Loading...
HomeMy WebLinkAbout25-Public Services ORIGINAL CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Ken Fischer, Director Subject: Resolution authorizing the execution of an agreement and Dept: Public Services purchase order between the City of San Bernardino and Rubberized Crackfiller Date: January 9, 2007 Sealant Inc., for crack-sealing throughout the City of San Bernardino as detailed in Bid Specifications No. RFQ F-07-21. Meeting Date: January 22, 2007 Synopsis of Previous Council Action: Recommended Motion: Adopt Resolution S ature Contact person: Ken Fischer, Director Phone: 5140 Supporting data attached: Staff Report, Bids Ward: All Resolution FUNDING REQUIREMENTS: Amount: $69,400.00 Source: FY 2006-07 Account No. 126-369- 5504-7306 Capital Improvement Budget Finance: Council Notes: Agenda Item No. _ ZQ CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Staff Report Subject: A resolution authorizing an agreement and the issuance of a $69,400.00 purchase order to Rubberized Crackfiller Sealant, Inc. for crack-sealing services throughout the City of San Bernardino. Background: The City will be completing the slurry sealing of several streets this fiscal year. For maximum life expectancy streets need to be properly prepared before applying the slurry seal product. This requires crack-sealing of all cracks over 1/8 inch. Staff requested bids from qualified contractors in RFQ F-07-21, advertised on the City Web site and utilized the San Bernardino Chamber of Commerce. The vendor, their business location, and price quote are listed below. Name Location Proposed cost Rubberized Crackfiller Sealant, Inc. Fullerton $69,400 ($0.347/ft) Road Works Pomona $72,000 ($0.36/ft) Bond Blacktop Union City $78,000 ($0.39/ft) NPG, Inc. Perris $89,980 ($0.4499/lf) There were twelve contractors including four local contractors who did not submit bids. Five of them said they did not do exclusive crack sealing work. Two indicated they were too busy. One contractor said the work was too large for them and the remaining four did not respond to repeated contact seeking their comments. Staff has reviewed the bid documents submitted by Rubberized Crackfiller Sealant, Inc. and we are confident they can complete the specified work. Staff recommends a $69,400.00 contract be awarded and purchase order be issued to Rubberized Crackfiller Sealant, Inc. for completion of this maintenance work. Financial Impact: Funds for this purchase order are contained in the 2006/07 Capital Improvement Budget, Account No. 126-369-5504-7306. Recommendation: Adopt resolution. Y 1 COPY RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF �3 SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND 4 PURCHASE ORDER TO RUBBERIZED CRACKFILLER SEALANT, INC. FOR CRACK-SEALING THROUGHOUT THE CITY OF SAN BERNARDINO. 5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 6 OF SAN BERNARDINO AS FOLLOWS: 7 SECTION 1. That Rubberized Crackfiller Sealant, Inc. submitted the lowest bid 8 for the negotiated purchase for crack-sealing services in the total amount of 9 $69,400.00. Pursuant to this determination the Purchasing Manager is hereby 10 11 authorized to issue a purchase order to Rubberized Crackfiller Sealant, Inc. in the 12 amount of $69,400.00. 13 SECTION 2. That Rubberized Crackfiller Sealant, Inc. shall enter into a 14 Vendors Service Agreement in the form attached hereto in the total amount of 13 $69,400.00 and the Purchasing Manager may issue a purchase order for said amount. 16 SECTION 3. The Purchase Order shall reference this Resolution No.2007- 17 18 and shall read, "Rubberized Crackfiller Sealant, Inc. for crack-sealing services at 19 various locations throughout the City of San Bernardino." P.O. No. not to 20 exceed $69,400.00 and shall incorporate the terms and conditions of the purchase 21 order. 22 SECTION 4. The authorization to execute the above referenced Agreement 23 and Purchase Order is rescinded if not issued within sixty (60) days of the passage of 24 this resolution. 25 26 111 27 /ll 28 111 A6 C� _ January 18, 2007 , 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF 2 SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND PURCHASE ORDER TO RUBBERIZED CRACKFILLER SEALANT, INC. FOR 3 CRACK-SEALING THROUGHOUT THE CITY OF SAN BERNARDINO. 4 1 HEREBY CERTIFY that the foregoing Resolution was duly adopted by the 5 Mayor and Common Council of the City of San Bernardino at a 6 7 meeting thereof, held on the day of 2007, by the 8 following vote, to wit: 1g Council Members: AYES NAYS ABSTAIN ABSENT 10 ESTRADA 11 BAXTER 12 BRINKER 13 DERRY 14 15 KELLEY 16 JOHNSON 17 MCCAMMACK 18 19 Rachel G. Clark, City Clerk 20 The foregoing resolution is hereby approved this day of 21 , 2007. 22 23 Patrick J. Morris, Mayor City of San Bernardino 24 Approved as to Form: 25 26 27 es F. Penman, City Attorney 28 January 18, 2007 -wrrrwn�rwwMin _ - +y VENDOR SERVICE AGREEMENT This Vendor Service Agreement is entered into this 22nd day of January 2007, by and between Rubberized Crackfiller Sealant, Inc. ('`VENDOR") and the City of San Bernardino ("CITY" or"San Bernardino"). WITNESSETH: WHEREAS, the Mayor and Common Council has determined that it is advantageous and in the best interest of the CITY to acquire crack filling services; and WHEREAS, the City of San Bernardino did solicit and accept bids from a number of vendors who can provide the necessary crack filling services. NOW, THEREFORE, the parties hereto agree as follows: 1. SCOPE OF SERVICES. For the remuneration stipulated, San Bernardino hereby engages the services of VENDOR to provide the services as set forth in Exhibit "A", Bid Specification No. F-07-21, attached hereto and incorporated herein by this reference. 2. COMPENSATION AND EXPENSES. a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay the. VENDOR the amount of $69,400 for crack filling 200,000 lineal feet of City streets. b. No other expenditures made by VENDOR shall be reimbursed by CITY, 3. TERM; SEVERABILITY. The term of this Agreement shall be for a period of one year. This Agreement may be terminated at any time by thirty (30) days written notice by either party. The terms of this Agreement shall remain in force unless mutually amended. The duration of this Agreement may be extended with the written consent of both parties. 4. INDEMNITY. CITY agrees to indemnify and hold harmless VENDOR, its officers, agents and volunteers from any and all claims, actions, or losses, damages and/or liability resulting from CITY's negligent acts or omissions arising from the CITY's performance of its obligations under the Agreement. VENDOR agrees to indemnify and hold harmless the CITY, its officers, agents, and volunteers from any and all claim, actions, or losses, damages and/or liability resulting from VENDOR's negligent acts or omissions arising from the VENDOR's performance of its obligations under the Agreement. In the event the CITY and/or the VENDOR is found to be comparatively at fault for any claim, action, loss, or damage which results from their respective obligations under the Agreement, the CITY and/or VENDOR shall indemnify the other to the extent of this comparative fault. 5. INSURANCE. While not restricting or limiting the forgoing, during the term of this Agreement, VENDOR shall maintain in effect policies of comprehensive public, general and automobile liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the CITY's Risk Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an additional named insured in each policy of insurance provided hereunder. The Certificate of Insurance furnished to the CITY shall require the insurer to notify CITY of any change or termination in the policy. 6. NON-DISCRIMINATION. l In the performance of this Agreement and in the hiring and recruitment of employees, VENDOR shall not discriminate on the basis of race, creed, color, religion, sex, physical handicap, ethnic background or country of origin. 7. INDEPENDENT CONTRACTOR. VENDOR shall perform work tasks provided by this Agreement, but for all intents and purposes VENDOR shall be an independent contractor and not an agent or employee of the CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for VENDOR and its officers, agents, and employees, and all business license, if any are required, in connection with the services to be performed hereunder. 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. VENDOR warrants that it possesses or shall obtain, and maintain a business registration certificate pursuant to Chapter 5 of the Municipal Code, and any other license, permits, qualifications, insurance and approval of whatever nature that are legally required of VENDOR to practice_its business or profession. 9. NOTICES. Any notices to be given pursuant to this Agreement shall be deposited with the United States Postal Service, postage prepaid and addressed as follows: TO THE CITY: Public Services Director 300 North"D" Street San Bernardino, CA 92418 Telephone: (909) 384-5140 /// TO THE VENDOR: Rubberized Crackfiller Sealant Inc. 800 E. Walnut Avenue Fullerton, CA 92831 10. ATTORNEYS' FEES In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions or provisions hereof. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' fees" for the purposes of this paragraph. 11. ASSIGNMENT. VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or t encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for the termination of this Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR of VENDQR's obligation to perform all other obligations to be performed by VENDOR hereunder for the term of this Agreement. 12. VENUE. The parties hereto agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated either in the State courts located in the County of San Bernardino, State of California or the U.S. District Court for the Central District of California, Riverside Division. The aforementioned choice of venue is intended by the parties to be the .,, mandatory and not permissive in nature. 13. GOVERNING LAW. This Agreement shall be governed by the laws of the State of California. 14. SUCCESSORS AND ASSIGNS. This Agreement shall be binding on and inure to the benefit of the parties to this Agreement and their respective heirs, representatives, successors, and assigns. 15. HEADINGS. The subject headings of the sections of this Agreement are included for the purposes of convenience only and shall not affect the construction or the interpretation of any of its provisions. 16. ENTIRE AGREEMENT; MODIFICATION. This Agreement constitutes the entire agreement and the understanding between the parties, and supercedes any prior agreements and understandings relating to the subject manner of this Agreement. This Agreement may be modified or amended only by a written instrument executed by all parties to this Agreement. IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below. Dated: , 200_ VENDOR. By: Its: Dated , 200_ CITY OF SAN BERNARDINO By: Patrick J. Morris, Mayor Approved as to Form: By: James F. Penman, City Attorney 10 iyyg y��is[ yq� _ 41+ ♦-Y .. �`Y ' �ai^% r . T^'•"r �-' 7 iY ki. "Zl' r.[? (_ �. .."'.r ('i.. 4. m TO m O c o p m m �_ c � vm m m CD r co -i n m X m v n O n n n - 1 m Uri cn o = O C m Z p n°� � n o c ;u -� -i n N D m _� N m a D o z m D O m 1 d D ° m m z z O n -i -< C r O p m D n O Cn CAD N n c z m M m o m 0 ° � o cn CD CD D O m (D oo m CL 0 x O o D a m z � r- r- 0 O D Z z o D r V/ m //^� 1 n M c D c r o rr- n 00 D z o m iw m m c O m � r N n ZZ m m QJ C N .!� z x z C n 0 m 0 ° Q o 0 ° °' zz O �7 m D C/) U; m = 0o G' m O m c z z ° CD o z z o co ; o p D O z n D CD a n O � m r < o m D Z Z m p O D U) co n z (n ° m D Z cn rn COF ,, TECHNICAL SPECIFICATIONS BID SPECIFICATION NO. F-07-21 Crack Sealing NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" Requirements: Bidder shall state brief reasoning for exceptions to requirements when not acceptable or state "Acceptable" ifrequirements are agreeable. Failure to complete right hand column will invalidate bid. Pricing: Bidder shall complete pricing along with all requested information as listed. Pricino and information not listed will be considered not available from vendor. Failure to complete all pricing and information as requested may be cause for rejection. A. Traffic Control The Contractor shall be responsible for providing traffic control and posting of"No Parking" signs for all projects assigned. Signs shall be posted at 150-foot intervals a minimum of forty- el,-,ht (48) hours prior to beglmling work. Under no circumstances shall signs be attached to trees, shrubs, or anv other veuetation. All traffic control measures shall be subject to approval by the 0tv representative. Acceptable As Specified 13. Work Site Schedule Work sites shall be located throu"hout the entire City. Contract Administrator will provide to the Contractor a list of selected work sites. Work shall commence within ten (10) calendar days of list being provided. The list provided will include: Street Names (starting and ending point) Square footage of Street Segment Acceptable As Specified i'l C. Work Standards Contractor shall adhere to all applicable requirements including but not limited to: 7 2000 Edition of the Standard Specifications for Public Works Construction, commonly referred to as the "GreenbooV. Latest Edition of the California Department ofTransportation, Manual ofTraffic Controls for Construction and Maintenance Work !ones. Acceptable As Specified �1 I). Crack Scaling Requirements Cracks to be sealed shall be 1/8 inch or larger. Contractor shall seal only transverse, longitudinal, block, or reflective cracks. Contractor shall not seal alligator cracked areas. Acceptable As Specified (< 1 ) All cracks to be sealed shall be completely clean, dry, and free of all loose material, vegetation, and any other forei<.m substanCC. which may Cause the sealant not to adhere to the crack wall. SPECIFICATIONS Cracks shall be cleaned using a hot compressed air lance (HCL) apparatus. The Contractor shall I clean and dry all cracks with the f ICL immediately before sealing. Air exiting the lance shall be heated to a temperature sufficient enough to remove the oxidized surface from the crack walls. The I-ICL shall meet the following specifications: a. Compressed air capacity: 40 to 100 CFM, 75 to 150 PSI b. Heated air temperature: 600 to 2,000 Fahrenheit Crack sealant material used shall be Road Works 306. or CRAFCO Polyflex Type 3, or an approved equal. Sealant shall be prepared and applied to the pavement cracks in conformance with all manufacturers' instructions except where noted otherwise in this document. Sealant shall be applied from the bottom of the crack up to the surface in a manner, which does not result in sealant bridgin�s or entrapping air pockets. The sealant shall be applied to a slightly overfilled condition and then leveled with a squeegee. The overband shall not exceed I % inches on either side ofthe crack. Acceptable As Specified C T� E. Insurance and License 8 Contractor must have insurance coverage from an insurance carrier licensed in the State of California and rated "A" or better by the A.M. Best Key Rating Guide. Coverage shall include: Commercial General Liability for a minimum ofone million dollars each occurrence ($1,000,000 LO). The City of San Bernardino must be nanled as an additional insured on the certificate. Automobile Liability for a minimum ofone million dollars combined single limit ($1,000,000 CSL). The Cite of San Bernardino must be named as an additional insured on the certificate. \ orkers' Compensation coverage shall be in accordance with the laws of the State of California. C011traCtor must hold a C-32 State Contractor's License. Please provide License Class and Number. Contractor must have a City issued business license. Acceptable As Specified 1� F. Scope of Work Contract shall bid completion of 200,000 lineal feet of crack sealing work on a per lineal foot basis. All costs associated with this work shall be included in the cost per lineal foot. These costs may Include, but are not limited to insurance, traffic control, mobilization, overhead, equipment rates, labor and material. Contractor shall indicate in their response if their price can be used to award a second year of similar work w'th at least 200.000 lineal feet. Acceptable As Specified 1� 9 PRICE FORM REQUEST FOR QUOTES: RFQ F-07-21 DESCRIPTION OF RFQ: Crack Sealing BIDDER'S NAME/ADDRESS: BOND BLACKTOP, INC. P.O. Box 616 Union City CA 94587 NAME/TELEPHONE NO. OF AUTHORIZED REPRESENTATIVE Edward Dillon (510) 441-9981 , ext. 110 or Eduardo Aguerro (916) 772-9342 (estimator) FAX NO. (510) 441-9982 PRICE FORM 1. Crack Sealing_, —200.000 Lineal f=eet Unit Cost per Lineal Feet $ 0.39 2. Price may be used to award a second year of similar work with at least 200,000 lineal feet. Yes No Or Percenta<,e increase of % for the second year. AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: Edward Dillon, President DATE SIGNED: 11/20/06 TELEPIIONE: (510) 441-9981 COMPANY NAME R ADDRESS:RESS: Bond Blacktop, Inc. P.O. Box 616 Union City CA 94587 PHONE: (510) 441-9981 FAX: (510) 441-9982 Are there any other additional or incidental costs required by your firm? Yes / (circle one). If}ou ansx�ered "Yes". please provide detail ofsaid additional costs: Have you included in your bid all informational items and forms as requested. Yes / No (circle one). If you answered '-No please explain: This offer shall remain firm for 90 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable % days; unless otherwise stated, payment terms are: Net thirty (30) days. In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received / ,,• r.; to Addenda No: _ Received on: Addenda No: _ Received on: Addenda No: Received oil: AUTHORIZED SIGNATURE: 01 PRINT SIGNER'S NAME AND TITLE: Edward Dillon, President DATE SIGNED: 11/20/06 COMPANY NAME & ADDRESS: Bond Blacktop, Inc. P.O. Box 616 Union City CA 94587 PHONE: (510) 441-9981 FAX: (510) 441-9982 s IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL. CITY OF SAN BERNARDINO In accordance with Title 23. United States Code. Section 112. the undersigned hereby states, under penaltY of perjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFQ F-07-21. Business Name Bond Blacktop, Inc. Business Address P.O. Box 616, Union City CA 94587 Si.,nature of bidder X Union City , CA Place of Residence SEE ATTACHED NOTARY ACKNOWLEDGMENT Subscribed and sworn before me this day of_ 20_ Notary Public in and for the County of State of California. My commission expires . 20 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT , re before me f rr';' - �•� 1 � .,:r�.-�.- ,.g,.nr„nf�., !arn Qc,n�,v r.,phr per',onaUV appeared l-i L• �-�: � --- - ---- --- �1 Namclsi, ncrtsr ;) personally known to me proved to me on the basis of satisfactory evidence 16. to be the person(s) whose name(s) is/are ' subscribed to the within instrument and acknowledged to me that he/she/they executed �! AJMY fvUlTfEtS the same in his/her/their authorized 43145 rt Commission!14 capacity(ies). and that by his/her/their 9My Notary P' C°Mfomla signatures) on the instrument the person(s), or Santa Clara County the entity upon behalf of which the person(s) Comm.Expires Oct 2,2007 acted. executed the instrument .. WITWESS m land official seal. t• OPTIONAL to t,ars<;n;mryrnq on Me document ano could prevent' .. ......r„.. :. ,...,.; I'! .,!"W"Ment 0'!hts form to anottinr(k Kurrlent t Description of Attached Document , t fitlr or Tyl)e of Doctimont. ... , ,..'..t c i..':J, l t Document Date Number of Pages --- -- Signers)Oihei Than Named Above 6 Capacity(ies) Claimed by Signer i qtr Signet's Name — In till all Irctt\ldual ,ru:mb 111— I ;r !'rxpC?rate Offw, 1 ri icter l wardlan it l,onsp.rvalor (other - -- Signer Is Representing: I �i ,�ru,.q.rt+•n.r!Nntan A—T-1.11,11 •ga.,Aj I ;o,Aw Frl N.'1107•rnntswnrsh CA gCR2 240:'-www ral.waftwy grq n•rq No 5907 Re"r Ciu Toll-Pee 1.600.8766827 TECHNICAL SPECIFICATIONS BID SPECIFICATION NO. F-07-21 Crack Sealing NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" Requirements:Bidder shall state brief reasoning for exceptions to requirements when not acceptable or state"Acceptable" if requirements are agreeable. Failure to complete right hand column will invalidate bid. Pricing: Bidder shall complete pricing along with all requested information as listed. Pricing and information not listed will be considered not available from vendor. Failure to complete all pricing and information as requested may be cause for rejection. A. Traffic Control The Contractor shall be responsible for providing traffic control and posting of"No Parking" signs for all projects assigned. Signs shall be posted at 150-foot intervals a minimum of forty- eight(48) hours prior to beginning work. Under no circumstances shall signs be attached to trees, shrubs, or any other vegetations. All traffic control measures shall be subject to approval by the City representative. Acceptable As Specified �� r' n� 7 Aecr B. Work Site Schedule Work sites shall be located throughout the entire City. Contract Administrator will provide to the Contractor a list of selected work sites. Work shall commence within ten (10) calendar days of list being provided. The list provided will include: Street Names(starting and ending point) Square footage of Street Segment Acceptable As Specified C. Work Standards Contractor shall adhere to all applicable requirements including but not limited to: 7 2000 Edition of the Standard Specifications for Public Works Construction,commonly referred to as the"Greenbook". Latest Edition of the California Department of Transportation, Manual of Traffic Controls for Construction and Maintenance Work Zones. Acceptable As Specified y'^C '41 4�t. D. Crack Sealing Requirements Cracks to be sealed shall be 1/8 inch or larger. Contractor shall seal only transverse, longitudinal, block, or reflective cracks. Contractor shall not seal alligator cracked areas. Acceptable As Specified 4 '(7� '!7C4 All cracks to be sealed shall be completely clean,dry, and free of all loose material,vegetation, and any other foreign substance, which may cause the sealant not to adhere to the crack wall. SPECIFICATIONS air lance HCL apparatus. The Contractor shall Cracks shall be cleaned using a hot compressed � ) PP clean and dry all cracks with the HCL immediately before sealing. Air exiting the lance shall be heated to a temperature sufficient enough to remove the oxidized surface from the crack walls. The HCL shall meet the following specifications: a. Compressed air capacity: 40 to 100 CFM, 75 to 150 PSI b. Heated air temperature: 600 to 2,000 Fahrenheit . Crack sealant material used shall be Road Works 306,or CRAFCO Polyflex Type 3, or an approved equal. Sealant shall be prepared and applied to the pavement cracks in conformance with all manufacturers' instructions except where noted otherwise in this document. Sealant shall be applied from the bottom of the crack up to the surface in a manner, which does not result in sealant bridging or entrapping air pockets. The sealant shall be applied to a slightly overfilled condition and then leveled with a squeegee. The overband shall not exceed 1 '/2 inches on either side of the crack. - Imo•. �n. . :•� f• .. -��Fl.(: ''I i ��. '/ � . -1. �., '! _�/:.. ,f, j (: Acceptable As Specified E. Insurance and License __ •- r` �""'��� 8 Contractor must have insurance coverage from an insurance carrier licensed in the State of California and rated "A" or better by the A.M. Best Key Rating Guide. Coverage shall include: Commercial General Liability for a minimum of one million dollars each occurrence ($1,000,000 EO). The City of San Bernardino must be named as an additional insured on the certificate. Automobile Liability for a minimum of one million dollars combined single limit ($1,000,000 CSL). The City of San Bernardino must be named as an additional insured on the certificate. Workers' Compensation coverage shall be in accordance with the laws of the State of California. Contractor must hold a C-32 State Contractor's License. Please provide License Class and Number. Contractor must have a City issued business license. Acceptable As Specified F. Scope of Work Contract shall bid completion of 200,000 lineal feet of crack sealing work on a per lineal foot basis. All costs associated with this work shall be included in the cost per lineal foot. These costs may include, but are not limited to insurance,traffic control, mobilization, overhead, equipment rates, labor and material. Contractor shall indicate in their response if their price can be used to award a second year of similar work with at least 200,000 lineal feet. Acceptable As Specified 9 LL O � o a U 0 w w w C/) ---� z -J W W cV Y N z U H U U Q w U � C Oz C N M c� p Q Co N U o cc m � N CID T T o 00 � W U a U co m .— � PRICE FORM REQUEST FOR QUOTES: RFQ F-07-21 DESCRIPTION OF RFQ: Crack Sealing BIDDER'S NAME/ADDRESS: NAME/TELEPHONE NO. OF AUTHORIZED REPRESENTATIVE ' FAX NO. ;_, PRICE FORM 1. Crack Sealing—200,000 Lineal Feet Unit Cost per Lineal Feet$ —317 2. Price may be used to award a second year of similar work with at least 200,000 lineal feet. Yes f No Or Percentage increase of % for the second year. AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: 1'�• ' F�FI'f�'` DATE SIGNED: I TELEPHONE: COMPANY NAME&ADDRESS: PHONE: y 4:�' FAX: is required b our firm? Yes / �� Are there any other additional or incidental cos q y y _ �- (circle one). If you answered "Yes", please provide detail of said additional costs: I� Have you included in your bid all informational items and forms as requestedt� Yes / No `.1 (circle one). If you answered "No", please explain: This offer shall remain firm for 90 days from RFQ close date.Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable % days; unless otherwise stated, payment terms are: Net thirty (30)days. In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time,the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: Received on: Addenda No: Received on: Addenda No: Received on: AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: -'T DATE SIGNED: �'l" �b, COMPANY NAME & ADDRESS: ` PHONE: :;' r_ FAX: IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFQ F-07-21. Business Name Business Address 600 A/,Q/ni,7' �I✓�- f"u�1�'''�"' C.�! 9L�3� Signature of bidder X CA Place o esidence Subscribed and sworn before me this ay of , 20_• Notary Public in and for the County of State of California. My commission expires ! / , 20 SEE A ED CEIMRCATE DATE1$4J0TARY I� (CALIFORNIA JURAT WITH AFFIANT STATEMENT State of California I , ss. County of - >?'] See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-5 to be completed only by document signer[s], not Notary) Signature of Document Signer No 1 Signature of Document Signer No.2(if any) Subscribed and sworn to (or affirmed) before me on this I day of r a% o"�') r-� �� , by Date �)J +� Month Year ANNA SON (1) COmmfsSlOn# 1562824 1 Name of Signer -r' Notary Public - California Orange County My Comm.Expires Mar 22,2009 'roved to me on the basis of satisfactory evidence to be the person who appeared before me (and Name of Signer O Persona own to me Proved to me e basis of satisfactory evidence to be thjo.n who eared before me.) / na re of Notary Public Place Notary Seal Above 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 this form to another document Top of thumb here Top of thumb here Further Description of Any Attached Document ly� 1 Title or Type of Document: 1 i (''. �!3. t Y Document Date t I %'�'° Number of Pages: Signer(s)Other Than Named Above: Z20CA National Notary Association•9350 De Soto Ave..PO BoK 2402•Chatsworth,CA 91313-2402•www NationalNotary org Item x5910 Reorder Call Toll-Free 1-800-876-6827 TECHNICAL SPECIFICATIONS BID SPECIFICATION NO. F-07-21 Crack Sealing NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" Requirements:Bidder shall state brief reasoning for exceptions to requirements when not acceptable or state "Acceptable" if requirements are agreeable. Failure to complete right hand column will invalidate bid. Pricing: Bidder shall complete pricing along with all requested information as listed. Pricing and information not listed will be considered not available from vendor. Failure to complete all pricing and information as requested may be cause for I rejection. A. Traffic Control The Contractor shall be responsible for providing traffic control and posting of"No Parking" signs for all projects assigned. Signs shall be posted at 150-foot intervals a minimum of forty- eight 14S) hours prior to beginning work. Under no circumstances shall signs be attached to trees, shrubs, or any other vegetation. All traffic control measures shall be subject to approval by the City representative. 7 Acceptable As Specified B. Work Site Sched/ule Work sites shall be located throughout the entire City. Contract Administrator will provide to the Contractor a list of selected work sites. Work shall commence within ten (10) calendar days of list being provided. The list provided will include: Street Names(starting and ending oint) Square footage of Street Segmen Acceptable As Specified C. Work Standards Contractor shall adhere to all applicable requirements including but not limited to: I 7 2000 Edition of the Standard Specifications for Public Works Construction, commonly referred to as the "Greenbook". Latest Edition of the California Department of Transportation, Manual of Traffic Controls for Construction and Maintenance Wor Z,o�es Acceptable As Specified D. Crack Sealing Requirements i Cracks to be sealed shall be 1/8 inch or larger. Contractor shall seal only transverse, longitudinal, block, or reflective cracks. Contractor shall not seal alligator cracked areas. Acceptable As Specified•; �: l All cracks to be sealed shal( be completely clean, dry, and free of all loose material, vegetation, and any other foreign substance, which may cause the sealant not to adhere to the crack wall. SPECIFICATIONS Cracks shall be cleaned using a hot compressed air lance (HCL) apparatus. The Contractor shall clean and dry all cracks with the HCL immediately before sealing. Air exiting the lance shall be heated to a temperature sufficient enough to remove the oxidized surface from the crack walls. The HCL shall meet the following specifications: a. Compressed air capacity: 40 to 100 CFM, 75 to 150 PSI b. Heated air temperature: 600 to 2,000 Fahrenheit Crack sealant material used shall be Road Works 306, or CRAFCO Polyflex Type 3, or an approved equal. Sealant shall be prepared and applied to the pavement cracks in conformance with all manufacturers' instructions except where noted otherwise in this document. Sealant shall be applied from the bottom of the crack up to the surface in a manner, which does not result in sealant bridging or entrapping air pockets. The sealant shall be applied to a slightly overfilled condition and then leveled with a squeegee. The overband shall not exceed 1 '/z inches on either side of the crack. Acceptable As Specifie --4 E. Insurance and�License 8 Contractor must have insurance coverage from an insurance carrier licensed in the State of California and rated "A"or better by the A.M. Best Key Rating Guide. Coverage shall include: Commercial General Liability for a minimum of one million dollars each occurrence ($1,000,000 EO). The City of San Bernardino must be named as an additional insured on the certificate. Automobile Liability for a minimum of one million dollars combined single limit ($1,000,000 CSL). The City of San Bernardino must be named as an additional insured on the certificate. Workers' Compensation coverage shall be in accordance with the laws of the State of California. Contractor must hold a C-32 State Contractor's License. Please provide License Class and Number. Contractor must have a City issued bu ?ess 2 rise. Acceptable As Specified �Y/�/ F. Scope of World /l Contract shall bid completion of 200,000 lineal feet of crack sealing work on a per lineal foot basis. All costs associated with this work shall be included in the cost per lineal foot. These costs may include, but are not limited to insurance, traffic control, mobilization, overhead, equipment rates, labor and material. Contractor shall indicate in their response if their price can be used to award a second ye f of similar work with at least 200,000 line 1 feet.. Acceptable As Specified;i � �� 9 PRICE FORM 1. Crack Sealing—200,000 Lineal Feet Unit Cost per Lineal Feet $ . 4499 2. Price may be used to award a second year of similar work with at least 200,000 lineal feet. Yes X No Or Percentage increase of o /o for the second ar. A UTHORIZED SIGNATURE: / PRINT SIGNER'S NAME AND TITLE: /dO f f S- Nelson Presiderit DATE SIGNED: November 21 2006 TELEPHONE: 951 -940-0200 COMPANY NAME& ADDRESS: NPG Corporation — -0 B-- Qx 1515 Perris CA 92572 PHONE: 951 -940-0200 FAX: 951 -940-9192 PRICE FORM I. Crack Sealing-200,000 Lineal Feet Unit Cost per Lineal Feet $ . 4499 2. Price may be used to award a second year of similar work with at least 200,000 lineal feet. Yes X No Or Percentage increase of % for tysecond- ar. AUTHORIZED SIGNATURE: a PRINT SIGNER'S NAME AND TITLE: - /Jeff S. Nelson * President DATE SIGNED: November 21 2006 TELEPHONE: 951 -940-0200 COMPANY NAME &ADDRESS: NPG Corporation P.O. Box 1515 Perris, CA 92572 PHONE: 951 -940-0200 FAX: 951 -940-9192 Are there any other additional or incidental costs required by your firm? Yes / No (circle one). If you answered "Yes", please provide detail of said additional costs: Have you included in your bid all informational items and forms as requested. Yes / No (circle one). If you answered "No", please explain: This offer shall remain firm for 90 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable WA % _days; unless otherwise stated, payment terms are: Net thirty (30) days. In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received 10 Addenda No: _rye Received on: --, Addenda No: Received on: Addenda No: Received on: AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: �e f S. Nelson IPresident DATE SIGNED: November 21 , 2006 COMPANY NAME& ADDRESS: NPG Corporation IP.O. BOX 1515 Perris, CA 92572 PHONE: 95j _94n_0200 FAX: _951 -940-9192 IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFQ F-07-21. IBusiness Name NPG Corporation Business Address P,O.Box 15 5, _-Per , CA 92572 Signature of bidder X �- 1 Perris, California Place of Residence Subscribed and sworn before me this 21st day of November , 2006 I Notary Public in and for the County of Riverside , State of California. My commission expires September 2 , 2006 . SHARON J.NELSOt Commission#1511052 [[ -i Notary Public-coofomlo • Riverside County My Comm.Expires Sep 2,2008 I TECHNICAL SPECIFICATIONS t City of San Bernardino 6 TECHNICAL SPECIFICATIONS BID SPECIFICATION NO. F-07-21 1 Crack Sealing i NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" Requirements: Bidder shall state brief reasoning for exceptions to requirements when not acceptable or state "Acceptable" if requirements are agreeable. Failure to complete right hand column will invalidate bid. Pricing: Bidder shall complete pricing along with all requested information as listed. Pricing and information not listed will be considered not available from vendor. Failure to complete all pricing and information as requested may be cause for rejection. A. Traffic Control The Contractor shall be responsible for providing traffic control and posting of"No Parking" signs for all projects assigned. Signs shall be posted at 150-foot intervals a minimum of forty- eight(48) hours prior to beginning work. Under no circumstances shall signs be attached to trees, shrubs, or any other vegetation. All traffic control measures shall be subject to approval by the City representative. Acceptable As Specified_ Acceptable B. Work Site Schedule I Work sites shall be located throughout the entire City. Contract Administrator will provide to the Contractor a list of selected work sites. Work shall commence within ten (10) calendar days of list being provided. The list provided will include: Street Names (starting and ending point) Square tootage of Street Segment Acceptable As Specified Acceptable C. Work Standards Contractor shall adhere to all applicable requirements including but not limited to: 7 2000 Edition of the Standard Specifications for Public Works Construction, commonly referred to as the "Greenbook". Latest Edition of the California Department of Transportation, Manual of Traffic Controls for Construction and Maintenance Work Zones. Acceptable As Specified Acceptable D. Crack Sealing Requirements Cracks to be sealed shall be 1/8 inch or larger. Contractor shall seal only transverse, longitudinal, block, or reflective cracks. Contractor shall riot seal alligator cracked areas. Acceptable As Specified Acceptable All cracks to be sealed shall be completely clean, dry, and free of all loose material, vegetation, and any other foreign substance, which may cause the sealant not to adhere to the crack wall. SPECIFICATIONS Cracks shall be cleaned using a hot compressed air lance (HCL) apparatus. The Contractor shall clean and dry all cracks with the HCL immediately before sealing. Air exiting the lance shall be heated to a temperature sufficient enough to remove the oxidized surface from the crack walls. The HCL shall meet the following specifications: a. Compressed air capacity: 40 to 100 CFM, 75 to 150 PSI b. Heated air temperature: 600 to 2,000 Fahrenheit Crack sealant material used shall be Road Works 306, or CRAFCO Polyflex Type 3, or an approved equal.-Sealant shall be prepared and applied to the pavement cracks in conformance with all manufacturers' instructions except where noted otherwise in this document. Sealant shall be applied from the bottom of the crack up to the surface in a manner, which does not result in sealant bridging or entrapping air pockets. The sealant shall be applied to a slightly overfilled condition and then leveled with a squeegee. The overband shall not exceed 1 1/2 inches on either side of the crack. Acceptable As Specified----- Acceptable E. Insurance and License 8 Contractor must have insurance coverage from an insurance carrier licensed in the State of California and rated "A"or better by the A.M. Best Key Rating Guide. Coverage shall include: Commercial General Liability for a minimum of one million dollars each occurrence ($1,000,000 EO). The City of San Bernardino must be named as an additional insured on the certificate. Automobile Liability for a minimum of one million dollars combined single limit($1,000,000 CSL). The City of San Bernardino must be named as an additional insured on the certificate. Workers' Compensation coverage shall be in accordance with the laws of the State of California. Contractor must hold a C-32 State Contractor's License. Please provide License Class and 1 Number. Contractor must have a City issued business license. IAcceptable As Specified Acceptable F. Scope of Work Contract shall bid completion of 200,000 lineal feet of crack sealing work on a per lineal foot basis. All costs associated with this work shall be included in the cost per lineal foot. These costs may include, but are not limited to insurance, traffic control, mobilization, overhead, equipment rates, labor and material. Contractor shall indicate in their response if their price can be used to award a second year of similar work with at least 200,000 lineal feet. Acceptable As Specified Acceptable 9 PRICE FORM REQUEST FOR QUOTES: RFQ F-07-21 DESCRIPTION OF RFQ: Crack Sealing 1 BIDDER'S NAME/ADDRESS: Road works, Inc. 303 Short Street Pomona, CA 91768 NAME/TELEPHONE NO. OF AUTHORIZED REPRESENTATIVE Nathan Blocker (909) 469 5101 / . (626) 945 3509 FAX NO. (909) 469 5112 I I PRICE FORM 1. Crack Sealing— 200,000 Lineal Feet Unit Cost per Lineal Feet S 0.36 2. Price may be used to award a second year of similar work with at least 200,000 lineal feet. Yes No Or Percentage increase of cPi or 5 % for the second year. AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: Larry Blocker, President DATE SIGNED: TELEPHONE: (909) 469 5101 / (818) 612 0884 COMPANY NAME & ADDRESS: Road Works, Inc. 303 Short Street. Pomona, CA 91768 PHONE: (909) 469 5101 FAX: (909) 469 5112 .rw.�rnwrr�w.e- Are there any other additional or incidental costs required by your firm? Yes / No (circle one). If you answered "Yes", please provide detail of said additional costs: Have you included in your bid all informational items and forms as requested? Yes / No (circle one). If you answered "No", please explain: This offer shall remain firm for 90 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable - % - days; unless otherwise stated, payment terms are: Net thirty (30) days. In signing this bid, Bidder warrants that all certifications and'documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: N/A Received on: _ Addenda No: N/A Received on: Addenda No: N/A Received on: T AUTHORIZED SIGNATURE: � PRINT SIGNER'S NAME AND TITLE: Larry Blocker, President DATE SIGNED: COMPANY NAME & ADDRESS: Road Works, Inc. 303 Short Street Pomona, CA 91768 PHONE: (909) 469 5101 FAX: (909) 469 5112 IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with "title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with R1,Q 1 -07-21. Business Name Road Works, Inc. Business Address 303 Short Street, Pomona, CA 91768 Signature of bidder X 5141 Picasso Dr. , Chino Hills, CA 91709 Place of Residence Subscribed and sworn before me this day of N0✓t'Mb('.r , 20 ,06 Notary Public in and for the County of oo , State of California. My commission expires 20 C-1 . i.' PUKE,Y '' CALIFORNIA c'N 6ERNAR.0I140 COUNTY "7 Nov-20-06 11 :55; Page 111 909 469 5112 I Sent BY: CITY OF SAN BERIVARDINO BUSINESS REG[ST TION CRERTIFICATTE APPLICAT ON pf."WAL ALCMNTSuMbUt I I voij%pPMTCTANC1+TO: Ll � L - __J I� U CITY CLERK P.Q. ,CA 9240 SAr OQRNARDLhQ•CA 93!03 c 1eR"mu.lt0 lA I L 3TA21T0 k ON nATr 02 T1L1`wSM. NI.1t�Cl CITY CLERK 3I10 r4oxr]-I)-STHEEF 2.ND F•K SA'N MRNARAINO,CA 92416 THLE: ttlen A4-M MSC!LMIN OF al LGlr6t1"MUL.TS SOLO OR M 3114-9437 . .- �'rC? COMPi.TMI•ATION OF PEES-- VARI} fA1fAL'i/. rM ►.IM ryIrAT"F+�Sf Vic, +rw'cki4,A tS THIS w CFIANC;E rN_ov tERSHIP Uir w�AA EIIO C"r, f rCA;(C�l rM4 I�G�ti�wr t�.r ENO —�_- � eusr'vFSS� OYES tZA (1f :tt1.TSb iw — FOR NEW(NEss F.TAR ONLY,STAB DAT•F.A[ISRdE55 STARTED LOC�Tlr�u f)r 11'�SMfSt 1CA!!N•�'T HE fl!P(i%1 I 302 611_1"b fS 1 30 �41DY1 sf. �Cm OK 1 - - - 10�1�1�Q. GROSS RECPIPTY S A1fQ�cAA�Or S tll:9NES.t9f10�F fTATFU(r1+fEFU1iLiL'fJD'+f�r► vTA7 iALF51AX ) loAlRfYUti121+�RT11.A11U( M�za rt co aR�ROf ct^L 111111RJCT cRnce ��^ y 4FOITTAG4(YylA1Nm Mo$ YEARADIUSTT•tKKT wll.�va(R crrLL11S6 FLAT Mt r Tfa Wpllrwa IT=11L�1Ag' am b11MBEA OF Yr•ATL LAW tE W M"T"COY To OSUM DtrDWAa J'OF TIID A CAIW14 R TRL sun ntA!KlM TN]mwm v"wwrL uIox OF 1AE C'�r1R> alolr.PAM _rTT V'LirCLES API'MCl/aM Am&WILL KLAMIKATL TS 14U>X PON A ra'" M TAX/OMW JR'i"TII.ATL1l TO ACT ttA�TO oMX TO A T"MG ALR1fOtrTY L0 A 1ntN A OtTAiK TN6 C1roWLAr10K THE F01.LA1M Id.IY!lt1.tA AL "CT10K L"Al) NUMM OF 4ANIE ooLI Wr owa r ��K:.Al4 a•y OMMRVPIG feCMCV LL COis --- tD OR VLIiUtNG f,EADENCE AD M�rK 0*'4M (� �� MACHI.4FS r� Y _ C.Qnn No �}t C.A `11 01 1 LGL4sJ 17 r.m r:urTT• PEIMIT FEE C71 ! p oure► TYPE OF BUSINESS Pf/M Rro TIN D sou rpv[RSI:. C3 wr:uSlnl PeN.►I.n . _ '" 9tArE Awr:las fgC1ALSGCL1U1tYnUN�[l nla�ctaevrulnnlawre caxro rv;t 40 _ A l d EAT - % $ .ENF.FP,F. >M1ftA/Al mA7Cr0: A -e CR Q SrAlt A lull. OTHFIL 6F Pk•°� r•..+rrncrw r�s+•c.� r•f•+•uc m Icn eee 0 J )PERA rl'Al.AMOUNT VUE S 100.1-, IN TILE 31140. `^:89 C R 1E TN'E VATS SOLDQ NEW OWNL-R NAME, SALE aE.xj CITY CLERII :AJU11 lTlO?N E d[S'I'OF!►1YKNQµLLpGLAI'(D 300 NORTH 0 STREET 1-It'll SIG.YATL' EJ SAN BERNARDIN, CA 92418 TQ'AI San Bernardino 3000 / 3002 TID: 00008414118 11/20/2006 10:47:55 Reg CC2000NTER TIME: 19:37 0 DATE: 11/2" Account: 919000 - ROAD WORKS, � wirrHOR12EU 1tEPRtSEVTwTLVs Starting Balance S MERCHANT 9: 22618112299p96 Validation Receipt = (0) q6 CHARGES- IMICE- W919000 cw> r2a 0010004301 100.00 SALES TAX: SEO 545C Construction Business W MAL CODE: :020243 ---------------------------------- AVS Code: VV CC Result: P FICS Sub-total 5....•4100.00 10TA1 A110UN1 $100.00 PAYMENT- 2 - 0390 $ 100.00 CUSiO;ER COPY Nothing due $+"""'0•00 �� �� I I T') nWMAHNNS8 NUS:W02J bb:Tl 9002-02-(1011 State Of California ?,V CONTRACTORS STATE LICENSE BOARD ,r '" ACIM IICFNcl Cm upl. 'i!v lffaiir �J, 561431 CORP ROAD WORKS ING 03/31/2007 ) ,. CERTHOLDER COPY SC STATE P.O. BOX 420807, SAN FR'ANCISCO,CA 94142-0807 COMPENSATION IN 5 U R A N C E FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 11-20-2006 GROUP: 000046 POLICY NUMBER: 0014175-2005 CERTIFICATE ID: 80 CERTIFICATE EXPIRES: 12-01-2006 12-01-2005/12-01-2006 SHELIA A. FULCH SC 300 N D ST 4TH FL SAN BERNARDINO CA 92418-0001 This is to certify that we have issued a va:id bVorkers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period that will expire or did expire as indicated above. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. JTHORIZEC REPRESENTATI PRESIDENT ENDORSEMENT #2400 THIS ENDORSEMENT APPLIES EXCLUSIVELY TO EMPLOYEES TEMPORARILY WORKING OUTSIDE OF CALIFORNIA ON A SPECIFIC ASSIGNMENT ONLY IN THE JURISDICTION OF: STATE OF ARIZONA OUT OF STATE BENEFITS WILL BE REIMBURSED. EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #1600 - LARRY BLOCKER SECTY - EXCLUDED. ENDORSEMENT #1600 - NATHAN BLOCKER VICE PRESIDENT - EXCLUDED. ENDORSEMENT #1600 - KELLY BLOCKER PRESIDENT - EXCLUDED. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 12-01-2003 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER ROAD WORKS, INC SC 303 SHORT ST POMONA CA 91768 (B14,SC] (REV.2-051 PRINTED : 11-20-2006 „v• `.. Client#: 35002 DATE(MM/DDM'YY) ACORO,w CERTIFICATE OF LIABILITY INSURANCE 1112012006 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PRODUCER ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Hilb,Rogal&Hobbs Insurance HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR Services of CA, Inc.#0511289 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 5 West Katella Suite 300 NAIC# CA 92867 INSURERS AFFORDING COVERAGE ange, 24198 INSURER q: Peerless Insurance Company INSURED Road Woks, Inc. INSURER B. Golden Eagle Ins.Corp. 10375 303 Short Street 'INSURER C: Pomona, CA 91768 NSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE PEEN ISSUED TO THE INSURED ANY REQUIREMENT, ERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT OTO WHICH HIS CERTIFICATE IAMAY BE ISSUED OR DIN MAY PERTAN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS'C FFECTIVE POLI EXPIRATION LIMITS TYPE OF INSURANCE POLICY NUMBER DATE MMI00fY DATE MM/00 EACH OCCURRENCE S11,000,000 LTR A 08116106 08/16107 A X GENERAL LIABILITY G6P9514686 pq MI E TO RENTED S100,000 X COMMERCIAL GENERAL LIABILITY MED EXP(AnY ore Peroonl s5000 CLAIMS MADE �OCCUR PERSONAL b ADV INJURY S1 000 000 GENERAL AGGREGATE S2,000,000 X OGP PRODUCTS•COMPIOP AGG 52 O0O 000 GENL AGGREGATE LIMIT APPLIES PER: POLICY R PO- LOC .T 08/16106 08/16/07 51,000,000 GBP9514686 COMBINED SINGLE u�T A AUTOMOBILE LIABILITY (ES aco",,I) X ANY AUTO BODILY INJURY S ALL OWNED AUTOS - (Per Oer60n) 5CHEOULED AUTOS BODILY INJURY S X HIRED AUTOS (Peramdenl) X NON-OWNED AUTCS PROPERTY DAMAGE S (Per a.adenl) AUTO ONLY-EA ACCIDENT S GARAGE LIABILITY EA ACC $ OTHER THAN ANY AUTO AUTO ONLY: AGG S 08116106 08116/07 EACH OCCURRENCE 54 000 000 B EXCE651UN8RELlA LIABILITY CU9550590 AGGREGATE s4000000 OCCUR a CLAIMS MADE S S DEDUCTIBLE. S X RETENTION S O yyC STATU- OTH•TORY LIMIII WORKERS COMPENSATION AND E.L.EACH ACCIDENT $ EMPLOYERS'LIABILITY ANY PROPRIE'rOWPARTNER/EXECUTIVE E.L.DISEASE-EA EMPLOYEE S OFFICERIMEMBER EXCLUDE07 - - E.L.DISEASE,POLICY LIMIT S 11 ye-,desulDe Undcr SPECIAL PROVISIONS hnl w 08/16/06 08116107 See Schedule on File A OTNER InlandMarine CBP9514686 DESCRIPTION OF OPERATIONS r LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: Crack Sealing on various streets in the city. City of San Bernardnio is named additional insured with respects to general liability per attached endorsement.` 10 day notice of cancellation for non paymen of premium. _:1 CANCELLATION CERTIFICATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of San Benardino DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3n” DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO 00 SO SHALL 300 Sheila "Street,300 North.�D��St►e0t, 4th Floor IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR San Bernardino, CA 52418 REPRESENTATIVES, AUTHORIZED REPRESENTATIVE 110ij&-r ACORD 25(2001/08)1 of 2 #S504435/M236818 2JMEN ACORD CORPORATION 1988 IMPORTANT if the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement($). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 2"(2001108) 2 of 2 #S504435/M236818 mawommmmmmmmmowaw CBP9514686 NAMED INSURED: ROAD WORKS INC. 24. "Product recall notification expenses" means the reasonable additional expenses (including, but not limited to, cost of correspondence. yeincur incurred and magazine arranging fora he return of products,but excluding ccos snof and transportation ), the replacement products and the cash value of the damaged products. The following Provisions are also added to this Coverage Part: A_ ADDITIONAL INSUREDS-BY CONTRACT,AGREEMENT OR PERMIT 1, Paragraph 2.under SECTION have amended ti insured any person or organization wheyand such person or ag eed in wring n a contra t, agreeme t or permit that such person or organization be added as an additional insured on your policy to provide insurance such as is afforded under this Coverage Part. Such person or organization is not entitled to any notices that we are required to send to the Named Insured and is an additional insured only with respect to liability arising out of: a. Your ongoing operations performed for that person or organization; or b. `Premises or facilities owned or used by you. With respect to provision 1.a. above, a person's or organization's status as an insured under this endorsement ends when your operations for that person or organization are completed. With respect to provision 1.b_above, a person's or organization's status as an insured under this endorsement ends when their contract or agreement with you for such premises or facilities ends, 2. This endorsement provision A. does not apply: a, Unless the written contract or agreement has been executed, or permit has been issued, prior to the 'bodily injury', 'property damage' or'personal and advertising injury': b. To'bodily injury" or'property damage' occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, in the project(other than additional insured(s)ed( )t service, the maintenance te of the co eredpoperat operations has f been completed;ompleted; or of the (2) That portion of'your work' out of w than anotheacontgacaorso Ssubcontracptor,ngaged tided use by any person or organizat o n other in performing operations for a principal as a part of the same project; c. To the rendering of or failure to render any professional services including, but not limited to, any professional architectural, engineering or surveying services such as: (1) The preparing, approving, or failing to prepare or approve, maps, Shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; d. To'bodily injuy,'property damage'or'personal and advertising injury arising out of any act, error or omission that results from the additional insured's sole negligence or wrongdoing; e. To any person or organization Included as an insured under provision B.of this endorsement; f. To any person or organization included as an insured by a separate additional insured endorsement issued by us and made a part of this policy. GECG 602 (07/03) Includes topyrightcd motcrial of Insurance Services Offices lnc.rith in permission Past 6 of 7 CBP9514686 NAMED INSURED: ROAD WORKS INC. B. ADDITIONAL INSURED—VENDORS ' Paragraph 2, under 5E=6TION it-WHO IS A\NthN>�CEO u agreed, in a wr ttenecontrad of agreement to or organization(referred to below a$'vendor ) Y p y agreement ert provide insurance such as is afforded under this policy, but only with respect to*bodily injury' P P y damage' arising out of'your products"which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: �. The insurance afforded the vendor does not apply to: a, 'Bodily injury' or'p ro ert damage" for which the vendor is obligated to pay damages by P Y g reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement, b. Any express warranty unauthorized by you; c. Any physical or chemical change in the product made Intentionally by the vendor, d. Repackaging, unless unpacked solely for the purpose of inspection,demonstration, testing, or substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make ll such lrttakestto make in the course of business,servicing connection vendor with the reed to make or normally distribution or sale of the products, f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; g. Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or h. To'bodily injury'or'property damage'arising out of any act, error or omission that results from the additional insured's sole negligence or wrongdoing. 2. This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. GECG 602 (07.'03) Includes copyrighwd material of Insurance Services Offca Inc.with in permission Past 7 of 7