3 /,oli t · 2018-12-18 · dvbe prime contractors must enter their dvbe reference number ... 6...

10
STATE OF CALIFORNIA• DEPARTMENT OF TRANSPORTATION CERTIFIED DVBE SUMMARY DES-OE-02.5 (REV 12/20) DISTRICT-COUNTY-ROUTE: _...,.Qc...,.7 _ _ VEN CONTRACT NO. 07A4474 101 CONTRACT NO.: _0_7_-A_44 _ 7_4 _____ ~- ---- - -- -- ---- TOTAL BID: 5 ....:c.....,,.( ___,_ ~ _;>_4 _q ,.__q_q_'\_. _ oo __ $""F-I.LJ ;:;__ Y,__,':1<-+-, __,_q--"q_g _____ _ BID OPENING DATE: _ 4:..:..../3=/-=2=0--=-1-=-8 _________________ _ BIDDER'S NAME: TORO ENTERPRISES INC. DVBE PRIME CONTRACTOR CERTIFICATION 1 ---'N'-"-'-/A~--------- - --- Bid Item Number Description of Work to be Subcontracted to DVBE or Materials to be Sup lied b DVBE 2 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§ 40 et seq.) submitted with the bid. Identify second and lower tier subcontractors on this form. c-AJoP.. tNNr,JA:rroAJS 1111c.. Jlo- S-13-~~a, Dvg e ;Jo. 31-o 8t.t Total Claimed Participation 1. DVBE prime contractors must enter their DVBE reference number or their OBA name as listed with Department of General Services (DVBE prime contractors are credited with O percent DVBE participation and need not complete the above table). '3 / ,oli t 2. If 0% of an item is not performed or supplied by the DVBEs, describe the exact part, including the planned location of work to be performed, of item to be performed or supplied by DVBE. 3. The bidder's DVBE information shall include the names of DVBE firms and/or DVBE joint venture partners to be used, that will participate, with a complete description of work or supplies to be provided by each, the dollar value of each DVBE transaction, and a written confirmation on company letterhead from the DVBE that ii is participating in the contract. A copy of the DVBE's quote will serve as written confirmation that th e DVBE is participating in the contract. (805)483-4515 (Area Code) Telephone Number SEAN CASTILLO, PRESIDENT Contact Person (Type or Print) ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For information ca ll (916) 654-64 or TDD (916) 654-3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814. Date

Upload: ngodang

Post on 21-Mar-2019

217 views

Category:

Documents


0 download

TRANSCRIPT

STATE OF CALIFORNIA• DEPARTMENT OF TRANSPORTATION

CERTIFIED DVBE SUMMARY DES-OE-02.5 (REV 12/20)

DISTRICT-COUNTY-ROUTE: _...,.Qc...,.7 _ _ VEN

CONTRACT NO. 07A4474

101

CONTRACT NO.: _0_7_-A_44_7_4 _____ ~------ --------

TOTAL BID: 5....:c.....,,.(___,_~ _;>_4 _q ,.__q_q_'\_. _oo __ $""F-I.LJ;:;__Y,__,':1<-+-, __,_q--"q_g _____ _

BID OPENING DATE: _ 4:..:..../3=/-=2=0--=-1-=-8 _________________ _

BIDDER'S NAME: TORO ENTERPRISES INC.

DVBE PRIME CONTRACTOR CERTIFICATION1 ---'N'-"-'-/A~---------- ---

Bid Item Number

Description of Work to be Subcontracted to DVBE or Materials

to be Sup lied b DVBE 2

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§ 40 et seq.) submitted with the bid. Identify second and lower tier subcontractors on this form.

c-AJoP.. tNNr,JA:rroAJS 1111c.. Jlo- S-13-~~a,

Dvg e ;Jo. 31-o 8t.t

Total Claimed Participation

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

'3 /,oli t 2. If 0% of an item is not performed or supplied by the DVBEs,

describe the exact part, including the planned location of work to be performed, of item to be performed or supplied by DVBE.

3. The bidder's DVBE information shall include the names of DVBE firms and/or DVBE joint venture partners to be used, that will participate, with a complete description of work or supplies to be provided by each, the dollar value of each DVBE transaction, and a written confirmation on company letterhead from the DVBE that ii is participating in the contract. A copy of the DVBE's quote will serve as written confirmation that the DVBE is participating in the contract.

(805)483-4515 (Area Code) Telephone Number

SEAN CASTILLO, PRESIDENT Contact Person (Type or Print)

ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-64 or TDD (916) 654-3880 or write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.

Date

Contract No 07 A447 4

STATE OF CALIFORNIA·DEPARTMENT OF TRANSPORTATION BID PROPOSAL FOR UNIT BID ITEMS ADM-1509(7/97) Pg, 1 of2

PROPOSAL TO THE STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION

APPROXIMATE MAGNITUDE OF WORK

$ 275,000.00 For:

CONSTRUCTION ON STATE HIGHWAY IN VENTURA COUNTY NEAR VENTURA FROM SEACLIFF OVERHEAD AND SEPARATION TO 0.3 MILES NORTH OF SEACLIFF OVERHEAD AND SEPARATION

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 Item No. Code Measure Quantity Price Total

(In (In Figures) Fioures)

1 070030 LEAD COMPLIANCE PLAN LS 1 1,'900.00 $/,IPOO, O()

2 130100 JOB SITE MANAGEMENT LS 1 ,1,soo.00 ,f;l,800.oo

3 130200 PREPARE WATER POLLUTION CONTROL PROGRAM LS 1 i·1,o.-o. oo f;r,O,lj,oo

4 120090 CONSTRUCTION AREA SIGNS LS 1 ~J. "'1/>o.oo µ, "":/-00./>o

5 120100 TRAFFIC CONTROL SYSTEM LS 1 ~la, OtlO.O(> f3ipoo,oo

6 397005 TACK COAT TON 5 1il'l10.oo $1.f, IS-0.o<>

7 398200 COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 9420 ~3.lo fa.'f,.;lo;)..oi

8 390137 RUBBERIZED HOT MIX ASPHALT (GAP GRADED) TON 890 $ I 1,1-. lob $/'f,,1/olf.OI>

9 141103 REMOVE YELLOW THERMOPLASTIC STRIPE LF 2430 tf.yo 13,l.f~.OD (HAZARDOUS WASTE)

10 846030 REMOVE THERMOPLASTIC TRAFFIC STRIPE LF 4380 io.s, ~3,1~.oo 11 810120 REMOVE PAVEMENT MARKER EA 120 ~ 1.10 4t3l,110

12 840505 6" TRAFFIC STRIPE LF 5800 $b.S5"' ,$~111lO.co

9

Contract No. 07A4474

STATE OF CALIFORNIA-DEPARTMENT OF TRANSPORTATION

BID PROPOSAL FOR UNIT BID ITEMS ADM-1509 (7/97) Pg. 2 of2

Item Cost Item Unit of Estimated Unit Item No. Code Measure Quantity Price Total

(In (In Figures) Figures)

13 840506 8" THERMOPLASTIC TRAFFIC STRIPE LF 730 fl.t.o $1,t&f>.oo

14 840515 THERMOPLASTIC PAVEMENT MARKING SQFT 940 ~,.,~ [$S,Jt1.oo

15 840530 6 " THERMOPLASTIC TRAFFIC STRIPE LF 950 $1.io ff,oLfS:-~ (BROKEN 17-7)

16 840656 PAINT TRAFFIC STRIPE LF 2430 $O,<P0 ~/,'fS"a.00

17 846035 REMOVE THERMOPLASTIC PAVEMENT MARKIING EA 940 f/.+O f f,S-,5.oo

18 810230 PAVEMENT MARKER (RETROREFLECTIVE) EA 120 ~s:r-o ,~.Ob ,,..~ ·-Joi' ...- . ' I r .,..--.,

,-~ .. n ft~~ A

TOT AL ~~1-1L/c,11ci.'oc ® 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

TORO ENTERPRISES I~ 3/30/1~ [BY (MUST BE SIGNED BY AUTHO,RfZfiD_I) 1RSO!IJ)) TITLE BUSINESS

/ ;1/'L/ PHONE

SEAN CASTILLO PRESOIENT 8b5-483-451! BUSINESS ADDRESS (STrEET/P'.O. BOX, CITY, STATE) ZIP BUSINESS

FAX 2101 E. VENTURA BLVD OXNARD CA 93036 SMALL BUSINESS STATE CONTRACTOR'S STATE CONTRACTOR'S LICENSE BOARD LICENSE FED 1.D. NO. I SOC. CERTIFICATION NO.: LICENSE BOARD LICENSE CLASSIFICATION: SEC. NO.:

NO.:

N/A 710580 A-GENERAL CONTRACTOR 77-0396663 DEPARTMENT OF INDUSTRIAL RELATIONS REGISTRATION NUMBER.:

1000002410

10

STATE OF CALIFORNIA• DEPARTMENT OF TRANSPORTATION

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

Bidding Firm: TORO ENTERPRISES. INC.

CA State Public Works Business Name and Location Contractor Contractor

License Number Registration Number

CR~PAU.AL ~,orJ <.o l!.OAA"t'1 o/1/ 3tO(olS- I OC>OO ;Id-IP<\ 'o

1/6.NilJrtA I CA SUl'ER St.AL ,4-Sj~1 PE:.

f'IL..l-MO~ I c.~ 3q1.9 (p<A, 100O000~

6-pJo,- 1NllloV A-fto,/S We..

p~ ((\ 0111/"f I CA q~l'l53 /00000-:,0'J-9

Contract No. 07 A4474

Percentage of Bid Items Bid Item ' Numbers Subcontracted Description of Portion of Work

(Whole Numbers)

t- qo°;,o c.,ou, M.ILU Al &

I '11.f °IO fj q .., .. 51Rt P IAl<:i ~-,~ 'oC\"Jo

S" l.\:l-"10 ,~ff"\t., e,ot.rf(W"\.,

ADA Notice For Individuals with sensory dlsabllltles, this document is available In alternate formals. For information, calf (916) 445-1233, TTY 711, or write to Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.

8

STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION

REQUEST FOR SMALL BUSINESS PREFERENCE OR NON-SMALL BUSINESS PREFERENCE DES-OE-0102.7 (REV 02/2010)

CONTRACT NO. 07 - A4474

Complete one of the following:

• Small Business Preference

The undersigned requests small business preference and certifies, under penalty of perjury, that the firm meets the requirements of 2 CA Code of Regs§ 1896 et seq. and is certified as a small business at the time and day of bid opening or has submitted a complete application to the Department of General Services (DGS) and is subsequently certified. The complete application and any required substantiating documentation must be received by DGS by 5:00 p.m. on bid opening date.

Small Business Certification (Reference) Number: _ N_/_A _____ _

Date: __ N...c.,/_A __ Signature: NIA ----------------

• Non-Small Business Preference

The undersigned requests non-small business preference and notifies the Department on the Certified Small Business Listing for the Non-Small Business Preference form that it commits to subcontract at least 25 percent of its bid amount with one or more firms that meets the requirements of 2 CA Code of Regs § 1896 et seq. and the firms are certified as small businesses at the time and day of bid opening or have submitted a complete application and are subsequently certified by the Department of General Services (DGS). The complete application and any required substantiating documentation must be received by DGS by 5:00 p.m. on bid opening date. List these fi rms on the Certified Sma Business Listing for the Non-Small Business Preference form.

Date: - ----

ADAN f For individuals with sensory disabilities, this document is available in alternate formats. For information call (916) 654-6410 or TDD (916) 654-3880 or

O ice write Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.

STATE OF CALIFORNIA• DEPARTMENT OF TRANSPORTATION

CERTIFIED SMALL BUSINESS LISTING FOR THE NON-SMALL BUSINESS PREFERENCE DES·OE•0"I02.B (REV 212011)

BIDDER NAME TORO ENTERPRISES, INC CONTRACT NO. __ Q7· _ A4474 Lisi the description of work, name, telephone number, certification number, and dollar amount of each cerliflad small business whO will be employed on this project, Failure to provide this lnformallon may be cause for denial of the non-small ousiness subcontractor preference. Attach additional sheets if necessary.

Bid Item Number

Description of Work, Service, or Materials

Sean Ca~tjfu1 PresJd.~nt Pen.on !a Conlaql /Plaase Type or Prlnl

_j@_5)483-45 5 {Aro!l Cade) Teleptione Number

Certified Small Business (Name, Telephone No,, and Certification No.) Ct+A:91'>-R~~v Ci1NSTR.v C-"11 OIi) c.oRP.

8of."'- (9Ll"::/- ·6CP<>CP SB€ /lh. III0l!OI

E:-/t/o/2.. JfJNOlll'tT/0~ //1/C,. _?10- 513 -~ SBE ,vo. 3TOt.>'1

Sl.Jfe/2. SG;/+1- -+-ST~, PE:

Sos---S-~'-1- ?-3'-fS- 5/36'.AIO. Joo3

Total Claimed Participation

$ Amount

js J CP,316,. ov

:p 13, S'qtf ,oo

iJS"°;;J.W..-,S-0

~/o of Contract

ADA Notice For indlvlduals Willl sensory dle01:>t1111es, this document rs available in allornate rormats. For inrormalion call (916) 654-(M"IO or TDD (916) 654-3880 or write Rooords and Fonns Mami,gemen-;, 1120 N Sireet, MS-09, Sacramento, CA 96614.

STA TE OF CAUFORMA • DEPARTMSNT OF TMNSPORTA TION

SMALL BUSINESS STATUS DES-OE--0102.4 (REV 3/200a)

CONTRACT NO. 07 - A4474

Ale y01J certified as a "Small Business• by the Office of Small 81.1:S1ness and DVBE Sf!fVices of the Department of General Setvioe-s of Ille State of Callornia? Check one:

D Yes: Cer1ffication numbet?_.....a.N..:.1/..:.A-=--- - - --- - iz;J No

Note: This small b\.lsinMs questionnaire is included for statistical reporting only.

INNOVATIONS INC. DVBE/SBE CERTIFIED CO. LIC. #931953

PARAMOUNT OFFICE 16213 ILLINOIS A VE, PARAMOUNT, CA 90723

OFFICE: 310-513-6209 F A.t'X: 310-513-6299

SAN MARCOS OFFICE 855 RANCHEROS DR, SUITE A, SAN MARCOS, CA 92069

OFFICE: 760-798-0810 FAX: 760-798-08 J 2

WWW.ENORTRAFFIC. COJl,f

DIR# 1000007079 DVBE/SBE# 37084

DBE/MBE/SBE# 37718 STATE LICENSE# 931953

DATE: 03/29/2018

ATTN: ESTIMATING

PROJECT CAL-TRANS NO. 07A4465 MINOR B

DELIVERY: PICKUP:

BID DATE: 4/03/2018 @2:15 PM

$180.00 $180.00

Page 1 of3

TRAFFIC CONTROL RA TES DESCRIPTION RATE

MONDAY-FRIDAY TWO MAN cirnw, I LANE, nJTIUSCTrON--(08 rroUR SIIIFT) $ 1,765.00 TWO MAN CREW. 2L.A7'1ES, I DfRECTION (IOtlOUR SHIFT) $ l,865,00 TWO MAN CREW, 3 LANES, I DIRECTlON ( l I HOUR SHIFT) $ 1,965.00 TWO MAN CREW,4 LANES, l DIRECTION (12 HOUR Sf-UFT) $ 2,065.00 *ABOVE PRICE INCLUDES: 300 CONES, I TRAFFIC TRUCK, 4 ADVANCED WARNING SlGNS, 60 SMALL SIGNS, I BEACON, I ARROWBOARD, PER LANE.

FOR EACH ADDlTIONAL LANE IN OPPOSITE DIRECTION ADD $ 100,00

RAMP CLOSURE 1-4 STANDARD RAMPS PER LOCATION (08 HOUR SHIFT) $ I 550.00 * ABOVE PRICE fNCLUDES: 150 CONES 4 C2 (CA), 18 LAROE SlONS 60 SMALL SIGNS.

MONDAY-FRIDAY ATTENUATOR TRUCK, ONE MAN (08 HOUR SHlFT) $ 992.00 ATTENUATOR TRUCK ONE MAN ( l O HOUR SHIFT) $ 1,210.00 An1~NUATOR TRUCK, ONE MAN {12 HOUR SHtFT) $ 1,428.0U *UPf5ifAVAIL,fBiifrY FOR ALL ATI'ENUATOR SERVICES AND/OR RENTAL.

*NOTE: ALL LABOR JS INVOICED PORTAL TO PORTAL, TIME DOES NOT START OR STOP AT JOBSITE. LABOR TIME STARTS AND STOPS ATE-NOR YARD. ANY LABOR AFTER 8 HOURS AND/OR WEEKENDS WILL BE INVOlCED AT THE OT AND DT RA TES LISTED.

OVERTll°\'IE OTHOUm::;y RATE PER Ml'iN (AF'i"ER 08 UOURS) $ U0.00 lYf lCOUR.L Y ll/tTE PER MAiN (Afl'ER. 12 HOURS) $ l27.00

TRAFF'IC CONTROL PLANS CIVIL ENGINEERING STAMP -PER SHEET $ 550.00 TRAFFIC ENGINEEIUNG STAMP· PER SHEET $ 680.00 CIVIL & TRAFFIC ENGINEERING STA?vlP • PER SHEET $ 980.00 NON ENGfNEEIUNO STAlvIP - PER SHEET $ 300.00 TEMPORARY RE-STIUPPING TRAFFIC PLANS· PER SHEET $ 3,500.00

RENTAL RATES DESCRIPTION RATE

PCMS BOARDS (EACH) DAILY $ 200.00 WEEKLY $ 400.00 MONTHLY $ l ,000.00

ARROWBOARD {EACH) DAILY $ 70.00 WEEKLY $ 200.00 MONTHLY $ 500.00

ATTENUATOR TRUCKW/OUTDRIVER(UPON AVAILABILITY) DAILY $ 270.00 WEEKLY $ 1,100.00 MONTHLY $ 3,200.00 "'MILEAGE CHARGE IS .45 CENTS PER MILE.

Page 2 of3

NOTE: ALL PROVISIONS WILL BE ADDED AS PART OF CONTRACT BEFORE PROCEEDING.

I. NO CONTRACT WILL BE SIGNED lJNLESS ALL PROVISION ARE INCLUDED.

2. E-NOR INNOVATIONS INC. IS A UNION CONTRACTOR.

3. PAYMENT rs DUE WITHIN 30 DAYS FROM INVOICE DATE 1.5% MONTHLY FINANCE CHARGE AFTER 30 DAYS.

4. fF REQUIRED ADDITIONAL EQUIPMENT (I.E. CHANGEABLE MESSAGE SIGN, ATTENUATOR TRUCK) TO BE PROVIDED BYE-NOR rNNOVATIONS INC AT ADDITIONAL CHARGES.

5. PRIME CONTRACTOR IS RESPONSIBLE TO OBTAIN ALL PERMITS RQUIRED FROM CITIES INVOLVED.

6. PR.IlvlE CONTRACTOR IS RESPONSIBLE TO COORDINATE AND PAY FOR HIGHWAY PATROL UNIT.

7. ADJ;)ITIONAL 3 ½% INCREASE ADDED EVERY YEAR ON JUNE 30TH. nns PROPOSAL WILL BECOME PART OF ANY CONTRACT.

8. JP SPECIAL WORDING INSURANCE IS NEEDED. THE AMOUNT IS TO BE PAID BY CONTRACTOR ALONG WITH WAIVERS OF SUBROGATION INSURANCE THE 3 % OF PAYROLL WILL BE CHARGED TO CONTRACTOR. IF NOTARY SERVICES ARE REQUIRED, PRIME CONTRACTOR IS RESPONSIBLE FOR THOSE CHARGES.

9. EXLUDES SPECIAL INSURANCE REQUIREMENTS (I.E. INCREASED GENERAL LIABLITY FOR RAILROAD INSUllANCE).

10. IF EQUIPMENT IS RENTED FOR SET UP ONLY, CONTRACTOR IS RESPONSIBLE FOR CLOSURE UNTlL E-NOR INNOVATIONS INC. PICKS UP CLOSURE.

11. E-NOR INNOVATIONS IS NOT RESPONSIBLE FOR DAMAGE TO UNDERGROUND FACILITIES NOT SHOWN ON PLANS OR NOT MARKED OUT BY OTHER AGENCIES (IE. CALTRANS, COUNTY, CITY AGENCIES).

12. ALL CHANGE ORDER WORK MUST BE APPROVED BY AGENCY/ OWNER PRIOR TO WORK BEING PERFORMED BYE-NOR JNNOV A TIO NS.

13. CONTRACTOR WlLL BE CHARGED FORALLE-NOR INNOVATIONS EMPLOYEES AND STAFF FOR ALL CLASSES/TRAINING REQUIRED fOR PROJECT.

14. NO WORK WILL BE PERFORMED UNTIL THIS PROPOSAL IS SIGNED AND FAXED/MAILED TO OUR LONG BEACH OFFICE.

Should you have any questions, please contact me at: OFFICE: (310-513-6209 Email: Re11e@e11ortrn[fic.co111

Sincerely, Rene Ocampo

Page 3 of3