Is. - dot.ca.gov · 530. 925. 1408 (Telephone) (Tax Identification Number of Owner) Disabled...

9
Invitation For Bid IFB Number 04A5503 Page 1 of 2 ATTACHMENT 6 BID/ BIDDER CERTTFTCA TION SHEET Only an individual who is authorized to bind the bidding fi rm contractually shall sign the Bid/Bidder Certification Sheet. The signature must indicate the title or position that the individual holds in th e firm. This Bid/Bidder Cer ti fication Sheet must be signed and returned along with all "required attachments" as an entire package with or iginal signatures. The bid must be transmitted in a sealed envelope in accordance with IFB instruction s. A. Our a ll -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 a nd understand the DVBE participation requirements and have included documentation demonstrating that I have met the participation goals. D. The signature affixed hereon and dated certifies compliance with all the requirements of this bid documen t. The signature be low authorizes the verification of t hi s certification. E. Th e signature and date affixed hereon certifies that this bid is a firm offer for a 90-day period. An Unsigned Bid/Bidder Certification Sheet Mav Be Ca use for Bid Rejection I. Company Name Martin Brothers Construction 2b. Email Address fmartin@martinbrothers . net 3. Address 2. Telephone Number 916 381-0911 2a. Fax Number 381-0611 8801 Folsom Blvd Suite 260 Sacramento, CA 95826 Indicate your orga ni zation type: 4. 0 Sole Proprietorship I s. D Partnership I 6. IKJ Corporation Indicate the applicable employee and/or corporation number: 7. federa l Employee ID No. (FEIN) 68-0377885 Indicate the Department of Industrial Relations information: 9. Contractor Registration Number 1000000017 indicate applicable li cense and/or certification information: l 0. Contractor's St ate Licensing Board Number 726454 12 . Bidder' Name (Pr in t) Felipe Martin State Tax Id No. 432-4701-4 California Corporation No. 1963954 11. PUC License Number CAL-T- 13. Title President 15. Date September 11 , 2018 16. Arey certified with the Depart Enterprise Services (OSDS) as: eneral Services, Office of Small Business and Disabled Veteran Business a. Small Business Enterprise If yes, enter certification number: Yes 0 No Kl b. Disabled Veteran Business Entet prise Yes 0 No 18] If yes, enter your service code belo w: NOTE: A copy of yo ur Certification is required to be included if ei th er of the above items is checked "Yes". Pate application was submitted to OSDS, ifan application is pending: 17. Are you a Business committing to the use of 25% Certified Small Business Subcontractor Participation? Yes 0 If Yes, complete and return the Bidder Declaration form, GSPD-05-105 with yo LU· bid.

Transcript of Is. - dot.ca.gov · 530. 925. 1408 (Telephone) (Tax Identification Number of Owner) Disabled...

Invitation For Bid IFB Number 04A5503

Page 1 of 2 ATTACHMENT 6

BID/BIDDER CERTTFTCA TION SHEET

Only an individual who is authorized to bind the bidding fi rm contractually shall sign the B id/Bidder Certification Sheet. The signature must indicate the title or position that the individual holds in the firm. This B id/Bidder Certi fication Sheet must be signed and returned along with all "required attachments" as an entire package with original signatures. The bid must be transmitted in a sealed envelope in accordance with IFB instructions.

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

signature below authorizes the verification of thi s 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 Mav Be Cause for Bid Rejection

I. Company Name Martin Brothers Construction

2b. Email Address [email protected] 3. Address

2. Telephone Number

916 381-0911 2a. Fax Number

~16 381-0611

8801 Folsom Blvd Suite 260 Sacramento, CA 95826 Indicate your organization type: 4. 0 Sole Proprietorship Is. D Partnership I 6. IKJ Corporation

Indicate the applicable employee and/or corporation number: 7. federal Employee ID No. (FEIN) 68-0377885 Indicate the Department of Industrial Relations information: 9. Contractor Registration Number 1000000017 indicate applicable license and/or certification information: l 0. Contractor's State Licensing

Board Number

726454

12. Bidder' Name (Print) Felipe Martin

State Tax Id No. 432-4701-4 California Corporation No. 1963954

11. PUC License Number CAL-T-

13. Title

President

15. Date

September 11 , 2018 16. Arey certified with the Depart Enterprise Services (OSDS) as:

eneral Services, Office of Small Business and Disabled Veteran Business

a. Small Business Enterprise If yes, enter certification number:

Yes 0 No Kl b. Disabled Veteran Business Entetprise Yes 0 No 18] If yes, enter your service code below:

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

Pate application was submitted to OSDS, ifan appl ication is pending:

17. Are you a ~git-Small Business committing to the use of 25% Certified Small Business Subcontractor Participation? Yes 0 No ~

If Yes, complete and return the Bidder Declaration form, GSPD-05-105 with yo LU· bid.

STATE OF CALIFORNIA · DEPARTMENT OF TRANSPORTATION

BID PROPOSAL ATTACHMENT 1 ADM-1412 (REV. 11/2015)

CONTRACTOR'S NAME (Please Print): CONTRACT NO.

Martin Brothers Construction 04A5503

ITEM ESTIMATED UNIT OF

ITE.t\1 NO. QUANTITY MEASURE

Santa Clara County: Removing existing AC surfacing and replace it with Hot Mix Asphalt (HMA) (Dig-out repair). Cal Trans

1 1750 Tolls Maintenance forces will replace permanent traffic stripes, and pavement markings at no cost to the contractor. Grinding, mobilization, temporary pavement delineation, night-time lighting and all other items required to complete this are work included in this per ton unit price.

San Mateo County: Removing existing AC surfacing and replace it with Hot Mix Asphalt (HMA) (Dig-out repair). Cal Trans

2 1000 Tons Maintenance forces will replace permanent traffic stripes, and pavement markings at no cost to the contractor. Grinding, mobilization, temporary pavement delineation, night-time lighting and all other items required to complete this are work included in this per ton unit price.

San Francisco County: Removing existing AC surfacing and replace it with Hot Mix Asphalt (HMA) (Dig-out repair). Cal Trans

3 600 Tons Maintenance forces will replace permanent traffic stripes, and pavement markings at no cost to the contractor. Grinding, mobilization, temporaiypavement delineation, night-time lighting and all other items required to complete this are work included in this per ton unit price.

4 80 Hours Additional Flaggers - Per Hour

(1) THE ABOVE QUANTITIES ARE ESTIMATES ONLY AND ARE GIVEN AS A BASIS FOR COMPARISON OF BIDS. NO GUARANTEE IS MADE OR IMPLIED AS TO THE EXACT QUANTITY THAT WILL BE NEEDED.

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

(3) Any bid may be rejected if it is unreasonable as to price. Unreasonableness of price includes not only the total price of the bid, but prices for individual line items as well.

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

UNJTPRICE ( Price Per Unit of Measure)

$ 1i7-

$ 170-

$ 170--

$ 111 /"

TOTAL THIS PROPOSAL

Invitation For Bid IFB Number 04A5503

Page 1 ofl

TOTAL (Estimated Quantity X Unit Price)

$ 07Zr-, ic;o --

$170, 00() -$ iii; ooo --$ 8,880 ..-

${}111;110 -

Attachment 2

Invitation For Bid IFB Number 04A5503

Page I ofl

State Df Gilifomla-DepartmentofGeneral Services,.Prccuremem OMslon GSPD-05-105(l!EV08fll9]

Solidlation N~mbeJ" 04A55Q3 -

BIDDER DECLARATION

1. Prime bidder information (Review attached Bidder Declaration Instructions-prior to completion of this form):

a. Identify current Gllifomia certification{s) fMB, SB,NVSA~ DVBE}: or None ffi {lf "None~go to ltem #2)

b. Will subcontractors be used for this contract? Yes D No 0 (lf yes, indicate the distinct element of work your firm will perform in this contract e.g.,lisi:the proposed products produced by your firm, state if your firm O'~ the transportation vehid~ that will deliver the products to the State, identify which solicited services your firm will perform, etc.). Use additional sheets, as necessary.

c. lfyouareaCalifomiacertifiedDVBE: (1) Areyouabrokerora!::jent?Ves0No0 (2) If the contract indudes equipment rental,does}7QJ.lr COp:!.QfOY own at le<ist 51% of the equipment provided in this contract {quantity and value)?Yes LJ No U NIA 0

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

DIR No. 1000013621

CSLB 971838

DIR No. 1000005958

CSLB 736914

.SubrontradorName,.Comact Person, Phone Number & Fa~ Nmnllt!r

Roll 'N Rock Cons Bonnie Heile 530-925-1408 Ph 530-926-0450 Fx Delta Grinding Mike Rose 925-778-3939 Ph 925-778-3969 Fx

5ubrontrartor Address & Emal! Address

5527 Truck Village Mt Shasta CA 96067

rollnrockinc@ nctv.com

5131 Lone Tree Wa• Antioch CA 94531

Mike@delta grinding.com

CA.Certlficatllln (MB,56, Work performed ocgP!llil: provided (orrespondill![ 6ood 51% NVSA,DVBE or Hone) for this rontr.1C1 %ofbidprire 51andii!J? """"

D D

DVBE/ [XI D SBE Traffic Control 5% #175074! (Partial) YES NIA

SBE ~ Cold Plane 6.5% #32117 YES N/A

CERTIFlCATION: By sig!Ung the bid response, I certify under penalty of perjury that the Jnform;:ition provided Is true and correct. _,, __

Roll 'N Rock Construction Inc. 5527 Truck Village Drive

Mount Shasta, CA 96067

Email: [email protected]

Phone: (530) 925-1408 Fax: (530) 926-0450

DATE: 9/10/18

License# 971838 A, C61/D49 & C31 TRAFFIC CONTROL

DBE# 41928 - MB/DVBE # 1750745 - DIR# 1000013621 SIGNATORY TO LABORERS UNION #324

TO: General Contractors ATIN: Estimators ' Contract Number: 04A5503 "'-, y-v

>- Stationary CAS ( ) )> Price: CALL IF NEEDED ~ Funding Signs ""' I/ Price: CALL IF NEEDED ~ Motorist/Traffic Haodling/Speed Reductio rr/ETC. signs upon request Price: CALL IF NEEDED ~ $800 fee for US~Ga~fons of signs ~ / 5' >- Traffic controJ e):<cludetj /" ?-,_. ~ These price?cire "Va 1~~\l'e?lif Roll'n Rock does not provide traffic control#

~ Number of MobiOz~"Z'::'Jed : 2 (Price per additional Mobilizatio,,($1,GOD.Df )

Item# Traffic_Control {T-13) / . ..) >- 8~( shift°'with 2 flaggers & ~ Price. $1,450.00

~/ 18Hr. shift e><t~ flagger (if needed) /~~""""' \ Pr'ite: $700.00 /-,.I Overtime rate

1 'per hr. ~ / / ~ ~/'\ Price: $100.00

0 ~days and ~<plidays rate per hr. ig-- ~ -~ \ Price: $115.00

"JI /? " ~ No additional/'charges for night work ",'- )

Item# TraffiC)Control {T-13) ~ \ (, ~ Quoted{ ates include all cones and advanced warning signs as needed. Any additional signage shall be

provided by the prime contractor or renteq from Roll,\ N Rock. Rate sheet available upon request

Item~# PilotCar(T-13) ~\ r 8Hr. shift pilot car with driver -.........\ Price: $900.00 >- Overtime pilot car with driver, per hr. Price: $110.00 ~ Sundays and holidays rate pe r. ' Price: $125.00

/ ----\ Item# Portable Changeable M~s~ge Board"'~·

~ Message Board: ~ I o Per Day $300.00 Per Week$

100.00 Per Month $1,200.00

~ Message Board Delivery: ~/ o Rate: $95.00 hr. port to port if Roll 'N Rock provides Traffic Control

// Item # Rumble Strips

o Per Day $300.00 Per Week $700.00 Per Month $1,400.00

ACKNOWLEDGEMENT & AGREEMENT: BY APPOINTING OR LISTING ROLL 'N ROCK CONSTRUCTION INC. AS A

SUBCONTRACTOR ON THIS PROJECT, THE PRIME CONTRACTOR ACKNOWLEDGES AND AGREES TO ALL APPLICABLE

TERMS AND CONDITIONS DESCRIBED ON PAGE 3 OF THIS PROPOSAL. THESE TERMS & CONDITIONS ARE BINDING AND

MUST BE INCLUDED IN EACH EXECUTED SUBCONTRACT AGREEMENT MADE BETWEEN YOUR FIRM AND ROLL 'N ROCK

CONSTRUCTION INC.

Page 1 of4

Roll 'N Rock Construction Inc.

Item# Lane/Shoulder/Ramp Closure 2 Miles (T-10, T-11 and T-14) i-- 8Hr. shift with 1 TC person, cone truck and 1 arrow board i-- 8Hr. shift with 2 TC persons, cone truck and 1 arrow board i-- 8Hr. shift extra TC person (if needed) i-- Overtime rate per TC person per hr. (truck included) i-- Sundays and holidays rate per hr. A i-- No additional charges for night~:/,

Price: $1,000.00 Price: $1,500.00 Price: $700.00 Price: $100.00 Price: $115.00

Item# Additional Closures -Same few.-(T-1 "'211 a '>T-14) i-- Additional lane closure/opposite dir~ ;:;Mine! es arrow board) Price: $250.00 i-- Additional ramp closure Price: $250.00 i-- Additional detour (6 . gr:i_~s) .. Price: $250.00

Item# Traffic Contra / :rJ:.,T :J,:i nd~4) ~) i-- Quoted rates incluci~;zll ones a~ advanced warning signs as needed, upJ(~_i:s ny ditional

upon req!:!_~st /

.. ..· ... ·P.·er D .. ay ~. .0.00 . Per Week $~~.oo Per M th '4,00,. tr·" . Fuel not 1 eluded in rental rate , ::§·· • . )

i-- Atten ~to:~;;?; Delivery: · / o R~pl00.00 hr. port to port if Roll 'N Roe p. ovides Traffic Co ~I

ACKNOWLEDGEMENT & AGREEMENT: BY APPOINJrNG~OR LIS NG ROLL 'N ROCK CONSTRUCTION INC. AS A

SUBCONTRACTOR ON THIS PROJECT, THE PRIME CGNTilA!i:ToR-ACk~OWLEDGES AND AGREES TO ALL APPLICABLE

TERMS AND CONDITIONS DESCRIBED ON PAGE 3 OF THIS PRoPt>sAk1'i:i.~sE TERMS & CONDITIONS ARE BINDING AND

MUST BE INCLUDED IN EACH EXECUTED SUBCONTRACT AGREEMENTlviAbE BETWEEN YOUR FIRM AND ROLL 'N ROCK

CONSTRUCTION INC.

'"''"'"" '""m'~' "'' ~~ ~~

~~ ~~ Bonnie Heile President I CEO

Roll'n Rock Construction Inc.

Page 2 of 4

Roll 'N Rock Construction Inc.

Extra Items bidding

Item# Description ) ""Quantity Price Total </ v

/~ ""' /J (\

""' ( '\

""' "" '/ ,,_,

"" 7 /-- !/ A

,-~':::> Th . ~~Qj ~--ese prices are va 1 / o ick provides traffic control (

\\ ' """ow~oo ~mM~ '""'"''" o• ""''" "'" 'll-'"'' oo"~ ,NC. " • SUBCONTRA R ON TH~ PROJECT, THE PRIME CONTRACTOR ACl<NOWL~E fJ!. D AGREES TO P<t APPLICABLE

TERMS A -.·.·. 0. ··N····· .. D·.· .•. · .. · ... '· •. •.··.T······ .. •···l··.o. NJs· .~. :1=RIBED ON PAGE 3 OF TH~PRO• .. POSAL. THESy. RMS c, N ITIONS ARE BINDING AND MUST B " L~ED IN EACH EXECUTED SUBCONTRAC , · • EMENT MJ\9'IQ!ET E ·YO~ IRM AND ROLL 'N ROCI<

CONSTRUCT!~~, ) . •• . "" _,)

Respectfully Submit~ ...

Bonnie Heile ,

~~.

Page 3 of4

Roll 'N Rock Construction Inc. TERMS AND CONDITIONS

Acknowledgement & Agreement: By appointing or llsting Roll 1N Rock Construction Inc. as a subcontractor on this project, the Prime Contractor acknowledges and agrees to all applicable terms and conditions as stated within the quoted prices and In the descriptions provided below.

Unless otherwise agreed to in writing, prior to the time of bid acceptance, no items shall be amended or excluded from this subcontract.

Roll 'N Rock Construction Inc. requires this executed subcontract agreement prior to the start of any work and requires at least 10 calendar days advance notice for moblllzation of PCMS, arrow boards1 light towers, attenuator trucks, flaggers1 pilot cars, etc.

If less than 3 consecutive shifts are performed, an additlonal $500.00 will apply, per occurrence.

Ro!I 'N Rock Construction Inc. ls Union, signatory to the Laborers Traffic Control/Highway Improvement Agreement of Northern California. Roll 'N Rock Construction Inc. is bound to the terms and conditions set forth by the Northern California District Council of Laborers of the Laborers lnternatlonal Union of North America.

Quoted rates do not include .5 (half) hour lunch required if not relieved by the Prime Contractor.

Where applicable, add $27.50 per day per person for subsistence.

Prime Contractor is responsible for furnishing flag persons with breaks. Prime Contractor agrees to provide up to 10 minutes per Roll 'N Rock Construction Inc. employee for relief break periods, as needed, due to weather and heat conditions to meet CAL/OSHA heat illness prevention requirements. If this condition cannot be met by the Prime Contractor, Roll 'N Rock Construction Inc. will hire an additional man at the Prime Contractor's expense.

Any shift where traffic control services are performed for less than 8 hours will be billed for the entire 8 hours and will not be prorated.

Cancellations made in less than 24 hours of the requested show up time will be charged at 50% of quoted rates, based on an 8 hour shift.

Equipment: Our pilot car and flaggers will be equipped with VHF and UHF 2"way radios and with CB radios for communication with your truckers and other CB"equipped equipment.

The Prime Contractor shall be responsible for any damage or loss to/of any equipment (PCMSs, Arrow Boards, Lighting Towers, Attenuator Trucks, Rumble Strips, etc.) due to traffic conflicts, vandalism, theft, acts of nature and/or mishandling by Prime Contractor's staff, this includes batteries. Prime Contractor Is responsible for all lost, stolen, or damaged equipment on job site (includes all powered and non"powered equipment), A daily record of items used will be provided by Roll 'N Rock Construction Jnc. for the Prime Contractor to sign off on. Additional signs required due to damage, theft, or plan Inadequacies will be billed as extra work.

Fuel expense for an attenuator truck and light tower will be billed to the Prime Contractor at the rate of $5.00 per gallon.

For safety of the public, contractors and employees of Roll 'N Rock Construction Inc., traffic control duties shall not be performed during hours of darkness without light towers. It is the responsibility and expense of the Prime Contractor to furnish light towers.

Insurance: Roll 'N Rock Construction Inc. maintains insurance coverages as required by USDOT-Caltrans {Commercial General Liability, Commercial Auto, and Worker's Compensation).

Payments: Roll 'N Rock Construction Inc. will bill weekly. Invoice ls due and payable 30 days from the date of the invoice. Customer/Prime Contractor agrees to pay a finance charge of 1.5% per month on all past due balances. Customer/Prime Contractor further agrees to pay reasonable attorney's fees and cost if collection is required. Prime Contractor is to provide monthly progress payments for all completed work. Monthly payments must be received in full by Roll 'N Rock Construction Inc. to avoid finance charges and/or collection fees. There will be no retention held on Traffic Control.

Good Faith Conduct: If there are any issues or concerns regarding Roll 'N Rock Construction Inc. and its employees, products, or work performed, the Prime Contractor shall promptly notify and give Roll 'N Rock Construction Inc. first opportunity to correct such problems. We look forward to working with you and are committed to safety on the job and good faith in all aspects.

Should you have any questions regarding these terms, please contact us directly.

I hereby accept all terms and conditions of this proposal and that this proposal will be incorporated into all contract agreements.

Signature: _____________ _ Printed Name: ______________ _ Date:

On Behalf of (Company Name): ______________ _ Position/Title: _____________ _

Page 4 of 4

STATE OF CALIFORNIA- DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION

DISABLED VETERAN BUSINESS ENTERPRISE DECLARATIONS STD. 843 (Rev. 5/2006)

Instructions: The disabled veteran (DV) owner(s) and DV manager(s) of the Disabled Veteran Business Enterprise (DVBE) must complete this declaration when a DVBE contractor or subcontractor will provide materials, supplies, services or equipment [Mil itary and Veterans Code Section 999.2]. Violations are misdemeanors and punishable by imprisonment or fine and violators are liable for civi l penalties. All signatures are made under penalty of perjury.

SECTION 1

Name of certified DVBE: Roll 'N Rock Construc t ion, INC. DVBE Ref. Number: 1 750745 -------Description (materials/supplies/services/equipment proposed): Traffic Con trol

Solicitation/Contract Number: ""'o_4_A..;..5..;..5 .;....03"----------- SCPRS Ref. Number: __________ _ (FOR STATE USE ONLY)

SECTION 2

APPLIES TO ALL DVBEs. Check only one box in Section 2 and provide original signatures.

0 I (we) declare that the DVBE is not a broker or agent, as defined in Military and Veterans Code Section 999.2 (b}, of materials, supplies, services or equipment listed above. Also, complete Section 3 below if renting equipment.

D Pursuant to Military and Veterans Code Section 999.2 (f}, I (we) declare that the DVBE is a broker or agent for the principal(s) listed below or on an attached sheet(s). (Pursuant to Military and Veterans Code 999.2 (e), State funds expended for equipment rented from equipment brokers pursuant to contracts awarded under this section shall not be credited toward the 3-percent DVBE participation goal.)

All DV owners and managers of the DVBE (attach additional pages with sufficient signature blocks for each person to sign):

Bonnie Heile (Printed Name of DV Owner/Manager)

(Printed Name of DV Owner/Manager)

Firm/Principal for whom the DVBE is acting as a broker or agent: (If more than one firm, list on extra sheets.)

Firm/Principal Phone: Address:

SECTION 3

~~ (Signature of DV Owner/ Manager)

(Signature of DV Owner/Manager)

(Print or Type Name)

APPLIES TO ALL DVBEs THAT RENT EQUIPMENT AND DECLARE THE DVBE IS NOT A BROKER.

9/10/1£3 (Date Signed)

(Date Signed)

0 Pursuant to Military and Veterans Code Section 999.2 (c), (d) and (g), I am (we are) the DV(s) with at least 51 % ownership of the DVBE, or a DV manager(s) of the DVBE. The DVBE maintains certification requirements in accordance with Military and Veterans Code Section 999 et. seq.

0 The undersigned owner(s) own(s) at least 51 % of the quantity and value of each piece of equipment that will be rented for use in the contract identified above. I (we} , the DV owners of the equipment, have submitted to the administering agency my (our) personal federal tax return(s) at time of certification and annually thereafter as defined in Military and Veterans Code 999.2, subsections (c) and (g). Failure by the disabled veteran equipment owner(s) to submit their personal federal tax return(s) to the administering agency as defined in Military and Veterans Code 999.2, subsections (c) and (g}, will result in the DVBE being deemed an equipment broker.

Disabled Veteran Owner(s) of the DVBE (attach additional pages with signature blocks for each person to sign):

Bonnie Heile ~c:U%.<' 9/10/1e (Printed Name) (Signature) (Date Signed)

5527 Truck Village Drive, Mount Shasta, CA 96067 45-44 66518 (Address of Owner)

530 . 925 . 1408 (Telephone) (Tax Identification Number of Owner)

Disabled Veteran Manager(s) of the DVBE (attach additional pages with sufficient signature blocks for each person to sign):

(Printed Name of DV Manager) (Signature of DV Manager) (Date Signed)

Page _ 1_ of _ 1_

If PRINT ' [ CLEAR ~

5131 Lone Tree Wa . Antioch CA 94531 Estimating/Office: 925-778-3939 CA License A-736914

Fax: 925-778-3969 NV License A-0076679 Dispatcher: 925-260-3586 WA License DeltaGCBBSMS

DIR#: 1000005958 SBE - 0032117

Agreement Generated: 9/10/18

SERVICE WORK ORDER AGREEMENT Attention: Nick Rutherford Company: Martin Brothers Construction Project Name: Caltrans Contract No. 04-A5503

San Francisco, San Mateo & Santa Clara Counties, CA

"CERTIFIED WITH THE STATE OF CALIFORNIA AS A SMALL BUSINESS OWNER" SB#0032117

CUSTOMER DIRECTED HOURLY MILLING RENTAL SERVICES

4ft grinder operated daily rental directed by customer-------------------------------$3,300.00 per 8 hour shift 5ft grinder operated daily rental directed by customer--------------------------------$3,950.00 per 8 hour shift 6'7" grinder operated daily rental directed by customer-------------------------------$4,600.00 per 8 hour shift MOBILIZATION FEE - $200.00 • 4ft" - Over 8hrs +$450/hr I Nights +$275 per shift I Saturday +$300 per shift I Sunday +$600 per shift I Sun night +$550 per shift • 5ft" - Over 8hrs +$530/hr I Nights +$325 per shift I Saturday +$400 per shift I Sunday +$800 per shift I Sun night +$650 per shift • 6'7" - Ove r 8hrs +$610/hr I Nights +$375 per shift I Saturday +$500 per shift I Sunday +$1000 per shift I Sun night +$750 per shift

• Optional size SI" - no extra charge • Daily shift rates include one set of teeth per shift • Payment clue within 30 clays - no retention to be withheld on daily rental rates • Owner Controlled Insurance Programs (OCIP) carry a $500 surcharge one time per project • Special sizes - 24", 30" or 36" FCS drum changeover fee +$400.00 (For special sizes all other 4ft rates apply)

Delta's Scope of Work: I. Delta Grinding will provide operated milling machine services on daily

rental directed by customer named here as General.

2. ·n1is price is for grinding asphalt (excludes dirt removal). For concrete

milling, please call for price.

3 . Price is for grinder transported to and from job site. Areas requiring pilot

car will be billed at cost - call for details.

4. Delta will provide milling machine with standard 5/8" tooth spacing.

5. Delta will perfonn milling work as close as physically possible around

manholes, water valves, trees and obstructions.

6. Delta Grinding excludes bringing highway surface with in smoothness

specs. If this is required, call for price.

7. Additional insurance coverage or wording is available for additional fee.

8. Delta Grinding will accept limited back charge fo r grinder downtime, fo r actual cost of time machine is down & not exceeding total daily

rental rate. 9. Service Purchase Order is non-modifiable and prevails over any

subcontract or purchase order stipulations.

JO. Delta grinding must be notified within 24hrs of any claims of damages.

11. Delta grinding is not responsible for trncking operations, traffic control,

layout, handwork, cleaning sidewalks, temporary tapers, posting "no

parking" and te mporary pavement delineation

12. Delta Grinding excludes work within SOil of railroads.

13. Delta scope of works ends when machinery is transported off the j ob

site.

Hiring Contractor agrees to Delta Grinding's terms and conditions:

P1in1 Nnmc Signature

Customer/General Scope ofWorlc I. General to direct operated hourly rental machine.

2. General to supply water to grinder.

3. General to mark with paint all utilities within the milling grade area.

4. General contractor to assume responsibility or city fees, permits, water

meter or notifications required.

5. General contractor responsible for providing and maintaining safe passage

on and around milled areas for all vehicles, pedestrians and bicycles, at all

t imes.

6. General acknowledges that grind pattern is not a surface to be used for

pedestrians or traffic and requires a sur face treatment over it.

7. General responsible for t rucking liabilities and directing of hauling

operations.

8. General contractor responsible for hauling of grindings and adjusting all loads to legal limits before leaving site.

9. General is responsible for cleaning, maintaining a nd general protection o f

milled areas.

10. General responsible for USA marking and for verifying depth of utilities.

11 . General takes responsibil ity to ensure the directed mill ing depth is not Jess

than 6" above any underground utilities

Government Code 42 16.8 - It is the sole responsibility oftbe lessee or

renter to follow the requirements of the regional notification center law

pursuant to Article 2 (Commencing with section 4216) of chapter 3.1 of

Division 5 of Title I of the government code. By signing this contract, the

lessee or renter accepts all liabilities and responsibilities contained in the

regional notification center Jaw.

Date