Loading...
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