Loading...
HomeMy WebLinkAbout05.P- Public Works 5.P RESOLUTION (ID # 4455) DOC ID: 4455 A CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Agreement/Contract From: Chris Alanis M/CC Meeting Date: 06/06/2016 Prepared by: Tony Lugo, (909) 384-5140 Dept: Public Works Ward(s): City Wide Subject: Resolution of the Mayor and Common Council of the City of San Bernardino Awarding a Contract to Cal Stripe, Inc. for Annual Citywide Maintenance Services Contract for Traffic Striping and Pavement Markings Special Provisions No. 13064 (Ss-O). (#4455) Current Business Registration Certificate: No Financial Impact: Account Budgeted Amount: FY 16/17 $ 634,000.00 Account No. 126-400-5504-8016-0025 Account Description: Annual Striping of City Streets - City Wide Motion: Adopt the Resolution. Synopsis of Previous Council Action: 06/22/15 Resolution No. 2015-130 was approved adopting the City's final budget document for fiscal year 2015/16 Background: On June 22, 2015 the Mayor and Common Council approved Resolution 2015-130 adopting the City's final budget document for Fiscal Year 2015/2016, which included $ 375,000 to stripe/restripe City Streets. On December 7, 2015 the Mayor and Common Council approved the FY 2014/15 Capital Improvement Program (CIP), which included various projects for rehabilitation of streets. This work is currently being performed by the Public Works Department, and it is proposed that the re-striping of rehabilitated streets will be part of the work involved in this contract. The contract work will consist of the following: 1) Traffic striping and pavement markings maintenance citywide (re-striping). 2) Traffic striping and pavement markings as part of the pavement overlay projects identified in the 2014/15 fiscal year. 3) Removal of faded and conflicting striping The purpose of this project is to maintain proper striping and pavement markings on City Streets. Updated: 5/31/2016 by Georgeann "Gigi" Hanna A Packet Pg. 528 4455 The request for bid documents for this project was completed and the project was advertised for public bidding on March 7, 2016 and March 12, 2016. The project was advertised locally in the San Bernardino County Sun Newspaper, F. W. Dodge Company Rancho Cucamonga, Construction Bid Board, High Desert Plan Room, San Diego Daily Transcript, Bid America Electronic, AGC Planroom, San Diego iSgFt Plan Room, Sub-Hub Online Plan Room, Reed Construction Data, F. W. Dodge Company Monrovia, Construction Bid Source, Bid Ocean Inc., the City's web sites, and with the San Bernardino Area Chamber of Commerce. Sealed bids were received and opened on March 29, 2016 and the results are tabulated below: Table 1: Name of Bidder City Amount of Basic Bid Cal-Stripe Inc. Colton, Ca $ 565,656.00 Superior Pavement Marking Beaumont, Ca $ 820,520.50 Sterndahl Ent. Inc. Sun Valley, CA $ 1,338,297.00 Based on review of the sealed competitive bids received, staff has determined Cal- Stripe Inc. Of Colton, California to be the lowest responsive and responsible bidder. Staff recommends an award to Cal-Stripe in the amount of$ 565, 656.00. The estimated project costs are as follows: Table 2: Bid Amount $ 565,656.00 Contingencies (Approx. 12% ❑) $ 68,344.00 Subtotal Construction Cost $ 634,000.00 Estimated Total Project Cost $ 634,000.00 1 If approved, the contractor is expected to begin work immediately upon execution of contract. The contract will remain valid for a period of time of one year with an option for renewal for up to four years in one-year increments. The Contract will also be used to restore striping and pavement markings for streets that are rehabilitated under the Capital Improvement Program. The cost of this striping and pavement marking restoration will be charged to the CIP account number for each respective pavement restoration project. Recommendation: Updated: 5/31/2016 by Georgeann "Gigi" Hanna A Packet Pg. 529 5.P 4455 APW- 1. Staff recommends that the Mayor and Common Council award a contract for this work to Cal-Stripe of Colton, CA. 2. Authorize the Director of Public Works to execute the contingencies not to exceed 12% Supporting Documents: RESO Contract for Annual Citywide Maintenance Services for Striping and Pavement Markings to Cal-Stripe Inc. 13064 (SS-0). Bid Opening Report and Bid Tabulation for Annual Citywide Maintenance Services Contract for Traffic Stripes and Pavement Markings. City Attorney Review: Supporting Documents: RESOLUTION TEMPLATE 1 (DOC) Bid Opening Report(PDF) Bid Documents (PDF) Updated: 5/31/2016 by Georgeann 'Gigi" Hanna A Packet Pg. 530 5.P.a' 1 RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO CAL STRIPE, INC. FOR 3 ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR TRAFFIC 4 STRIPING AND PAVEMENT MARKINGS SPECIAL PROVISIONS NO. 13064 (SS- 0). 5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE 6 CITY OF SAN BERNARDINO AS FOLLOWS: 7 SECTION 1. Cal Stripe, Inc., 2040 E. Steel Road, Colton California 92324, is the r c 8 0 v lowest responsible bidder for Annual Citywide Maintenance Services Contract for Traffic O 9 Striping and Pavement Markings Special Provisions No. 13064 (SS-O). A contract is 3 10 a awarded accordingly to said bidder in a total amount of$ 565,656.00, with a contingency 11 Q amount of$ 68,344.00, but such contract shall be effective only upon being fully executed by 12 both parties. All other bids, therefore, are hereby rejected. The City Manager is hereby v 13 ,t, LO Iq 14 authorized and directed to execute said contract on behalf of the City; a copy of the contract is 15 on file in the office of the City Clerk and incorporated herein by reference as fully as though W a 16 set forth at length. J a M W 17 SECTION 2. This contract and any amendment or modifications thereto shall not Z 0 18 take effect or become operative until fully signed and executed by the parties and no party J 19 0 shall be obligated hereunder until the time of such full execution. No oral agreements, w 20 21 amendments, modifications or waivers are intended or authorized and shall not be implied 22 from any act or course of conduct of any party. w a 23 SECTION 3. The authorization to execute the agreement is rescinded if all parties to 24 the contract fail to execute it and return the fully executed agreement to the Office of the City 25 Clerk within sixty(60) days of passage of this resolution. 26 27 28 //// 1 Packet Pg. 531 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO CAL STRIPE, INC. FOR 2 ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR TRAFFIC STRIPING AND PAVEMENT MARKINGS SPECIAL PROVISIONS NO. 13064 (SS- 3 O). 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor 5 and Common Council of the City of San Bernardino at a meeting thereof, held on the 6 day of , 2016,by the following vote,to wit: 7 w 8 Council Members: AYES NAYS ABSTAIN ABSENT U 9 MARQUEZ -Ea L 10 BARRIOS Q 11 VALDIVIA 12 SHORETT 13 LO 14 NICKEL v 15 RICHARD LU a 16 MULVIHILL 17 z 18 Georgeann Hanna, City Clerk � 19 Cn 20 The foregoing resolution is hereby approved this day of , 2016. Uj 21 E 22 R. CAREY DAVIS, Mayor w 23 City of San Bernardino a 24 Approved as to Form: 25 GARY D. SAENZ, City Attorney 26 27 By. 28 2 Packet Pg.`532 !S=P:b tip. U U 04 U � .. ; _ Q U �� a I CL H � U L7 x V � ► o � 0 lm rr � N � 6A �c � a ° � � za ~ � wp < o qK o z V �wU c .. � n Packet Pg. 533 5.P.b 8 8-9 8 C'4 0 9 § 9 9 9 0 Mg vi 6 v; z SI — —————————————————————————————— Lo In -------- -------------g , R E 2 E 8 '.` , � ° „ I M i 8 2 § 9 Y ri 7 N 10- 4m N 0 c; 0 ci doo od 0 0 d cs d 0 6 0 $ $ 88888888 $ $ 88888 $ $ 88 $ $ 8 g g M8 , � 0 -0 L- 8" 8N 666 cs 6 6 d 6 6 cs 6 (6 o 0 00 UJ iZOs to 15 23 b tn co 2 --———————————— :t 0 CL ————————————— -A CL cc 0 %C E z 0 >v Cq Packet Pg. 534 CL FIA 8 8 8 CIA C, 40t 8 8 9 9 9 4 9 9 9 9 9 4 9 4 g 0 4 g g g ;; . v C; Ci 0 O d C? 0 0 0 0 0 0 C, 0 0 0 0 0 0 0 o o 0 8 $ 8 8 a 8 8 8 a a 8 8 8 8 a 8 9 9 0 9 9 9 9 0 9 0 0 Ci O V Ox Q LO Iq I I I I I �-1 d d �I r 0 N 4 4 s M 0 E aaaaaaaa DR MR. Z ;R� R ol ::1:21 VI 4!,VI�,d VI�l RI I I I I I I 1 1 Packet Pg. 535 BID DOCUMENTS U R L it O U 4- O L a Q �L VJ L0 11 .F� QD E V O 0 W Y E V �F+ i+ a Packet Pg. 536 BID FORM 01 A TO THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO The undersigned declares that he or she has carefully examined the scope of the proposed work including the specifications and special provisions and read the accompanying instructions to bidders and hereby proposes to furnish any and all required labor, materials,transportation and services for: ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT L 0 FOR � TRAFFIC STRIPING & PAVEMENT MARKING ° (SS-0) 3 a in strict conformity with Special Provisions No. 13064 of the Public Works n Department for the City of San Bernardino and also in accordance with the Standard Specifications for Public Works Construction, 2015 Edition and also in conformance LO with the Instructions to Bidders. The undersigned proposes and agrees that if his or her Ln bid is accepted, he or she will contract with the City of San Bernardino, in the form of the copy of the contract attached hereto, to provide all necessary machinery, tools, apparatus, and other means of maintenance, and to do all the work and furnish all the materials specified in the contract, in a manner and time therein prescribed, and he or she 0 will take in full payment therefor the following unit prices, to wit: m F E a B-1 Packet Pg. 537 5.P.c BID SCHEDULE SPECIAL PROVISIONS No. 13064 ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR TRAFFIC STRIPING & PAVEMENT MARKING (SS--O) SCHEDULE OF UNIT COSTS The undersigned bidder hereby proposes and agrees,if this bid is accepted,to furnish all material and do all the work required to complete the said work in accordance with the specifications and instructions,in the time and manner therein prescribed for the unit cost amounts set forth in the schedule on the following bid. The bidder also understands there is no warranty or guarantee given or implied as to the total amount to be ordered as a result of this contract. The quantities stated in this bid are estimates of annual usage, to be used for bid comparison purposes only. Specific street striping and pavement marking will be ordered as needed. ° U Pre-lining(Cat-track): T Estimated Description Cost per linear foot Total Amount a 80,000 Pre-I' 400,to u� U Removals (includes legal disposal of debris): Estimated Amount Description Cost per Square Ft Total r ° 20,000 Wet Sandblastin -T boo, 00 E 5,000 Grinding ► 35- 1 t l S .00 ° 0 Raised Pavement Markers: m Y Estimated Amount Description Cost for ea. marker Total E Retro Reflective Raised Pavement v Q 15 000 Markers 1-Wa J2-Wa all colors "0 �SOOG,�o 15,000 Ceramic Pavement Markers o S 175--D,oD B-2 Packet Pg. 5381 BID SCHEDULE ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR TRAFFIC STRIPPING&PAVEMENT MARKING (SS-O) SPECIAL PROVISIONS N0, 13064 Thermoplastic Long Lines,Pavement Markings Including Stencils,Crosswalks,Limit Lines etc. Four Inch Lines(primarily for parking stalls): Estimated Amount Description Cost per linear foot Total 15,000 LF 4"lines (Thermoplastic) t 'aS %150,00 Small Stencils(Thermoplastic): Estimated L Amount Description Cost per Letter Total 0 250 3"— 12"non-reflective letters 10 -60 21SW.00 o L Estimated 3 a Amount Description Cost per square Ft Total a� a 200,000 Pavement Markin s WI -.3 q4 j g4 jD, i4A 10 N U Thermoplastic Long Lines: Ln U) Estimated Description Cost per linear Ft Total Amount E 500 LF Detail l Thermoplastic �-! 'd�$b .�, -� 0 5,000 LF Detail 2 Thermo lastic 1`7 850,00 o ► a.: 1,000 LF Detail 5 Thermoplastic a15 9- v-00 1,000 LF Detail 6 Thermo lastic 5 '150.00 5,000 LF Detail 8 Thermoplastic 00 a 10,000 LF Detail 9 Thermoplastic ►13 15W.00 5,000 LF Detail 11 Thermoplastic , 1 { 55v,00 10,000 LF, Detail 12 Thermoplastic , Ix 13.00.00 500 LF Detail 15 Thermoplastic d 2,00 b 00 5 000 LF Detail 16 Thermo lastic 500 LF Detail 18 Thermo lastic �kw. 00 500 LF Detail 19 Thermoplastic (p 0 300.00 B-3 Packet Pg.539 BID SCHEDULE ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR TRAFFIC STRIPPING&PAVEMENT MARKING (SS•O) SPECIAL PROVISIONS NO.13064 Estimated Description Cost per linear Ft Total L Amount 0 U 500 LF Detail 21 Thermoplastic b 3 so-a u �' o pry 0 � R t! 20,000 LF Detail 22 Thermoplastic 5,000 LF Detail 24 Thermoplastic zf00,00 a 25P000 LF Detail 27B Thermo lastic .0$ a000,00 in 0 500 LF Detail 27C Thermoplastic . 5a 2rs0.c e � 500 LF LO Detail 28 Thermo lastic 3.30,oo Iq 10,000 LF Detail 29 Thermoplastic 5 15 100,Oo r 25,000 LF Detail 31 Thermo lastic c 40 15v�cz�° E 20,000 LF Detail 32 Thermoplastic . (t Z�.c90'° 0 5,000 LF Detail 37D Thermo lastic , 0 "00 m 5,000 LF Detail 38 Thermoplastic (o) 305V.00 d 10,000 LF Detai138A Thermoplastic S' 55CD.0c, U 20,000 LF Detail 39 Thermoplastic , 0 $000,06 Q 5,000 LF Detail 39A Thermoplastic . tp4 U00,00 5,000 LF Detail 40 Thermoplastic , as x50.00 1,000 LF Detail 40 a5 a5o.00 1,000 LF Detail 41 Thermoplastic 500 LF Detail 41 A 1, 00 loco, 00 0 B-4 Packet Pg.540 5.P.c BID SCHEDULE ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR TRAFFIC STRIPPING&PAVEMENT MARKING (SS-O) SPECIAL PROVISIONS NO.13064 Curb Painting(AN colors): Estimated Description Cost per linear foot Total Amount 1,500 LF Curb Paintin g ai 5.00 Four Inch Lines(primarily for parking stalls): 0 Estimated Description Cost per linear foot Total - Amount 15,000 LF 4"lines Taint)31p Oo ,bp 3 a L y.. Small Stencils(Paint): `n U Estimated Amount Description Cost per Letter Total 250 3"— 12"non-reflective letters 1 S ! 3'1• SD c a� E Painted Long Lines,Pavement Markings Including Stencils, Crosswalks,Limit Lines etc. : o Estimated 0° Amount Description Cost per Square Ft Total d 100,000 SF Pavement Markings ZS -75Lwo.0- B-5 Packet Pg. 541 BID SCHEDULE ANNUAL CITYWIDF,MAINTENANCE SERVICES CONTRACT FOR TRAFFIC STRIPPING&PAVEMENT MARKING (SS-O) SPECIAL PROVISIONS NO. 13064 Painted Long Lines: Estimated Amount Description Coat er linear Ft Total 500 LF Detail 1 Paint 4.0 ,00 2,000 LF Detail 2 Paint 0�j Igo .00 1,500 LF Detail 5 Paint .05- 1,500 LF Detail 6 Paint 10-9 1 , L 2,000 LF Detail 8 Paint +0 S i w oo ° U 500 LF Detail 9 Paint , 3O�L 100,00 ° 2,000 LF Detail 11 Paint , 01+ $Q 00 a 2,000 LF Detail 12 Paint , o-75* t 50.c0 a 500 LF Detail 15 Paint , t t 55"co N 500 LF Detail 16 Paint 500 LF Detail 18 Paint 500 LF Detail 19 Paint 00 r 5,000 LF Detail 21 Paint + 1 q-5.00 a E 5,000 LF Detail 22 Paint ' 33 (t 5y •06 o 1,000 LF Detail 24 Paint . 0-7 -70100 'm 1,500 LF Detail 27B Paint 0-15 1 t a•5b 500 LF Detail 27C Paint , 0 8 '}0.00 E 1,000 LF Detail 28 Paint , 1$ 1 Wo.00 a 300 LF Detail 29 Paint , 3 0 qp,00 15,000 LF Detail 31 Paint o'15 WTS-W 1,300 LF Detail 32 Paint .p0 B-6 Packet Pg. 542, BID SCHEDULE ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR TRAFFIC STRIPPING&PAVEMENT MARKING (SS-0) SPECIAL PROVISIONS NO.13064 Estimated Amount Descri ion Cost per Linear Ft Total 5 000 LF Detail 37B Paint W-50.00 3 000 LF Detail 38 Paint 7 –it 11110 3,000 LF Detail 38A Paint 0 (Ppp,oo c 0 500 LF Detail 39 Paint a0 (Od.Co v w 0 1,000 LF Detail 39A Paint 15 1 Std.00 -P 500 LF Detail 40 , 5 4 5..6D 40 a 500 LF Detail 41 Paint 5v a50 .00 CL —F 500 LF Detail 41A a-S0 00 N ' U Lo Lo IV TOTAL FIRM FIXED PRICE: E 5(47, a� o 0 'm c a, E w d B-7 Packet Pg.543 5.P.c BID SCHEDULE SPECIAL PROVISIONS No. 13064 ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR TRAFFIC STRIPING & PAVEMENT MARKING (SS—O) BID NOTES: Time is of the essence in the completion of work encompassed by this bid. Contractor must L commence work on striping within five (5) calendar days after notification by the CITY. v Contractor must commence work on thermoplastic striping within ten (10) calendar days after o notification by the CITY. Contractor must pursue the work continuously after commencement '0 of job to complete the entire work order. The CITY seeks a source of supply that will provide accurate and timely delivery/completion. Q Can your company meet these time frames? Yes No w BIDDER understands that a bid is required for the entire work, that the quantities set forth in the Bid Schedule are to calculate total bid amount for comparison only, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. The BIDDER agrees that the CITY reserves the right to increase or decrease the -- amount of any quantity shown in the Bid Schedule and to delete any item from the contract and pay the contractor at the bid unit prices. It is agreed that the unit bid prices include all appurtenant expenses, taxes,royalties,and fees. In o the case of discrepancies in the amount bid,unit prices shall govern over extended amounts. 'm The CITY will issue to the selected contractor Work Orders that indicate locations, extents, and details for all work to be performed. E U The contractor shall notify the CITY Inspection Division and provide a schedule for completion Q of the work at least 48 hours prior to commencing work. If alternative colors-white or yellow or other are ordered in the work order,it is assumed that the same unit bid price will apply no matter which color is used. Unit prices for striping and pavement marking details shall not include raised markers. Raised markers will be paid separately per unit prices indicated. The Lineal feet length for striping is for the total length of the complete striping detail specified, including skip portions if the specified striping detail includes skip stripes (lane lines). r B-8 Packet Pg. 544 5.P.c BID SCHEDULE SPECIAL PROVISIONS No. 13064 ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR TRAFFIC STRIPING & PAVEMENT MARKING (SS--O) BID-NOTES (Continued): Traffic Control: Cost of traffic control is assumed to be included in various bid prices, and no additional payment shall be made. The Contractor shall be responsible for furnishing, placing CU and maintaining barricades and lights as necessary to protect the public front danger due to all work being done. If lane closures are approved by the Engineer, the full width of the traveled o way shall be open for use by public traffic from 4:00 p.m. to 8:30 a.m., all day for Saturdays, o Sundays, and designated legal holidays, after 3:00 p.m. on Fridays and the day preceding c designated legal holidays, and when construction. operations are not actively in progress on 3 working days. If the Contractor is allowed to temporarily close a portion of the roadway, a ¢ minimum 1 lane for each direction of travel must be maintained at all tines unless otherwise approved by the Engineer. All ]ants must be opened up to traffic between 4:00 PM and 8:30 2' a.m., daily. The Contractor shall comply with the Manual on Uniform Traffic Control Devices N (MUTCD)and the California Supplement,Latest Editions, and all other applicable requirements and standards for traffic control. All other work items not specifically listed above, but necessary to complete the work per applicable standards, including traffic control are assumed to be included in the above various w unit bid prices. E The CITY reserves the right to extend the contract up to four (4) years with annual 1-year a renewals. 'm Signed: Date: 3 E Print Name: V Fl dt Vte r Title: koo✓ztq e r Company Name: •rat P C I to G Phone Number: q6 a - $S q - -Z/7 o B-9 Packet Pg. 545 5.P.c BIDDER'S INFORMATION: BIDDER certifies that the following information is true and correct: Bidder's Name Ca L- S j-R t P L 1 t•.-!G , Form of Legal Entity(i.e., individual, partnership,corporation,etc.) CO P40 R-p�71 00,J If a Corporation, State of Incorporation (i.e., Calif) C L, t Business Address 2040 16 S!9 .- 0-6 Telephone: gJc1l ZF4-7170 FAX No.: 0 1 - --710 , Emergency Contact Person: G4t2 t,S 51 NMO�Phone NOM S1 Q-(1-1 Mobile Noq Oq State Contractor's License No. and Classn X3.53 `7 Gar p. L Original Date Issued "tta Expiration Date t "3 t - t $ c U w 0 BIDDER'S INITIALED AMOWLEDGF.MENT OF ADDENDUM Addendum No. 1 Dated Q d Addendum No. 2 Dated to Addendum No, 3 Dated U Previous contract performance history: U1 LO Was any contract terminated previously: M If the answer to the above is"yes'; provide the following information. Contract/project name and number: �+ Date of termination: m Reason for termination: E Owner's name: U Owner contact person and tel, no.: o IN WITNESS WHEREOF, BIDDER executes and submits this bid with the names, titles, hands, and seals of all 0° aforementioned principals this!�day of /y(��� 20 c BIDDER E U t6 Q Su cribed and sworn to(or affirmed)before me this day of p the abov ed to me on the basis of satisfactory evidence to be the person who ap eais -befoi m Signed A nOtRrY Dubl�c or other Orttter ttxnpfatnp thrs GarM,utt traMalt oNy Vts Notary Public in and for a the and st r ow dxumaN�. tnu d. r�.t...an. sYM not the 110htulness sowraey or v.hV V Of thN dOfI1111M. ate of Californi tyt , State of c.aidomia,County or `s Swncnbed and sworn to(or Nr rmod)teiwi ffo on this --I I omttnssion expires on �"'� Year w M A`�e�•,�1&_oy ST�JC F1C'E � proved to mP on the bests of satisfactory evrkw a to be the LORRAINE MANZANARES person(A woo appeared before me Commission N 1980098 C-1 signatu { L+Sex*— �. t +t) �+ Notary Public •California z / z ' San Bernardino County My Comm.Expires May 28,2016 Packet Pg. 546 SPECIAL NOTICE The bidder's attention is directed to the section entitled, "Required Listing of Proposed Subcontractors", in Section 2 of the special provisions regarding the requirement that proposed subcontractors be listed in the bidder's Bid Documents. Instead of listing only subcontractors for signal and lighting work as in the past, all subcontractors are now to be listed in the Designation of Sub-Contractors for items of work or portions thereof to be subcontracted in excess of one-half of one percent of the total bid or $10,000.00, whichever is greater. o L In the case where a bidder claims an inadvertent clerical error in listing Q sub-contractors, a notice of the claim must be submitted to the Office of the L City Engineer in writing within 2 working days after the time of the bid ' U opening and send copies of the notice to the subcontractors involved. .. LO LO The bidder shall provide the actual dollar "Sub-Contract Amount" as 4 submitted by each listed sub-contractor, keeping in mind that the prime I contractor for this project is required to provide or perform, with his own o organization, contract work amounting to at least 50% of the total contract m bid price. Material required for any of the contract work of this project that is purchased directly by the prime contractor is considered as included in the prime contractor's 50% requirement. If material purchased directly by the Q prime contractor is to be used by a listed sub-contractor in performing contract work, the dollar amount of such, purchased material should not be included in the dollar amount listed for said sub-contractor. C-2 Packet Pg. 547 I S.P.c DESIGNATION OF SUB CONTRACTORS BIDDER proposes to subcontract certain portions of the work which are in excess of one-half of one percent of the bid and to procure materials and equipment from suppliers and vendors as follows: Name,Address,and Phone Number of Work,Materials,and/or Dollar Value Of %Of Total Subcontractors Suppliers,and Vendors Equipment to be provided_ Subcontract Cantract Value $ % $ $ % v n3 L $ % 0 U $ % 0 L $ % 1 $ % U LO LO Totals $ % The prime contractor is required to perform, with its own organization, contract work amounting to C at least fi ercent(50&of the Contract Price. E 0 0 m c as E U tC Q I C-3 Packet Pg.548 FORM QF BID BOND KNOW ALL MEN DY THESE PRESENTS, that we,the undersigned,Cal Stripe,Inc. as Prkwipal,and Liberty Mutual Insurance Company as Surety, are hereby and firmly bound unto the M of San Bera,�dieo , State of California, hercinafter referred to as"Obligee"in the penal sum of ten percents 0% of the total aniount of the bid of the Principal submitted to the Obligee for the work described below, for the payment of which scut we hereby jointly and severally bind ourselves, our hoirs, executors, administrators,successors and assigns, THE CONDITION OF THIS OBLICAATM IS SUCH, THAT: WHEREAS, flee principal kas e>ito 4*4 to Obligee,a certain Bid,attached hereto sand heeeby mWe a part hereof to enter into a eoitnaet in writing,for the Annual Citywide Maintenance Services Contract for Traffic Striping&Pavement Marking(SS-0), Special Provision No. 13064 (Copy here the exact Ntle description►of work including location as it appears on fire proposal) L Y for whA Iliac are to be o mad on March 29 2016 0 (huert doe ofepe hw) +- n 0 NOW, THEREFORE, a. If said BW be rejected,or in*0 akernme, Q b. If said Did dual W accepted and Ike ft wipatl shalt eaecuie a contract Q in the Forot ogcowtraot at3ached hereto(popu4y cowrpie W in accordance •� with said Bit)and shaft fimisk a bond for tsis.f9ilk A Verftimratce of said cn co*aet,>tmd shsitl in all olhet tics fiesta P6140010 lice otaeaied by Ow acceptance of said Bid, v then this obligation shall be void; otherwise, the sow W remain in Ifesrme and effect; it being a sty understood and � m# agreed that the liabAity of the Surety for any and a*Asks hereviWer AWA in no event,exceed the pew arnouwt of this 7T oblig tiow AS herein WA*A. Y The Surety,for valm received,hereby stipulates and agrees that the oW*dims of said Swmety and its bond shad be in no way E impaired or affected by any extension of the time within which the Obligee way accW mach Bid;and said Surety dues hereby 0 waive notice of any such extension, 0 Signed, this 16th day of_ March 29 16 m IN WITNESS WHEREOF, the Principal and the Swvty have kerewnto set their hands and seals, and such of them as are cotpoadioas have ewased their corporate meals to be hereto#Nixed ad theca+presents to be signed by their proper officers,the day aW year first inentim t. Y Y Q Cal Stripe,Inc, (SEAS,) Liberty Mutual Insurance Company (SBAL) AA-i� Princip al By,._ . 3ignatrn+s ,Signature Steve Fleener,General Manager Maria Guise,Attorney-in-Fact Printed Name and T* Na&w and 47rte _°�" NOTE:Notarization of PrirtcitW and Surety sign owea sd tFoom of ANeeney of fhe Surety shall acootttpmy Otis form C-4 Packet Pg. 549 5.P.c CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 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 MAR 1 i 2016 before me, Lekim H. Luu,Notary Public f Date Here Insert Name and Title of the Officer �. personally appeared Maria Guise L Name(s)of Signer(s) o U M . 0 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ISAWN -0 subscribed to the within instrument and acknowledged to me that 1*/she/ihW executed the same in 3 bWher/ authorized capacity(ko,and that by her signature(s)on the instrument the person(Ill), d or the entity upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph cn Is true and correct. To U MAO ArrwA WITNESS my hand and official seal. God•2t"W Natary rlr •CalN ma x k Signature M Comm,E Doc 2019 Signature of Notary Public m E 0 0 Place Notary Seal Above m OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. -C U Description of Attached Document E Y Title or Type of Document: _ Document Date: Q Number of Pages: _ , Signer(s) Other Than Named Above; Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: Corporate Officer — Title(s): Corporate Officer — Title(s): Partner — F.,Limited ❑General Partner — �1 Limited D General Individual 91 Attorney in Fact Individual :-Attorney in Fact Trustee C] Guardian or Conservator -1 Trustee I Guardian or Conservator Other: Other: Signer Is Representing: Signer Is Representing. 02014 National Notary Association•www.Nationa[Notary.org•1-800-US NOTARY(1-800-876-6827) Item #5807 Packet Pg. 550 S.P.c �A>tiIPO11MiA M �1111i�R CiIM, CODE§1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certficate Is allached,and not the truthfulness,accuracy,or validity of that document. State of Ca Momia ) County of_Sae awffi rdim On March 21, 281.0 before rne, Lorraine IMamanaires,Notary Public Doe hiere Bert Awe and Tifle of the Officer persona#y ewe► glove Fkmm ` c •Alw"e*of St ne* v o v who proved to me on the basis of satisfactory evidence to be the person* whose narnep dare `m subscribed to the within instrument and acknowledged to me that he/they execrated the same in 3 (ISOMer/their authorized ca i ,and that b er/their si natur Q ty(�ek) Y g on the instrument.the persor�o), , or the entity upon behalf of which the person(*acted, executed the instrument. � a I certify under#'EWT M'OF PMURY under the laws N of the Starte of Ca Momiat that the foregoing paragraph ' is tilde and correct. s;:.. ..r.:. WITNESS my hand and official dead. � LORRAINE MANZANARES 0 G@mmiaeion a tn"" � z Notary Public-Callfereis Son Bernardino Gooty, Signatur w M Gamin,Ex Tres M 28,2016t 3iynature of Eery ublic as E U O O Place Afofsrry Sea/Above 0° r �IIIYM7Niwlt _ Though#his section is optional, completing this irdormartion can debar akwakirt of the document or � *audkiitllNt mafttAC.'lmwt of this f m to an unin b Wed doCU/1'ient. Description of AVAreked DowAftad m r Form of Bid Bond 03/16/16 Q Title or Type of Qocun 13wcu€nent DaBa: Number of Pages: one Sjqvw* ()tier Thin 'Named Above: no other signer Cop*-11100 1 Gisomm by r* Signer's Nwm: Ewag,er signer's l~lame• ❑Corporate Officer -- Tiile(s): ❑Corporate Offkw — TiNe(s): i ❑Partw — ❑LOrMed ❑General ❑Par#w — ❑1-00ted ❑General ❑ Indivldual ❑Morney in Fact ❑hxxvw" ❑Aktorney in Fact ❑Trustee ❑Guardian or ConservaAor ❑Thowe ❑Guardian or Corrservator ❑Other: ❑ 00w: $iffier to 0 : Cal ampe.Inc. Skj}@{is Fapr sen*V: 02014 National Notary Association•www.NationalNotary.org• 1-800-US NOTARY(1-800-876-6827) Item 415907 Packet Pg. 551 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stet Cerllfieate No, 7e 7731 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casually Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana{herein collectively called the"Companies'},pursuant to and by authority herein set forth,does hereby name,constitute and appoint,_ Heather Saltarelli;James A.Schaller;Jeri Apodaca;Kim Luu;Maria Guise,Michael D.Parizino;Rachelle Rheault;Rhonda C.Abel all of the city of Newport Beach ,state of CA - each individually if there be more then one named,Its true and lawful atlomey-in-fact to make,execute,seal,acknowledge and deliver,for and on Its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies In their own proper persons, i IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 29th day of December 2015 t ft c�s� ��.{ins ��tir�suRrtnsu American Fire and Casualty Company 7 The Ohio Casualty Insurance Company a z m 8 Liberty Mutual Insurance Company w a d 1906 a 0 1919 n a 1912 1991 3t West erican Insurance Company p 3 x a y `+- a�i BY: 0 ri STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary - 0 CU � COUNTY OF MONTGOMERY 3 - L. On this 29th day of December 2015„ before me personally appeared David M. Carey,who acknowledged himself to be the Assistant Secretary of American Fire and Q ? U w Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insuranoe Company,and Wast American Insurance Company,and that he,as such,being authorized so to do, m 0`ro execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. Q a> IN WITNESS WHEREOF,I have hereunto subscribed m name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. vi s t{1 gp PAr COMMONWEALTH OF PfiNN5YLVANIA a"wt! Notarial Seal U r y P Teresa Pastels,Notary Public By: or Plymouth Twp.,Montgomery County Teresa Pastelia,Note Public 1 �. My Commlasfan Expires March 28,2017 ry � 0 AAY y'i✓ Member,PennsylveniaAssocWon of Notaries n C ro This Power of Attorney is made and executed pursuant to an by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance = NCompany,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: d 0) ARTICLE iV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, o acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-in-fact,subject to the limitations set forth in their respective p C powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so -0 > j M executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomsy-in-fact under FD i 3 the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granfing such power or authority. o G ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose In writing by the chairman or the president, CD ? > d and subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys-in-fact,as maybe necessary to act in behalf of the Company to make,execute, E > > seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys•in-fact subject to the limitations set forth in their v '- respective powers of attorney,shall have full power to bind the Company by their Signature and execution of any such instruments and to attach thereto the seal of the.Company. When so U ? executed such instruments shall be as binding as If signed by the president and attested by the secretary. Q > Certificate of Designation--The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such aftomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recagnizances and other surety obligations. Authorization-By unanimous consent of the Company's Hoard of Directors,the Company consents that faosimils or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct cony of the Power of Attomey executed by said Companies,is in full force and effect and has not been revoked. MAR I:6 IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of MAR 4 2016 20 1)CAS �� IHS i F 1906 0 0 1919 ^ 1912 ° 1991 n By: ae Gregory W.davenport,Assistant Secretary LMS 12873122013 Packet Pg. 552 5.P.c WORKERS' COMPENSATION INSURANCE CERTIFICATION The Contractor shall execute the following form as required by the California Labor Code, Section 1860 and 1861: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. r L M _ 0 W Date: ^�°1 t Cam, 5rr2t p� t G 0 (Contractor} 3 B CL ._ w ( } Attest: w BY: E 01 tG 0 (Title m r E a G5 Packet Pg.553 5.P.c NON-COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY OF SAN BERNARDINO,DEVELOPMENT SERVICES DEPARTMENT, DIVISION OF PUBLIC WORKS. In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106,the bidder declares 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, 4- 0 or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from CU bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, Q communication, or conference with anyone to fix the bid price of the bidder or any other bidder, rn U or to fix any overhead,profit or cost element of the bid price, or of that of any other bidder, or to LO LO secure any advantage against the public body awarding the contract of anyone interested in the r 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 o thereof, or divulged information or date relative thereto, or paid, and will not pay any fee to any in corporation,partnership, company association,organization, bid depository, or to any member or E U agent thereof to effectuate a collusive or sham bid. Note: The above Non-Collusion Affidavit is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Non-Collusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. C-6 Packet Pg. 554 REFERENCES C&L Sla i Pe tN1 C, BIDDER'S FIRM NAME ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR TRAFFIC STRIPING '& PAVEMENT MARKING (SS-O) SPECIAL PROVISIONS NO. 13064 The City of SAN BERNARDINO is interested in obtaining bids from the most qualified and capable contractors with a proven track record able to perform work desired by the Public Works Department. The following are references for three public agencies for which BIDDER has performed similar work within the past two years. Reference 1 Project Name 5ppaov 4- 113 aq— 0 Brief Description "tJ(AFVt1 C-rrYVJ)bQ 7M41C 9-trJeC, t. PV AT-M4CV- o Contract Amount 4 S-V0,000 Completion Date ftt Project Owner/Client 4+%t 0 r- San P54rvla nc(i'tl o Address 300 P- b- Wee-+ in Contact Person 70AY LAA C4 o Tel 84 -5074 LO Ln Iq Reference 2 Project Name ccry pav alcr .20 1 LA-V3 E Brief Description 10c, qcLv-k-i vin Vet r-L ou-S 5-tp-ee'+-c Contract Amount 13S-000 0 Completion Date 5-(ao 15- Project Owner/Cl ient C4 ''C Or- -1)t5ej?T +Jrj- &pj-24&j6.0 E Address 4 S-Ct 5Z P(e7p-s 0 1-3 Bj✓V b Contact Person P-L(-bAAP-ib Tel -(Q 0 -3,a�q-44 11 Reference 3 Project Name *Z0 (S- slr(P 22n PrVC-+ IT114 Brief Description Contract Amount Completion Date C1 Project Owner/Client Cc r< 0 F- Address 9L0,1 eE . Kern Sh Contact Person �f>i-y L-0 W r, Tel AW Packet Pg.555