13
ATTACHMENT 5 BID/BIDDER CERTIFICATI ON SHEET Invitation For B id IFB Number 03A2746 Page I of 2 Only an individual who is author ized to bind th e bidding firm co ntractually sha ll sign the Bid/Bidder Certification Sheet. The signature must indicate th e title or position th at the individual holds in the fi r m. Th is Bid/Bidder Ce rtification Sheet must be signed and returned along with a ll "required attac hments" as an entire package with or iginal signatures. The bid must be transmitted in a sealed envelope in accordance with IFB instructions. A. Our all-inclusive bid is submitted in a sea l ed envelope marked "Bid Sub mittal - Do Not Open". B. All required attachments are included with this ce1 t ifi cat ion sheet. C. I have read and 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 document. The signature below authorizes the verification of this ce1 tification. E. The s ig nature and date affixed hereon ce1tifies 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. Company Name Midstate Barrier, Inc. 2. Telephone Number 944-9565 2a. Fax Numb er 94 4- 9569 2b. Email Address [email protected] 3. Address P.O. Box 30550 , Stockton, CA 952 13-0550 Indicate yo ur organ i zation type: 4. D Sole Proprietorship I 5. D Partnership I 6. [] Corporation Indicate th e applicable employee and/ or corporation number: 7. Federal Employee TD No. (FEIN) 68-0145238 Indicate the Department of Industrial Relations information: 9. Contractor Registration N um ber 1000000538 Indicate app licable license and/ or ce1tification informatio n: I 0. Contractor's State Licensing Board Number 12. Bidder' Name (Print) Dan L. Nic holas 529261 I 8. Ca li fornia Corporation No. C1 603487 11 . PUC License Number CAL-T- 13. Title Vice / President/Estimatin 15. Date 3/ 1/ 2018 1 6. Are you certified with the Department of Ge neral Services, Office of Small Business and Disabled Veteran Business Enterprise Services (OSDS) as: a. Small Business Enterprise If yes, enter certification number: Yes D No IX:] b. Disabled Veteran Business Enterprise Yes D No 0 lf yes, enter your service code below: NOTE: A copy of your Certification is required to be included if either of the above items is checked "Yes". Date application was submitted to OSDS, if an app li cation is pending: ______ _ 17 . Are you '\!io n-Small Business committing to the use of25% Certified Small Business Subcontractor Participation? Yes D If Yes, complete and return the Bidder Declaration form, GSPD-05-105 with your bid.

IFB Number 03A2746 of 2 - California Department of … · 2018-03-09 · state of california - department of transportation bid proposal revised attachment 1 (2/23/18) contractor's

Embed Size (px)

Citation preview

ATTACHMENT 5 BID/BIDDER CERTIFICATION SHEET

Invitation For Bid IFB Number 03A2746

Page I of 2

Only an individual who is authorized to bind the bidding firm contractually shall sign the Bid/Bidder Certification Sheet. The signature must indicate the title or position that the individual holds in the fi rm. This B id/Bidder Certi ficat ion Sheet must be signed and returned along with all "required attachments" as an entire package with original signatures. The bid must be transmi tted 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 ce1t ification sheet. C. I have read and understand the DVBE participation requirements and have included documentation

demonstrating that I have met the participation goals. D. The signature affixed hereon and dated certi fies compl iance with all the requirements of this bid document. The

s ignature below authorizes the verification of this ce1tification. E. The s ignature and date affixed hereon ce1tifies 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. Company Name

Midstate Barrier, Inc.

2. Telephone Number

(20~) 944-9565 2a. Fax Number

(20~) 944-9569

2b. Email Address [email protected]

3. Address P.O. Box 30550 , Stockton, CA 95213-0550

Indicate your organization type: 4. D Sole Proprietorship I 5. D Partnership I 6. [] Corporation

Indicate the applicable employee and/or corporation number:

7. Federal Employee TD No. (FEIN) 68-0145238

Indicate the Department of Industrial Relations information: 9. Contractor Registration Num ber 1000000538

Indicate applicable license and/or ce1tification information: I 0. Contractor's State Licensing

Board Number

12. Bidder' Name (Print)

Dan L. Nicholas

529261

I 8. California Corporation No. C1 603487

11 . PUC License Number CAL-T-

13. Title

Vice/ President/Estimatin

15. Date

3/1/2018

16. Are you certified with the Department of General Services, Office of Small Business and Disabled Veteran Business Enterprise Services (OSDS) as: a. Small Business Enterprise If yes, enter certification number:

Yes D No IX:] b. Disabled Veteran Business Enterprise Yes D No 0 lf yes, enter your service code below:

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

Date application was submi tted to OSDS, if an application is pending: ______ _

17. Are you '\!ion-Small Business committing to the use of25% Certified Small Business Subcontractor Participation? Yes D No ~

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

STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION BID PROPOSAL

REVISED ATTACHMENT 1 (2/23/18)

CONTRACTOR'S NAME (Please Print): Mid.state Barri er, Inc .

ITEM ESTIMATED UNIT OF ITEM NO. QUANTITY MEASURE

1 1250 Per Linear Foot Reconstruct metal beam guardrail (MBGR), single sided, wood post

2 1250 Per Linear Foot Reconstruct metal beam guardrail (MBGR}, double sided, wood post

3 1250

Per Linear Foot Reconstruct metal beam guardrail (MBGR}, single sided, steel post

4 1250 Per Linear Foot Reconstruct metal beam guardrail (MBGR), double sided, steel post

5 1250 Per Linear Foot Reconstruct Midwest guardrail (MGS), single sided, wood post

6 1250 Per Linear Foot Reconstruct Midwest guardrail (MGS}, double sided, wood post

7 1250 Per Linear Foot Reconstruct Midwest guardrail (MGS}, single sided, steel post

8 1250 Per Linear Foot Reconstruct Midwest guardrail (MGS), double sided, steel post

1250 Reconstruct metal beam guardra il (MBGR), double sided, wood post 9 Per Linear Foot with channel

10 1250

Per Linear Foot Reconstruct metal beam guardra il (MBGR}, double sided, steel post with channel

11 1250 Per Linear Foot Reconstruct thrie beam barrier, single sided, wood post

12 1250 Per Linear Foot Reconstruct thrie beam barrier, single sided, steel post

13 1250 Per Linear Foot Reconstruct thrie beam ba rrier, double sided, wood post

14 1250 Per Linear Foot Reconstruct thrie beam barrier, double sided, steel post

15 1 Per Linear Foot Partial installation of Terminal System, SRT 350 (27" Wood Post)

16 1 Per Linear Foot Partial installation of Terminal System, SRT 350 (27" Steel Post)

17 1 Per Linear Foot Partial installation of Terminal System, SRT 350 (31" Steel Post)

18 1 Per Linear Foot Partial Installation of Terminal System, CAT 350

19 1 Per Linear Foot Partial Installation of Terminal System, SKT 350 (Wood Post)

IFB NUMBER 03A2746 PagelofS

CONTRACT NO. 03A2746

UNIT PRICE TOTAL (In Figures) (In Figures)

$ SO.~ $&00,000.~

$ 82..~ $ 2 c; OD 10 • oo. -

$ 8S.~ $ &Oto, 2.170. ~

$ 81.<!2 $ aoe>, '7c;o, ~

$ So.~ $ 100.000.~

$ S2..~ $ 102.~oo.~

$ es.~ $ lO~ 2.t;O ~ , .

$ 87. ~ $1oe.1?0.~ $ lOO.~ $

15000.~ • $ (oO.~ $ 7.t; ODO C.,!>

' . $ se.~ $ 110, ODO. 0.E

$ SS.~ $ 110000 °~ ' . $ llO.~ $ 137~~

I •

$ 112 oO .- $ I 'tD~ DOD. 0.E

$ 2.'1S.~ $ 27?.'!!! $ Zi4S.~ $ 2.7'5.~

$ 2.15. 0.E $ 2:15.0.£ $ 320.~ $ 320.~ $ 2 "1?. o_!) $ 27':>. ~

(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 UNIT PRICE AND THE TOTAL SET FORTH FOR A UNIT BASIS ITEM, THE UN IT PRICE SHALL PREVAIL. (3) ANY ALTERATIONS, MODIFICATIONS OR CHANGES TO THIS BID PROPOSAL SHEET BY THE PROPOSER SHALL BE GROUNDS FOR BID REJECTION. (4) EACH LINE MUST BE BID. PLEASE DO NOT LEAVE ANY UNIT PRICE COLUMN BLANK OR THIS BID WILL BE DISQUALIFIED FROM COMPETITION FOR CONTRACT AWARD. (5) CONTRACTOR'S COSTS FOR ALL LABOR, MATERIALS, TOOLS, PARTS, INCIDENTALS, TRAVEL, EQUIPMENT, AND INCIDENTALS NECESSARY SHALL BE INCLUDED IN THE

CONTRACTOR'S BID RATE FOR EACH ITEM LISTED IN THIS ATIACHMENT l, BID PROPOSAL.

MBI ST A TE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION BID PROPOSAL

Midstate Barrier, Inc. P.O. Box 30550

Stockton, CA 95213-0550

IFB NUMBER 03A2746 Page 2 ofS

REVISED ATTACHMENT 1 (2/23/18)

20 1 Per Linear Foot Partial Installation of Terminal System, SKT 350 (Steel Post) $ 2.iS. ~ $ 2iS. 0_!1

21 1 Per Linear Foot Partial Installation ofTerminal System, FLEAT 350 (Wood Post) $ 2"7S.~ $ 2.ICS. ~

22 1 Per Linear Foot Partial Installation of Terminal System, X-Lite Guardrail Terminal 0fl/ood

$ 100.~ $ 100. 0.E Post)

23 1 Per Linear Foot Partial Installation of Terminal System, X-Lite Guardrail Terminal (Steel

$ 21S.0~ $ 27t;. 0~ Post)

24 1 Per Linear Foot Partial Installation ofTerminal System, X-Tension Guardrail Terminal

$ 275.0~ $ 2'15. ~ <Wood Post)

25 1 Per Linear Foot Partial Installation of Terminal System, X-Tension Guardrail Termin.al

$ 275.°-E $ 27t;.o.!! !Steel Post)

26 1 Per Linear Foot Partial Installation of Terminal System, Buried Post Anchor $ 800.~ $ 000.~ 27 1000 Each Replace Block (wood) $ 'So. 0_2 $ $0,0oD.~

28 1000 Each Replace Block (composite) $ 'SD .~ $ $01 0()0 .O_!

29 1000 Each Replace Post and Block (wood) $ 130.~ $ 13D,oob.~

30 1000 Each Replace Post (Steel) and Block (composite) $ lt>O .~ $ abOOOO o_E I •

31 2 Per Each System Full Installation of Terminal System, SRT 350 (27" Wood Post) $G:> t;oo.~ '

$ 13 000.0~ 32 2 Per Each System Full Installation of Terminal System, SRT 350 (27" Steel Post) $3 000.0~ $ <oooo 0~

) . 33 2 Per Each System Full Installation of Terminal System, SRT 350 (31" Steel Post) $ ~.~c:X>.o~ $ 13 "2,0D o_E

) . 34 2 Per Each System Full Installat ion of Terminal System, CAT 350 $<3 'Coo.0E

I $ aq "oo.~ ;

35 2 Per Each System Full Installation of Terminal System, SKT, 350 0fl/ood Post) $ (p1qoo.~ $ 13,SOl>. ~

36 2 Per Each System Full Installation of Terminal System, SKT 350 (Steel Post) $<oqoo.~ $ 13,eoo.0~ I

37 2 Per Each System Full Installation of Terminal System FLEAT 350 0fl/ood Post) $ <o,'Soo.~ $ 13000 °E I •

38 2

Per Each System Full Installation of Terminal System , X-Lite Guardrail Terminal (Wood $ 3 2,DO.~ $ "'-too.~ Post) I I

39 2

Per Each System Full Instal lation of Terminal System, X-Lite Guardrail Terminal (Steel $ 4>000.~ $ 12.000 °~ Post) I I •

40 2

Per Each System Full Installation of Terminal System, X-Tension Guardrail Terminal $ 8 t;oo ~ $ t7,ooo. 0E (Wood Post) I •

41 2 Per Each System

Full Installation of Terminal System, X-Tension Guardrail Terminal $ S/Soo.0.! $ tl_,ooo.~ (Steel Post)

(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 UNIT PRICE AND THE TOTAL SET FORTH FOR A UNIT BASIS ITEM, THE UNIT PRICE SHALL PREVAIL. (3) ANY ALTERATIONS, MODIFICATIONS OR CHANGES TO THIS BID PROPOSAL SHEET BY THE PROPOSER SHALL BE GROUNDS FOR BID REJECTION. (4) EACH LINE MUST BE BID. PLEASE DO NOT LEAVE ANY UNIT PRICE COLUMN BLANK OR THIS BID WILL BE DISQUALIFIED FROM COMPETITION FOR CONTRACT AWARD. (S) CONTRACTOR' S COSTS FOR ALL LABOR, MATERIALS, TOOLS, PARTS, INCIDENTALS, TRAVEL, EQUIPMENT, AND INCIDENTALS NECESSARY SHALL BE INCLUDED IN THE

CONTRACTOR'S BID RATE FOR EACH ITEM LISTED IN THIS ATTACHMENT 1, BID PROPOSAL.

MBI ST A TE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION BID PROPOSAL

Midstate Barrier, Inc. P.O. Box 30550

Stockton, CA 95213-0550

IFB NUMBER 03A2746 Page 3 ofS

REVISED ATTACHMENT 1 (2/23/18)

42 2 Per Each System Full Installation of Terminal System, Buried Post End Anchor $ as ooo.0~ $ 10 Ooo 0~ . . 43 2 per module Replace ADIEM module $ 2,200.~ $ Lf~OO.~ 44 2 per each system Full installation of ADIEM system $ 3?.ooo.~ $ jOOo0~ • • 45 2 Per Each System Full Installat ion of Compressor Attenuator Unit $ LfS ooO.~ $ 9io.00b.~~ 46 2 Per Each System Full Installation of REACT 350 - (60") $ <.5.ooo. ~ $ •3000l).~

I

47 2 Per Each System Full Installation of REACT 350 - (96") $ ., ... J t;oo. '!..° $ I Lf-9 000. ~ • 48 2 Per Each System Full Installation of REACT 350 - (120") $ ~1, 'Sot:>.~ $ I E:.3 000 .~

I

49 2 Per Each System Full Installation of REACT - 350 4 CYL $ Lt1 c;oo. '!!> $ 83 ooo.~ ' '

50 2 Per Each System Full Instal lation of REACT - 350 6 CYL $ Y..,1 "ioo. ~ $9'5,ooo. 0 E

51 2 Per Each System Full Installation of REACT - 350 9 CYL $ 52.,ooo.~ $ 10&.f ooo.~ '

52 2 Per Each System Full Installation Terminal System, SoftStop $ (ol SSO, O,E $ 13,..,oo. ~

53 2 Per Each System Full Installation of Terminal System, X-MAS (Steel Post) $ 15 ooo.~ $30000 ~ • " . 54 2 Per Each System Install Crash Cushion System Universal TAU-II Model 30T1 070FBC $ 21 000 ~ $ &.f 2. 000 C!!!

' I • • •

55 2 Per Each System Install Crash Cushion System Universal TAU-II Model 72T100WBC $39000.~ $"78000 ~ I • •

56 2 Per Each System Install Crash Cushion System Trinity TRACC $ 2S, OC>O. ~ $5toooo . .:i2

' 57 2 Per Each System Install Crash Cushion SystemTrinity SHORTRACC $ 20,Soo.~ $ &fl ooo. ~

I

58 2 Per Each System Install Crash Cushion SystemTrinity FASTRACC $ 10000.~ $ 20000 °.2 ' I •

59 2 Per Each System Full Installation SCl-70GM (24") $ "2f#, '500, O_!> $59,oDO. 0-° 60 2 Per Each System Full Installation SCl-70GM (30") $32, 000.~ $"~,ooo.o~

61 2 Per Each System Full Installation SCl-70GM (36") $3,,. 'Soo ~ $~C)0oo ~ I ' I •

62 2

Per Each System Full Installation SCl-70GM (60") $ "10,000.~ $80000 ~ ' . 63 2 Per Each System Full Installation SCl-70GM (69") $ Lf 2. 000 ~ $8&.f,ooo.~

I •

(1) THE ABOVE QUANTITIES ARE ESTIMATES ONLY AND ARE GIVEN AS A BASIS FOR COMPARISON OF BIDS. NO GUARANTEE IS MADE OR IM PLIED 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) ANY ALTERATIONS, MODIFICATIONS OR CHANGES TO THIS BID PROPOSAL SHEET BY THE PROPOSER SHALL BE GROUNDS FOR BID REJECTION. (4) EACH LINE MUST BE BID. PLEASE DO NOT LEAVE ANY UNIT PRICE COLUMN BLANK OR THIS BID WILL BE DISQUALIFIED FROM COMPETITION FOR CONTRACT AWARD. (S) CONTRACTOR'S COSTS FOR ALL LABOR, MATERIALS, TOOLS, PARTS, INCIDENTALS, TRAVEL, EQUIPMENT, AND INCIDENTALS NECESSARY SHALL BE INCLUDED IN THE

CO NTRACTOR'S BID RATE FOR EACH ITEM LISTED IN THIS ATTACHMENT 1, BID PROPOSAL.

MBI STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORT A TI ON BID PROPOSAL

Midstate Barrier, Inc. P.O. Box 30550

Stockton, CA 95213-0550

IFB NUMBER 03A2746 Page 4 of 5

REVISED ATTACHMENT 1 (2/23/18)

64 2 Per Each System Full Installation SCl-70GM (96") $ l.f"1, 'Soo. ~ $9'iooo o_e . . 65 2 Per Each System Full Installation SCl-100GM (24") $ 3~.ooo. c._e $,2 000 ~ . . 66 2 Per Each System Full Installation SCl-100GM (30") $ 38,?oo.~ $77 000 ~

J •

67 2 Per Each System Full Installation SCl-100GM (36") $ I.fl, ooo. ~ $ 02,ooo.~

68 2 Per Each System Full Installation SCl-100GM (60") $ 4t.:a ooo.~ $ q2 ooo. 0~

' I

69 2 Per Each System Full Installation SCl-1 OOGM (69") $ Lf8 ;oo 02 $97,ooo. o~ ' . 70 2 Per Each System Full Installation SCl-100GM (96") $ S&.1,000. 0.E $108 ooo. 0.2

J

71 2 Per Each System Full Installation QUADGUARD System 3bay $ 21 .. 'X>o.~ $ 'i 3 ooo.o.! '

72 2 Per Each System Full Installation QUADGUARD System 6bay $ 30,'500.~ $ 4;> \ 0 00, O!> I

73 2 Per Each System Full Installation QUADGUARD Elite System W ide 11-Bay $ '5 ~. 000. 0~ $ 108 000 .OE. • 74 2 Per Each System Full Installation QUADGUARD Elite 8-bay System $ 3'5,ooo.~ $ "10 ooo.0E

J

75 2 Per Each System Full Installation QUADGUARD, LMC System11-bay $ 11,000. 0 2 $ 2.2poo.~

76 2 Per Each System Full Installation QUADGUARD, 10 Degree System 6 bay $ '3&.t, '500.~ $ I o«JI 000. °..! 77 2 Per Each System Full Installation QUADGUARD 69-90 6 bay $ 39/500. c.!> $ 79,ooo.~

78 2 Per Each System Full Installation QUADGUARD 69-90 11 bay $12 ooo.~ , $ 21.f,oc:>o. o~

79 2 Per Each System Full Installation QUADGUARD 69-90 Tapered $ '+0000.0~ $Soooo 0 .!2 • ,, .

80 2 Per Each System Full Installation QUADGUARD II 2 bay $20,'SoO. ~ $ ..,1,,000.0~

81 2 Per Each System Full Installation QUADGUARD II 5 bay $ 31,000.~ $(o2000.~ I

82 2 Per Each System Full Installation QUADGUARD M10 (TL-3) 24 inch $ 3Soco.~ $ 70,000.~

83 2 Per Each System Full Installation QUADGUARD M10 (TL-3) 30 inch $3(,., 'oo.02 $73 ()00 Q~ .. . 84 2 Per Each System Full Installation QUADGUARD M10 (TL-3) 36 inch $37, 'Soo.~ $1t; ooD.~ ... 85 2 Per Each System Full Installation QUADGUARD M10 (TL-3) 69 inch $ 'fl, 'Soo.~ $ 83,ooo.~

(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 TH E 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) ANY ALTERATIONS, MODIFICATIONS OR CHANGES TO THIS BID PROPOSAL SHEET BY THE PROPOSER SHALL BE GROUNDS FOR BID REJECTION. (4) EACH LINE MUST BE BID. PLEASE DO NOT LEAVE ANY UNIT PRICE COLUMN BLANK OR THIS BID WILL BE DISQUALI FIED FROM COMPETITION FOR CONTRACT AWARD. (5) CONTRACTOR'S COSTS FOR ALL LABOR, MATERIALS, TOOLS, PARTS, INCIDENTALS, TRAVEL, EQUIPM ENT, AND INCIDENTALS NECESSARY SHALL BE INCLUDED IN THE

CONTRACTOR'S BID RATE FOR EACH ITEM LISTED IN THIS AITACHMENT 1, BID PROPOSAL.

r~BI STATE OF CALIFORNIA-DEPARTMENT OF TRANSPORTATION rA!dst2'l~ Barrier, Inc. IFB NUMBER 03A2746 BID PROPOSAL P.O. Box 30550 Page 5 of 5

Stockion, Cl~ 95213-0550 REVISED ATTACHMENT 1 (2/23/18)

86 1 Each Terminal Anchor Assembly SFT $3000.~ $ 3 ooD.~ -. I

87 1 Each Terminal Anchor Assembly Type A (Breakaway Cable Anchor $ '"l,800.~ $ i.f Boo. OE Assembly} I

88 1 Each Terminal Anchor Assembly Type B $ 'i i:>oo. O_£ $ '"I, ~00.~ • 89 1 Each Type STB $ <. c;oo.~ $ '1,i;oD.~

' 90 100 Each Replace Soil Tubes and Plate Assembly (SRT, ET) $ 300.~ 3 00 $ 0,000.-

91 100 Each Replace Strut (Yoke) $ 200.~ $ 2.o, 000. °!' 92 2 Each Sand Barrel Array "U14", Approach 100 km/hr or Less (A81A) $ -S<Poo.~ $ 11, 2.oo.~ 93 2 Each Sand Barrel Array "U11 ", Approach 70 km/hr or Less (A81A)

• oO $ ..,,~oo. - $ q,ooo.~

94 2 Each Sand Barrel Array "U21", Approach 100 km/hr or Less (A81A) $ ? "700. c>_! $ &?,*oo.~ 95 2 Each Sand Barrel Array "U16", Approach 70 km/hr or Less $ 'S Soo.~ $ ll,'900.e>E 96 2 Each Sand Barrel Array "B14" Approach 100 km/hr or Less (A81A) $ S G:>OO.~ $ u,200.~ 97 2 Each Sand Barrel Array "B11" Approach 70 km/hr or Less (A 81C) $ 'i '500.~ $ q ooo.°:E 98 500 Per Cubic Yard Embankment Widening for End Treatment $ 1'50.~ $ 7&;000.~

99 500 Per Linear Foot Dike Removal and Replaced with Type C Asphalt Dike $ 100. o_E $ 50,000.0 £ 100 500 Per Linear Foot Dike Removal and Replaced with Type F Asphalt Dike $ 100.~ $ -;o,ooo.~

101 1000 Per Hour Lane Closure (conventional, two-lane highway) $ "flO. ~ $ &.flOOOO, o_E

102 1000 Per Hour Lane Closure (multilane highway) $ ~~0.~ $Seoo,ooo.~ 103 1000 Per Hour Shoulder Closure $ 10.~ $ '70 ooo .0 .!'

104 500 Per Hour Ramp Closure $ 75.~ $ 37 &?oD.~ 105 500 Per Hour Pilot Car $ 10'5.~ $ J52,e?oD.~

106 1000 Per Hour Portable Changeable Message Sign $ 'to.~ $ &.fOOOO~ . . oO

lo,<oioiol.C/'5. -TOTAL THIS PROPOSAL $

(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 UNIT PRICE AND THE TOTAL SET FORTH FOR A UN IT BASIS ITEM, THE UNIT PRICE SHALL PREVAIL. (3) ANY ALTERATIONS, MODIFICATIONS OR CHANGES TO THIS BID PROPOSAL SHEET BY THE PROPOSER SHALL BE GROUNDS FOR BID REJECTION. (4) EACH LINE MUST BE BID. PLEASE DO NOT LEAVE ANY UNIT PRICE COLUMN BLANK OR THIS BID W ILL BE DISQUALIFIED FROM COMPETITION FOR CONTRACT AWARD. (S) CONTRACTOR'S COSTS FOR ALL LABOR, MATERIALS, TOOLS, PARTS, INCIDENTALS, TRAVEL, EQUIPMENT, AND INCIDENTALS NECESSARY SHALL BE INCLUDED IN THE

CONTRACTOR'S BID RATE FOR EACH ITEM LISTED IN THIS ATTACHMENT 1, BID PROPOSAL.

State of California-Department of General Services, Procurement Division GSPD--05-105 (EST 8/05) ATTACHMENT 2

BIDDER DECLARATION

MBI Midstate Barrier, Inc.

P.O. Box 30550 Stockton, CA 95213-0550

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

a. Identify current California certification(s) (MB, SB, SB/NVSA, DVBE): or None L (lf"None·: go to Item #2)

Invitation for Bid IFB Number 03A2746

b. Wi ll subcontractors be used for this contract? Yes X No _ (If yes, indicate the distinct element of work your fi rm w ill perform in th is contract e.g., list the proposed products produced by your firm , state if your fi rm owns the transportation veh icles that will deliver the products to the State, identify which solicited services your firm w ill perform, etc.). Use additional sheets, as necessary.

t~mo~ . Ev..rn~~h C>.nd~~ta..\\ Gt\Ao..,.o\.,.~\l O..V\J C'A"O.S~ cv..shie>v\-S . ~

c. If you are a California certified DVBE: (1) Are you a broker or agent? Yes _No_ (2) If the contract includes equipment rental, does your company own at least 51 % of the equipment provided in this contract (quantity and value)? Yes _No _NIA_

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

Subcontractor Name, Contact Person, Subcontractor Address CA Certification V\brl< performed or goods provided Corresponding Good 51 % Phone Number & Fax Number & Email Address (MB, SB DVfil or None) for this contract % of bid price Standing? Rental?

So..Mbrol"lo lro.mc. lcwtrol \>.o. So)<. no 0V8f!./SS I ro. f£'u CoV'ltrol -Njp. Ao.. r-o"' CI ; Wll6 W; ltt1" , GA C\ S"<=\ 3 Jl .)<\ lt;O F'lG\.jj i~ V' l..o.Yic, CJ~w-cs S".ot; fo Yes

{~O'\) ;l.G>l-SS"ll stro.f (; <...~ t ron+1c.r.<.o~ F~ (~11) ST~-).9~

I

CERTIFICATION: By signing the bid response, I certify under penalty of perjury that the information provided is true and correct. Page_1 _ of_ 2_

State of California-Department of General Services, Procurement Division GSPD--05-105 (EST 8/05) Instructions

MBf Midstate Barrier, Inc.

P.O. Box 30550 Stockton, CA 95213-0550

Invitation for Bid IFB Number 03A2746

ATTACHMENT 2 BIDDER DECLARATION INSTRUCTIONS

All prime bidders (the firm submitting the bid) must complete the Bidder Declaration.

1.a. Identify all current certifications issued by the State of California. If the prime bidder has no California certification(s), check the line labeled"None"and proceed to Item #2. If the prime bidder possesses one or more of the following certifications,enterthe applicable certification(s) on the line:

Microbusiness (MB) Small Business (SB) Small Business Nonprofit Veteran Service Agency (SBINVSA) Disabled Veteran Business Enterprise (DVBE)

1.b. Mark either"Yes" or"No"to identify whether subcontractors will be used for the contract. If the response is "No'. proceed to Item #1.c. lf"Yes':enter on the line the distinct element of work contained in the contract to be performed or the goods to be provided by the prime bidder. Do not include goods or services to be provided by subcontractors.

Bidders certified as MB, SB, SBINVSA, and/or DVBE must provide a commercially useful function as defined in Military and Veterans Code Section 999(e)(2)(A) for DVBEs and Government Code Section 14837(d)(4)(A) for small/microbusinesses. For questions regarding commercially useful function determinations made in conjunction with certification approval, contact the Department of General Services, Procurement Division, Office of Small Business and DVBE Certification (OSDC), OSDC Certification and Compliance Unit via email at: [email protected]

Bids must propose that certified bidders provide a commercially useful function for the resulting contract or the bid will be deemed non-responsive and rejected by the State. For questions regarding the solicitation, contact the procurement official identified in the solicitation.

Note: A subcontractor is any person, firm, corporation, or organization contracting to perform part of the prime's oontract

1.c. This item is only to be completed by businesses certified by California as a DVBE.

(1) Declare whether the prime bidder is a broker or agent by mar~ng either"Yes" or"No': The Military and Veterans Code Section 9992 (b) defines"broker'or"agent"as a certified DVBE oontractor or subcontractor that does not have title, possession, control, and risk of loss of matarials, supplies, services, or equipment provided to an awarding department, unless one or more of the disabled veteran owners has at least 51-percent ownership of the quantity and value of the materials, supplies, services, and of each piece of equipment provided under the contract

(2) If bidding rental equipment markeither"Yes" or"No"to identify if the prime bidder owns at least 51% of the equipment provided (quantity and value). lfnot bidding rental equipment, mark"N/A" for"not applicable."

2. If no subcontractors are proposed, do not complete the table. Read the certification at the bottom of the form and complete "Page _2_of _2_" on the form.

If subcontractors will be used, complete the table listing all subcontractors. If necessary, attach additional pages and completethe"Page _1_of _2_" accordingly.

2. (oontinued) Column labels

Subcontractor Name, Contact Person, Phone Number & Fax Number-List each element for all suboontractors.

Subcontractor Address & Email Address-Enter the address and if av~lable, an Em~I address.

CA Certification (MB, SB, DVBE or None)-lf the subcontractor possesses a current State of California certification(s), verify on the OSDC website (www.pd.dgs.ca.gov/smbusl that it is still valid and list all current certifications here. Otherwise, enter"None': [Note: A SBINVSAshould not be participating as a suboontractor]

Work performed or goods provided for this contrac!--ldentify the distinct element of work contained in the contract to be performed or the goods to be provided by each suboontractor. Certified subcontractors must provide a commercially useful function for the oontract. (See paragraph 1.b above for oode citations regarding the definition of commercially useful function.) If a cartified suboontractor is further suboontracting a greater portion of the work or goods provided for the resulting oontract than would be expected by normal industry practices, attach a separate sheet of paper explaining the situation.

Corresponding% of bid price-Enter the corresponding percentage of the total bid prtce forthe goods and/or services to be provided by each subcontractor. Do not enter a dollar amount.

Good Standing?-Provide a response for each subcontractor listed. Enter either"Yes" or"No''to indicate that the prime bidder has verified that the subcontractor(s) is in good standing for all of the following:

Possesses valid license(s) for any license(s) or permits required by the solicitation or by law If a oorporation, the company is qualified to do business in California and designated by the State of California Secretary of State to be in good standing Possesses valid State of California certification(s) if claiming MB, SB, and/or DVBE status Is not listed on the OSDC website as ineligible to transact business with the State

51% Rental?-This pertains to the applicability of rental equipment. Based on the following parameters, enter either"N/A" (not applicable), "Yes" or"No"for each subcontractor listed.

Enter'N/A"ifthe: Subcontractor is NOT a DVBE (regardless of whether or not rental equipment is provided by the suboontractor) or Suboontractor is NOT providing rantal equipment (regardless of whether or not subcontractor is a DVBE)

Enter"Yes" if the subcontractor is a California certified DVBE providing rental equipment and the suboontractor owns at least 51 % of the rental equipment (quantity and value) it will be providing for the contract

Enter"No" if the subcontractor is a Celifornia certified DVBE providing rental equipment but the suboontractor does NOT own at least 51% of the rental equipment (quantity and value) it will be providing.

Read the certification atthe bottom of the page and complete the"Page _2_of -1..:' accordingly.

srl.TI:-OP CAurO~NIA -noPN\TMhNI <:w U~NEMl l!SR\llCt;.<;.PRQOUlloMEm 111\'18!!)1'

DJSABtEO VETERAN BUSINESS ENTERPRISE D5CLAR:ATIONS il'rl'.l 14Hf!llv· 0<7Q~~I . . . . . i~trt1~~lan~~ The disabled 11ele'5fh !OV) owner(s) and OV ma!l>!lgw\!IJ otl/1e Dlsebled Veteran Bt1Sit1ess !!nlelp!ill'e (!',JYBEl} n'lU,~! cl'.lmplelGi t~!siiai,;ia~t!zn Whl.>ll <iiOVSj;,c!)ntrao:;turcrcsubrontractor wlll provld<i! ma(tidal,s. aupr>liell, servlci;:ll' Qf ~quJprn~n~ lf\<lllllary ~11d V.l'l!atah<1 Go~e S1!1:ilion 099 .2) Vl<::ilBlit>ns lire ml!idemeanois and punl$1lable tiy iinpi!somnent or

,!in<faoq:r,'11<lJori;,;;ire llabla·lor t;lv!J penal\l<*l. A!l lllgnalures_a(eniade t!rtder 9enally of' ~!fl!ID'.- . . · . . Sc"CTION1 . . --· .. -

Ntilije of et?rt!ftad DVBE: llBll'l>J:"'"' Tl't.l'He J,'<;lnq91, rii;;

Del!Crlpllon (n111llil!lals/aupplle!l/i;ervicel!/equlpml'lflt proposed):

-~--~-,-.~~~~.~~~

lZl f (~) !,ieola!'e thbit 111\'l DVBE:cl!Ji 091 a pr!.lllarJ)ragent. as defined In Miiitary illfld Vet.ernm1 Cooo.,eecliol'l 900.:i! (ll}. of rnatetla)s, ~tlppll~s, S'i!Nk:ee: or ~uipmenl Ifs led above. Also, comp!a!e' Seo!!on ~ below lf renting $1;Julpment.

tJ t:"~i~u~ntto Mlilt<ifl' ~n\I Vetlil~na c«ln $$¢!lonJJ\l9 2 jf), l (we) <.lecli;re that th" Q\IBli: iui l;mker oragent for thi; prl@lpal(sl !!sled beiawcirsn an aJ!a<;:lled sllsa!lst (Pw:suant to Milil11ry mn:I Vaterami Cadoi·99ll.·2 (o). Sf<ile l!1m;is

. e)i/:!Onf]s<:(ll.'lf fiql!/Pn'lsnl re/)l(fl(/ f~mequi11rmin/'11roke1.s pursuant to ccntmat£i awe1tiMl undet ll!/9 11r;r./J(J(l.-Sh$li no! 1>'1 cf!Jdllr!fcJ loWPJ«J l/lii' ~pe/tillnt DVB.E-p£nrtcfp<itf!:Jn gr.ml.) ·

Al·I· D. v own. lilra and .11\l!l!agE)t)l of tile OVBE tatl~•IT !>dd!tl<;>®I p!l!l~9 will! !!U·!"J~llt ~IQl>~ttjf"'-\'"'R• ·ll>r ...... -n p11r;;"'"'o nlgl'I):

- t~.1 U:J~.-~ ··-· _ur _o ~-t n~. _ __ _ _ ___ __ _ __ - _ _ ,....,,.,...._~~-

-- - lf'ifnl"9N•iM'<1fPVOwJi,i1tli1iln_og<;J) -· (Oi~;e Si(!ne;l/

' .~·~}"e:.J:.i _6.J.rie _ '" (Fon~ Nltm<> ~r I'll! Ownilf/MWii!g~IJ "' T (t!~tir S'u•'•!ll . - . . .-- ' f

Flrm1Prlrrolpal forw!mm !hetlVBE lss(:U11g-l;!s o brot<sror~nt · (l(Ulllm lllllll .O.!<; nnn, 11~1 gn W<llit•h••"'·l - {P~nt Qr Tyi'.>edian>eJ

BECTIOtH A.Pr>Lies ro Att.o\JBE'.s THAT RENT e-ciwPME:Nr A°No oE:cl.ARE THE! ol/liile is NOT A sRoKrut

0 P'ur$iJe:int to Mililary.on\1 Vet!lf~!'\$ CooeS~oo 999.2 {cl. (d) 111')d {!!}. tam (wa.-are) !ha DV(s) with .al!oo.1>1.'1:11% owriettihlp ci·f Iha O~Bli, or a: DV marh11sel\sl cil thG DVBE. The OVBE maintains mrtifleallon rn-qum .. moo!s: In ai::ix;tdaooa wi!h M!ll!arx snd .vatari11111 Cada Secllon egg !!t l!llq.

[J the 1111i:f!lftil[frte€;f l}Wn~r(s) !').l!ftJfSl at least §.1:¥> of the gu1111li1Urid value !!If aach 11fe~ g~ment 1!1!lt will be ranl'Jo - · fQM.i\le.in tile !Xln.fr~ct ld~:ritillei:! <ib(lve, I (W<!). !tie [}V own!!rs oHhe equfpm¢n!, l}!)ve s.ubmltl,...."'91p.lh!ll lll:lml11i!itefi11g

agency my (Ol.1i) perl!Qnaf red~ral tax re111m\;;) <11 time Ot i.:.mllflc{!tion-and·ann!la.Hy !hereafter <is '(fefrned lri Mtliti;ry ;;n~t ~fe,mn1;; C&Je D1)f),2, au~ecuoni; {Cl llfrttl (g), F';;tlumu;rtlifl tfi:rn!Jled w;;lt1ran¥Jquti;rrr1int !/Wf1et(s) t1J.st11)mit lllfiit P.fitll<Jl)(lf fi:id~ro11v.~ rotum(j!J tl:t .Ill's 11i:JminfS/(;rfrlfl <1g9rwy '"* <:tqfin~i;Jit! Millll!rr~md V$ilflmnzy c.ooa ~99.2, ~uli®t:lions tefJ 11/rd {(}); wll1 l'OOl11t ln lhe DVBE MiMj ooru'flfi<t 1m r¥Jalpn1'1nt llmt<er; ·

QJ.~bied Veteran Owll!>r(i!) of the OVBE t<itll1ch ~dfon~l ll'lll"~ ¥<!111 lll91101um bloollli for ooo~ ?•"'1,,;11;; l!liJll):

ATTACHMENT 12 Invitation for Bid No. 03A2746

QUOTES FROM SB OR DVBE SUBCONTRACTORS

Invitation For Bid IFB Number 03A2746

Page 1 of 1

Bidder shall attach copies of SB OR DVBE SUBCONTRACTORS quotes (on SB or DVBE's letterhead) from any SB or DVBE subcontractors listed in the form GSPD-05-105. Refer to instructions in IFB Section D), Items 1 C and 2 A 2).

MBI Midstate Barrier, Inc.

P.O. Box 30550 Stockton, CA 95213-0550

For: Estim:11or riv MBI Project• U~J\2.7•l6 Bid l1i.1rc.: :'iO I ~O I 8

DVBE I SB.E 1 l59740 Sombrn110 r ru l1Tc Control lncorpomlcd

P.O. !3ox 170 \Vil~mi C'tt i1.S61)J Ph1.111c; ~09-.:?67.-55J I C~ll : 20•>-G79-t66:?

F:ix· 1':77·~ 1 1~~~}Ui'.J l:mnll: :.tmfTicrt('frontier.com

Ln bon~ ri' Union Sfgnotetr":' D IH ff I 000004-40"

Flilggbtg (t'Cg\l..la.1') ---- ·----~---~ l'iOQ.QO per a hours ;;< JOO shaR-s :#/'io,ooo-

PUot CM' (with. d l'ivcl' ) ___________ _ _____ 775.00 par 8 hours

Lone Closui-e (includes I ramp) _St ,'lS0.00 p~.ti 8 baur~x J1>S" sJ..f+s Two LMc S:ime Direction {add I at.ldi1ionul trnlle1 mountL•J ilffi'I \ \ bl)ann _ _ _ SI 00.00 per da~· _ l.1111e Clo.)Surl! Oppasltl! Dln:1.'1 ion will b-e bllleJ tu a ~epai.lte lane closure unk:s.s othr:nviso: ng.rc-tll upon -: k I <t S-1 1'Sf>

llttO'uuator True)( With Drivcr(\\illl l ru m~ ~011t nll 1Hily} _ _ ___ S99S. OO per e bO\&.rs L l lC)IO.

Detou:rup t~ 6 S.l9~5i (will! lune l.'io;.u11:) ____ ____________ S1'15.00 E a ob J/ "3~~7S'O-

Ramp (whh lrm~dt)~u~)----------------~- ___ $129.00 Eade

P ,CMS_ Du)' s-350.00 _ \ Ve-ck S65(1.QO_ M o11t lt S 1,.150.00_ Ucl!vc-ry SISIJ.00 t: .. :1d 1 ltll111 I m:h \\ a~ pri~ h11.-;cJ \)II 5 or 11'0re:

Coxur•.-uation l\rea Si g ns: (With Trn.ffic Control Only) N .\

W~o"ko'nd I Holiday R.a.uu1 for 'l'rn!ll c Control: mult iply ihc ~ta11d on.J 8 hour rJt~ by the ti.>Ho11. In~ S:u11rdrt.!:"· I:· I, SurnfaYR & I li1lid11;. ~ I <i.!..

lldditlonal Items: Ml'lbll1.i..11ion - ------{{11ml le Slrip' (I 'ldl _ _ _ _ _ I Flng.ger __ ., .. ___ _ _ _ _ _ 2 Ft~gger!:. _______ _____ _

t\ f1'tlW Bon.rd Cone!! each - - -

--~~·~~~--~

Sign wlih ~nd c:n~h_ Nlgl11 Wl'lrk Ailtl ___ ___ _ Sub.s1s1cnct: (when upplii:ublc J _ _

Overtime: Personnel ~ over S hm.111> per ,, ,_c:kdily nnJ ~uut\ ln) _

Smaluy) nnd H0Hd11y~----Equlpm1;11t (Pilot Car} _ _ -___ _

( Atto;<nw1tor Truck) _____ _

Pagel or2

N1A --~~

------·---~--SlS0.00 p~( un) _ ___ S67S.OO per S hour:.

St .300.00 per 8 hnur~ .. SIOO.OOpcrday

-.s l.00 rer dJ.1y . St :! .00 per dn> ~- 50 per mrrn hoiir

SZ UO per da; pi.:r in:r.-.on

S t 00. IJO p"r m:tn- hour ~--$ I I S.!)0 111.:r m 1111 hour

-----~S 11 S 00 per hour S I ~ ~.00 [1\'r hour

Sn1w1ritno 'l'r<ifflo OQ.~t:1tol ln<1coll'Ji}arated Lle.ektilil' U saDl18!2, SJlllJll'llUF. #:1111!!;2.4.0 L!iihoJIC.rll1Jll.g:ttat61t? CaU:ra- l13JlZ748

18~11ute.d "" .. I O<tn~U~'()HJ; Noto;:.Ev~r)ll!Hnin11,1r ll~i>!~ !;; eit~l!ldod t111lel~ oih~rwl:re m;ree\l urwn. New [t'qufrem~nt> no! In o!'foct i>rlQr lo bid wm Ii<' an n<,i!};ltlor111l CO!lt fla9D~9' (l!gllt.1'QWl!t$ lt!"e nr11 !h~lmt~d) ( ru1111Jle nripi not h1clud:ctt.sec ui!df(l.<r11nl l1e111f) lnQluti~i: twt1 t,ertlfle~l Joumeymtin llnjge11 wilh lmrd lint~ tl!\d apprQ~ed v~Ei. i 1. !lOrt~ble $lilfl' with st1111di! (Z· ltWA 'Z.!JLIV\ ;?.-!~S :l-~l:WTS. H.G, 2· RS.), 2 s1!lJ> ~lcw pitddl~5. pl~k up lnfl'.k with il~t!CQn, tl1irty 18" r~tlqi;th·e tgn~, :! n!glit b~lhfQM. ~nd2 way r.1dl~$. · ~. Cio•Jt_l'e. (ill\llillil'lt11r ll'UQ~ not ln~ludedJ . lnel~dim: 1w{) iiertUfe<I Joun1•Y1nt1il tlil;ll!i!rfi whll 1\nrd hnt~ mid u1~11rov;;d vi;;:l:i, z Wii.V rndl'1~ 1:1.m« 1rud;. wl!h trucl: moume4.m1·ow ~a;rd, I rn11!er m0:un1~(11m'QW bru;rd, ~wo Jumdm:I :rn" refkctl\t~ t!;!!llls {c1.wm•• ~ mflmi), i 1.ilgh1 lio.Dcon$~ nnd;porttlble:~lgn~ w!m ft.:\n\f5 (Z"ll W1\ ;!, RI.CA 2·m_~fil" ~lgn;. A·LC 8a~ CI.f.1:ii:W"i,'.so . ln<;l11dC11 lltl-slf!;M und bnrrfc111le~ for n ~ln~le R11mp Clo$ure QM.i>fll' \' 111.:l~d\OI; l!j) til ti ~l@,l\$ for uln~I~ ~Ollt lllll~~ ollteiwl$1! 11~{ld UP\lll #l{JI'Ui : ln..::l;i•.l~:;Jn~'ilu! fbr US OlJ!'i; mn1er!~h. 1n:llnlli11llill , Ml! removal; poe~:nm lncJml~ lxiring: tlimngh rm:k. t:1lllC11lll.!; <ir 1lther(l!J>ml~tloi1 rem'1vnt Tl1ett, vimunlinm, ;;n1! dm1t.nge will be nd41ti®«l unit ~ti$!. Mm,;rfolll.1'1irtu1in ~m· 11nl!"'•ly. Where qulll!dly Is. nm ~leQr oo pla(li we w!ll .gl\I·~ n lump, ;um ii:li)Q.\Wd by im!lvi(hml 11ri~~\& ·r~r· ill~ unlinown <J""lllfU:e;;. We wlli «.iw:rthe ilgn~ Oil in:~lnllu!fon. It fa th<,' µr!n~ ~pml~lblHty 1tu:uv1:r. llfJ;;:11wr, J!iiil ~lmn(),11 illl'lirr11.ulon.3 C'!lmUtl11n11: , Tli1~.;t jiai;e Quot* 5'!f>'!X, Uli An li<W<!11dum t\'I !l!I ~111~ • W ~ rcq1lln; ii l ;! ®.y 110\lw prlprt1:>,;11;irtlnt: w_;;rk •!!!Jtlll~giiuilller ph\l:OJtle1ll oflh<l' t~ 11tlV~iiC~· w;1ml11g ~lgn <In~ m1~~·w1i.,~ !ll~ lll•l >l.!111 lo rlll\10\<~d ·Na rolen!lqn wm 1;i, lio\d Oil lriil'lk <;<loirt>I ·l't11J..i•I~ d~l~yod o~<r 9~_d'\)'11 i;(c ;ll!h:jc<l I<.> u11tlfil~d.1~clng ~nd ~-0111l!lh:in~ 7f'.or.llV<l1' $11 \er\t~ rl>~ bi f!l~I frtin; bf!l tlmi: !>dd 111t,¥ <iollim per Ui\)i -A<ldltlmtal till!~~ l'\l~!l! 1i'ifl 11p11ly ifClliifor11ii.1 milcJ!~.c ;::li1trg.c 1'; l\ppllc;\l>le ·W ~ l'.l!\!Ulri! m•~11ih!y jlti1i:r~ ~"'yml!'flt• ftw Juli.; 1n~11~. 11'Hil'~ 1hnn 4~ dn)'$ • EXCC!i!'l b1ind;: To bt vaye;l l)r fli!m~m'l<!Z<I I>)• f:ll'll!l<t ·Conlll!ilt;; n1:<1 ~ontlilitint up;ilt l"'<iil•hiliiy Qr.e.11Jlr11\.:otuml 11lllll pow~r ·W~ ill'ell ookl!T ilg,1fi!1.'icy uM bll l.itllor llj,>r.)et11,;mu11ply .•ilt1!d SJ)~C !lti' m«n bout m 1i\l~!~t~n~etw.11c. pny 1tl'tl11:< ·'l'rnfffc ~<;>ntr\11 ov~r ~(l(l ~il~ t>iU l\':;ml! Iii ;ldilillmml erew!~ till!•>" olh~rwl$~ ~~r:•e.l 111>1:111 c\!!111'.ll(""* Ul.'11111!! 14 • )1lt!IL dl)il bwttit::"1lWUl Jll:~!U~ 1.5'1\i it1 l<~>t 1\io11tbJ;. . . . . . ,Cnjt.wn11rlprlu10 minir~n.ror wtH ire .t!ilb!<!' !l:ir IJll~ 1~~1! f~e> .t11ll!1~d tJ'i 111ti dcl>t ~1•ll)t(t!on ~1''1$ • W<'llt. )ll!rlildN II;.~> . I !!mt l 't'1115e<.: 1!tlv~ dli)~ 11d1l I 0.~i.' -if h1ud{l1re&~~ fite ll~t prO;llidcd W~ :w\tl ~Ill!~~ 1114:ttli P"'' lnllll>' ~Jlleo1ll~!U ( 111 h!l11f~1 ti111'1' aml li Im Ir p1~ 11cni•it1) .Cmn:<tlla1!01111 mid ~liort ~Mlh •vllh fe~ thmi l4 ""ii"' 11<>1k~ "i!H ll" el13f..Md-~1f ~ Th1 I d"v. · · .J&lifi, .11nruiri1 l>in, ~(dnnmg~ 111 t'W:, ,II ntrw b;iur&. 1m4 ti\ V w!li l.l~ l\lifod J<-ir Ille: ~w.ii '!f.litlrot, 1t1mlr, pan~ de

rwPl11ii<nrnllf, RJ:pln~~ll<l!it C"~1:<;CMS Sr/,SiJl),(11) Amlw Bmir<I S~.7QIJ,IJ0.1AV Sl.$MlQ0.0\1 ~wl: 1"'q1Jf n: u(i,-ibtnn<:; fd1· OS HA l!i>t w~~dmnitu11di\mi> ir we dmt ·1 haw th~1tlllnty 1a ~":'ll'!m it "u.~tv~s "~el1~dnf~ 1:<Jl\fim111H1ll'I n1u~i bo l!-On'.i\ !llr"1tgh ponrmttl ;:u111tw1. M~·i:-'lt!!eli kfi doi1'1 c1>mt1rot" ern11tr.mntlnn

Patt<,c~d~~---__ .;\m:un J C'Un~ -·--··-~ . ___ _

Sru11bi~11<1 Tml1li;'. Con1rol ln,;,,ll'fl'Jl'lllo:d ·----.. --.. """"""~"'<''~-- - ="-=-~~- -- "

l'fi1n~ v .. .ooi:ir

Print1td on: 'l211.2/20176::I.1 :<liPM

To V0(ily mo!it GtJITent C£1'llficntio1111talU..s g_O ,Ill: hllp!!:l/\w1W,'1(llllifl(<J<:;Ureu:a.11ov

UGS

Office of S1r1all Business & DVBE Setv!ces

· C:ortlfit.ii~lon Jl';l: 115~7 40

. L!19;8.l 8i.t$Jmis& Name: SAMBRANO TRAFFIC CONTROL INC

tl_9Jn!1 IS'u11lri1tsi!i At (OBA) Nam0c 1! SAMSRANO TAAFF19 CONTRO.l. INC DOllJU lluslnGs$ AJ5· (C>BA) N.im11 2:

Addreis:

Emal! Addrn<!ci.ti straffic5@rro~ttler.eom

B Ulllrt~$: Wl!b Pir!j;li:

au&Jni!ll11 Phon.n. Numtwr; 2ti9/Ei"19·4882

l'lu11111!1~ fl!:K Numb!lr: $/'1/513•2GO!l

4o N MiGHWAY4iHl8 UN!T 20 JACKSC!N

at!.slnell$.'fypil$1 Ccir1stniiiuon , Non·Manufacturer , $!'lwlc11i'

CAf/66'"J2

C:tJf(~fl:taUon 'l)ipe

OVBE

S<l{Micro)

Status From To

-

Approv<t1d l2111J20i7 12131~19

Apprt1\/'\'jl$ 12''1112017 12f31i201~

Stay lnftln11et!l l<EEfl YOUR CeRTIFICA1'10N PROFILE UPOAT!ff)i ·LOG IN 11t ~f!i.CAGdy

Ci1mlitlen6'? E:.tff11H!~ OllQ.fil:lf:l!,J'@Dl.'.1$,J~fA.GQ)l

call o:soo M11l11 No.imb.w il1!h37S-4940 7'11 Srrl S!r1'~ 1,"1QO, Wast'Sa<lmnm111iJ, Cf\.956(15