HomeMy WebLinkAboutAnderson Burton Construction Co. Inc.Anderson Burton Bid Submission
to City of San Luis Obispo
Transit Facility Electric Vehicle
Charging Infrastructure
Specification No. 1000535
Submitted by
Anderson Burton
D-B Entity and General Contractor
121 Nevada Street
Arroyo Grande, CA 93420 (805) 481-5096
January 31, 2023
fly
Response to City of SLO
Transit Facility EV Charging Infrastructure, Spec 1000535
Anderson Burton Submission
AB REFERENCE: 22F46.00
January 31, 2023
Shelsie Moore
City of San Luis Obispo
Public Works Dept, Engineering Div.
919 Palm Str.
San Luis Obispo, CA 93401
RE: Anderson Burton Response to City of SLO RFP for Transit Facility EV Charging Infrastructure, Specification
No. 1000535.
Ms. Shelsie Moore:
Anderson Burton is pleased to provide this proposal for the City of San Luis Obispo Transit Facility Electric
Vehicle Charging Infrastructure project (Specification No. 1000535).
We are a general engineering and building construction contractor located in Arroyo Grande, CA. We have
performed EV Charger Infrastructure installations at —25 sites for both Southern California Edison and Pacific
Gas & Electric. We are also currently installing EV Infrastructure at for the CA Dept of Water Resources at 7 of
its facilities throughout California.
Please review the following pages containing our proposal for this project.
Si cerely,
Dave Van ouwerik
Proposal Manager, Anderson Burton
121 Nevada Str.
Arroyo Grande, CA 93420
dave.vanmouwerik@andersonburton.com
805-550-8028
License #773011
Phone (805) 481-5096 • Fax (805) 473-8890
Corporate Office • 121 Nevada Street • Arroyo Grande, CA 93420
REVISED BID FORMS
All bid forms must be completed and submitted with your bid. Failure to submit these
forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid
forms together.
THE UNDERSIGNED, agrees that they have carefully examined:
1. the location of the proposed work
2. the plans and specifications
3. read the accompanying instructions to bidders
and propose to furnish all:
4. materials
5. labor
to complete all the required work satisfactorily in compliance with
6. plans
7. specifications
8. special provisions
for the prices set forth in the bid item list:
BID ITEM LIST FOR TRANSIT FACILITY ELECTRIC VEHICLE CHARGING
INFRASTRUCTURE, SPECIFICATION NO. 1000535
Item
No.
SS(t)
Item
Description
Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1
13
Water Pollution Control Plan
LS
1
---
22,940.1
2
15
Remove Trees and Brush
LS
1
---
9,902.23
3
39
Remove Asphalt Pavement
SQFT
45,500
4.16221
189,380.7
4
41
Remove Concrete Pavement
SQFT
12,000
7.34052
88 086.2
5
15
Remove Catch Basin
EA
3
4,555.02384
13,665.0
6
15
Remove Chain Link Fence
LF
16
37.13335
594.1
7
15
Demo Light Post Concrete Footing
LS
1
---
792.18
8
72
3" Drain Rock
TON
8
132.02968
1,056.24
9
72
Class 8 RSP Fabric
SQFT
450
19.80445
8,912.00
10
26
Class II Aggregate Base
CY
1065
101.93559
108,561.40
11
39
Hot Mix Asphalt Pavement
TON
2655
147.8774
392,614.71
12
39
Asphalt Containment Berm
LF
960
31.95606
30 677.82
13
40
Concrete Pavement
SQFT
23,650
13.15803
311 .187.3
14
80
Chain Link Fence
Utility Adjustment to Finished
Grade — Valves and Cleanouts
LF
45
165.03710
7,426.E
15
15
EA
9
1,095.84631
9,862.62
REVISED BID FORMS
A
Item
No.
SS(i)
Item
Description
Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
16
15
Utility Adjustment to Finished
Grade — Manholes
EA
2
3,300.74191
6,601.4
17
84
Striping — Thermoplastic
LS
1
---
13,070.9
* 18
77
Pothole Existing Utilities
EA
10
1,419.31902
14,193.19
19
70
Containment Area Catch Basins
LS
1
---
14,523.2
20
86
New 1600A switchboard material
and installation
LS
1
"'
159,362.3
21
51
New concrete pad for 1600A
switchboard
LS
1
---
13, 971.3
22
86
New Flat Top Manhole material and
installation
LS
1
---
31, 026.9
23
86
Pull Boxes
EA
7
13,004.92313
91,034.4
24
51
Charger Concrete pad
EA
12
3,164.52249
37,974.2
25
86
Charger universal plates
EA
12
48.08521
577.0
26
86
Conduit, bends, and material
LS
1
---
128.068.7
27
77
Trenching for conduits
LS
1
---
89,780.1
28
12
Bollards
EA
52
2,463.90227
128,122.92
29
86
Circuit Breakers
LS
1
---
7,447.1
30
86
Conductors
LS
1
---
19,744.8
31
5
Construction Survey
LS
1
---
10,237.57
32
5
Coordination with PG&E
LS
1
—
3,300.7
33
3, 5, 7
Compliance with Required Federal
Clauses
LS
1
"'
1,320.30
*34
39,96
Triaxial Geogrid Allowance
SQFT
6400
6.27141
40,137.0
*35
15
Pothole for Future Solar Pole
Locations 15' depth)
EA
15
1,287.28934
.
19,309.34
Bid Total
$2,025,463.73
Company Name: Anderson Burton Construction, Inc.
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work.
*Bid item exempt from Section 9-1.06 of the Standard Specifications. The unit price will not be adjusted regardless of the final bid
item quantity.
REVISED BID FORMS
BID FORMS
LIST OF SUBCONTRACTORS
Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the
standard specifications, the Bidder is required to furnish the following information for each
Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list
alternative subcontractors for the same work. Subcontracting must not total more than
fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard
specifications.
For Streets & Highways projects, subcontractors performing less than ten thousand dollars
($10,000) worth of work need not be mentioned. Subcontractors required to pay
prevailing wage, must be registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5 to be listed.
NOTE: If there are no subcontractors, write "NONE" and submit with bid.
DIR Public
Specific
Name under Which
Works
Address and Phone Number
Description
Subcontractor is
License Number
Registration
of office, Mill, or Shop
of
LBase
Licensed
Number
Subcontract
P.O Box 729
Coastal Demo
972447 1000010412
Pismo Beach, CA 93448
Demolition
4.4%
805-473-9451
22555 Hwy 41 East
Civil /
Rocky Canyon Utility
1028554 1001001522
Templeton, CA 93465
Underground
15.1%
& Construction
805-464-3807
Utility
Installation
Asphalt
Black Star Paving
996543
1000023689
18543 Yorba Linda Blvd (#319)
Paving
6.0%
Yorba Linda, CA 92886
Installation
3595 Sueldo St., Ste. 100
Stockmans
999665
1000055724
San Luis Obispo, CA 93401
Electrical
7.3%
Terry Bedford
13209 Hageman Frontage Rd.
Concrete
588701
1000001110
Bakersfield, CA 93314
Concrete
14.8%
Construction
661-589-0674
Attach additional sheets as needed.
BID FORMS
C
BID FORMS
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the
bidder hereby declares under penalty of perjury under the laws of the State of California
that the bidder, or any subcontractor to be engaged by the bidder, has , has not
X been convicted within the preceding three years of any offenses referred to in that
section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in
violation of any state or federal antitrust law in connection with the bidding upon, award
of, or performance of, any public works contract, as defined in Public Contract Code
Section 1101, with any public entity, as defined in Public Contract Code Section 1100,
including the Regents of the University of California or the Trustees of the California State
University. The term "bidder' is understood to include any partner, member, officer,
director, responsible managing officer, or responsible managing employee thereof, as
referred to in Section 10285.1.
NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank
spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature
portion constitute signature of this Statement. Bidders are cautioned that making a false
certification may subject the certifier to criminal prosecution.
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
In compliance with Public Contract Code Section 10162, the Bidder must complete, under
penalty of perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a
proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented
from bidding on, or completing a federal, state, or local government project because of a
violation of law or a safety regulation?
Yes X No
If the answer is yes, attach a letter explaining the circumstances
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
In compliance with Public Contract Code Section 10232, you hereby state under penalty of
perjury, that no more than one final unappealable finding of contempt of court by a federal
court has been issued against you within the immediately preceding two-year period
because of your failure to comply with an order of a federal court which orders you to comply
with an order of the National Labor Relations Board.
LABOR CODE SECTION 1725.5 STATEMENTS
The bidder has delinquent liability to an employee or the state for any assessment of back
wages or related damages, interest, fines, or penalties pursuant to any final judgment,
order, or determination by a court or any federal, state, or local administrative agency,
including a confirmed arbitration award. Any judgment, order, or determination that is
BID FORMS
D
BID FORMS
under appeal is excluded, provided that the contractor has secured the payment of any
amount eventually found due through a bond or other appropriate means.
Yes X No
The bidder is currently debarred under Section 1777.1 or under any other federal or state
law providing for the debarment of contractors from public works.
Yes X No
NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on
the signature portion constitute signature of this Statement and Questionnaire. Bidders are
cautioned that making a false certification may subject the certifier to criminal prosecution.
BID FORMS
E
BID FORMS
NON -COLLUSION DECLARATION
I Sandra Davis declare that
I am Secretary, Chief Financial Officeibf Anderson Burton Constructrion, Inc.
the party making the foregoing bid that the bid is not made in the interest of, or on behalf
of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not
directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and
has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or
anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has
not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure
any advantage against the public body awarding the contract of anyone interested in the
proposed contract; that all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof,
or the contents thereof, or divulged information or data relative thereto, or paid, and will not
pay, any fee to any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or sham bid.
Executed on 1/30 , 20 23 , in San Luis Obispo County
I declare under penalty of perjury under the laws of the St of California t t e foregoing
r
is true and correct.
(S'andra Davis, S cretary and CFO)
EM
(Signature and Title of Declarant)
Subscribed and sworn to before me
this day of , 20.
See Af -ck-vA-
Notary Public
Company Name: Anderson Burton
Construction, Inc.
BID FORMS
F
CALIFORNIA JURAT
GOVERNMENT CODE § 8202
A notary public or other officer completing this certificate verifies only the identity of the individual who signed
the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
Countyof C&n Luis lD 'sI7D
0-Y
MEAGAN BREWER
Notary f ubi1C . Calilarnla
San LA 0blspo County
commlisfon r 233A913
Comm, ExPas Nov 23, 2024
Place Notary Seal and/or Stamp Above
Subscribed and sworn to (or affirmed) before me on
this -��O� day of , 20 1:5 , by
Date Month Year
(and (2)
Name(s) of Signer(s)
proved to me on the basis of satisfactory evidence to
be the person(s) who appeared before me.
Signature
Signature of Notary Public
A01r1r%K1 A 1
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
02019 National Notary Association
Number of Pages:
BID FORMS
BIDDER ACKNOWLEDGEMENTS
By signing below, the bidder acknowledges and confirms that this bid is based on the information contained
in all contract documents, includi the notice to bidders, plans, specifications, special provisions, and
addendum number(s) 01, 023- (Note: You re responsible to verify the number of
addenda prior to the bid opening.) ('�0 1 i►� a, GCtw Vke[�
The undersigned further agrees that in case of default in executing the required contract, with necessary
bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a
mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his
bid will become the property of the City of San Luis Obispo.
773011
Licensed in accordance with an act providing for the registration of contractors, License No. Expiration
Date 9/30/2023
The above statement is made under penalty of perjury, and any bid not containing this information "will be
considered non -responsive and
will be rejected" y the City.
Signature of Bidder
r
Tim Merrill, Chief Executive Officer
(Print Name and Title of Bidder)
DIR— Public Works
Registration No:
1000004177
Business Name (DBA):
Anderson Burton
Owner/Legal Name:
Anderson Burton Construction, Inc.
Indicate One:
❑Sole -proprietor ❑ Partnership &orporation
List Partners/Corporate Officers:
Tim Merrill Chief Executive Officer
Name Title
Sandra Davis Secratary Chief Financial Officer
Name Title
Name Title
Business Address
121 Nevada Street
Street Address
same
Mailing Address
same
City, State, Zip Code
Arroyo Grande, CA 93420
Phone Number
805-481-5096
Fax Number
805-473-8890
Email Address
tim@andersonburton.com
Date
1 /30/2023
BID FORMS
G
BID FORMS
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project's Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Number 1
Customer Name & Contact Individual
Southern California Edison, Jon Galvan
Telephone & Email
626-302-2500 jon.galvan@sce.com
Project Name (Site Address):
SCE Pomona Innovation Village (PIV), located at 1 Innovation Way, Pomona, CA
Is this similar to the project being bid I Describe the services provided and how this project is similar to
and did this project include that which is being bid:
construction of reinforced concrete? See Below**
Yes 0( No ❑
Was this contract for a public agency?
Yes K* No i Date project completed: February, 2022
* This work was performed for Southern California Edison, a quasi -public agency. The work was performed at
Innovation Village, a Research Park located on the Cal Poly Pomona Campus.
• Dollar Value: $494,000
• Provided infrastructure for the installation of 29 Clipper Creek Charger units for the SCE fleet
• Provided infrastructure for the installation of 21 EVSE LLC Charger units (with payment modules) for
employees
• Scope included:
o ADA compliant spacing/striping, truncated domes, access ramp
o concrete pads to be used as pedestals for the actual EV Charger units
o Trenching, conduit installation, pull box installation, pulling wires through conduit
o New 1200A services and CT meter and main switchboard
o Asphalt saw -cuts, break and remove asphalt, hotpatch
o Install wheel stops and bollards, concrete improvements
o Pave, seal coat, and stripe spacing
o Coordinate with utility company for new service equipment
NOTE: this project was an individual task order under a BPO (Blanket Purchase Order) that we hold with
Southern California Edison. To date we have completed 12 similar projects (task orders) under this BPO,
and have 3 pending jobs for future execution. The dollar value for the BPO is $4,000,000; we have nearly
reached that limit, and are in the process of getting a $3,000,000 increase in the BPO ceiling.
BID FORMS
H
BID FORMS
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project's Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Number 2
Customer Name & Contact Individual
Southern California Edison, Scott Adams
Telephone & Email
626-302-9302 scott.adams@sce.com
Project Name (Site Address):
SCE San Joaquin Service Center Electrical Upgrades Infrastructure Project, 2425 S. Blackstone St. Tul;
Is this similar to the project being bid Describe the services provided and how this project is similar to
and did this project include that which is being bid:
construction of reinforced concrete? See Below'"
Yes ❑X No ❑
Was this contract for a public agency?
Yes N* No i Date project completed: October, 2022
* This work was performed for Southern California Edison, a quasi -public agency
**
• Dollar Value: $419,000
■ Provide electrical engineering design
• Provided infrastructure for the installation of EV Charger units
• Base work was performed in two locations: 1) Northern Parking Lot and 2) Interior/Exterior of
Electrical Courtyard.
• Add Alternate work was performed at the South Lot
• Scope included:
o GPR
o Sawcut / Demolish concrete/asphalt
o Trench and install subgrade conduit
o Install concrete equipment pads, bollards, footings, and grounding for future equipment
o Backfill as required, patch asphalt and concrete as needed
o Install conductors, 350A fused disconnect, 300kVA stepdown transformer, 800amp
208V distribution panel
o ADA compliant spacing/striping
o Install wheel stops and bollards, concrete improvements
o Pave, seal coat, and stripe spacing
NOTE: We performed a —$10M Expansion/Upgrade at the SCE San Joaquin Service Center in Tulare,
CA. SCE determined that they wanted to have EV Chargers installed at the Service Center, to provide
for the charging of both fleet and employee vehicles service center. We performed this work as an
owner -requested change order to the original project scope.
BID FORMS
H
CA
BID FORMS
QUALIFICATIONS
Failure to furnish complete reference information ON THIS FORM, as specified in this
project's Notice to Bidders and indicated below, is cause to reject the bid. Additional
information may be attached but is not a substitute for this form.
Reference Number 3
Customer Name & Contact Individual
Pacific Gas & Electric, Laurie Maxwell
Telephone & Email
559-263-5153 lam9@pge.com
Project Name (Site Address):
PG&E Diablo Canyon Power Plant, 9 miles north of Avila Beach, CA
Is this similar to the project being bid Describe the services provided and how this project is similar to
and did this project include that which is being bid:
construction of reinforced concrete? See Below**
Yes 0( No ❑
Was this contract for a public agency?
Yes N* No ❑ Date project completed: September 2018
* This work was performed for Pacific Gas and Electric, a quasi -public agency.
• Dollar Value: $216,000
• Provided infrastructure for the installation of EV Charger units
• Installed the EV Chargers
• Work performed at a secure and sensitive site: the PG&E Diablo Canyon Nuclear Power Plant
• This job was a Design -Build project, so in addition to construction, we oversaw the design work
required to execute this project
• Scope included:
o Civil work:
➢ GPR
➢ Brought existing conditions into ADA compliance
➢ Sawcut / Demolish concrete/asphalt
➢ Trench and install subgrade conduit
➢ Install concrete equipment pads, bollards, footings
o Electrical work:
➢ Pull wires as needed
➢ Install / connect transformer, distribution panel
➢ Install EV Chargers
NOTE: From 2016 to 2019 Anderson Burton held an MSA (Master Services Agreement) with Pacific
Gas Electric, which led to a variety of construction projects with PG&E.
We performed projects like the one described above at —10 different PG&E sites, bringing EV Charging
infrastructure to many PG&E facilities throughout northern California. For these PG&E projects, we
often performed the actual installation of the EV Chargers themselves.
BID FORMS
H
BID FORMS
Buy America Federal Clause
CERTIFICATION REQUIREMENT FOR PROCUREMENT OF STEEL, IRON, OR
MANUFACTURED PRODUCTS.
Certificate of Compliance with 49 U.S. C. 53236) (1)
The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C.
53230)(1) and the applicable regulations in 49 CFR Part 661.5.
Date 1/30/2023
Signature
(Tim Merrill)
Company Name Anderson Burton Construction, Inc.
Title Chief Executive Officer
Certificate of Non -Compliance with 49 U.S. C. 53236) (1)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49
U.S.C. 53230)(1) and 49 CFR 661.5, but it may qualify for an exception pursuant to 49
U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 C.F.R. 661.7.
Date 1/30/2023
Signature 1-1
(Tim Merrill)
Company Name Anderson Burton Construction, Inc.
Title Chief Executive Officer
CERTIFICATION REQUIREMENT FOR PROCUREMENT OF BUSES, OTHER
ROLLING STOCK AND ASSOCIATED EQUIPMENT.
Certificate of Compliance with 49 U.S. C. 53236)(2)1.
The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C.
53230)(2)I and the regulations at 49 C.F.R. Part 661.11.
Date 1/30/2023
Signature
im Merrill
Company Name Anderson Burton Construction, Inc.
BID FORMS
I
BID FORMS
Title Chief Executive Officer
Certificate of Non -Compliance with 49 U.S. C. 53236)(2)1
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49
U.S.C. 53230)(2)I and 49 C.F.R. 661.11, but may qualify for an exception pursuant to 49
U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 CFR 661.7,
Date 1 /30/2023
Signature I
Company Name
(Tim Merrill)
Anderson Burton Construction, Inc.
Title Chief Executive Officer
BID FORMS
J
BID FORMS
Byrd Anti -lobbying Amendment Federal Clause
APPENDIX A, 49 CFR PART 20—CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
(To be submitted with each bid or offer exceeding $100, 000)
The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that:
a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer oremployee
of an agency, a Member of Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with the awarding of any Federal contract, the
making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or cooperative agreement.
b) If any funds other than Federal appropriated funds have been paid or will be paid to
any person for making lobbying contacts to an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member
of Congress in connection with this Federal contract, grant, loan, or cooperative
agreement, the undersigned shall complete and submit Standard Form—LLL, "Disclosure
Form to Report Lobbying," in accordance with its instructions [as amended by
"Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413
(1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with
Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C.
1601, et seq. )]
c) The undersigned shall require that the language of this certification be included in the
award documents for all subawards at all tiers (including subcontracts, subgrants, and
contracts under grants, loans, and cooperative agreements) and that all subrecipients
shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when
this transaction was made or entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended
by the Lobbying Disclosure Act of 1995). Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure.
Note: Pursuant to 31 U.S.C. § 13521(1)-(2)(A), any person who makes a prohibited
expenditure or fails to file or amend a required certification or disclosure form shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such expenditure or failure.
BID FORMS
K
BID FORMS
Anderson Burton Construction, Inc.
The Contractor, qNAMb t2 �)gMo , certifies or affirms the truthfulness and
accuracy of each statement of its certification and disclosure, if any. In addition, the
Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply
to this certification and disclosure, if any.
Signature of Contractor's Authorized Official
Tim Merrill, CEO Name and Title of Contractor's Authorized Official
1/30/2023 Date
P
BID FORMS
L
J
BID FORMS
CONSTRUCTION CONTRACT DBE COMMITMENT
The City of San Luis Obispo ("City"), established a Disadvantaged Business Enterprise (DBE) goal for this
project.
1. Local Agency: City of San Luis Obispo 2. Contract DBE Goal: 18%
3. Project Description: Transit Facility Electric Vehicle Charging Infrastructure (Specification 1000535)
4. Project Location: Transit Facility (29 Prado)
Bidder's Name: Anderson Burton ConstructiaT. Prime Certified DBE: ❑ 7. Bid Amount: $2,025,463.73,
9. Total Dollar Amount for ALL Subcontractors: $1,002,312.3�. Total Number of ALL Subcontractors: 11
10. Bid
Item
11. Description of Work, Service, or
12. DBE
13. DBE Contact Information
14. DBE
Number
Materials Supplied
Certification
(Must be certified on the date bids are opened)
Dollar
Number
Amount
portions of
Cindy Dallaire, Rocky Canyon Utility & Construction
$306,240.00
bid item 2.
Civil and Underground Utility Installation
18000230
22555 Hwy 41 East, Templeton, CA 93465
34_.5_8 _9,.
(WBE)
805464-3807 rockycanyonutil ityconstruction@g mail corn
_
10, 15, 16,
18. 19, 22,
23, 26, 27,
3k:-& 3V--
-
Asphalt Paving Installation
Portions of
2030051 (SB
Keith Woodside, Black Star Paving
Bid items 11
18543 Yorba Linda Blvd. Yorba Linda, CA 92886
$121,699,05
& 12
562-652-0848 keith@blackstarpaving.com
Local Agency to Complete this Section
-
$ 427.939.0
21. Local Agency Contract Number:
15. TOTAL CLAIMED DBE PARTICIPATION
22. Federal -Aid Project Number:
21.11
23. Bid Opening Date:
24. Contract Award Date:
IMPORTANT- Identify all OBE 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 names and items of the
Local Agency certifies that all DBE certifications are valid and information
work in the "Subcontractor List" submitted with your bid.
on this form is complete and accurate.
Written confirmation of each listed DBE is required.
25. Local Agency Representative's Signature 26.
16. Preparer's Signature 17.
Date
Date
Tim Merrill 1/3012023
18. Preparer's Name 19. Phone
27. Local Agency Representative's Name 28. Phone
CEO
29. Local Agency Representative's Title
20. Preparer's Title 805-202-3527
DISTRIBUTION: 1. Original -Agency. 2. Copy - Federal Grant Administrator. Failure to submit to within 30 days of
contract execution may result in de -obligation of federal funds on contract. Include additional copy with award package.
BID FORMS
M
BID FORMS
DBE GOOD FAITH EFFORT VERIFICATION
Construction Project: Transit Facility Electric Vehicle Charing Infrastructure
Specification No. 1000635
Bidder Name: Anderson Burton Construction, Inc. Bidder Phone Number: 805-481-5096
Bidder Address: 121 Nevada Str. Arroyo Grande, CA 93420
Bid Meets DBE Goal (yes or no) YES If no, proceed with Good Faith Effort Verification.
The City of San Luis Obispo ("City"), in accordance with 40 CFR part 33, requires Bidders to provide
information pertaining to the use of minority businesses, women's business enterprises, and labor surplus
area firms (referred to herein as "DBEs").
Please provide the following information, using additional sheets of paper if necessary, and submit this form
with your bid. Bidder should also submit mail logs, phone logs, electronic searches and communication,
newspaper clippings or similar records documenting efforts to meet the Good Faith Effort requirements.
9. Solicitation Lists/Publications. The names and dates of each publication in which a request for
DBE participation for this Project was placed by the Bidder (please attach copies of advertisements
and/or proofs of publication), or information related to solicitation lists on which DBEs were included:
Publications/Solicitation Lists I Dates of Advertisement
2. Soliciting DBEs as Potential Sources. The names and dates of written notices sent to certified DBEs
soliciting bids for this Project and the dates and methods used for following up initial solicitations to determine
with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax
confirmations, etc.):
Name of DBEs Solicited I j
Date of Initial I Follow Up Methods and Dates
Solicitation
BID FORMS
N
BID FORMS
ATTACH BIDDER'S BOND TO ACCOMPANY BID
Know all men by these presents:
That we Anderson Burton Construction. Inc. AS PRINCIPAL, and
-Fidelity and Deposit Company of Maryland AS SURETY, are held and firmly
bound unto the City of San Luis Obispo in the sum of:
TEN PERCENT 10% of the Total Amount Bid --------- -to be paid to
said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by
these presents:
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above
bounden principal and suret
to construct Transit Facility Electric Vehicle Charging Infrastructure, Specification No. 1000535
(insert name of street and limits to be improved or project)
dated December. 2022 is accepted by the City of San Luis Obispo, and if the above
bounden principal and surety _ his heirs, executors,
administrators, successors, and assigns shall duly enter into and execute a contract for such construction and
shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or
legal holidays) after the above bounden,
principal and surety has received notice by and from the
said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and virtue.
IN WITNESS WHEREOF, we hereunto set our hands and seals this12th day of January, 20 23
Bidder Principal: Anderson Burton Construction, Inc.
Signature Date
Title- Tr-M M FERILL_ i C5O
Surety: Fidelity and Deposit Company of Maryland
B JAN 12023
Edward N. Hackett, Attorney -in -Fact
Bidder's signature is not required to be notarized. Surety's signature must be notarized.
Equivalent form may be substituted
(Rev 6-30-14)
BID FORMS
P
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
County of Orange
On JAN 1 r: 2023 before me, C. Maestas Notary Public,
Date Insert Name of Notary exactly as it appears on the official seal
personally appeared Edward N. Hackett
Name(s) of Signer(s)
C',... MflRSTAS
��-�.,.,e`
)FON11. ilt 2295095 f',_
TP.RY PIJ IX-CAUVORNIA �
': ViGi[. COUNTY
Place Notary Seal Above
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) islare subscribed to the
within instrument and acknowledged to me that he/she/they
executed the same in his/her/their authorized capacity(ies),
and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is true
and correct.
Witness my hand and official seal.
Signature
tary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of the form to another document.
Description of Attached Document
Title or Type of Document: Anderson Burton Construction, Inc. Bid Bond
Document Date: JAN 1 12 2023
Number of Pages:
Signer(s) Other Than Named Above: None
Capacity(ies) Claimed by Signer(s)
Signer's Name: Edward N. Hackett
❑ Individual
❑ Corporate Officer—Title(s):
❑ Partner ❑ Limited ❑ General
9 Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Signer's Name: None
❑ Individual
❑ Corporate Officer—Title(s): —
❑ Partner ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
i FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by
Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are
set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,
and appoint Edward N. HACKETT and Christine M. MAESTAS, both of Irvine, California, EACH, its true and lawful agent and
Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and
undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as
fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the
ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 28th day of June, A.D. 2019.
�����Te,' sy 9trei �kiy
1�r'�,
CAL
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D: Murray
Vice President
By: Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
On this 28th day of June, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who
executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of
the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations -
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written,
Constance A, Dunn, Notary Public
My Commission Expires: July 9, 2023
No. 08697
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Amended
Certificate of Authority
THIS IS TO CERTIFY, That, pursuant to the Insurance Code of the State of California,
Fidelity and Deposit Company of Maryland
of Maryland, organized under the laws of Maryland, subject to its Articles of Incorporation or other
fundamental organizational documents, is hereby authorized to transact within this State, subject to all
provisions of this Certificate, the following classes of insurance:
Fire, Marine, Surety, Plate Glass, Liability, Workers' Compensation,
Soifer and Machinery, Burglary, Credit, Sprinkler,
Team and Vehicle, Automobile, Aircraft, and Miscellaneous
as such classes are now or may hereafter be defined in the Insurance Laws of the State of California
THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made
under authority of the laws of the State of California as long as such laws or requirements are in effect
and applicable, and as such laws and requirements now are, or may hereafter be changed or amended.
Fee N/A
Rec. No.
IN WITNESS WHEREOF, effective as of the 20 day of October, 2009, I
have hereunto set my hand and caused my official seal to be affixed
this 20th day of October, 2009.
Chuck Quackenbush
Insurance Commissioner
Filed By Susan J. Stapp
for Jesse Huff
Chief Deputy
Ceri�alion
I, the undersigned Insurance Commissioner ofthe St(rte of Caltjbrnia, do hereby certtry that I have
compared the above copy of Certificate afAuthority with the duplicate of original now onfile in my office,
and that the same is a full true, and correct transcript thereof, and of the whole of said duplicate, and
said Certificate of Authority is now in full force and effect,
IN WITNESS WHEREOF, I have hereunto set my hand and caused my
official seal to be affixed this 16" day ofJune, 2011
Dave Jones
Insurance Commissioner
BY
orta u ar