Loading...
Martin Marietta San Diego Aggregates LLC - DBE Commitment & Good Faith EffortsEXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT 1. Local Agency: City of La Quinta 2. Contract DBE Goal: 3. Project Description: Rehabilitate asphalt pavement on Highway 111 in La Quinta from Monte Sereno Drive to Jefferson Street 4. Project Location: In the City of La Qunita on Highway 111 from Monte Sereno Drive to Jefferson Street Martin Marietta San Diego Aggregates LLC 7,279,977.20 5. Bidder's Name: dba ATP General Engineering Contractors 6. Prime Certified DBE: ❑ 7. Bid Amount: 8. Total Dollar Amount for ALL Subcontractors: 1,948,462.08 9. Total Number of ALL Subcontractors: 5 10. Bid Item Number 11 . Description of Work, Service, or Materials Supplied 12. NAICS or Work Category Codes 13. DBE Certification Number 14. DBE Contact Information (Must be certified on the date bids are opened) 15. DBE Dollar Amount 1, 5,thru 15 Minor Concrete 237310 44250 UNIVERSALCONSTRUCTION—467,501.90 AND ENGINEERING 760-200-3124 16,17, 4 PULVERIZE CUT, LOAD, HAUL 237310 40089 Cindy Trump Inc. brianna@wegrindasphalt.com 972,330.18 562-697-2286 Local Agency to Complete this Section upon Execution of Award 16. TOTAL CLAIMED DBE PARTICIPATION 22. Local Agency Contract Number: $ 1,439,832.D 23. Federal -Aid Project Number: 24. Bid Opening Date: 19.77 % 25. Contract Award Date: 26. Award Amount: IMPORTANT: Identify all DBE firms being claimed for credit, regardless of tier. Names of the First Tier DBE Subcontractors and their respective item(s) of work listed above must be consistent, where applicable with the Local Agency certifies that all DBE certifications are valid and names and items of the work in the "Subcontractor List" submitted with your information on this form is complete and accurate. bid. Written confirmation of each listed DBE is required. 3/27/2025 27. Local Agency Representative's Signature 28. Date 17. Preparer's Signature 18. Date 29. Local Agency Representative's Name 30. Phone 19. Preparer's Name 20. Phone Vice President 31. Local Agency Representative's Title 21. Preparer's Title Standard Form Nev. 01-05-23 DISTRIBUTION: 1. Original - Local Agency 2. Copy - Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution may result in de -obligation of federal funds on contract. 3. Include additional copy with award package Federal Requirements Forms for Federal -Aid Construction Projects 1270-8 Exhibit 15-G Construction Contract DBE Commitment CINDY TRUMP INC. DBA LINDYS COLD PLANING Contractor's License #754500 Dir # 1000008423 DBE Cert # 40089 We Specialize in Asphalt From WIMP# and Sell Stahlllzatlnn Title: iiiiii 625 W. Mountain Ave., La Habra, CA 90631 Brianna Trump Email: Estimator Phone: Fax: brianna@wegrindasphalt.com> (562) 697-2286 (562) 697-2039 To: David Donnelly Quote No: 3252 24 HR DISPATCH 714-501-0679 ATP Fax No: dispatch@wegrindasphalt.com Phone: Quote Date: 03/24/2025 We propose to furnish labor and material in strict accordance with the plans and specifications as follows: T iVAFEE, WASHINGTON TO JEFFERSON Sch No. Item No. Description Quantity U/M Unit Price Total Price 01 01 01 16 17 4 Cut, Load, Haul, Sweep And Trim Pulverize Ac 6" And Repulverize 13 " 3 Moves Remove Pulverized Base Material 5.5 Inches 3 Moves 16,740 SF 1,084,980 SF 1,084,980 SF $0.789 $0.113 $0.771 $13,207.860 $122,602.740 $836,519.580 Total for: 01 Schedule 1 $972,330.18 otal Proposal Price: $972,330.18 Date Milling Special Conditions 1 Item 16 Based on cut ,load, haul, sweep and trim w mini 1 day ( 4 ft / 1 sweeper 11 mini and trucking) 2 Item 4 Cut , Load ,haul and dispose of mixed ac , base and dirt no hazardous materials , no petromat 3 Item 4 based on 2 Grinders 6 hr min for 21 Shifts based on 3 move ins 4 No sweeper or mini grinder included in item 4 Pulverizing Special Conditions 1 Item 17 based on pulverizing ac first up to 6 inches in depth and then remixing at 13 " 2 ITem 17 based on pulverize ac and repulverize 13", based on 21 Shifts 3 moves on and off (Continued on next page) Accepted by: Page 1 of 3 From: Brianna Trump r CTI Proposal (Cont'd) GENERAL CONDITIONS GENERAL CONDITIONS PULVERIZING / CEMENT TREATING/ LIME TREATING IFDR 1. CTI to obtain Dig Alert Number and USA 24 hours prior to mobilizing on site. 2. Contractor to perform all utility and pothole locations and give CTI advanced notification and to have a CTI representative present during these operations. 3. Includes: Furnish and Delivery of Type ii/ V Cement or Quicklime as percentage listed above on this quote. 4. Includes: Spreading of cement, initial mixing, and remixing to a depth specified above and initial compaction. 5. Water truck is used for CTI work only. 6. Minimum Billing Charges Apply. 7. Price will adjust if soil weight is higher. 8. Rate of application and depth of treatment are for estimating purpose only and are not intended for design use. 9. Processing area should be free of all rock larger than 3 inches. 10. Damage to buried objects to be billed at time and materials. 11. Contractor to provide meter water source 1000ft of the work area, w a min of 3800 gallons every 20 mins. 12. Contractor to provide all necessary equipment to pull edges and corners and compact areas that are inaccessible to our equipment, such as, but not limited to around manholes, risers adjacent to curb and gutter or utility crossings. 13. Contractor to provide excavating equipment to assist us in pulling our equipment through the grade. 14 .Excludes: Postings, barricades , traffic control , flagging , engineering, mix design, testing , inspection, layout of work, earthwork, all grading, export of excess materials, mixing table maintenance, final compaction, curing , dust control, street sweeping, or clean up of travel way on site and off site. 15. Excludes: S.W.P.P. , USA notification , marking and locating or pot holing for utilities- See "General Conditions". 16. Contractor is responsible for providing an actual field quantity at time of scheduling work. Contractor shall be responsible for all costs related to STANDBY of equipment, labor or material deliveries. Price is only good for up to 90 days. 17. Our Superintendent is available by cell or email 18. Dispatch is reachable by Cell at 714-501-0679 or 714-720-8289 or dispatch@wegrindapshalt.com . 19. Renewable Diesel fuel will be an additional charge of .35 cents per gallon or market rate whichever is higher. Fuel Surcharge (FSC) for freight of product is subject to change monthly, due to the changing price of fuel. Today's rate is valid for 30 days from date of quote. FSC will be recalculated at time of shipment with current FSC rate and will be added to the unit price. FSC at time of shipment will change this total Price. This is based upon conditions from the supplier and is only a pass through cost without mark up. C.T. I DBA, Lindys Cold Planing excludes notification to any underground alert service, marking or location of any underground utilities. With acceptance of this quote, the customer accepts sole responsibility for, any and all subsequent liabilities coincident with the following the requirements of the California Regional Notification center law pursuant to Article 2 (commencing with section 4216 of chapter 3.1 of division 5 of Title 1 of the Government Code. THIS QUOTATION SHALL BECOME PART OF ANY FUTURE CONTRACTS, UNLESS OTHERWISE SPECIFIED. C.T.I, DBA LINDYS COLD PLANING, GENERAL CONDITIONS: Damage to equipment by unmarked items in grade will be billed at labor plus materials at 21 % above cost. C.T.I.DBA Lindys Cold Planing is relieved of any liability for work upon completion. Protection of completed work to be assumed by contractor. C.T.I, DBA Lindys Cold Planing indemnification shall be limited there to. GENERAL GRINDING CONIDITIONS 1. All areas to be grinded will be clearly marked, in paint, on pavement, identifying starts, stops and perimeter by quoted contractor before grinding operations start. 2. All operations exclude petromat unless otherwise stated on this proposal. 3. Contractors to provide water or source of water for all equipment. 4. Areas in and around corners, overhangs, parking bays, valves, manholes and unreachable areas for the milling machine or mini grinder become Quoted contractors responsibility. 5. Quoted Contractor is responsible for all damages to machine for any items buried in ground or not marked out and will be billed at union shop rates, material costs and down time. No back charges for down time will be accepted by CTI. 6. Quoted Contractor is responsible for any and all posting/s required; ie, "no parking" signs in milling areas. 7. Quoted Contractor responsible for traffic control and any delays in traffic control will be charged at an hourly stand by charge for all equipment including grinders, stabilizers, operators, sweepers and all trucking. 8. Quoted Contractor to provide a safe work environment for all operators on milling operation including signage, barricades, flag men, cones or any other devices that may help in the safety operation. 9. Once subcontractor(Cindy Trump Inc./ CTI) demobilizes and has left the project there of , it shall no longer be responsible for any obligation of Date: (Continued on next page) Accepted by: Page 2 of 3 From: Brianna Trump C44y 1 Proposal (Cont'd) defense and indemnification for any and all claims arising in the area of work performed in the milling operation area 10. Grade must be firm and stable. Quoted Contractor to assume all liability and/or costs of unstable and yielding grade. 11. All areas of grinding operation must be clear of any obstructions including but not limited to trees, cars, trashcans, poles, parking bumpers, rebar's, etc. 12. Quoted Contractor to provide temporary asphalt taper at pavements edge due to safety concerns. 13. Quoted Contractor responsible for permits, notifications and plans before milling operations. 14. No back charges will be accepted of any kind. 15. Subcontractor (CTI) takes no responsibility for dust control in and beyond areas of milling operation. 16. Quoted Contractor to provide covers over all inlets, outlets, vaults, storm drains, sewers, manholes, etc. to prevent storm water pollution in accordance to SWPPP, WPCP, and/or/any requirements of contract/project regarding/requiring water pollution control of any kind. 17. The provisions of this quote prevail over any subcontract or purchase orders stipulations unless otherwise agreed to in writing on this proposal. 18. Unless other wise agreed in writing prior to start of work, payment is due and payable within 30 days of subcontractors billing and no retention to be withheld on payments unless other wise stated on this proposal. 19. Price good for 90 days. 20. This quote includes one complete set of teeth per shift. Any additional teeth will be charged per box per market price. 21. Items that are not specifically includes are considered to be excluded, if you have any questions please call office. 22. No Lead Compliance or Lead Planing is part of this bid. 23. Special insurance requirements may vary on market value. Date: Accepted by: Page 3 of 3 From: Brianna Trump 3/27/25, 1:52 PM Certified Profile B2Gnow CLOSE WINDOW IS Business & Contact Information BUSINESS NAME Cindy Trump Inc, SBA Lindy's Cold Planing OWNER Ms. Cindy Trump ADDRESS 625 S. MOUNTAIN VIEW LA HABRA, CA 90631 [mapj PHONE 562-697-2286 Ext. 204 FAX 562-697-2039 EMAIL Wegrindasphalt@aol.com ETHNICITY Caucasian GENDER Female COUNTY Orange (CA) Certification Information CERTIFYING AGENCY Los Angeles County Metropolitan Transportation Authority CERTIFICATION TYPE DBE - Disadvantaged Business Enterprise CERTIFIED BUSINESS DESCRIPTION Asphalt grinding, stabilizing, paving, sweeping Commodity Codes Code Description NAICS 237310 Highway, Street, and Bridge Construction NAICS 237990 Other Heavy and Civil Engineering Construction NAICS 238910 Site Preparation Contractors Additional Information WORK DISTRICTS/REGIONS CUCP PUBLIC DIRECTORY CERTIFICATION NUMBER Fresno, Imperial, Inyo, Kern, Los Angeles, Monterey, Nevada, Orange, Riverside, Sacramento, San Benito, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, Stanislaus, Trinity, Tulare, Tuolumne 40089 This profile was generated on 3/27/2025 Print https://californiaucp.dbesystem.com * 414-11sc�-'1 .'-�\c _""UC'NON ANSI (n To: Universal Construction And Engineering Contact: Alfonso Montes Address: Palm Desert Phone: 760-200-3100 Fax: Project Name: Highway 111 Pavement Rehab Bid Number: 2025-020 Project Location: Hwy 111, La Quinta, CA Bid Date: 3/27/2025 Item # Item Description Estimated Quantity Unit Unit Price Total Price 1 Mobilization 2.00 EACH $2,500.00 $5,000.00 5 Sawcut, Remove, And Dispose Of Existing Concrete Curb; 920.00 LF $15.00 $13,800.00 And Curb & Gutter 6 Sawcut, Remove, And Dispose Of Existing Concrete 18,900.00 SF $7.30 $137,970.00 Pavement, Sidewalk, Cross -Gutter, Ramp, And Bus Turnout 7 Construct Curb And Gutter Per City Of La Quinta Std. No. 30.00 LF $55.00 $1,650.00 202, 3" Dowel Into Adjacent Existing Concrete Curb And Gutter 8 Construct Cross -Gutter Per City Of La Quinta Std. No. 230 4,935.00 SF $17.80 $87,843.00 Mod. And 231 Mod. 9 Construct Sidewalk Per City Of La Quinta Std. No. 240 980.00 SF $6.55 $6,419.00 Mod. 10 Construct Concrete Curb Ramp Per City Of La Quinta Std. 16.00 EACH $5,200.00 $83,200.00 No. 250 Mod., Case A Or F (Including Curb Or Curb And Gutter Along Ramp) 11 Construct Concrete Curb Ramp Per City Of La Quinta Std. 4.00 EACH $5,500.50 $22,002.00 No. 250 Mod., Case C (Including Curb Or Curb And Gutter Along Ramp) 12 Sawcut, Remove, And Dispose Of Existing Concrete Ramp; 50.00 SF $90.00 $4,500.00 Furnish And Install Truncated Dome Concrete Tile Per City Of La Quinta Std. 250 Mod. 13 Construct Concrete Passageway Per CALTRANS Std. A88B 1.00 EACH $4,227.30 $4,227.30 Mod.; Type B 14 Construct PCC Bus Pad Per City Of La Quinta Std. 650 Mod. 3,695.00 SF $17.80 $65,771.00 15 Remove And Reconstruct Ex. Portion Of Catch Basin And 1.00 LS $14,648.00 $14,648.00 Local Depression Per City Of La Quinta Std. 300, 330, And Per Plan 19 Grade Parkway, Remove, Modify, And Replace Landscape, 1.00 LS $20,471.60 $20,471.60 Hardscape, And Irrigation In Kind To Furthest Extent Possible Total Bid Price: $467,501.90 Notes: • Universal Construction and Engineering License #1019619 A, C-8; DIR#1000534892; DBE #44250. /� 5b� icns •'l$ • Prices on labor and material good through 08/31/2024. • General Exclusions: Traffic control, engineering, surveying, lay out, inspection cost, soil test, concrete testing, utility relocation or protection, permits and bonds, sanitation, concrete pump, concrete washout, night work, weekend work, contact with hazardous or toxic materials, vapor barrier, PM10 & SWPPP, replacement or repairing of work damaged by others, rebar, fill sand. • * Bus Pad price is based on 8" thick PCC. 3/27/2025 8:58:21 AM Page 1 of 2 3/27/25, 1:52 PM Certified Profile B2Gnow CLOSE WINDOW is Business & Contact Information UNIVERSAL CONSTRUCTION AN BUSINESS NAME CONSTRUCTION AND ENGINEEF OWNER MR. ALFONSO MONTES ADDRESS 77725 Enfield Lane Suite 210 Palm Desert, CA 92211 [mapj PHONE 760-200-3100 FAX 760-200-3124 EMAIL alfonso@universalconstructioneng.com ETHNICITY Hispanic American GENDER Male COUNTY Riverside (CA) Certification Information CERTIFYING AGENCY CERTIFICATION TYPE CERTIFIED BUSINESS DESCRIPTION Commodity Codes Code CA WCC C7301 NAICS 237310 NAICS 238110 NAICS 238910 NAICS 238990 NAICS 561730 Additional Information Description California Department of Transportation DBE - Disadvantaged Business Enterprise Highway, Street, and Bridge Construction Poured Concrete Foundation and Structure Contractors Site Preparation Contractors All Other Specialty Trade Contractors Landscaping Services CONCRETE CURB & SIDEWALK- MISC Highway, Street, and Bridge Construction Poured Concrete Foundation and Structure Contractors Site Preparation Contractors All Other Specialty Trade Contractors Landscaping Services WORK DISTRICTS/REGIONS Imperial, Riverside, San Bernardino, San Diego CUCP PUBLIC DIRECTORY CERTIFICATION 44250 NUMBER Print https://californiaucp.dbesystem.com 1/2 Exhibit 12-B Bidder's List of Subcontractor (DBE and Non -DBE) - Part 1 As of March 1, 2015, Contractors (and sub -contractors) wishing to bid on public works contracts shall be registered with the State Division of Industrial Relations and certified to bid on Public Works contracts. Please register at: hftos://www.dir.ca.gov/Public-Works/Contractor-Registration html. The City will verify registration of all contractors and subcontractors on public works projects at bid and thereafter annually to assure that yearly registration is maintained throughout the life of the project. In accordance with Title 49, Section 26.11 of the Code of Federal Regulations, and Section 4104 of the Public Contract Code of the State of California, as amended, the following information is required for each sub -contractor who will perform work amounting to more than one half of one percent (0.5%) of the Total Base Bid or $10,000 (whichever is greater). Photocopy this form for additional firms. Federal Project Number: HIPL-5433(021) Subcontractor Name and Location Line Item & Description Subcontract Amount Percentage of Bid Item Sub- contracted Contractor License Number DBE (Y/N) DBE Cert Number Annual Gross Receipts DIR Reg Number Name: ��-t-iPt µ �j / 3QCj�9dU �2r!O /d 37f 66 D / /V /�J %�' ❑ <$1 million ❑ <$5 million City, State: � f 1'G�►1cw�• �iA 1604000 3oL ❑ <$10 million <$15 million a of Firm: rs. Name: /`GAG /�/C/ `"� 2 UD f 53� ��aysv ti / El <$1 mill on <$5 million City, State: A 'heirr� �/4 <$10 million /O ss <$15 million Age of Firm: rs. Name: 4F105 U / .e �Q/ato � / (, 36 ❑ <$1 million ❑ <$5 million City, State: &ro ?q <$10 million /oU�O /ebb <$15 million Age of Firm: yrs. 4ame: W�7 U�,rK {�%%i i�Or �dY1�/' &,150/ 90 �. 5L2 d l ,,I,2 �y ❑ <$1 million <$5 million City, State: Sc✓� C� <$10 million El <$15 million Age of Firm: Q yrs. Name: r / tc f�-er,'� e� CGc� , Laad 1� f�a-wF ! 9 9,-3 0 7SSo0 ,/ ❑ <$1 million ❑ <$5 million City, State: ra-' ��ij CA <$10 million /OUOAp ��a3 <$15 million Age of Firm: rs. Name: ❑ <$1 million ❑ <$5 million City,State: ❑ <$10 million ❑ <$15 million Age of Firm: Vrs. Distribution: 1) Original -Local Agency File 2) Copy-DLAE w/ Award Package Federal Requirements Forms for Federal -Aid Construction Projects 1270-13 Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) Exhibit 12-B Bidder's List of Subcontractor (DBE and Non -DBE) - Part 2 In accordance with Title 49, Section 26 of the Code of Federal Regulations, the Bidder shall list all subcontractor who provide a quote or bid but were not selected to participate as a subcontractor on this project. Photocopy this form for additional firms. Federal Project Number: HIPL-5433(021) Subcontractor Name and Location Line Item & Description Subcontract Amount ! Percentage of Bid Item Sub- contracted Contractor License Number DBE (Y/N) DBE Cert Number Annual Gross Receipts DIR Reg Number me: 0 _Pew ,�Tew S 201 �L-/ � 5 g ,4 El <$1 million ❑ <$5 million City, State: El<$10 million 1,006V0 7714 Age of Firm yrs. Name: _ (i Q'tn �/✓%j 1 / �3 rya ❑ <$1 million ❑ <$5 million City, State: af <$1 million on �� $ � ❑ <$15 million Acle of Firm:A%Urs. Name. C tW E.f? — -Pi+'L S / / 7-7a % _77X El<$1 million El <$5 million City, State: la Gk ❑ <$10 million av 37760 J <$15 million Age of Firm: yrs. N e: s � �(/A2 /��— <$1 million ❑ <$5 million City, State: C/"iho / �l vfl- g Q'X�OVp� <$10 million <$15 million Age of Firm. _ yrs. Name: ❑ <$1 million ❑ <$5 million City, State: ❑ million `$10 ❑ $15 million A e of Firm: yrs. Name: ❑ <$1 million ❑ <$5 million ❑ <$10 million City, State: ❑ <$15 million Age of Firm: yrs. Distribution: 1) Original -Local Agency File 2) Copy-DLAE w/ Award Package Federal Requirements Forms for Federal -Aid Construction Projects 1270-14 Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE)