 1107. Exeter CA 93221 " EstimatIng Phone (559) 786.9856 " FAX (559) 594.1056DIR 1/1000005521April 20, 2015

QUOTATIONS FOR TRAFFIC CONTROL ITEMS

CalTrans Contract No. 10.1E0204Highway 49 At and Near Mariposa, Mariposa CountyRepair failed areas and resurface with rubberized HMA

A. FLAGGING & FLAGGERS' SIGNS, CONES. RADIOS, etc. (Part of Item 3)• Two fiaggers per 8-hour weekday/night shift @ $1,180;• Additional flagger per 8.hour weekday/night shift @ $ 550;• Overtime, each flagger @ $ 76 per hour;• Doubletime, eaoh flagger @ $ 88 per hour;• Short.shift credit on weekday/nights (applied for workdays less than 7 hours) @ ($60) per flagger per hour;INCLUSIONS: ATSSA.certified and fully equipped Flaggers; all required advance warning signs including set.upand breakdown labor; reflectorlzed cones for stop areas and advance warnings signs; "lane Closed" signs onportable stands; VHF or UHF two.way radios,OPTIONAL: Portable Traverse Rumble Strip Array @ $ 280 per shift, FTC will supply all labor and equipmentassociated with new RSP T-13. Included to give the prime contractor the option to provide and Install the PTRSA.

8, PILOT CAR (Part of Item 3)• per 6-nour weeKdaytnlgnt snlll @ :I>640;• Overtime @ $ 92 per hour;• Doubletime @ $ 100 per hour• Short-shift credit (applied for worKdays less than 7 hours) @ ($70) per hour;• Saturdays per@ $ 92 per hour worked; Sunday at $102 per hour workedINCLUSIONS: Experienced pilot car operator with multiple traffic control certifications; fully equipped pilot trucl<,including eignage. beacone and VHF or UHF radio and CB radio; 'Wait For Pilot Car" eigne with portable stendeas needed.

OPTIONS e. THROUGH F. BELOW ARE OFFERED CONTINGENT UPON YOUR USE OF OUR FLAGGERS

C. CONSTRUCTION AREA SIGNS: $ 4750 lump Sum (IIem NO.2)INCLUSIONS: Provide, inelall, maintain and remove all conetruction eigne ehownliieted in Plan Sheet No. 5NOTE: Flaggers warning signs Including setup & breakdown labor are Included the FlaggIng rates above.

D. PORTABLE CHANGEABLE MESSAGE SIGNS litem No, 4)• $ 1,600 per unit for the 1st 30 days on site (i.e., $3,200 for two units);• Daily rate @ $45 per unit per day after the 1~ 30 days ..INCLUSIONS: One move.in and one move.out, initial setup, all pro9ramming and maintenance,

EXCLUSIONS: Relocations of PCMS boards will be oharged at Traffio Control Technician labor rates below

E TRAFFIC CONTROL TECHNICIAN lABOR Oncludes twck) rpart Of Item NO 31• $ 78 per hour straight.time; $ 88 per hour overtime & Saturdays; $98 per hour Sundays/Holidays/Doubletime.

Part-time work only performed pre- or post-shift, unless weekend maintenance of the Traffic Control Sy<ltem15needed, Includes but is not limited to setting and resetting of safety delineations, relooatlons of eMS boardsand auxiliary signs, and any additional assistance requested by the Prime Contractor.

INCLUSIONS: ATSSA.certified Traffic Control Technician(s) and well-equipped truck,

PAGE 1 of 3

PAGE 2 of 3Foroe Traffio Control - Quotations for CalTrans No.1 0-1E0204

F ADDITIONAL TEMPORARY TRAFFIC CONTROL DEVICES (Part of Item No 31We can provide a wide variety of additional traffic control devices at modest rental rates. All devices are night.ratedwith high.intensity retrorefiectivity and are NCHRp.350 certified. See a partial list with rental rates on page 3 below.

GENERAL NOTES, TERMS & CONDITIONS • Please read carefullv

• Acknowledgement & Agreement: By appointing or listing Force Traffic Control as a subcontractor on this project,the Prime Contractor acknowledges and agrees to all applicable terms and conditions as stated above and in thedescriptions below.

• Durability of Rates Quoted Above: Based upon the Advertisement Date of this project, all labor rates quoted above shali remainin effect through June 30, 2016. Should the State of Caiifornia increase the applicable rates for work on this project thereafter, ourrates above Will Increase by no more than ~%more 1I1anthe State's net increase.

• Radios: Our fiaggers and pilot car(s) will be equipped with VHF or UHF 2-way radios. Add~ionally, pilot cars are equipped withCB radios for coordination with your truckers and other CB-equipped equipment.Renla' egyjoment (excll'des non-powere(l devices): For this project. the Portsble Changeable Messaae Signs are covered hereinunder. The Prime Contraclor shail be responsibie for any damage or loss tolof the equipment due to traffic confliels, vandalism,theft, acts of nature or mishandling by Prime Contraclor's staff. The Prime Contractor will NOT be responsible for maintenance ofthe operational capabilities, except for operational difficulties and repairs brought about by such traffic conflicts, vandalism, aels ofnature or mlSnandling by Prime contractors staTl,Nlaht Work: (a) No increase Is applicable to any labor rales quoted above; (b) Ali added costs associated with illuminating thefiaggers stalions shall be borne by the Prime Contractor; (c) we will provide the two required 12" flashing beacons al $5 each per~hift.Labor Aareements: Signatory to the AGC.No. California Laborers' Traffic Control & Lane Closure Agreement.Inaurance: Force Traffic Control, Inc. maintains insurance coverages as required by USDOT-FHWA, CalTrans and Nevada DOT(Commercial General Liability, Workers Comp and Commercial Auto). Any additional coverages required by the Prime Contractoroan be acquired by us at the Prime Contractors sole par.vaiue expense (e.g., Workers' Comp Waiver of Subrogation, ExcessLiability umbrella). .

• Mobilization: For this project our initial advance notice requirements ere 21 calendar days for USA.locale and installation ofCon~truction Area Sign~, and 10 calendar da~ for mobilization of CMS b""rd~, fiagge,", pilot car, etc.

• Inclusion 01 these entire quotations in Subcontrao1 or Work Order Is required either within the body of tha SubcontraclslWorkOrders or appendixed to and referenced within the SubcontractsMiork Orders. Such inclusion and lor referencing in no wayobligates the Prime Contraclor to use any of the optlcnal quotations above.

• Short-Work week: Excluding beginning and end of project if work crews are worked less than three consecutive work days anadditional charge of 10% may be added to rates above.

ShOUldyou have any questions regarding these quotations, please call Vern at 669.786.9866.

Cordially,

RNMII'f Ii,. rftIIfJPresident

PAGE 2 of 3

PAGE 3 of 3Force Traffio Control - Quotations for CaITrans No.1 0-1 E0204

FORCE TRAFFIC CONTROl., INC.TRAFFIC CONTROL SYSTEM EQUIPMENT RENTAL RATES (Includes delivery & Initial setup)

(devices fl&quently used for this t.I~ofwork 8ra in bold italics)N 1 Month 3 Months

DEVICE TYPE 0 First Upto 1 to toT Day Month 3 Months 6 MonthsE (Note 1) (Note 1\

Cone,28" 2 $8 $8 $12 $18Portable delineator 2 $6 $6 $12 $16Tmffic Drum, 42" 2;3 $16 $16 $20 $46Portable Object Marker 2;3 $12 $12 $24 $40Barricade Tvoe 2 2'3 $8 $8 $16 $36Barrioade, Tyoe 3 2;3 $16 $16 $32 $85Wllmina ~iaht, Flllshina 2 $10 $10 $15 $20Wamlna Lioht Constant Bum 2 $10 $10 $15 $25Wamlna Llaht, HI.lnt 8"LED Beacon 2;4 $30 $30 $15/month $15/month

ADDITIONAL CONSTRUCTION AREA SIGNS: Post.mounted @ $25 per square foot of face;On portable mountings @$12/51' Incl. mounting.

NOTES:1. Rates for muttiple months are Lump Sum (not monthly) except where noted as monthly.2. First day rate = first month rate (to cover move-In/move-out costs) ..3. Can accommodate up to 2 warning lights.4. Several CalTrans districts now prefer that we install one of these LED Beacons atop all

post-mounted signs and, during night work, atop the required portable advance warningsigns, rather than using only 2 .12" beacons at the project perimeters.

*",.".,,****

To, "st0203 From,

Fel(: 1916 3811447

Phone: Date: "'/20{2015

RE: Temporary Traffic contrtol quotes for CT# 10-lE0204

o Urgent

o For Review

Comments:

o Please Comment

o Please Reply

Force Traffic Control Inc,'s quotations for CT#10-lE0204 near MeripoSll

fax cover[Phon" numb"r - l[Fax number - 1[e-mail- 1[Website - 1

Back To Query Form

Search Returned 1 Records

Query CriteriaFirm 10: 29335Firm Type: DBE

Thu Apr 2310:31:27 POT 2015

Firm 10Firm/DBA NameAddress Line1Address Line2CityStateZip Code1ZipCode2Mailing Address Line1Mailing Address Line2Mailing CityMailing StateMailing Zip Code1Mailing Zip Code2Certification TypeEMailContact NameArea CodePhone NumberFax Area CodeFax Phone NumberAgency Name

Counties

DistrictsDBE NAICS

ACDBE NAICS

Work CodesLicensesTrucksGenderEthnicityFirm Type

29_3~5 . _ _ _.r FORCE TRAFFIC CONTROL, INC. '\

'. 1478-8 NORTH BELMONT RD

EXETERCA93221

P.O. BOX 1107

EXETERCA93221

[email protected]\A.RY STIMPEl

( 559)594-1062

( 559)594-1056

DEPARTMENT OF TRANSPORTATION01; 02; 03; 04; 05; 06; 07; 08; 09; 10; 11; 12; 13; 14; 15; 16; 17; 18; 19; 20; 21; 22; 23; 24; 25; 26; 27; 28; 29; 31; 32; 33; 34; 35; 36; 37; 39; 40; 41;42; 43; 44; 45; 46; 47; 48; 49; 50; 51; 52; 53; 54; 55; 56; 57; 58;01; 02; 03; 04; 05; 06; 07; 08; 09; 10; 11;

238990;

C1201 TRAFFIC CONTROL SYSTEM;

C31 Construction ZOne Traffic Control Contractor;

FCAUCASIAN

DBE

Back To Query Farm

State Contractors LicenseNo. 472697

JANET SIMAS PAVING, Inc. DBASPIRIT ROAD OILS

16490 Vineyard Boulevard, Morgan Hili, CA 95037Office (408)465-2270 Calif (BOO)637-2040 flax (40B) 465-228

Ametlcan IndIan owned and operated

Member of Chukchan$1 Tribe of CA

Bid/Fax# __ 5_7_O_1_5 _

We are CALTRANSCertifiedUDBE, SBe; MBE & WBe

Material Supplier Only

Unit Est, Total

415~er 'ton + Sales Tax

Description

&-111

'submittedto:~hfJ btfI6/LS Attn: ,G:ilepf,Bid Date: ~ :nme: PtoJeet# 10-:t;;6~ t/ ,Project: Nl1nflasa CtJ=w='-'1-'ty""'-- _Item# Est, ewount

&511ms

Delivery Charse:

___ Pel' Ton + Sales Tax

$ 6@-EACHDELIVERY

/vS'"Spread Charge: $-~--_.Per hour, 4 hour MInimumIf spreading at nlght, Hourly rate iSi$ /9.5';r hout. Same Minimum APDIj!<~,

Commentsl SALESTAXNQI 'lllqUDED

QUOTATON EXPIRESSODAVS FROM BIO DATE. PRICESGOOD FOR ao DAVS AFTER QUOTATION IS ACCEPTED

We can arrange for delivery & spread of products, which Is not UDBE:YOy will not be receiving UOSEcredit for Spteading and Delivery,

2 Tan Minimum far 011PUrGhase, 0" RETfNnON TO BEHELO.Waiver ofSubrasatlon feo forWarkers Camp.inlurane, shall be eharsed at $250,00

OUETO MAR~OTVOLAmIlYTHe PROOUCTQUOTl!O MAYBE INFUJENCliD UP OR DOWN BYTHe CALTRANSASPHALT INIlEX, ALLPRICESQUOTE0 STRAIGIIT OR CliT WITH WATER, PROTECTIONOF EXISTINGCONCROTEAND STRIPING BYOTHERS, AlliN ROUTB CANCELATIONSWilL BECHARGEDATSPREAD RATEPORT TO PORT,

. . Quoted by: Janet Simas

Back To Query Form

Search Returned 1 Records

Query CriteriaFinn/DBA Name: spirit road oilsFirm Type: DBE

Thu A;lr 2310:32:46 PDT 2015

Firm 10Firm/DBA NameAddress Line1Address Line2CityStateZip Code1ZipCode2Mailing Address Line1Mailing Address Line2Mailing CityMailing StateMailing Zip Code1Mailing Zip Code2Certification TypeEMailContact NameArea CodePhone NumberFax Area CodeFax Phone NumberAgency NameCountiesDistrictsDBE NAICS

ACDBE NAICS

Work CodesLicensesTrucksGenderEthnicityFirm Type

137.8 _ -\fSPIRIT ROAD OILS"16490 VINEYARD BOULEVARD

MORGAN HILL

CA95037

PO BOX 36288

SAN JOSEAI<95158

[email protected]

null JANET E. SlfI!V'S(408)465-2270

(408)465-2280

SANTA ClARA VAl...LEY TRANSPORTAT(ON AUTHORITY (VfA)01; 07; 21; 24; 27; 28; 35; 38; 41; 43; 44; 49; 50;

04; 05; 10;

237310; 444190;

G0624 PETROLEUM, OIL, LUBRICANTS SUPPliER; C2201 FINISHING RO.ADWAY;A General Engineering Contractor;

FNATI\IE AMERICAN

DBE

Back To Query Form

Alfred Civil Engineering7604 Soquel WayCitrus Heights, CA 95610

DBE Certification # 41902QSDJP Certification # 25398

SB 854 DIR Registration # 1000005898

4/19/2015

====================================================================================

Subject: 10-lE0204:- Repair failed areas and resurface with rubberized HMA

Attn: Estimator

We have reviewed the plans and specifications for the above-referenced contract and submit for yourconsideration the following services:

BID ITEM ITEM DESCRIPTION UNIT QUANTITYUNIT AMOUNT

ITEM CODE PRICE

6 130200 PREPARE WATER POLLUTION LS 1 $500CONTROL PROGRAM $500

Scope does not include WPCP implementation; provision, transportation, or installation of BMPmaterials. Scope is good for 60 days after bid opening date.

Sincerely,

.6vu:-A~Bori A. Touray PE, QSDIQSP

touraviW.alfredce.com

Alfred Civil Engineering

(916) 241-5309

Tel: (916) 241-5309 Fax: (916) 374-7383 www.alfredce.com

Back To Query Fonn

Search Returned 1 Records

Query CriteriaFinn!D: 41902Firm Type: DBE

Thu Apr 2311:19:12 PDT 2015

Firm 10FirmlDBA NameAddress Line1Address Line2CityStateZip Code1ZipCode2Mailing Address Line1Mailing Address Line2Mailing CityMailing StateMailing Zip Code1Mailing Zip Code2Certification TypeEMailContact NameArea CodePhone NumberFax Area CodeFax Phone NumberAgency Name

Counties

DistrictsOBE NAICS

ACOBE NAICS

Work Codes

LicensesTrucksGenderEthnicityFirm Type

41902

", ALFRED CML ENGINEERING, INC7604 SOQUEL WAY

CITRUS HEIGHTS

CA95610

[email protected] A TOURAY

(916 )235-3967

(916 )

DEPARTMENT OF TRANSPORTATION01; 02; 03; 04; 05; 06; 07; 08; 09; 10; 11; 12; 13; 14; 15; 16; 17; 18; 19; 20; 21; 22; 23; 24; 25; 26; 27; 28; 29; 30; 32; 33; 34; 35; 36; 37; 38; 39; 40;

41; 42; 43; 44; 45; 46; 47; 48; 49; 50; 51; 52; 53; 54; 55; 56; 57; 58;01; 02; 03; 04; 05; 06; 07; 08; 09; 10; 11; 12;541330; 541340; 541620; 541690;

C87D5 DESIGN; C871D ENGINEERING; Ca713 CONSULTAfIlT, ENVIRONMENTAL; C8715 CONSULTANT, ENGINEERING; Ca72D CMLENGINEERING; Ca722 ENVIRONMENTAL ENGINEER; Ca765 DRAFTING; Ca766 Computer-aided Design & DRAFTING (CAD D); C8767 GISf.J1odeling; C8781 Engineering w Hydrology; Ca794 Environmental- Water Quality; C8852 SWPPP Planning;

EC Civil Engineer;

MBLACKDBE

Back To Query Form

A-~nt~l 1"ne..R2lJ Sellool StreetNapa, California 94559Tel. (707) 709.8894Fax (707) 736..8368

Native American woman-ownedCalifornia DOT-Certified DBEDBE Certificate #37357

April 14, 2015

DBEQUOTE

Adullta

nEASE, .NOTEAdanta Inc, is a professional services finn and the bid items

quoted below are not subject to regulation by the DIR,

Attn: Estimator

Subject: Caltrans Contract 10-lE0204

PROPOSAL FOR BID ITEM:LEAD COMPLIANCE PLANASBESTOS COMPLIANCE PLANDUST CONTROL PLAN (Naturally Occurring Asbestos)SAMPLING AND ANALYSIS PLAN (Naturally Occurring Asbestos)

Dear Estimator:

COST$1,250.00$1,250.00$1,250.00$3,000.00"

Adanta Inc. is pleased to present this bid to provide environmental services for the above referencedproject. Quotes for air monitoring and lead awareness training provided upon request,

If you have any questions, please feel free to contact us at (707) 709-8894.

Sincerely,

1./ ".I .~jf ~"'7i_P(l~j f ••.•....••C'~

Kimberly Patz, PresidentkimberlvoatZ@adanta-inc"com

Back To Query Form

Search Returned 1 Records

Query CriteriaFirm!D: 37357Firm Type: DBE

Thu Apr 2311:19:44 PDT 2015

Firm 10FirmlDBA NameAddress Line1Address Line2CityStateZip Code1ZipCode2Mailing Address Line1Mailing Address Line2Mailing CityMailing StateMailing Zip Code1Mailing Zip Code2Certification TypeEMailContact NameArea CodePhone NumberFax Area CodeFax Phone NumberAgency NameCountiesDistrictsOBE NAICS

ACOBE NAICS

Work Codes

LicensesTrucksGenderEthnicityFinn Type

37357

t -ADANTA INC \828 SCHOOL STREET

NAPA

CA94559

828 SCHOOL STREET

NAPA

CA94559

DBEkim [email protected],com

KIMBERLY PAlZ(707)709-8894

( 707)736-8368

DEPARTMENT OF TRANSPORTATION01; 06; 07; 08; 09; 10; 11; 15; 17; 19; 23; 24; 25; 27; 28; 29; 30; 31; 33; 34; 36; 37; 38; 39; 40; 41; 42; 43; 44; 48; 49; 50; 56; 57; 58;

01; 02; 03; 04; 05; 06; 07; 08; 10; 11; 12;541620; 562910;

C8713 CONSULTANT, ENVIRONMENTAL; C8792 Environmental. Biological Studies; C8793 Environmental- Environmental Impact Assessment;C8795 Environmental-Regulatory; C8851 Lead Compliance; C8852 SWPPP Planning;

FNATIVE AMERICAN

DBE

Back To Query Form

Martin BrothersConstruction

License No. 726454

8801 Folsom Blvd Suite 260Sacramento, CA 95826

Transmittal Cover Letter

Office (916) 381-0911Fax (916) 381-0611

Date: April 24, 2015

To: Department of Transportation

Attn: Office Engineer MSC 43

Address: 1727 30th StreetSacramento, CA 95816-7005

Reference: (T0:lVlpa-49-18.5j27.0 Contract No. 10-lE0204 Bid Date: 4.22.15,r

D Urgent

Comments:

~ For Review D Please Comment D Please Reply D Recycle.

Please find enclosed completed Bidder OBf Commitment and supporting documentation forabove referenced project.

As you will note from the enclosed form, Martin Brothers Construction obtained8.55% DBEparticipation which exceeds the specified DBE contract goal of 8 percent.

Please contact our office as soon as possible at (916)381-0911 should you require anyadditional information or should any further clarification be necessary.

From: Connie Dennis

Number of Pages (Including Cover Page): (20)

Martin Brothers Construction