Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A8418 - SAFETY NETWORK TRAFFIC SIGNALS, INC
Recording Requested By: City of Palm Springs When Recorded Mail To: Name Anthony J. Melia, City Clerk Street Address 3200 E. Tahquitz Canyon Way City 8 State Palm Springs, CA 92262 NOTICE IS HEREBY GIVEN THAT: 2020-0230561 06/01/2020 09:42 AM Fee: $ 0.00 Page 1 of 2 N Recorded in Official Records M o County of Riverside C-) Peter Aldana f+1 C.. 0yPj _n Assessor -County Clerk -Recorder p list IIIIIIIII RIP,wiftOTIOU1IIII rn ka SPACE ABOVE THIS LINE FOR RECORDERS USE NOTICE OF COMPLETION (CA Civil Code §§ 8180.8190, 8100-8118, 9200-9208) The undersigned is an owner of an interest of estate in the hereinafter described real property, the nature of which interest or estate is: Fee (e.g. fee, leasehold, joint tenancy, etc.) 2. The full name and address of the undersigned owner or reputed owner and of all co -owners or reputed co -owners are: Name Street and No. City State City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs CA 92262 3. The name and address of the direct contractor for the work of improvement as a whole is: Safety Network Traffic Signs, Inc., 2310 N Larkin Ave, Fresno, CA 93727 4. This notice is given for (check one): 0 Completion of the work of improvement as a whole. ❑ Completion of a contract for a particular portion of the work of improvement (per CA Civ. Code § 8186). 5. If this notice is given only of completion of a contract for a particular portion of the work of improvement (as provided in CA Civ. Code § 8186), the name and address of the direct contractor under that contract is: Not Applicable 6. The name and address of the construction lender, if any, is: Not Applicable 7. On the 13th day of March 20 20 , there was completed upon the herein described property a work of improvement as a whole (or a particular portion of the work of improvement as provided in CA Civ. Code § 8186) a general description of the work provided: City Project 18-12, City Wide Traffic Sign Replacement Program 8. The real property herein referred to is situated in the City of Palm Springs County of Riverside State of California, and is described as follows: City Wide Traffic Sign Replacement Program 9. The street address of said property is: Various sign locations throughout the city of Palm Springs. 10. If this Notice of Completion is signed by the owner's successor in interest, the name and address of the successor's transferor is: Not applicable I certify (or declare) under penalty of perjury under the laws of the a of California t at regoing is true and correct. Date:/2By: Signature of Ow er or Owner's Authorized Agent Marcus Fuller, Assistant City Manager/City Engineer City of Palm Springs Page 1 of 2 VERIFICATION I, Marcus Fuller , state: I am the Assistant City Manager/City Engineer_ ("Owner", "President", "Authorized Agent", "Partner", etc.) of the Owner identified in the foregoing Notice of Completion. I have read said Notice of Completion and know the contents thereof; the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on I&A0 (date), at Palm S rin s (city), CA (State). Signature of Owner or Owner's Authorized Agent Marcus Fuller, Assistant City Manager/City Engineer City of Palm Springs TERRIHINTZ Notary Public - CaG'orn:a Riverside County Commission -- 2202561 My Comm. Expires Jun 26, 2021 PROOF OF SERVICE DECLARATION STATE OF CAL" RNIA COUNTY OF (date), before me, Notary Public (name and title of officer) personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PURJURY under the laws of the State of California that the foregoing paragraph is true and corre Witness my hand and official se I. Page 2 of 2 Signature Recording Requested By: �l �l �l �l • �l� City of Palm Springs When Recorded Mail To: Name Anthony Mejia, City Clerk Street Address 3200 E. Tahquitz Canyon Way City s Palm Springs, CA 92262 State NOTICE IS HEREBY GIVEN THAT: 05/01/2020 09:42 AM Fee: $ 0.00 Page 1 of 2 Recorded in Official Records County of Riverside Peter Aldana Assessor -County Clerk -Recorder 1111 V 110600)V11 II o �s —n T1 0 � = cn > M SPACE ABOVE THIS LINE FOR RECORDERS A NOTICE OF COMPLETION ' � 7C) (CA Civil Code §§ 8180-8190, 8100-8118, 9200-9208) E/) The undersigned is an owner of an interest of estate in the hereinafter described real property, the nature of which interest or estate is: Fee Owner (e.g. fee, leasehold, joint tenancy, etc.) 2. The full name and address of the undersigned owner or reputed owner and of all co -owners or reputed co -owners are: Name Street and No. City State City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs CA 92262 3. The name and address of the direct contractor for the work of improvement as a whole is Caltec Corporation, 8732 Westminster Blvd, Ste 2, Westminster, CA 92683 4. This notice is given for (check one): 0 Completion of the work of improvement as a whole. ❑ Completion of a contract for a particular portion of the work of improvement (per CA Civ. Code § 8186). 5. If this notice is given only of completion of a contract for a particular portion of the work of improvement (as provided in CA Civ. Code § 8186), the name and address of the direct contractor under that contract is: Not Applicable 6. The name and address of the construction lender, if any, is: Not Applicable 7. On the May day of 1 20 20 , there was completed upon the herein described property a work of improvement as a whole (or a particular portion of the work of improvement as provided in CA Civ. Code § 8186) a general description of the work provided: 8. The real property herein referred to is situated in the City of Palm Springs County of Riverside _ State of California, and is described as follows: Terminal Modification Project A8397 9. The street address of said property is: 3400 E. Tahquitz Canyon Way, Palm Springs, CA 92262-6966 10. If this Notice of Completion is signed by the owners successor in interest, the name and address of the successor's transferor is: Not applicable I certify (or declare) under penalty of perjury under the laws of the State of Calij'ornia t I thedoregoing is true and correct. Date: Z (o , ? () "L J By: Signature of Owner or Owner's Authorized Agent - Executive Director of Aviation for City of Palm Springs Thomas Nolan, Executive Director of Aviation © Porter Law Group, Inc. 2013 Print Name, and Title Page 1 of 2 VERIFICATION 1, Thomas Nolan , state: I am the Executive Director of Aviation _ ("Owner", "President", "Authorized Agent", "Partner", etc.) of the Owner identified in the foregoing Notice of Completion. I have read said Notice of Completion and know the contents thereof; the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 1• !LNy 2_ % 2020 (date), at Palm Springs (city), CA (State). r Signature o Owner or Owner's Authorized Agent Thomas Nolan, Executive Director of Aviation 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. JOHN PAUL MAIER Notary Public - California < San Luis Obispo County i Z Commission rk 2165677 YD My Comm. Expires Sep 24, 2020 STATE OF CALIFORNIA COUNTY OF AQ . On 20 -_ , 2 `>> (date), before me, s1 _ . ;c r Notary Public (name and title of officer) p rsonally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PURJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official se Page 2 of 2 Signatu aF gAFM,S, C! 1t rN CITY OF PALM SPRINGS CONSTRUCTION CHANGE ORDER giFoeN`P City Project No. 18-12, City Wide Traffic Sign Replacement Program, Bid Schedule A Change Order Number: One (1) Date: April 23, 2020 Contractor: Safety Network Traffic Signs, Inc. CHANGE ORDER SUMMARY Per Section 9.2-Traffic Signs, of the project specifications and pre-construction meeting held in December 2019, the Contractor was to replace sign posts if the posts did not meet the minimum height per the MUTCD, were damaged, or were'not classified as a "Break- away" post and anchor. Originally, it was thought that there would be up to 75 posts needing replacement. During the course of the field investigation, and as inspected by the Contractor and Staff, the total number of posts needing replacement was 109. There were also a few signs in the bid documents that were undersized, as well as some signs that were oversized. For the signs that were reduced in size or eliminated, a credit was provided to the City. In Summary: CHANGE ORDER COST BREAKDOWN QTY DESCRIPTION UNIT UNIT QTY AMOUNT PRICE 1 Sign posts-including labor and material EA $840 34 $28,560 1 Sign size increases LS $2,534 1 $2,534 1 Sign size decreases , removals, and Project LS -$4,578 1 : -$4,578 Specifications Section 7-3.4.1 Reductions Credit 1 Field allowance AL $5,000 1 $5,000 - - - -=Total: 21 516 --_ - - - CHANGES TO CONTRACT TIME: One week, 7 days, are being added as a result of this changer order due to the additional scope of work. SOURCE OF FUNDS: Sufficient funds budgeted and available in the Special Gas Tax Fund, Account No. 133- 4298-50190. Page 1 of 2 City Project No. 18-12 City Wide Traffic Sign Replacement Program Contractor Change Order No. 01 April 23, 2020 Summary of Costs: Original Contract Amount: $95,201 Original Completion: 30 Calendar Days Original Contract Field Allowance $5,000 This Change Order: $21,516 Days Added: 7 Calendar Days Previous Change Orders: $0 Previous Days Added: 0 Work Days Revised Contract Amount: $121,717 Revised Completion Date: 37 Work Days Contractor Approved By: sl N .-R ZOza _ ety Netw rk Traffic Signs, Inc. Date City of Palm Springs Recommended By: Marcusfuller, City Engineer Date Approved By: US 2a&0 D i Ready, City Manager Date Attest By: L.4, zb to Anth J. Mejia, i Date Distribution: Original Conformed Copy: Conformed Electronic File Copy: Contractor (1) Project Correspondence File Engineering Pay File (1) Sr. Inspector APPROVED BY CITY UNCIL CP 18-12 City Wide Traffic Sign Replacement Program / -23 -Contractor Change Order No. 01 -- April 23, 2020 Page 2 of 2 AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made this Zs day of O�DOU- , 201Q, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Safety Network Traffic Signs Inc. a California Corporation, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required to complete the Work as specified in the Contract Documents, and as generally indicated under the Bid Schedule(s) for the Project entitled: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 The Work comprises replacement and inventory of various regulatory and warning signs, per the latest approved edition of the Manual on Uniform Traffic Control Devices (MUTCD), along specific arterial(streets) segments. Each sign replaced shall be physically labeled and updated in the City's online database. The Contractor shall have a tablet capable of accessing the internet in the field to locate signs and update sign data in real-time. Sign posts that are damaged or not to specification shall be replaced and adjusted per the MUTCD. ARTICLE 2 --COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed,within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 AGREEMENT FORM SEPTEMBER 2019 AGREEMENT AND BONDS-PAGE 1 Termination Prior to Expiration of Term. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part, upon giving Contractor written notice, pursuant to Section 6-8 of the Special Provisions. Where termination is due to the fault of Contractor and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be determined by the City. Upon such notice, City shall pay Contractor for Services performed through the date of termination in accordance with the Contract Documents. Upon receipt of such notice, Contractor shall immediately cease all work under this Agreement, unless stated otherwise in the notice or by written authorization of the Contract Officer. After such notice, Contractor shall have no further claims against the City under this Agreement. Upon termination of the Agreement under this section, Contractor shall submit to the City an invoice for work and services performed prior to the date of termination. ARTICLE 3 --CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change Orders approved by the City. The amount of the initial contract award in accordance with the Contractor's Bid Proposal is One Hundred Thousand Two Hundred One Dollars and Zero Cents ($100.201.00). Contractor agrees to receive and accept the prices set forth herein, as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents; and, also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension of discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. ARTICLE 4--THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Local Business Preference Program — Good Faith Efforts, Non- Discrimination Certification, Non-Collusion Declaration, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions,the Drawings,Addenda issued during bidding (if any), and all Construction Contract Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 AGREEMENT FORM SEPTEMBER 2019 AGREEMENT AND BONDS-PAGE 2 ARTICLE 5 -- MUTUAL OBLIGATIONS For and in consideration of the payments and agreements to be made and performed by the City, the Contractor agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents. City hereby agrees to employ, and does hereby employ, Contractor to provide the materials, complete the Work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the Contract Price herein identified, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Contract Documents. Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor Code requirements specified in the Contract Documents, including the requirement to furnish electronic certified payroll records directly to the Labor Commissioner (via the Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California. ARTICLE 6 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the City Engineer as provided in the Contract Documents. ARTICLE 7 --NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice between the parties, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 8 -- INDEMNIFICATION The Contractor agrees to indemnify and hold harmless the City, and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the Work undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of Section 7-15 "Indemnification," of the Special Provisions, which are hereby referenced and made a part hereof. Prevailing Wages. Contractor agrees to fully comply with all applicable federal and state labor laws including, without limitation California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq. ("Prevailing Wage Laws"). Contractor shall bear all risks of payment or non-payment of prevailing wages under California law, and Contractor hereby agrees to defend, indemnify, and hold the City, its officials, officers, employees, agents and volunteers, free ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 AGREEMENT FORM SEPTEMBER 2019 AGREEMENT AND BONDS-PAGE 3 and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. ARTICLE 9 -- NON-DISCRIMINATION In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis'). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. ARTICLE 10 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. SIGNATURES ON NEXT PAGE ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 AGREEMENT FORM SEPTEMBER 2019 AGREEMENT AND BONDS-PAGE 4 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. CITY OF PALM SPRINGS, APPROVED BY THE CITY COUNCIL: CALIFORNIA Date By David H. Rea g City Manager Agreement No ATTEST: APPROVED BY CfTY COUNCIL By Anthon . Mejia MMC ity APPROVED AS TO FORM: By e--\ Affey S allinger, City Attorney RECOM7:r 1- ]y Marcus L. Fuller, P.E., P.L.S. Assistant City Manager/City Engineer ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 AGREEMENT FORM SEPTEMBER 2019 AGREEMENT AND BONDS-PAGE 5 CONTRACTOR By Safety Network Traffic Signs Inc a California Corporation Firm/Company Name By 10-30-I By: ignature (notarized) Signature(notarized) Name: Le n.rt CcnFrcms Name: Title: j vSincss Mw A�c• Title: 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. (This Agreement must be signed in the above (This Agreement must be signed in the above space space by one having authority to bind the by one having authority to bind the Contractor to the Contractor to the terms of the Agreement.) terms of the Agreement.) State of CA• State of 1 County of ^01 eta o lss County of )sS On 10 • 1)0 - 1014 On before me, t n. Gt. h n�'�:ctbefore me, personally appeared b s bf1 personally appeared who proved to me b Ve � of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that he/she/they executed the acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s)on the instrument that by his/her/their signatures(s)on the instrument the person(s),or the entity upon behalf of which the the person(s),or the entity upon behalf of which the person(s)acted, executed the instrument. person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: ate, Notary Signature: Notary Seal: Notary Seal: CLAIRE TAKAHASHI W NOTARY PUBLIC-CALIFORNIA y COMMISSION f 2306M ¢f FRESNO COUNTY *My Cemm.Exp.September 20,2023 ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 AGREEMENT FORM SEPTEMBER 2019 AGREEMENT AND BONDS—PAGE 6 BOND NUMBER: 64848418 PERFORMANCE.BOND—PUBLIC WORKS KNOW ALL IVIEN BY THESE PRESENTS, WHEREAS, the City of Palm Springs, a charter city, organized and existing in the 'County of Riverside, California, as Obligee, (hereinafter referred "to as the 'ICity'), has' awarded to the undersigned'Contractor, (hereinafter referred to as the "Contractor'), an agreement for the work described as follows: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 19-12 (hereinafter referred io'as the"'Public Work)";and WHEREAS;the work tobe performed by the Contractor is more.particularly set forth in that certain Agfeement .(Construction Contract) for .the said Public Work awarded to the 'Contractor and approved by the City for the Project hereinabove named, (hereinafter referred to as the."Contract"), which Contract is incorporated herein by this reference; and WHEREAS,the Contractor is required by said Contract to perform the terms thereof,and to provide a bond both for the performance and guaranty-thereof. NOW, THEREFORE,we,the undersigned,Contractor,as Principal;and: Western Surety Company a corporation organized and existing under the laws, of the State of South Dakota, and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City in.the sum of One hundred thousand two hundred one ------------- Dollars ($ 100,201 ), said sum being_ not.less 'than 160 percent of the total amount Payable by the City under the terms to .the said,Contract, for which amount well and truly to be made,we bind ourselves, our heirs, executors, administrators, successors,and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,that if the bounden Contractor, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to,and abide by, and well and truly keep and perform the covenants,conditions and agreements in the said Contract and any alteration thereof made as therein provided,on his or its parts, to be kept and performed at the time and in the manner therein specified, and in all tespects according to their intent and meaning; and shall faithfully fulfill the one year guarantee of all materials and workmanship; and indemnify and save harmless the City, its officers and agents, as stipulated in saidContract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. The said Surety,for value received, hereby;stipulates and agrees that no change,extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the -same shall in anyway affect its obligations on this bond, and it does hereby waive notice_ of any such change,.extension of time, alteration of addition to:the terms ntr of the Coact,;onto,the Public_Work onto the Specifications. No final settlement between the City and the'Contractor shall abridge the right of any beneficiary hereunder,whose claim may be unsatisfied. ANNUAL CITY SIGN REPLACEMENT PROGRAM PERFORMANCE BOND CITY PROJECT NO.i8-if AGREEMENT:AND BONDS-PAGE 8 JULY 2.019 PERFORMANCE BOND—PUBLIC WORKS; (CONTINUED)` Cbht(actor and�Surety;agree`th it if the. City is required to,'sngdgb,the.services of'an attorney in connection with enforcementof the bond; each shall:pay_City's°reasonable attorneys fees_ incurred; with or without suit, in addition to the above sum'. SIGNED AND SEALED, this 23rd day of_ October 2019 CONTRACTOR: Safety Network Traffic Signs, Inc. Check one:_`individual;_partnership,, corporation (This Performance Bond must,be.signed byy representatives and/or officers having appropriate authorliy to bled the;Contractor:and Surety to,the terms oft he,Performance Bond.) CONTRACTOR: 'SURETY: BY: Safety Network Traffic Signs, Inc. /B'Y� /Western Surety Company 0 signature "signature ;(NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: RUSS JOHNSON / President THOMAS A. POWELL /Attorney-In-Fact By: Noi is110myc signature ((NOTARIZED) Print Name and Title: By submitting this Performance Bond,the'Contractor and Surety acknowledge theprovisions of the Contract Documents with regard to Section 6-4 "Default by the Gontractor','as further amended by the 3ppgiaI'Provisions., CA . Ackt,. Ric, t��� 10 — `lK — `�bl�� ANNUAL CITY SIGN REPLACEMENT PROGRAM PERFORMANCE BOND CITYPROJECT NO.i&12 AGREEMENT:AND BONDS-PAGE 9 JULY.21019. California All-Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Fresno S.S. On �0 - 1. -U I q before me, Claire Takahashi , Notary Public Name of Notary Public,Title � i personally appeared �vss zecek �o�(,nSOCI Name of Signer(1) - i t-Mrar'& r_r(2) i who proved to me on the basis of satisfactory evidence to be the person whose name IB/are subscribed to the within instrument and acknowledged to me that /she/they executed the same in ess her/their authorized capacity(IN, and that by /her/their signatures on the instrument the.personta),,,or the entity upon behalf of which the persor4*acted, executed the instrument. " CLAIRE TAKAHASHI I certify under PENALTY OF PERJURY under the laws NOTARY PUBLIC-CALIFORNIA of the State of California that the foregoing is COMMISSION o 23OW99 e 9 9 paragraph ra h 9 P FRESNO COUNTY true and correct. WITNESS�o , I� , ,my'haa nd^ya_nitdffi , official seal. `' Seal ' URE TAKAH HI Signature or Notary Public PUBLIC-C IFOR' nsslON e 99 OPTIONAL INFORMATION ESNO COU Exp.Septem 21 Although the information in this section is not required by law,it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons retying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached tto�a ` Method of Signer Identification document titledtfor the purpose of Proved to me on the basis of satisfactory evidence: p <' ❑form(s)of identification ❑credible witnesses) containing_pages,and dated 10 ` �Ll - �-01cl Notarial event is detailed in noteryjoumal on: 7 The signer(s)capacity or authority is/are as: Page#_ Entry#_ R D Individual(s) Notary contact: ❑ Attorney-in-fact ❑ Corporate Officer(s) Other y Tftlesl ❑ Additional Signer ❑ Signer(s)Thumbprints(s) ❑ f ❑ Guardian/Conservator ❑ Partner-Limited/General ❑ Trustee(s) ; ❑ Other: representing: trirmralMaormrtsl Bnlfy{hsi San^fin R:prcfleminp y Q 2000-2015 Notary Lemming Center-AEI Rights Reserved You can purchase copies of this form from our web site at vrnnv.TrieNotarysStore.carn 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 Fresno Subscribed and sworn to (or affirmed) before me on this 24th day of October 20 19 , by Thomas A Powell proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. RHONDA WALLER Notary Public-California Fresno County228 Csion:2280190 My Commommis.Expires Mar 13,2023 (Sea Ignature � PERFORMANCE BOND—PUBLIC WORKS (CONTINUED) Th6:r6tb of prerriiurriSdri this 156nd is$� 15 per thbdsarid. Thdjotal amount of premium charged: $ 1,503 (The above must be filled in by corporate,surefy). - IMPORTANT-;, 'Surety companies executing bonds must possess a ceftiflcate,6f authority.from the California lnsurande.!'Commissio.n.dr+dUthofizing'thia-m,to-W-rite surety insurance d6fined in Section 105of ffie,California Insurance Code, and if the work or-project is financed, in whole or in part, with'Federal,grant,'or loan funds, it must also appear on the Treasury,Qepartmerif's most current list(Circular 57.6-as amended). THIS IS-A REQUIRED FORM. Any claims under,ihis bond may be addressed to: CNA Surety Claims (Name and Address of Surety): Western Surety Company 151 N. Franklin Street, Floor 17 Chicago, IL 60606 (Name and Address of Agent'or Cal-Valley Insurance Services, Inc. Representative'for'!service_ o'f prpLcess,iri California if 5070 N. Sixth Street, Suite 155 different from above) Fresno, CA 93710 (Telephone llurriberof��urety and Western Surety Company/ 877-672-6115 Agent or Representative for service of process in California) Cal-Valley Insurance Services, Inc. / 559-225-1300 ANNUAL CITY SIGN REPLACEMENT PROGRAM PERFORMANCE BOND CITY PROJECT No.1a.17 AGRrEmrw-XWIDPONDS PAGE 10 JULY,2019 PERFORMANCE BOND—PUBLIC WORKS (CONTINUED) ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certifioate.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 County of On before me, Date Name;Title of Officer personally appeared NAME(S)OF SIGNER(S) who,proveil to me on the basis of satisfactory evidence to be,the persons) whose'hame(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s); orthe entity upon behalf of which the person(s) acted, executed the instrument. I certify.under PENALTY OF PERJURY underthe laws of the State identified herein,that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature of Notary ATTENTION NOTARY: Alihough the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Tito'or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number'.of Pages_DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s) Other Than Named Above ANNUAL-CITY SIGN REPLACEMENT PROGRAM PERFORMANCE BOND CITY PROJECT NO.1812 'AGREEMENT AND BONDS PAGE 11 JULY 2019 Western Surety Company POWER OF ATTORNEY-CERTIFIED COPY Bond No. 64 83 8 418. Know All.Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota,and having its principal office in Sioux Falls, South Dakota(the"Company"),does by these presents make,constituteand appoint Thomas Arthur. Powell its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred,to execute,acknowledge and deliver for and on its behalf as Surety,bonds for. Principal: Safety Network Traffic Signs Inc Obligee: City of Palm Springs Amount: $1,000,000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Vice President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said attorneys)-m- fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds,policies,undertakings,Powers of.Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary;;Treasmer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the .Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." If Bond No.64838 41 fl is not issued on or before midnight of December 1st, 2019 ,all authority conferred in this Power ofAttomey shall expire and terminate. In Witness Whereof,Western Surety Company has caused these presents to be signed by its Vice.President,Paul T.Bruflat and its corporateSeal.to be affixed this 23 rd day of October 2019 =- W E S SUR Y COMPANY Vic. SEAL _ Paul T rnflat,Vice President i C04tNg` � _tsTiA$.IA On°t111V '-"-��--BY'dv day of October ,in the year 201'4 ,before me,a notary public,personally appeared Paul T. Bruhat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTER SURETY COMPANY and aykno`ledged said instrument to be the voluntary act and deed of said corporation. s J. MOHR �, s 5 AE NOTARY PUBLIC s^EAL r i�C SOUTH DAKOTA�r Notary Public.-South Dakota ♦s5zw5�,tiyve5e555555ti55ay4 My Commission Expires June 23, 2021 I the undersigned officer.of Western Surety Campany,a,stock corporation of the State.of South Dakota,do hereby certify that the attached'Power of Attorney is in full force and effect.and is irrevocable,and furthermore,that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof,I have hereunto set my hand and seal of Western Surety Company this 23rd day of October 2019 WES // SUR Y COMPANY Paull ruflat,Vice President To validate bond authenticity,:go to vvvvw.cnasurety.com >Owner/Obligee Services>Validate Bond Coverage. Form F5306-10-2017 N BOND NUMBER: 64848418 PAYMENT BOND—PUBLIC WORKS KNOW ALL MEN BY THESE PRESENTS, WHEREAS; the City of Palm Springs, a charter city', organized and existing in the County of Riverside, California,.as.Obligee, (hereinafter referred to as the''City), has awarded to the undersigned Contractor; (hereinafter referred to as'the,"Contractor')', an agreement for tfie.work described,as follows: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18=12 (hereinafter referred to,as the''Public Work');,and. WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain Agreement(Construction Contraci) for the said Public Work awarded to the Contractor and approved by the City for the Project hereinabove named„(hereinafter referred,to as the "Co ntract'%-which Contract is incorporated herein by this reference; and WHEREAS, said Contractor is required to furnish a,bond in connection.with said Contract and pursuant to Section 9550 of the California Civil Code. NOW; THEREFORE, we;'the undersigned Contractor; as Principal,and: Western Surety Company a corporation organized and existing'under the laws of the ,State of South Dakota, and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City, and to any and all persons, 'companies; or corporations entitled to file stop payment notices under Section 9100 of the California Civil Code, in the sum of One hundred thousand two hundred one --------------------------- Dollars ($ 100,201 ), said sum being not less than 100 percent-of the total amount payable by the City under the terms to the said Contract, for which amount-well and truly to be made, we bind ourselves, our heirs, executors, administrators,successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor;his or its heirs, executors, administrators,successors,or assigns,or Subcontractors; shall fail to pay for any materials, provisions or other supplies,implements, machinery;or power used in,upon,for, or about the performance of the Public Work contracted to be done,,or to pay any person forany work or labor of any kind,or for bestowing skills or other necessary, services thereon, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted,w thheld, and paid over to the Employment Development Department from 'the wages of employees of paid Contractor and his Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor as required by the provisions of Sections 9550 through 6560 of the Civil Code,the Surety or Sureties hereon will pay for the same in-, an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void.. In addition to:the provisions herein above, it is agreed that this bond will inure-to the benefit of any and all persons, companies, and corporations entitled to serve stop payment notices under Section 9100 of the Civil Code,so as to give a right,of action to them or their assigns in any suit brought upon this bond. ANNUAL CITY SIGN REPLACEMENT;PROGRAM. PAYMENT BOND CITY PROJECT NO.1812 AGREEMENTAND BONDS 'PAGE 12 JULY 2019 PAYMENT BOND—PUBLIC WORKS (CONTINUED) The Surety, for value received, hereby stipulates and agrees that no change,extension of time, alteration,. or additions,to the terms of the said Contract •or to the •wor,k .to be 'performed thereunder or the Specifications accompanying the same shall, in any-way-affect its ,obligations on this bond;-and it does hereby waive notice of any such change, extension pf time, alteration, or addition to the te.rms'of the Contract or to the-work or to the Specifications'. No final 'settlement between the ,City and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety, ah'admitted surety insurer, further agree that if#Fie City or any entity or person entitled to file stop payment notices is required to engage the services of an attorney in connection with the enforcement of this bond, each shall.be liable for the reasonable attorney_'s fees incurred, with or without suit,,in addition to the above sum., SIGNED AND SEALED, this 23rd day of October 20 19 CONTRACTOR: Safety Network Traffic Signs, Inc. Check one:—individual,_partnership, X corporation (This Payment Bond must be signed by representatives and/or officers having appropriate authority to bind the Contractor and Surety to the,terms of the Payment Bond.) EXECUTED FOR THE CONTRACTOR: EXECUTED FOR THE-SURETY: By; Safety Network Traffic Signs, Inc. By W%destern Surety Company /� o Z- signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: RUSS JOHNSON / President THOMAS A POWELL /Attorney-In-Fact By: signature (NOTARIZED) Cuu °' ; NOTARY F Print Name and Title: 3 COMMI FRE My 19 I ANNUAL CITY SIGN REPLACEMENT PROGRAM CCU \.Ac.' v� Nvvc,'�,,A PAYMENT BOND CITY PROJECT NO.1812 AGREEMENT AND BONDS PAGE 13 JULY 2019 d' Jr California All-Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Fresno S.S. On n - ' 2� r1 before me, Claire Takahashi , Notary Public , Name of Notary Public,Title personally appeared I\U55 �e.�ck o2� Name of Sinner(1) z i Nft%.,. Cq r 2) i who proved to me on the basis of satisfactory evidence to be the pers6niNwhose namee�. (Pare subscribed to the within instrument and acknowledged to me tha a she/they executed the same in fisher/their authorized capacity, and that by(n3/herltheir signatureee�* on the instrument the_persoft or the entity upon behalf of which the personN acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is CLAIRE TAKAHASHI true and Correct. NOTARY PUBLIC-CALIFORNIA COMMISSION 02306099 E' FRESNO COUNTY WITNESS my hand and official seal. *MY Comm.Exp.September 20,2a23+ ligi /l9i p!otJ Seal Signature of Notary Public OPTIONAL INFORMATION Although the information in this section/s not required by law,it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document - , The preceding Certificate of Acknowledgment is attache to a Method of Signer Identification document titled/for the purpose of Proved to me on the basis of satisfactory evidence: T0`C,\�(' W G1` t, r� [� I ❑form(s)of Identification ❑credible witness(es) containing pages,and dated ��_ d� �0` -\ . Notarial event is detailed in notary journal on: y 7 TAKAH HI41e Page#_ Entry#_ .IC-c Fo� signer(s)capacity or authority is/are as: ON 02 0cou individual(s) Notary contact Seplem " 20,£o33Attorney-in-fact orporate Officer(s) other Title{si ❑ Additional signer ❑ Signer(s)Thumbprints(s) ❑ ❑ Guardian/Conservator ❑ Partner-Limited/General ❑ Trustee(s) ❑ Other: representing: ? Name(•.gMPa sicn=r is P-P. Jag i (02009-201.5 Notary Leaming Center-Ail Rights Reserved' You can purchase copies of this form from our wnb site at vuv.TheNotarysStore.corn 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 Fresno Subscribed`and sworn to (or affirmed) before me on this 24th . day of October 2019 , by Thomas A Powell proved to me on the basis of satisfactory evidence to,be the person(s) who appeared before me. RHONDAWALLER Notary Public-California ,_ Fresno County € Commission 82280190 My Comm.Expires Mar 13,2023 (Seal) 91gnature -E , PAYMENT BOND—PUBLIC;WORKS (CONTINUED) Th6(riit66f'o(dmiLir�',dri'thisi$6fidiEi!� *** ,O&WdusanO. (""Included in Performance On The totalamount of premium charged: $ N/A' '(The,above.must be filled in b t .ty) y!;orpora corporate IMPORTANT:: Surdfy companies executing bonds must possess a certificate I cate of authority.from' the California Insurance''Commissioner authorizing them to write s I urety insurance, - d6fined in Sectiofi 105-of the California Insurance Cod6, and if the Work of-project is financed, in-whole or in part, with,Federal, grant, t, or loan, funds,,if must also appear on the'Treasury Department's most current list(Circular 57.Ojas amended). THIS IS'A REQUIRED. FORM. ms -Any Cl'ai' underthis.bond may b� addressed to: CNA Surety Claims (Name and Address of Surety) Western Surety Company 151 N. Franklin Street, Floor 17 Chicago, IL 60606 (Name and Address of Agent or Cal-Valley Insurance Services, Inc. Representative. i for service of process in,California f .5070 N. Sixth Street, Suite 155 different from above) Fresno, CA 93710 (Telephone Number of'.Surety and Western Surety Company / 877-672-6115 Agent or Reffesentatin for service of process,in California) Cal-Valley Insurance Services, Inc. / 559-225-1300 ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJE&NO.A&.12 PAYMENT BOND JULY,2019 AGRI=EMENTAND BONDS PAGr14 PAYMENT BOND,—PUBLIGNVORKS (CONTINUED)' ' ,ALL7PURPOS EAdKN6VVLEE)GM ENT A notary public or6ther aMrer.compiefing this certificateVerifies only the:identity.of the individual who-signed the document to 'Whi6h this ce'dificatels attached, and.not the Airuthfulness,.,acbUeacy.bf,wolidity of that document State of pount'y of, On before me, Date, N6rnejitle of'Offi66r' personafly,60ppar-Eid NAME(S)-OF SIGNERS) who provod.to me on the basis 6f.satisfactory evidence to botho porson(s)-wh whose name(s) is/are subscribed to the within instrument a6d,acknoWledged.tbrme that hels6e/theySxecutqd thesame irf hsthentheir authorized&apacity(ies), and that by hish'er/their.signatures(s) on the .instrument the persqn(s), or the entity upon behalf iofwhiqlh-the person(s)-aCtedl, executed -the.insiru.men.'t.. 1-66rtify under PENALTY OF PERJURY under the laws of the State identified herein, that the f6redoing paragraph is true and correct Witness my hand and 6ffi6ial seal.: .Signature of Notary 'ATTENTION NOTARY: Alth-dudh:th6ififofmati6nr6quest6d below i§OPTIONAL, it could prevent-fr6,UdU[eht attachment 6f this certificate tc,unauthbriidd d.p,obrnlent. tHkS CERTIFICATE Title orType of'Document MUST BEATTACHED TO,THE DqOjMENT 'Number of Pages DATE of DOCUMENT. DESCRIBED AT RlGHT: Signer(sj Other Than'Named-Above ANNUAL ciTy sldN RaiLAcaMENTPRbGRAm WARRANTY BONI), CITY PROJECT NO.iS 12 AGREEMENT-AND BONDS .PAGE 15 J U L Y,2101 9 Wes-tern Surety Company POMTR OF ATTORNEY-:CERTIFIED COPY Bond No..64 83 B 418 Know All Men By These Presents,that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota;and having its principal office in Sioux Falls;South Dakota(the"Company'7y does by these presents make,constitute and appoint Thomas Arthur Powell its true and lawful'attomey(s)-in-fact, with full power and authority hereby conferred,to execute, acknowledge and deliver for and on its behalf as,Surety,bonds for. Principal: Safety Network Traffic Signs Inc Obligee: City of Palm Springs Amount: $1,000,000.�00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Vice President,sealed with the. corporate seal of the Company and duly 4LLested by its Secretary,hereby ratifying and confirming all that Lhe said at-Lorney(s)-in- factmay do within the above stated limitations. Said'appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full.force and effect: "`Jditi.d.7. All bondd,'pdlieies undetalvhg3, of Attarh.i 6r other obligations of the...,'oration shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary; Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President,any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate ooul ie not nege.eory'for the validity of any bond.,,.R i.., und.rt,lde,q, P.wor. of Att...y or other obligations.of the corporation. The signature of any such officer aml the corporate seal may be printed by facsimile." If Bond No.64838416 is not issued on or before midnight of December 1st, 2019 ,all authority conferred in this Power of Attorney shall expire and'tof ;,cite. In Witness Whereof,Western Surety Company has caused these presents to be signed by its Vice.President,Paul T.Brutlat,and its corpbrateseal"to be affixed this. 23rd day of October 2019 WES SUR Y COMPANY " SSA;,. Paul T ruflat,Vice President / 99 Civ.- On t�'i{is.-= 3d day of OCtob'er ,in the year- 2019 ,before me,a notary public,personally appeared Paii1 T. Bruflit, who being to me duly sworn; acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTER+Iy�SURETY SCOMPAN tiandacknowledged said instrument to be the voluntary act and deed of said corporation. s TJ. MOHR S 6EAL NOTARY PUBLIC SEAL S S SOUTH DAKOTAS U Notary Public.-South Dakota +5444S�a44544L44b5L555555 My Commission Expires June 23, 2021 I the undersigned officer-of Western.Surety Company;a stock corporation of the State of South Dakota,do hereby certify that the attached Power of Attorney is'in full force and effect and is irrevocable,and furthermore,-that Section.7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof,.I have hereunto set nil'hand'and seal of Western Surety Company this 23rd "day of October 2019 "WXS. // SUR Y C0MPANY Paull rufkq,Vice President To validate bond.authenticfty,go to-lvvnv.cnasurety:oom >Owner/Obligee Services.>Validate Bond Coverage. Fc"F5306-10-2017 i .rl BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedule List of Subcontractors Local Business Preference Program Good Faith Efforts Non-Collusion Declaration Non-Discrimination Certification Bid Bond (Bid Security Form) Bidder's General Information Public Integrity Disclosure Form Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. 1 ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 COVER SHEET JULY 2019 BID FORMS-PAGE 1 , r BID PROPOSAL BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number I Date 8- 28- 2019 Number Z Date Q- 9- 201 9 Number Date Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 BID PROPOSAL JULY 2019 BID FORMS-PAGE 2 In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-Collusion Declaration, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: Q- 1( - 201 j Bidder: Saf' A, We-haw lc Trn -e Sian sr Inc, By: ignature) Title: Business- AAcA 994PL� ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 BID PROPOSAL JULY 2019 BID FORMS-PAGE 3 BID SCHEDULE A Schedule of Prices for Construction of the: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 Item Description Sign Est. Unit Unit Price Amount No. Size Qty. NOTE: Items No. 4-68 shall include material (sign, associated supports, anchors, bolts, bracing), updating the Cit 's on-line data base per re lacements, and labor 1 Mobilization --- 1 LS $ (0.1000 2 Temporary Traffic Control --- 1 LS $ D00 ' SIGN POSTS (TELESPAR TUBING)AND 3 ASSOCIATED ANCHORS, BOLTS, --- 75 EA $ $40, (7D $ 0,000 . 00 SUPPORTS, TO INCLUDE LABOR. 4 D11-1 BIKE LANE 2418 S EA $ 00 $ 90. 00 5 N-1(CA)OBJECT MARKER 18x18 26 EA $ -00 4 00 6 N-2(CA) OBJECT MARKER 18x18 1 EA $ (4 .00 $ (q.00 7 N-4(CA) OBJECT MARKER 18x18 1 EA $ 1 q- 00 $ ( 4. 00 8 R10-12 LEFT YIELD ON GREEN 30x36 15 EA $ y 5. 00 $ (,'►$. DO 9 R10-7 DO NOT BLOCK INTERSECTION 24x30 1 EA $ 30 . 00 $ '30. O 0 10 RI-1 STOP 3000 95 EA $ 3?,00 $3,( I0- 00 11 111-2 YIELD 30x3O 1 EA $ 38. 00 $ 38. 00 12 RI-3P ALL WAY 18x6 4 EA $ 5' O O $ 20. 00 13 R2-1 SPEED LIMIT 30x36 82 EA $ 95• Oa $ 1; (10 50. 00 14 R3-18 NO LEFT OR U-TURN 2424 2 EA $ 7 q. 00 $ 4 S . 0 c') 15 113-2 NO LEFT TURN 2424 1 EA $ 24.00 $ 24 . 00 16 113-4NOU-TURN 24x24 7 EA $ 24-02 $ 16 DO 17 113-5 (RIGHT), DOUBLE SIGN 3006 1 EA $ 4 5. 00 $ 45. 00 18 R3-5'RIGHTTURN ONLY(WORDING) 30x36 1 EA 19 R3-5RIGHTTURNONLY 30x36 1 EA $ OO $ 45 . Oc7 20 R3-5A(AIRPORT)/113-5 (RIGHT) 30x36 1 EA $ 4 4„0 0 $ 4 S.C0 0 21 R3-7 RIGHT LANE MUSTTURN RIGHT 30x3O 31 EA $ " $ " 7 8 . 00 22 R3-8a LANE CONTROL(LEFT, LEFT&THRU, RIGHT) VARIESx 3 1 EA $ 60. 00 $ (DO. 00 23 R3-8b RIGHT,THRU, LEFT VxRI S 1 EA $ GO-O0 $ CO. 00 24 R3-9a 2 WAY TURN LANE 30x36 3 EA $ 5 . O $ (35 , 00 SJfi di Network Trw-FA-C. N me of Bidder or Firm ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 BID PROPOSAL JULY 2019 BID FORMS-PAGE 4 BID SCHEDULE A -Continued Schedule of Prices for Construction of the: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 Item Description Sign Est. Unit Unit Price Amount No. Size Qty. 25 R4-1 DO NOT PASS 24x30 1 LS $ 3D.o1O $ 30 . 00 26 R4-7 KEEP RIGHT 2430 24 EA $ 30.00 $ "12-0- 00 27 R49 (CA)USE CROSSWALK(RIGHT) 42X18 3 EA $ 3z. 00 $ 9(,. 00 28 RS-1 DO NOT ENTER 36x36 6 EA $ 54.00 $ 324 . O O 29 115-1 DO NOT ENTER 36x36 1 EA $ 54 - 00 $ 94. 00 30 R5-1a WRONG WAY 36x24 1 EA $ -341.00 $ 3ro-00 31 RS-2 NO TRUCKS 2424 7 EA $ 2.4' 00 $ i(oS.00 32 R61 LANE INSTRUCTIONS(LEFT,THRU, RIGHT, VARIES 3 EA $ 5. 0 o $ 4.05. O 0 RIGHT) x 45 33 R6-1 ONE WAY(RIGHT) 36x12 25 EA $ I -00 $ 45o. 0 34 R61-7 (CA) LANE CONTROL(LEFT&THRU, RIGHT) 54x45 1 EA $ 102.0 0 $ 102 . Oa 35 R81 BIKE LANE 24x18 8 EA $ •00 36 R9-2 CROSS AT CROSSWALK 24x18 1 EA $-19 - 0 $ ' 0 37 119-3 NO PEDESTRIANS 18x18 4 EA $ ILI . o $ S(o. 00 38 R9-3b9 USE CROSS WALK 18x12 2 EA $ 9 -00 $ j S. 00 39 S1-1 SCHOOL PEDESTRIANS 21X15 4 EA $ IS - 00 $ —12 . 0 0 40 SR 4-1(CA)SCHOOL SPEED LIMIT 2448 6 EA $ 4 P. 00 $ 2 S• O 41 SW32-DRIFTING SAND 36x36 2 EA $ 54. 00 $ 10 R. 00 42 W1-10 CURVE WITH INTERSECTION 3606 1 EA $ 51I • 00 $ 54.0 0 43 W11-1BIKE 30x3O 8 EA $ 3s. 00 $ :3o4. Do 44 W11-11 GOLF CHART 3000 2 EA $ 38. 0 0 $ -1G- 0Q 45 Wll-15 BIKE/PEDESTRIAN 3606 2 EA $ 5 .00 $ I O $- 0 0 46 W11-2PEDESTRIAN 30x3O 7 EA $ 3S.00 $ 'Z(,(P- 0D 47 W11-8 FIRE TRUCK 30x3O 2 EA $ 3$-00 $ -16. 00 48 W1-2 TURNING (RIGHT) 36x36 3 EA $ 51t• DO $ ((o - - 00 49 W1-2a (LEFT,30 MPH) 36x36 2 EA $ 54.00 $ I Oa . 00 50 W13-1P YELLOW SPEED (45 MPH) 18x18 3 EA $ (Lt - 00 $ 42 - 0 Sn4aFu Nehwnrk `rramc- SISAS, SAC. Name of Bidder or Firm ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 BID PROPOSAL JULY 2019 BID FORMS-PAGE 5 BID SCHEDULE A - Continued Schedule of Prices for Construction of the: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 Item Description Sign Est. Unit Unit Price Amount No. Size Qty. 51 Wl-4 TURNING (RIGHT) 30x30 2 EA $ 3g.00 $ '�1(c• 00 52 W14-2 NO OUTLET 30x30 3 EA $ 36.00 $ 1 14, no 53 W1-6 ARROW 48x24 1 EA $ S. O o $ q 3, o o 54 W16-913AHEAD 24x12 3 EA $ I2 .00 $ 36. 00 55 W1-7 ARROW LEFT AND RIGHT 48x24 5 EA $ S. OD $ Z40. 00 56 W1-8 TURN CHEVRON 18x24 2 EA $ 113.00 $ IL -00 57 W2-2 INTERSECTION (LEFT) 30x30 1 EA $ �9-00 $ 38.Oo 58 W3-1 STOP AHEAD 3000 3 EA $ -00 $ 114. Ot7 59 W3-1AP STOP AHEAD 30x30 2 EA $ 3 .00 $ 7(0. 00 60 W3-3 SIGNAL AHEAD 30x30 28 EA $ 3$.0 $ 1064 - 00 61 W4-2 LANE ENDS MERGE LEFT 36x36 3 EA 62 W55-FLOODED 30x30 1 EA $ 00 $ -38.00 63 W6-1 DIVIDED HIGHWAY 36x36 1 EA $ 54 • 00 $ 5"4.00 64 W73A RIGHT LANE TURNS RIGHT AHEAD 36x36 2 EA $ 4 'O0 $ 10 . 00 65 W74 THRU TRAFFIC MERGE LEFT 36x36 3 EA $ 54. 0 D $ 16 Z. 0 O 66 W8-2 DIP 30x3O 4 EA $ 38.0 CI I $ 152 . 0 0 67 FIELD CHANGE ORDERS -- I -- AL $ 5.000 END TABLE FOR BID SCHEDULE A c , SnC. N me of Bidder or Firm ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 BID PROPOSAL JULY 2019 BID FORMS-PAGE 6 BASIS OF AWARD ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 TOTAL OF ALL ITEMS OF BID SCHEDULE A: $ too , 201 - 00 (Price in figures) Onc. hundlr"t +knij pAj . -Iwo - hundred One- dollars eyacgv (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work.The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. SPECIAL NOTE: In the event of any "missing" bid items or scope of work not otherwise included or identified in the Bid Schedule, but indicated or required by the Plans and Specifications, the Contractor shall prosecute the work as required by the Plans and Specifications, and payment for any "missing" bid items or scope of work shall be included in the various bid items of work, and no additional payment will be allowed therefore. .54fc. Neiworlll-fq�'ic SicnS Snc, Name of Bidder or Firm ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 BID PROPOSAL JULY 2019 BID FORMS-PAGE 7 BIDDER'S LIST OF SUBCONTRACTORS As required under Section 4104 of the Public Contract Code, the Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement, in an amount in excess of one-half of 1 percent of the prime contractor's total bid or, in the case of bids for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50% of the Work identified in this Bid, the Bid shall be considered non-responsive. A. BIDDER'S PORTION OF WORK Page 1 of 2- 1. Name of Prime Contractor: SO S'c Ne+work -T'raA-c- S)ejAg. Z'nc, 2. Bid Items/Portion of Work to be Self-Performed-(if less than 100%of the contract): W — all 6 i cl 4 C/vts 3. Dollar Amount of Work Self- 4. Percentage of Work Self- 5. Date: Performed: Performed: 4 100 1 201 . 00 1007o By signing the Bid Form,Contractor hereby certifies that it will perform not less than 60% of the Contract Work with its own forces. B. LIST OF SUBCONTRACTORS 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: r\10 S 0 Q N TVA C S 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: ❑ <$1M ❑ <$5M ❑ <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ > $15M Registration No: 10. Percentage of Contracted Work: 11 DBE Firm? ❑Yes ❑ No 12. DBE Certification No.: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 LIST OF SUBCONTRACTORS JULY 2019 BID FORMS-PAGE 8 BIDDER'S LIST OF SUBCONTRACTORS-(Continued) Copy this page as needed to provide a complete listing. Page 2- of 2 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier, ❑ Supplier; ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: NO S0 8 CON M& CXV 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: 0 <$1M 0 <$5M ❑ <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ >$15M Registration No: 10. Percentage of Contracted Work: 11 DBE Firm? ❑Yes ❑ No 12. DBE Certification No.: 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: ❑ <$1M 0 <$5M 0 <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ >$15M Registration No: 10. Percentage of Contracted Work: 11. DBE Finn? ❑Yes ❑ No 12. DBE Certification No.: 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier, ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: 0 <$1M ❑ <$5M ❑ <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ >$15M Registration No: 10. Percentage of Contracted Work: 11 DBE Firm? ❑Yes ❑ No 12, DBE Certification No.: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 LIST OF SUBCONTRACTORS JULY 2019 BID FORMS-PAGE 9 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No. 18-12 Bid Opening Date 9- ( 7 - 2()t CI The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)', which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley.The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub- contractors, or by demonstrating that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub- contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. FAILURE TO IDENTIFY GOOD FAITH EFFORTS ON THESE FORMS MAY BE SUFFICIENT CAUSE TO FIND THE BID NON-RESPONSIVE. BIDDERS SHALL ENSURE ALL APPROPRIATE GOOD FAITH EFFORTS ARE IDENTIFIED. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish materials and supplies for incorporation into the work of this project. Local Subcontractors not listed on the List of Subcontractors: f10&e- Local firms that will furnish materials or supplies to the Bidder for this project: n.0✓l 2 ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 LOCAL BUSINESS PREFERENCE PROGRAM JULY 2019 GOOD FAITH EFFORTS BID FORMS-PAGE 10 LOCAL BUSINESS PREFERENCE PROGRAM —GOOD FAITH EFFORTS (CONTINUED) In the event no local firms (as defined in Ordinance No. 1756) will provide services, or furnish materials and supplies to the Bidder for this project, the Bidder shall provide information sufficient to demonstrate good faith efforts to do so. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement home B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation hone ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 LOCAL BUSINESS PREFERENCE PROGRAM JULY 2019 GOOD FAITH EFFORTS BID FORMS-PAGE 11 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally M Of Performs Item Contract (Y/N) h OIIP D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's rejection of the local firms: n nRP_ Names, addresses and phone numbers of firms selected for the work above: nla NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 LOCAL BUSINESS PREFERENCE PROGRAM JULY 2019 GOOD FAITH EFFORTS BID FORMS-PAGE 12 NON-COLLUSION DECLARATION The undersigned declares: I am the AqsiA,ss Ag,,ncierof SaE',4.1 Ncjwork Tr(J c Siyns, TKc, the (Title of Officer) (Firm/Company) party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on cl- I io — 7 of ri at T-rc.Sn o CA (Date) (City) (State) Si ature ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 JULY 2019 NON-COLLUSION DECLARATION BID FORMS-PAGE 13 CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter an agreement with Contractor, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. We agree specifically: 1. To establish or observe employment policies, which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM SoXai NeAunrk Trcdlc cSi!JAS. SnC. NAME OF PERSON SIGNING Leo AQrA COnTrcras TITLE OF PERSON SIGNING osiAcss AaAc DATE 9 - Ifo- 20( 9 Please include any additional information available regarding equal opportunity employment programs now in effect within your company. ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 NON-DISCRIMINATION CERTIFICATION JULY 2019 BID FORMS-PAGE 14 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: SQJCL1 , N�Awork Tra4ic SlgAs, Snc J 23tO A. Larkin Ave Frc-snol CA 9 3-7 Z-7 Telephone Number: (569 ) '72A - Z7 Z6 Facsimile Number: (5511 ) 'Z9( - 905(4 E-Mail: lcOAa.A Ca SRSi_fg. fie-"tl' Tax Identification Number: 524 66 2 2. TYPE OF FIRM Individual Partnership —K Corporation (State CA ) Minority Business Enterprise (MBE) Women Business Enterprise (WBE) Small Disadvantaged Business (SDB) Veteran Owned Business Disabled Veteran Owned Business 3. CONTRACTOR'S LICENSE: Primary Classification 4 2- State License Number(s) 1201 5 (6 q Supplemental License Classifications _ 4. BUSINESS LICENSE: Yes �_ No License No.: 5. Surety Company and Agent who will provide the required Bonds: Name of Surety Wes+cr^ Sursi1 Como y — -t-hame s A . POLual Address Cinax F0.QsF Sau4k 71cake4l , (UI C �e it� S�rwF Cuikc 3ov Surety Company LJ)fCfyfA Su«i., Cone Telephone Numbers: Agent (S59) -Ila- IL,9 Surety ($pp ) :?31- CoS3 BIDDER'S GENERAL INFORMATION (Continued) ANNUAL CITY SIGN REPLACEMENT PROGRAM BIDDER'S GENERAL INFORMATION CITY PROJECT NO.18-12 BID FORMS-PAGE 18 JULY 2019 6. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm; also include all natural persons who have a financial interest greater than 5% in the Bidder's business entity. (Use additional sheet if required). ku s-N T O hAs o tx 5916 A-1&-J +6rrJ1 Ufa u , R4lccrs �J 91 C A 93308 7. Number of years experience as a contractor in this specific type of construction work: 8. List at least three related projects completed to date: I OW.'1 of a. Owner 4;tl s tiocagr46 Address 13lo L& Honda iA, �QlLzbo.ogj CA 9 4010 Contact /4dam A1cClore. Class of Work D 4 2- Phone ra56- 375- 752(o Contract Amount 25 S 000 Project Sys W4r,vvF Pro.-Date Completed l- 14- 201 q Contact Person San+c- Telephone number sc,^kc- b. Owner Gr+Y Cov i� ^a Address 125 E . Cai1c3 c Sirc�+t Cov;rw CA 91 ?23 Contact %a,,A &tbcr+-con Class of Work J742- Phone 626-384- 5491 Contract Amount 4- 148, 000 Project Lro u4-Date Completed l l - 15 - 2.01 q Contact Person Snn.c_ Telephone number sv.tAc- c. Owner—" o'� C�^cO rA Address 1455 Fasolinc- ALIR.,r�, Co^conli, CA 9 ySZo Contact Bill Gcd,gkc c Class of Work Z)4 2- Phone 425- 6-7 1:3113 ContractAmount 2-sro1 000 sq^ P�plaun+<cf Project Date Completed 11-2— 201to Contact Person sorve. Telephone number Fa It 9. Name of Project Manager/Superintendent: Lconard Co m+rera gz 10. Name(s) of person(s) who inspected job site: &CAe G r;-M 1 ANNUAL CITY SIGN REPLACEMENT PROGRAM BIDDER'S GENERAL INFORMATION CITY PROJECT NO.18-12 BID FORMS-PAGE 19 JULY 2019 PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM 1. Name of Entity Sqj�c N¢-iuwork Tra4'�-c SiSns, Ir\�c. 2. Address of Entity (Principle Place of Business) 23(0 M. LrArkiA Ave Frc-S� CA 93? 2-7 3. Local or California Address (if different than#2) 4. State where Entity is Registered with Secretary of State CCLU-GD f r iq If other than California, is the Entity also registered in California? 0 Yes 0 No -67 Type of Entity Corporation 0 Limited Liability Company 0 Partnership 0 Trust 0 Other(please specify) 6. Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify) Note: If any response is not a natural person, please identify all officers, directors, members, managers andotherfiduciariesforthemember,manager,trust orotherentity P-u S 5 To hnSo^ KOfficer 0 Director 0 Member 0 Manager[name] ❑ General Partner 0 Limited Partner ❑ Other ❑ Officer 0 Director 0 Member 0 Manager[name] ❑ General Partner 0 Limited Partner ❑ Other ❑ Officer 0 Director 0 Member 0 Manager[name] ❑ General Partner 0 Liimited Partner ❑ Other CITY OF PALM SPRINGS—PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM Page 1 of 2 ANNUAL CITY SIGN REPLACEMENT PROGRAM PUBLIC INTEGRITY DISCLOSURE FORM CITY PROJECT NO.18-12 BID FORMS-PAGE 20 JULY 2019 7. Owners/Investors with a 5% beneficial interest in the Applicant Entity or a related entity A. [name of owner/investor] [name of official with whom owner/investor has material financial relationship] FOR RELATIONSHIP A, EXPLANATION OF THE RELATIONSHIP: B. [name of owner/investor] [name of official with whom owner/investor has material financial relationship] FOR RELATIONSHIP B, EXPLANATION OF THE RELATIONSHIP: C. R �CA, [name of owner/investor] [name of official with whom owner/investor has material financial relationship] FOR RELATIONSHIP C, EXPLANATION OF THE RELATIONSHIP: 1 DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE FOREGOING IS TRUE AND CORRECT. Signature of Disclosing Party, Printed Name,Title Date Leonard Cot&mrc s ?urines q— ((a— 2OtcJ Aanc cr CITY OF PALM SPRINGS—PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM Page 2 of 2 ANNUAL CITY SIGN REPLACEMENT PROGRAM PUBLIC INTEGRITY DISCLOSURE FORM CITY PROJECT NO.18-12 BID FORMS-PAGE 21 JULY2019 copy BID BOND BOND No.64793673 KNOW ALL MEN BY THESE PRESENTS, That Safety Network TrafficSicns:nc as Principal, and WESTERN SURETY CONL?-NTY as Surety, are held and firmly bound unto the City of Palm Springs, California, hereinafter called the "City" in the sum of: Ten Percent of Amount Bid dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly bythese presents. WHEREAS,said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedules) of the City's Contract Documents entitled: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids'and the"Instructions to Bidders"enters into a written Agreement on the Form of Agreement included with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond,then this obligation shall be null and void,otherwise it shall remain in full force and effect. In the event suit is brought.upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this 17th day of September 20 19 EXECUTED FOR THE PRINCIPAL: EXECUTED FOR THE SURETY: Safety NLetworkTrTraffi Signs c WESTERN SURETY COMPANY By By ZA '�17 Signature Signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: -�US $ THOMAS ARTHUR POWELL,ATTORNEY IN FACT :Tnhvt cnn J�re�i�len�' BY Signature (NOTARIZED) Print Name and Title: �K TYevjno Nod-nru ��blic ANNUAL CITY SIGN REPLACEMENT PROGRAM BID BOND(BID SECURITY FORM) CITY PROJECT NO.18-12 BID FORMS-PAGE 15 JULY 2019 copy CAM ORRIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 -,G'4cY"s.'s.."�.c�?<:�ef€2�`.:.:'�'Y?�'Fi�.�a"^"'.o���ns-m",3��i+;-.'����.w1'r,�f-w-4s ��,c^�c:<'.r�YkZi"sY1'tif-•.es"C.cC.f:Y"n-ice;-il",iaa 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 CO Y n ) On lSVIP M V I U , Z019 before me,_( ) • I YR V I V)n, A)fl'}(�IRA A I I C. Date 1 Here Insert Name and Tit/4of the Officer ___K J personally appeared ws oboso o Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(.)( i /are 0s bscribed to the within instrument and acknovylpdged to me that &she/they executed the same in li /her/their authorized capacity(ies),and that by h�i /her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. K.TREVINO Na[ary Pu61ic-California WITNESS my hand and official seal. .5` Kern County Commission 2 V _ -• 01 MY Comm.Expires 4pr 2.2 Apr 023 ' Signature Signature of Notary Public Place Notary Seal Above 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. Description of Attached Document Title or Type of Document: bid Roy] Document Date: zS'(to cl Number of Pages: �_ Signer(s) Other Than Named Above: r'/{- Capacity(ies) Claimed by Siggners)) Signer's Name: 'Puss J 0 VISOV) §ndividua 's Name: N/R ❑Corporate Officer —Title(s): ❑ orate Officer— Title(s): ❑Partner — ❑Limited ❑General ❑ n — ❑ Limited ❑General �Indivldual ❑Attorney in Fact ❑ ❑Attorney In Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: 161 Signer Is Representing: 02014 National Notary Association•www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Ite 95907 COPY A notary public or other officer completing this certificate verities only the identity of the individual lwho signed the document to which this certificate its attached, and not the truthfulness, accuracy, or Ivalidity of that document. State of California County of Fresno Subscribed and sworn to (or affirmed) before me on this 16th day of Sentember 20 19 , by Thomas Arthur Powell proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. A' RHONDA WALLER • f. Notary Public-California r Fresno County 54 Commission i 2280190 (S m My Com.Expires Mar 13.2 3 ' ature � In, COPY Western Surety Company POMTR OF ATTORNEY-CERTIFIED COPY Bond No. 6,1793673 Faww All Men By These Presents, that IVESTERN SURETY COil•IPANY, a corporation duly organised and existing under the laws of the.State of South Dakota. and having its principal office in Sioux.Falls, South Dakota(the'Company"),does by these presents make,constitute and appoint Thomas Prthur Powell its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred.to execute, acknowledge and deliver for and on its bebalf as Surety,bonds for. Principal: Safety Network Traffic Signs Inc Obligee: City of Palm Springs Amount: $1,000,000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Vice President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and conferring all that the said attomey(s)-in- fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full.force and effect. "Section 7. All bonds,policies,undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President,any Vice President, Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." If Bond No.647 93673 is not issued on or before midnight of December 16th, 2019 ,all authority conferred in this Power of Attorney shall expire and terminate. In Witness Whereof,Western Surety Company has caused these presents to be signed by its Vice President,Paul T.Bruflat,and its corpor;!%: eal to be affixed this 17th day of September 2019 , WES SUR Y COMPANY '' �pBPOAATp =_ TA Paul TyBruflat,Vice President Jse coF3l _' ` slasxa CM`tHIl mus=:1*'th day of September ,in the yew 2019 ,before me,a notary public,personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMP anyacknow ledged said instrument to be the voluntary act and deed of said corporation. i J. MOHR t:As NOTARY PUBLIC SEALr s SOUTH DAKOTA .r U Notary Public-South Dakota +�,aaa55ay55yyyahyws.a5gay+ My Coanni.ssion Expires June 23, 2021 I the undersigned officer of Western Surety Company,a stock corporation of the State of South Dakota,do hereby certify that the attached Power of Attorney is in full farce and effect and is irrevocable,and furthermore, that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof,I have hereunto set my hand and seal of Westem Surety Company this 17th day of September 2019 WES SUR Y COMPANY r� Paul T ruflat,Vice President To validate bond authenticity,go to w"v.cnasuretv.com >Owner/Obligee Services>Validate Bond Coverage. Form F5306-10-2017 CONTRACT ABSTRACT 2 Original, 1 Copy: Agreement; 1 Original: Performance & Payment Bond and Insurance Contract Company Name: Safety Network Traffic Signs, Inc. Company Contact: Leonard Contreras Summary of Services: CP# 18-12,Annual City Sign Replacement Program Contract Price: $100,201.00 Funding Source: 133-4298-50190 Contract Term: To be determined by the Notice to Proceed Contract Administration Lead Department: Engineering Services Contract Administrator: Marcus Fuller/Joel Montalvo/Francisco Jaime Contract Approvals Council Approval: October 23, 2019, Item I.C. Resolution Number: N/A Agreement Number: TBD Contract Compliance Exhibits: Attached Signatures: Attached Insurance: Attached Bonds: Attached Contract Prepared By: Engineering Services Submitted on: 11/07/2019 By: Vonda Teed VVIC IM SA City of Palm Springs Engineering Services Department r9Ltroe �P`°, Memorandum To: Office of the City Clerk From: Engineering Services Department Subject: CP 18-12—ANNUAL CITY SIGN REPLACEMENT PROGRAM Date: November 7,2019 Attached are the following documents: ✓ Contract Abstract ✓/ 2 sets of contract documents executed by Contractor and notarized ✓/ Performance Bond y Payment Bond Original Bid Copy of Bid Bond ✓/ Certificates of Insurance for the required policies V/ Copy of Bid Abstract ✓ Confirmation of status of contractor's license AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made this Z3 day of QL111M, , 201Q, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Safety Network Traffic Signs Inc. a California Corporation, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 —THE WORK For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required to complete the Work as specified in the Contract Documents, and as generally indicated under the Bid Schedule(s) for the Project entitled: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 The Work comprises replacement and inventory of various regulatory and warning signs, per the latest approved edition of the Manual on Uniform Traffic Control Devices (MUTCD), along specific arterial (streets) segments. Each sign replaced shall be physically labeled and updated in the City's online database. The Contractor shall have a tablet capable of accessing the internet in the field to locate signs and update sign data in real-time. Sign posts that are damaged or not to specification shall be replaced and adjusted per the MUTCD. ARTICLE 2 --COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 AGREEMENT FORM SEPTEMBER 2019 AGREEMENT AND BONDS-PAGE 1 Termination Prior to Expiration of Term. City may terminate this Agreement for its convenience at any time, without cause, in whole or in part,.upon giving Contractor written notice, pursuant to Section 6-8 of the Special Provisions. Where termination is due to the fault of Contractor and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be determined by the City. Upon such notice, City shall pay Contractor for Services performed through the date of termination in accordance with the Contract Documents. Upon receipt of such notice, Contractor shall immediately cease all work under this Agreement, unless stated otherwise in the notice or by written authorization of the Contract Officer. After such notice, Contractor shall have no further claims against the City under this Agreement. Upon termination of the Agreement under this section, Contractor shall submit to the City an invoice for work and services performed prior to the date of termination. ARTICLE 3 --CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change Orders approved by the City. The amount of the initial contract award in accordance with the Contractor's Bid Proposal is One Hundred Thousand Two Hundred One Dollars and Zero Cents ($100,201.00). Contractor agrees to receive and accept the prices set forth herein, as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its,progress or prior to its acceptance including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents; and, also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension of discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. ARTICLE 4--THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by- the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Local Business Preference Program — Good Faith Efforts, Non- Discrimination Certification, Non-Collusion Declaration, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions,the Drawings,Addenda issued during bidding (if any), and all Construction Contract Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 AGREEMENT FORM SEPTEMBER 2019 AGREEMENT AND BONDS-PAGE 2 ARTICLE 5 -- MUTUAL OBLIGATIONS For and in consideration of the payments and agreements to be made and performed by the City, the Contractor agrees to,furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents. City hereby agrees to employ, and does hereby employ, Contractor to provide the materials, complete the Work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the Contract Price herein identified, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Contract Documents. Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor Code requirements specified in the Contract Documents, including the requirement to furnish electronic certified payroll records directly to the Labor Commissioner (via the Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California. ARTICLE 6 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the City Engineer as provided in the Contract Documents. ARTICLE 7 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice between the parties, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 8 -- INDEMNIFICATION The Contractor agrees to indemnify and hold harmless the City, and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the Work undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of Section 7-15 "Indemnification," of the Special Provisions, which are hereby referenced and made a part hereof. Prevailing Wages. Contractor agrees to fully comply with all applicable federal and state labor laws including, without limitation California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq. ("Prevailing Wage Laws"). Contractor shall bear all risks of payment or non-payment of prevailing wages under California law, and Contractor hereby agrees to defend, indemnify, and hold the City, its officials, officers, employees, agents and volunteers, free ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 AGREEMENT FORM SEPTEMBER 2019 AGREEMENT AND BONDS-PAGE 3 and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. ARTICLE 9 --NON-DISCRIMINATION In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. ARTICLE 10 — MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. SIGNATURES ON NEXT PAGE ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 AGREEMENT FORM SEPTEMBER 2019 AGREEMENT AND BONDS-PAGE 4 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. CITY OF PALM SPRINGS, APPROVED BY THE CITY COUNCIL: CALIFORNIA Q Date ' J- By � David H. Rea g City Manager Agreement No ATTEST: APPROVED BY CITY COUNCIL By uc �.._ Anthon . Mejia MMC ity APPROVED AS TO FORM: BYQ z!v 3� ey S allinger, City Attorney RECOMMENDE . Y Marcus L. Fuller, P.E., P.L.S. Assistant City Manager/City Engineer ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 AGREEMENT FORM SEPTEMBER 2019 AGREEMENT AND BONDS-PAGE 5 CONTRACTOR By' Safety Network Traffic Signs Inc a California Corporation Firm/Company Name ByA 4X'� ID-30-1 By: ignature(notarized) Signature (notarized) Name: LeonnrJ CoA�rcros Name: Title: i3vSincs_ s M Aa C- Title: 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. (This Agreement must be signed in the above (This Agreement must be signed in the above space space by one having authority to bind the by one having authority to bind the Contractor to the Contractor to the terms of the Agreement.) terms of the Agreement.) State of C A State of 1 County of t`e5o 0 )ss County of )SS On 10 • 1)0 - 7.014 On before me,�I ok"-oe �ake.}�c �!n�:,%before me, personally appeared V'IMOAV personally appeared ?ie who proved to me o ba ' of Satisfactory who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that he/she/they executed the acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s)on the instrument that by his/her/their signatures(s)on the instrument the person(s),or the entity upon behalf of which the the person(s),or the entity upon behalf of which the person(s) acted, executed the instrument. person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: i,�y�j Notary Signature: Notary Seal: (� Notary Seal: CLAIRETAKAHASHI "_ NOTARY PUBLIC-CALIFORNIA `d COMMISSION f 2306M FRESNO COUNTY *My C=M.EV.September 20,2023 ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 AGREEMENT FORM SEPTEMBER 2019 AGREEMENT AND BONDS—PAGE 6 r' BOND NUMBER: 64848418 PERFORMANCE.BOND—PUBLIC,WORKS: KNOW ALL MEN BY THESE PRESENTS, WHEREAS, the City of Palm 'Springs, a charter city, organized and existing in the_County of Riverside, California, as' Obligee, (hereinafter referred to as the "City), has awarded to the undersigned"Contractor,'(hereiriafterrefefred,to as,the ".Contractor"), an agreement for the work, described as follows: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 (Hereinafter referred to:as the."Public Work);;an'd WHEREAS,the work to'be performed by the Contractor is more particularly set forth in that certain Agreement .(Construction Contract) for .the said Public Work awarded to 'the 'Contractor and approved by the'City for the Project hereinabove named, (hereinafter referred to as the,"Contract"), which Contract is incorporated herein by this reference;'and WHEREAS,the-Contractor is required by.said Contract to perform the terms thereof;and,to provide a bond both for the performance and guaranty-thereof. NOW, THEREFORE,we,the undersigned Contractor,as Principal, and: Western Surety Compa a corporation organized and existing under the laws of the State of South Dakota, and duly authorized to transact'business under the laws,of the State of California, as Surety, are held and firmly bound unto the City in:the sum of One hundred thousand two hundred one ------------- Dollars ($ 100,201 ), said sum. beirig,not less than 100 oercenf of the total amount payable by the City under the tem55 to the said:Contract', for which amount well and truly to be made,we bind ourselves, our heirs, executors, adminisfrators, successors,and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS'OBLIGATION IS SUCH,that if the bounden Contractor, his or its heirs, executors, administrators,successors; or assigns;shall in all things 'stand to,and abide by, and well and truly keep and perform the covenants,conditions,and agreements in the said Contract and any alteration thereof made as therein provided,on his or its parts,to be kept and performed at the time, and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one year guarantee .of all materials and. workmanship; and indemnify and save harmless the City, its officers and agents, as stipulated in said Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. The said Surety,for value received, herebystipulates and agrees that'no change,extension of time, alteration,oraddition to the terms of the Contract_orto the work to be performed thereunder or the Specifications'accoriipanying the "same "shall in' anyway affect its obligations on'this bond, and it does hereby waive notice of any such change,,extension of time, alteration of addition to the terms of the Contracf -or-to,the Public Work or to the,Specifications. No final settlement between the City and the"Contractor shall abridge the right of any beneficiary hereunder,whose claim may be unsatisfied. ANNUAL CITY SIGN REPLACEMENT PROGRAM PERFORMANCE BOND CITY PROJECT NO.18-12 AGREEMENT AND BONDS-PAGE 8 JULY 2019 RERFORNIANCE'BgND'-,PUBLIC WORKS; (CONTINUED)' Contractor andiSurety'agree'that if th .'City. is required to:engager'the,services of an.attorney.ift connection with enforcement of the bond, each shall;pay City's reasonable attorneys fees incurred, with or without suit, in,addition to the above sum. SIGNED AND SEALED, this 23rd day of. October 20,19 CONTRACTOR: Safety Network Traffic Signs, Inc. Check one:_.`individual;=•partnership, .corporation (This Performance Bond must.be signed by, representatives and/or officers having ;appropriate authorltyto bind the.Contractorand Surety to_tlie terms of the.Performance Bond.) CONTRACTOR: 'SURETY: PT' Safety Network Traffic Signs, Inc. BY Western SuretyCompany liV�1;111111�� D 2`f I �/�^-�S _ !t"L� - i"signature "signature ;(NOTARIZED) (NOTARIZED) Print Name and T.kle. Print Name and Title: RUSS JOHNSON / President THOMAS A. POWELL /Attorney-In-Fact By: � No signature (NOTARIZED) Print Name and Title: By submitting this Performance Bond the Contractorand,Surety acknowledge;;the'provisions of the Contract Documents with regard to Section 6-4 ''Default by the Contractor".'as further amended by the SpeciaFProvisions;,. CV A(�kt,. ANNUAL CITY SIGN REPLACEMENT.PROGRAM. PERFORMANCE BOND CITY PROJECT No.1812 AGREEMENT ANO-BONDS-PAGE 9 JULY�2019 California All-Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity c that document. State of California County of Fresno S.S. On before me, Claire Takahashi , Notary Public Name of Notary Puollc,Trite personally appeared 455 De,ctk Name or Signer(1) i T who proved to me on the basis of satisfactoryd(ence to be the person>jwhose namd(s. 91are subscribed to the within instrument and acknowledged to me that W/she/they executed the same in ess her/their authorized capacity(IN, and that by Gi /her/their signature(4on the instrument the.personjs�,or the entity upon behalf of which the persoftKacted, executed the instrument. � - CLAIRE TrHASHI I certify under PENALTY OF PERJURY under the laws ; NOTARY PUBLIC_CALIFORNIA of the State of California that the foregoing paragraph is COMMISSION COUNTY "e true and correct. MY Comm.EV,September 20,202a+ J WITNESS my hand and official seal. l^ Ii a�L-- Seal JRE TAKAH HI Signature of Notary Publ!c PUBLIC-C IFOR' ISSION s qp OPTIONAL INFORMATION BSNOCOU Exp.Septem 20 Although the information in this section is not required by law,it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a Method of Signer Identification document titled/for the purpose of Proved to me on the basis of satisfactory evidence: w Q) ❑form(s)of identification ❑credible vritness(es) containing_pages, and dated to N - 1-019 Notarial event is detailed in notary journal on: The signer(s)capacity or authority is/are as: Page#_ Entry#_ ❑ IndMdual(s) Notary contact: ❑ Attorney-in-fact ❑ Corporate Officer(s) other TMJe(Sf - ❑ Additional Signer g ❑ Signer(s)Thumbprints(s) ❑ ❑ Guardian/Conservator ❑ Partner-LirnkedlGeneral ❑ Trusteals) ❑ Other: representing: NamrOW Pr.wr.0)Envyfhsj Samr in R^.pre en9n9 v2000-2015Notary Leiaming Center-All Rights Reserved You can purchase copies of this form from our web site at vwW.TheNotarysStore.com 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 Fresno Subscribed and sworn to (or affirmed) before me on this 24th day of October 20 19 , by Thomas A Powell proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. RHONDA WALLER Notary Public-California Fresno County E Commission:2280190 My Comm.Expires Mar 13,2023 (SeaIj SignatureRMAN I QQ P,ERFORMANCE.BOND—PUBLIC WORKS, (CONTINUED) The;rate of prernium on this bond is$ 15 pertho6sand. The.#otal amountof premium charged: $ 1,503 (The above must be filled in by corporate surety). IMPORTANT` 'Surety companies executing bonds.must possess a certificate of authority from the California Insurance:'Commissioner authorizing them to write surety insurance defined in Section 1.05 of the California Insurance Code', and If the work or,project is financed, in whole or in part, with-Federal, grant, or loan funds,,it must also appear on the Treasury Department's most current list(Circular570 as amended). THIS IS A REQUIRED FORM. Any-claim.under this bond may be addressed to: CNA Surety Claims (Name and Address of surety) Western Surety Company 151 N. Franklin Street, Floor 17 Chicago, IL 60606 (Name and Address of Agent or Cal-Valley Insurance Services, Inc. Representative for service of process in California if 5070 N. Sixth Street, Suite 155 different from above) Fresno, CA 93710 (Telephone Number of Surety and Western Surety Company/ 877-672-6115 Agent or Representative for service of process in Califomia) Cal-Valley Insurance Services, Inc. / 559-225-1300 ANNUAL CITY SIGN REPLACEMENT PROGRAM PERFORMANCE BOND 61TY PROJECT NO.18.12 AGREEMENTAND BONDS PAGE 10 I JUL-Y.2019 PERFORMANCE BOND—PUBLIC WORKS (CONTINUED) ALL=PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate,verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness,accuracy or validity:of that document State of 1 County,of On before me, Date Name, Title of Officer personally appeared NAME(S)OFSIGNER(S) who proved to me"on the Wsi_s-of satisfactory evidence to be;the persons)whose'name(s) is/are subscribed to the within instrument and acknowledged fo me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s-) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State identified herein,that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature of Notary ATTENTION NOTARY: .Although the information requested below is OPTIONAL, fCcould prevent fraudule_nt attachment of this certificate to unauthorized document. THIS CERTIFICATE Title',or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages_'DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s)Other Than Named Above ANNUAL CITYSIGN REPLACEMENT PROGRAM PERFORMANCE BOND .CITY PROJECT NO:1812 'AGREEMENTANDSONDS -PAGE11 JULY 2019 Western Surety Company POWER OF ATTORNEY-CERTIFIED COPY Bond No. 64838418. Know All Men By These Presents, that WESTERN SITRETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota,and having its principal office.in Sioux Falls, South.Dakota(the"Company',does by these presents make,constitute and appoint Thomas Arthur. Powell its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred,to execute, acknowledge and deliver for and on its behalf as Surety,bonds for. Principal: Safety Network Traffic Signs Inc Obligee: City of Palm Springs Amount: $1,000,000.00 and to bind the Company thereby as fully and to the some extent as if such bonds were signed by the Vice President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said attorneys)-m- fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds,policies,undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President,Secretary, any Assistant Secretary, or,the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal.may be printed by facsimile." If Bond No.64838418 is not issued on or before midnight of December 1st, 2019 ,all authority conferred in this Power of Attorney shall expire and terminate. In Witness Whereof,Western Surety Company has caused these presents to be signed by its Vice President,Paul T.Bruflat,and its corpora,tppr?1 to be affixed this 23rd day of October 2019 , WES SUR Y COMPANY p0R40RATF F T ST+ 1 Paul T ruflat;Vice President COFJTv'£- OuVkileg"zigOTci day of October ,in the year 201S ,before me,a notary public,personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged thathe signed the above Power of Attorney as the aforesaid officer of WESTEl7+ly SURETY COMPANY and acknowledged ledged said instrument to be the voluntary act and deed of said corporation. : J. MOHR s NOTARY'PUBLIC ^ r C� No Public-South Dakota e sE AL SOUTH DAKOTA se—, r Notary 4a5555e55555a555�,wwti5�,5h4 My Commission Expires June 23, 2021 I the undersigned officer.of Western Surety Company;a:stock corporation of the State of South Dakota,do hereby certify that the. attached Power of Attorney is in full force and effect and is irrevocable,and furthermore,that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof,I have hereunto set my hand and seal of Western Surety Company this 23rd day of October 2019 WES SURF YCOMPANY r� Paul T ruflat,Vice President To validate bond authenticity,go to vvvv v.cnasurety.com >Owner/Obligee Services>Validate Bond Coverage. Fom F5306-10-2017 h BOND NUMBER: 64848418 PAYMENT BOND—PUBLIC WORKS KNOW ALL MEN BY THESE PRESENTS, WHEREAS;,the City;of Palm Springs, a charter city,-organized and existing in the County of Riverside, California, as Obligee, (hereinafter referred to as the"City"), has awarded to the undersigned Contractor; (hereinafter referred to as the."Contractor'), an agreement for the,work described as follows: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 (hereinafter referred to,asthe"Public Work');and WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain Agreement(construction Contract) for,the said Public Work awarded-to the Contractor and approved by the City,for the.Project hereinabove narried, (hereinafter referred to;as the "Cohtract),,which Contract is incorporated herein by this reference; and WHEREAS, said Contractor is required to furnish a'bond in connection with said Contract and pursuant to Section 9550 of the California Civil Code. NOW; THEREFORE, wm;'the undersigned Contractor, as Principal,and: Western Surety Company a corporation organized and existing'under the laws of the :State of South Dakota, and duly authorized to transact business under the laws of the State of California, as.Surety, are,held and firmly bound unto the City, and to any and all persons, 'companies, or corporations entitled to file stop payment notices under Section 9100 of the California Civil Code, in the sum of One hundred thousand two hundred one --------------------------- Dollars:($ 100,201 ), said sum being not less.than'100.percent of the total amount,payable'by.the City under the terns to the said Contract, for which amount.well and truly to be. made, we bind ourselves, our heirs, executors, administrators,,successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that,'if said Contractor, his or its heirs, executors, administrators,successors,or assigns, or Subcontractors,shall-fail to pay for any materials, provisions or other supplies,implements, machinery;orpower used in;upon,for,or about the performance of the Public Work contracted to be done,,or to pay any person'for any-work or labor of any kind,or for.bestowing skills' or other necessary services thereon, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld,and paid over to the Employment Development. Department from' 'the wages of-le riployees of ,paid Contractor and his Subcontractors pursuant to Section 13020 of the Unemployment.lnsurance Code with respect to such work and labor as required by the provisions of Sections 9550 through 9560 of the Civil Code,the Surety or Sureties hereon will pay for the same in an amount,not exceeding the sum specified in this bond, otherwise the above obligation shall be void.. In addi#ion'to;the provisions herein above, it is.agreed that this bond will inure to the benefit of any and all persons, companies, and corporations entitled to serve stop payment notices under Section 9100 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. ANNUAL,CITY SIGN REPLACEMENT'PROGRAM PAYMENT BOND CITY PROJECT NO.1812 XGREEM ENT AND BONDS PAGE 12 JULY 2019, ,s PAYMENT BOND—PUBLIC WORKS (CONTINUED) The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or additions,to the terms of the said Contract or to the ,work,to be 'performed thereunder or the Specifications accompanying the same shall, in anyway affect its obligations on this bond, and it does, hereby waive notice of any such change, extension of time, alteration, or addition to the terms'of the Contract orto the Work oe to the Specifications. No final _settlement between the ;City:and tho Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety, an'admitted surety insurer, further agree that if the'City or any entity or person entitled to file stop payment notices is required to engage the services of an attorney in connection,with the enforcement of:this bond, each shall,be liable for the reasonable attorney's fees incurred, with or without suit,.in addition to the above sum., SIGNED AND SEALED, this 23rd day of October , 2019 CONTRACTOR! Safety Network Traffic Signs, Inc. Check one:_:individual;_partnership;. X corporation (This Payment Bond must be signed by representatives and/or officers having appropriate authority to bind the Contractor and Surety to the terms of the Payment Bond.) EXECUTED FOR THE CONTRACTOR: EXECUTED FOR THE.-SURETY: BY' Safety Network Traffic Signs, Inc. ,B�y�Wfdestern Surety Company signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: ,Print Name and Title: RUSS JOHNSON / President THOMAS A POWELL /Attorney-In-Fact By: signature (NOTARIZED) CLA NOTARY F Print Name and Title: Comm FRI My Omm.i W ANNUAL CITY SIGN REPLA_CEMENT'PROGRAM PAYMENT BOND CITY PROJECT NO.1812 'AGREEMENT'MID BONDS PAGF 13 JULY 2019 A :(r California All-Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Fresno S.S. On before me, Claire Takahashi , Notary Public Name of Notary Public,Tile personally appeared 'SUSS DercV �o�ir,5or� J Name of Signer(i) Y who proved to me on the basis of satisfactory evidence to be the person whose name (Dare subscribed to the within instrument and acknowledged to me that he she/they executed the same in fisher/their authorized capacityTfee), and that by'(5 /her/their signature on the instrument the_personnN, or the entity upon behalf of which the personN acted, executed the instrument. bb I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is CLAIRE TAKAHASHI true and correct. { NOTARY PUBLIC-CALIFORNIA y COMMISSION#230W99 IR FRESNO COUNTY WITNESS my hand and official seal. My Comm.Eq,.S.Ptember 2o,2023 y Con 1 am^IILO �y �gy �Ov,�. Seal Signature of Notary Public OPTIONAL INFORMATION Although the information in this section is not required by law,it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document 0�� The preceding Certificate of Acknowledgment is attache to a Method of Signer Identification document titled/for the purpose of Proved to me on the basis of satisfactory evidence: J�� (. w 61`k5 r� [� ❑form(s)of identification ❑credible Wtness(es) containing pages, and dated �� — d� \ • Notarial event is detailed in notary journal on: TAKAHHI Page# Entry#_ -IC-c FO�Ia�signer(s)capacity or authority is/are as: _ s 0cou individual(s) Notary contact: septem 20.Uspttomey-in-fact orporate Officer(s) other TPJe{sl ❑ Additional Signer ❑ Signer(s)Thumbprints(s) ❑ Guardian/Conservator ❑ Partner-Limited/General ❑ Trustee(s) ❑ Other: representing: . Navu±{a)rd Pmsnn(s}Fn:Ry{F.:sj ssa-.rla rt:preFenrnp Q 2009-2015 Notary Learning Center-AEI Rights Reserved You can purchase copies of this form from our web site at v�.TheNotarysatore.com 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 Fresno Subscribed and sworn to (or affirmed) before me on this 24th day of October 20 19 , by Thomas A Powell proved to me on the basis of satisfactory evidence to,be the person(s) who appeared before me. RHONDA WALLER _ - ac Notary Public•California Fresno County �ro.��--��.yg;- € 0' ` Commission M 2280190 My Comm.Expires Mar 13,2028 (Seal) bignature s PAYMENT BOND—PUBLIC:Wd,Wt (CONTINUED) Th(5?zft of premium 610i this li6hd is **** p&rtK6b§6nd. (****Included in Performance Bond) The totalamouni, of premium Charge-d: $_ N/A (The,above mustbe fillbd in by Corporate surety): IMPORTANT:, SurdtV cornoanies executing bonds must possess a certificate:of authority from the California lns-uran-cp,:ComrTfissi.o.n.er'du.thorizi,ng'th.em I to write. surety i,n-suran I ce-defined in Section 105'of the California Insurance C6de, and if the work or-project is financed, in whole dr, in part, with-Federal, gran.t, or loan funds; if m .st a so appear,on the'.Treasury.Deparimerit's most ' , U .1, r I e _.Treasury current list(Circular 5.70:as amended).'TH'S 'S,A.REQU'REDr FORM. An.y-cldims under this bond may bb addressed"lo: CNA Surety Claims (Name and Address of Surety) Western Surety Company 151 N. Franklin Street, Floor 17 Chicago, IL 60606 (Name and Address of Agent'or Cal-Valley Insurance Services, Inc. Representative for serVice' of, pr6ces-s 11n.caliornia. i"f, 5070 N. Sixth Street, Suite 155 different from above) Fresno, CA 93710 ,(Telephone Num"berousurety and Western Surety Company / 877-672-6115 Agent or Representative for service of process,in California) Cal-Valley Insurance Services, Inc. /559-225-1300 ANNUAL CITY-SION REPLACEMENT PROGRAM CITY PROJECT NO.18;.1'2 PAYMENT BOND JULY'2019 AGR=MENTANDbONDS PAGF14 PAYMENT 80ND-PUBLIC WORKS (CONTINUED) ,ALL-PURPOSE ACKNOWLEDGMENT .A notary public or other officer completing this certificate.verifies only the1clentity 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 County of ` On before me, Date. Name, Title of Officer' personally appeared NAME(S) OF SIGNERS) who proved to me on the basis of.satisfactory evidonco to bo_the person(s)whose names) is/aro-subscribed to tho.within instrument and acknowledged to me-that hefshetttiey executed the'same in his/hedtheir authorized capacity(ies), and that by his/her/their sigriature.s(s) on the instrument the person(s), or the entity upon behalf,of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the'laws of the State identified herein, that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature of Notary ATTENTION NOTARY: -Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to,unauthorized document: THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED, TO THE DOCUMENT Number of Pages_DATE of DOCUMENT. DESCRIBED AT RIGHT: Signer(s)Other Than Named'Above ANNUAL CITYSIGN REPLACEMENT-PROGRAM WARRANTY BOND CITY PROJECT NO.1812 AGREEMENT AND BONDS PAGE 15 JULY2019 Western Surety Company POWER OF ATTORNEY_-'CERTIFIED'COPY Bond No._648384i8 Ynow All Men By.These Presents, that WESTERN'SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota,and having its principal office in Sioux Falls; South Dakota(the/'Company');does by these presents make,constitute and appoint Thomas Arthur. Powell its true and lawful attomey(s)-in-fact, with full power and authority hereby conferred,to execute,acknowledge and deliver for and on its behalf as Surety,bonds for: Principal: Safety Network Traffic Signs Inc Obligee: City of Palm Springs Ainount: $1,'000,000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Vice President,sealed with the corporate seal oC the Company and duly.4 LLested by its Secretary,hereby ranfyiug and ouuGruuug all that the said mLuraey(s)-in- fact may do within the above stated limitations. Said'appointment is made under and by authority of the following bylaw.of Western Surety Company which remains in full force and effect. "Oection 7. All bonds,policies,-undertaldngg,Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company,by they President, Secretary, any Assistant Secretary;Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue$muds;policies, or undertakings in the name of tho Campany.. Tho carpornta oaal is not n000 ory'for tho validity of any bond., policicq undartnkingo, Paworo of Attorney or other .obligations of the corporation. ,The signaaature of any such officer and the.corporate seat may be prinfed by facsimile." If Bond No.64 838 418 is not issued on or before midnight of December 1st, 2019 ,.all authority eaiiferred in this Ponder ofAttoinay shall expiro hnd'taianinate. In Witness Whereof,Western Surety Company'has caused these presents to be signed by its Vice.President,Paul T.Bruflat,and its corporakq'.gV l;to.be affixed this 23rd day of October 2019 , WE SU'R Y COMPANY COR 7: SER A I Paul T iullat,Vice President 35 .0 r _ _ _ _._.VLs13�fA On_t5ilis"?=-3Y'd day of OCtotier -,in the year- 2019 .,.before me,a notary public,personally appeared .Paid T. Bruflat, who being-to me duly sworn, acknowledged that he'signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMMA yY and acknowledged said instrument to be the voluntary act and deed of said corporation. s J. MOHR + �J NOTARY PUBLICS r (SEAL IS SEAL SOUTH DAKOTA 5U NataryPublic-Southpakota tays�,vtia5ti5�,ya55",5swrowwy 4 My Commission ,Expires June 23, 2021 I the undersigned officer of Western..Surety Company;a stock corporation of the State of South Dakota,do hereby..certify that the. attached Power of Attorney is in full force and effect and is irrevocable;and furthermore,that Section 7 of the bylaws of the Company asset forth in the Ppwer of Attorney is,nowm force. Ih testimony whereof,I have'Nereunto set my hand and seal o£Western Surety Company this 23rd 'day of October 2019 W.ES' SUR Y COMPANY Paul T ruflat Vice President To validate bond.autheniicity,go to w+vw.'enasurety.con >Olvner/Obligee Services.>Validate Bond Coverage. Form F5306-10-2017 BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedule List of Subcontractors Local Business Preference Program Good Faith Efforts Non-Collusion Declaration Non-Discrimination Certification Bid Bond (Bid.Security Form) Bidder's General Information Public Integrity Disclosure Form Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. I ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 COVER SHEET JULY 2019 BID FORMS-PAGE 1 i . BID PROPOSAL BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number 1 Date 8 - 28- 201-9L- Number Z Date Q- 9- 20 19 Number Date Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work,.the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 BID PROPOSAL JULY 2019 BID FORMS-PAGE 2 r In conformance with the current statutory requirements of California Labor Code Section 1860, et seq.,'the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non-Collusion Declaration, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based On the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: q- f 6- 20I G Bidder: Sa G- f N m k Trn -c 94A rr Inc, By: ignature) V L1/_ Title: i U IACST AAn 9geV- ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 BID PROPOSAL JULY 2019 BID FORMS-PAGE 3 BID SCHEDULE A Schedule of Prices for Construction of the: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 Item Description Sign Est. Unit Unit Price Amount No. Size Qty. NOTE: Items No. 4-68 shall include material (sign, associated supports, anchors, bolts, bracing), updating the Ci 's on-line data base per replacements, and labor 1 Mobilization 1 LS $ 1 O4 000 2 Temporary Traffic Control --- 1 LS $ 0 SIGN POSTS (TELESPAR TUBING)AND 3 ASSOCIATED ANCHORS, BOLTS, --- 75 EA $ S40, OD $ O,000 . 00 SUPPORTS, TO INCLUDE LABOR. 4 D11-1 BIKE LANE 24x18 5 EA $ .DO $ q0 00 5 N-1(CA) OBJECT MARKER 18x18 26 EA $ 00 $ 31�4 • OD 6 N-2 (CA) OBJECT MARKER 18x18 1 EA $ 14 .00 $ 14.00 7 N-4(CA) OBJECT MARKER 18x18 1 EA $ I q- 00 $ ( 4. 00 8 R10-12 LEFT YIELD ON GREEN 30x36 15 EA $ 4 5. 00 $ (o-15• Do 9 R10-7 DO NOT BLOCK INTERSECTION 2430 1 EA $ 30 • 00 $ SO- 00 10 R1-1 STOP 30x30 95 EA $ 3 8-00 $��to 10. 0 0 11 111-2YIELD 30x30 1 EA $ 38. 00 $ 38. 00 12 R1-3P ALL WAY 18x6 4 EA $ 5. 00 $ '7-0. 0 0 13 112-1 SPEED LIMIT 30x36 82 EA $ • t3a 14 113-18 NO LEFT OR U-TURN 2424 2 EA $ Z4. 00 $ q 8 15 R3-2 NO LEFT TURN 24x24 1 EA $ 24.00 $ 24. 0 16 R3-4 NO U-TURN 2424 7 EA $ 2 4.0a $ Co O D 17 R3-5 (RIGHT), DOUBLE SIGN 30x36 1 EA $ 4 5. 00 $ 45. DO 18 133-5 RIGHT TURN ONLY(WORDING) 30x36 1 EA $ 00 19 113-5 RIGHTTURN ONLY 30x36 1 EA $ 0 0 $ tq 5 . Do 20 R3-5A(AIRPORT)/113-5 (RIGHT) 30x36 1 EA $ 1,4 0 0 $ 46.0 D 21 113-7 RIGHT LANE MUSTTURN RIGHT 30x30 31 EA $ 39L 0 0 $ 1, 17 S . 00 22 R3-8a LANE CONTROL(LEFT, LEFT&THRU, RIGHT) VARIESx 3 1 EA $ &0. 00 $ GO. 00 23 R3-8b RIGHT,THRU, LEFT VxRI S 1 EA $ kc)-00 $ (00. 00 24 R3-9a 2 WAY TURN LANE 30x36 3 EA $ 5 . O $ Sr, C& NdWork Tre'-M-C.S4n4l -Inc. N me of Bidder or Firm ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 BID PROPOSAL JULY 2019 BID FORMS-PAGE 4 BID SCHEDULE A -Continued Schedule of Prices for Construction of the: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 Item Description Sign Est. Unit Unit Price Amount No. Size Qty. 25 114-1 DO NOT PASS 2430 1 LS $ 30.0'0 $ 30 . 00 26 114-7 KEEP RIGHT 2400 24 EA $ `.30.00 $ -17-0- 00 27 R49 (CA)USE CROSSWALK(RIGHT) 42X18 3 EA $ 3-2 - 00 $ 9(o. 00 28 115-1 DO NOT ENTER 3606 6 EA $ 54.00 $ S24. O O 29 RS-1 DO NOT ENTER 3606 1 EA $ 4 - 00 $ 54 . 00 30 R5-1a WRONG WAY 36x24 1 EA $ 3(c.00 $ 3SO.00 31 115-2 NO TRUCKS 24x24 7 EA $ 2-4' 00 $ -00 32 R61 LANE INSTRUCTIONS (LEFT,THRU, RIGHT, VARIES 3 EA $ 135. 00 $ 4.05. 00 RIGHT) x 45 33 R6-1 ONE WAY(RIGHT) 36x12 25 EA $ I -00 $ tIS0. 0 34 R61-7 (CA) LANE CONTROL(LEFT&THRU, RIGHT) 54x45 1 EA $ 102. 00 $ 102.00 35 R81 BIKE LANE 2418 8 EA $ 1 B-00 36 139-2 CROSS AT CROSSWALK 24x18 1 EA $—IS0 $ ' O 37 119-3 NO PEDESTRIANS 18x18 4 EA $ 1L1 ' 0 $ S(e- 00 38 R9-3b9 USE CROSS WALK 18x12 2 EA $ 9 -00 $ 1 R- 00 39 S1-1 SCHOOL PEDESTRIANS 21X15 4 EA $ 1 2 •00 $ 72 . 0 O 40 SR 4-1 (CA)SCHOOL SPEED LIMIT 24x48 6 EA $4F,- 0 $_ 2 9 A- OLD 41 SW32-DRIFTING SAND 36x36 2 EA $ -5 - 00 $ 10 Pi. 00 42 W1-10 CURVE WITH INTERSECTION 3606 1 EA $ 54 • 00 $ 54.0-0 43 W11-1 BIKE 30x30 8 EA $ -00 $ 3o 4. 60 44 W11-11 GOLF CHART 30x30 2 EA $ 39. O 0 $ 45 W11-15 BIKE/PEDESTRIAN 36x36 2 EA $ 5 .00 $ I O 8. O 0 46 W11-2PEDESTRIAN 30x30 7 EA $ 38-O0 $ '209. OD 47 W11-8 FIRE TRUCK 30x30 2 EA $ 38.00 $ -7b. 00 48 WI-2 TURNING (RIGHT) 36x36 3 EA $ 514 • Ofl $ ( 67- . O 0 49 W1-2a (LEFT,30 MPH) 3606 2 EA $ 54.C)O $ I Oa . 00 50 W13-1P YELLOW SPEED (45 MPH) 18x18 3 EA $ N - 00 $ 41 - 00 Sag. ldetwack rha�qc . 11AS, TAC. Name of Bidder or Firm ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 BID PROPOSAL JULY 2019 BID FORMS-PAGE 5 BID SCHEDULE A -Continued Schedule of Prices for Construction of the: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 Item Sign Est. No. Description Size qty, Unit Unit Price Amount 51 W1-4TURNING (RIGHT) 30x3O 2 EA $ 39.00 $ 1(o• 00 52 W14-2 NO OUTLET 30x3O 3 EA $ 313-00 $ 1 14. 0 0 53 W1-6ARROW 48x24 1 EA $ 8 • 00 $ 1I100 54 W16-9PAHEAD 24x12 3 EA $ 12 .00 $ 36. 00 55 W1-7 ARROW LEFT AND RIGHT 48x24 5 EA $ - OD $ Z40. 00 56 W1-8 TURN CHEVRON 18x24 2 EA $18-20 $ 3L .00 57 W2-2INTERSECTION (LEFT) 30x3O 1 EA $ 92"00 $ 3 S. 00 58 W3-1 STOP AHEAD 30x3O 3 EA $ -00 $ 114. 00 59 W3-1AP STOP AHEAD 30x3O 2 EA $ 3 .00 $ 76. 00 60 W3-3 SIGNAL AHEAD 3000 28 EA $ 38.00 $ 1 Wall . 00 61 W4-2 LANE ENDS MERGE LEFT 3606 3 EA $ $_((II 2 . 0 0 62 W55-FLOODED 30x30 1 EA $ U 0 $ 38.0 0 63 W6-1 DIVIDED HIGHWAY 36x36 1 EA $ • 00 $ SS4.00 64 W73A RIGHT LANE TURNS RIGHT AHEAD 36x36 2 EA $ 4 •°0 $ 1 O - 00 65 W74 THRU TRAFFIC MERGE LEFT 36x36 3 EA $ 54. 0 D $ 16Z. 00 66 W8-2 DIP 30x3O 4 EA $ 3S.00 $ 152 , O 0 67 FIELD CHANGE ORDERS — AL $ 5,000 END TABLE FOR BID SCHEDULE A 56-r-"6 n A T ac- ai as Irk C. Name of Bidder or Firm ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 BID PROPOSAL JULY 2019 BID FORMS-PAGE 6 BASIS OF AWARD ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 TOTAL OF ALL ITEMS OF BID SCHEDULE A: $ 1001 2- 01 - 00 (Price in figures) 011c. hoArtlej +6,3u j -tvuo hundre - one- dollOrS wZgC4V (Price in words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. SPECIAL NOTE: In the event of any "missing" bid items or scope of work not otherwise included or identified in the Bid Schedule, but indicated or required by the Plans and Specifications, the Contractor shall prosecute the work as required by the Plans and Specifications, and payment for any "missing" bid items or scope of work shall be included in the various bid items of work, and no additional payment will be allowed therefore. Safes 146work Tra%r- Sic ns Snc, Name of Bidder or Firm ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 BID PROPOSAL JULY 2019 BID FORMS-PAGE 7 BIDDER'S LIST OF SUBCONTRACTORS As required under Section 4104 of the Public Contract Code, the Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement, in an amount in excess of one-half of 1 percent of the prime contractor's total bid or, in the case of bids for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50%of the Work identified in this Bid, the Bid shall be considered non-responsive. A. BIDDER'S PORTION OF WORK Page 1 of Z- 1. Name of Prime Contractor: SoXs Ne4.)ork Trot-Mc- S)e4AK Inc, 2. Bid Items/Portion of Work to be Self-Performed-(if-le-Is than 106%of the contract): 10090 ail b ;d i{cMS 3. Dollar Amount of Work Self- 4. Percentage of Work Self- 5. Date: Performed: Performed: 4100, 201 . 00 1007o 9 - 1(o - zo► 5 By signing the Bid Form, Contractor hereby certifies that it will perform not less than 50% of the Contract Work with its own forces. B. LIST OF SUBCONTRACTORS 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: f�IO S i3 n! C s 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: 0 <$1M 0 <$5M ❑ <$101VI 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ > $15M Registration No: 10. Percentage of Contracted Work: 11. DBE Firm? ❑Yes ❑ No 12. DBE Certification No.: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 LIST OF SUBCONTRACTORS JULY 2019 BID FORMS-PAGE 8 BIDDER'S LIST OF SUBCONTRACTORS- (Continued) Copy this page as needed to provide a complete listing. Page 2- of Z 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier, ❑ Supplier, ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: ND Sv CAN cl-e)� 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractors License No.: 7. Annual Gross Receipts: 0 <$1M 0 <$5M 0 <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ >$15M Registration No: 10. Percentage of Contracted Work: 11 DBE Firm? ❑ Yes ❑ No 12. DBE Certification No.: 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier, ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: ❑ <$1M 0 <$5M 0 <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor 11 <$15M ❑ >$15M Registration No: 10. Percentage of Contracted Work: 11. DBE Finn? ❑ Yes ❑ No 12. DBE Certification No.: 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier, ❑ Supplier, ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: 11 <$1M 0 <$5M 0 <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ >$15M Registration No: 10. Percentage of Contracted Work: 11. DBE Firm? ❑Yes ❑ No 12. DBE Certification No.: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 LIST OF SUBCONTRACTORS JULY 2019 BID FORMS-PAGE 9 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No. 18-12 Bid Opening Date 9- ( 7 - 2()t C! The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley.The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub- contractors, or by demonstrating that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub- contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. FAILURE TO IDENTIFY GOOD FAITH EFFORTS ON THESE FORMS MAY BE SUFFICIENT CAUSE TO FIND THE BID NON-RESPONSIVE. BIDDERS SHALL ENSURE ALL APPROPRIATE GOOD FAITH EFFORTS ARE IDENTIFIED. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors' submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish materials and supplies for incorporation into the work of this project. Local Subcontractors not listed on the List of Subcontractors: rt0h� Local firms that will furnish materials or supplies to the Bidder for this project: !1.Dr C, ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 LOCAL BUSINESS PREFERENCE PROGRAM JULY 2019 GOOD FAITH EFFORTS BID FORMS-PAGE 10 LOCAL BUSINESS PREFERENCE PROGRAM -GOOD FAITH EFFORTS (CONTINUED) In the event no local firms (as defined in Ordinance No. 1756) will provide services, or furnish materials and supplies to the Bidder for this project, the Bidder shall provide information sufficient to demonstrate good faith efforts to do so. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement none B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation YLb n e ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 LOCAL BUSINESS PREFERENCE PROGRAM JULY 2019 GOOD FAITH EFFORTS BID FORMS-PAGE 11 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally M Of Performs Item Contract (Y/N) rj0nP D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's rejection of the local firms: none- Names, addresses and phone numbers of firms selected for the work above: Yl a NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 LOCAL BUSINESS PREFERENCE PROGRAM JULY 2019 GOOD FAITH EFFORTS BID FORMS-PAGE 12 NON-COLLUSION DECLARATION The undersigned declares: I am the &SiAeSS Amviqer of Sa4'ch Nelwork Tra(*c Si6AS, TnC, the (Title of Officer) (Firm/Company) party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid', or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on q- I n — 7 nl 04 at rrcSr`o CA (Date) (City) (State) Si ature ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 JULY 2019 NON-COLLUSION DECLARATION BID FORMS-PAGE 13 CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter an agreement with Contractor, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. We agree specifically: 1. To establish or observe employment policies, which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM SaEfj:u NIzA1iea TrcJRc. 5iins, Itir . NAME OF PERSON SIGNING Leonc,rA of%+(`craS TITLE OF PERSON SIGNING ZosiAcas Ad,\ r DATE 4 - I fo- 2-0( !a. Please include any additional information available regarding equal opportunity employment programs now in effect within your company. ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 NON-DISCRIMINATION CERTIFICATION JULY 2019 BID FORMS-PAGE 14 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: Scx.('et1., Neiwork -Fra"'c Signcl lac. 23tO N. Larkin Ave Fresno, CA 9 3 72-7 Telephone Number: (569 ) '72A - Z-7 Z8 Facsimile Number: (SS`( ) eZ 91 - 9O 54 E-Mail: konar-J Q sr\siBnS. ne_'f' Tax Identification Number: 4(r,- 52 4 66 2 2. TYPE OF FIRM Individual Partnership __X Corporation (State CA ) Minority Business Enterprise (MBE) Women Business Enterprise (WBE) Small Disadvantaged Business (SDB) Veteran Owned Business Disabled Veteran Owned Business 3. CONTRACTOR'S LICENSE: Primary Classification T 4 2- State License Number(s) I D O ( S (6 q Supplemental License Classifications '- 4. BUSINESS LICENSE: Yes No License No.: 5. Surety Company and Agent who will provide the required Bonds: Name of Surety wes+crn Sursia COMOGnv - rthamets A . PO,ual Address Si,3(Fx FQusF SaAk _71aL[.rlb. 101 K . Teicl ,34rrA Sort 30a Surety Company U)'_,C "A SVS:14 Com*aVLu Telephone Numbers: Agent (55q) 1-Ict- it.SPJ Surety (800 ) 331- 6OS3 BIDDER'S GENERAL INFORMATION (Continued) ANNUAL CITY SIGN REPLACEMENT PROGRAM BIDDER'S GENERAL INFORMATION CITY PROJECT NO.18-12 BID FORMS-PAGE 18 JULY 2019 6. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm; also include all natural persons who have a financial interest greater than 5% in the Bidder's business entity. (Use additional sheet if required). ku ss TO Nets o(1 sa 16 A-PmJ NarrYJl ktt,4t Rakcrs;,ld i CA 93308 7. Number of years experience as a contractor in this specific type of construction work: 8. List at least three related projects completed to date: IOWA OF a. Owner Address 132-0 L& Ao^AaRi WtLsbo�.CA 94010 Contact- am NcClore- Class of Work D LI 2- Phone (o50- 375- 752Cp Contract Amount 25 S 000 Project S;yA Wricu e-4 PrDj kDate Completed l- I4- 201 q Contact Person SuMc. Telephone number su,ke Gi+y oT- b. Owner CwiAa Address I2-5 E CaRSgc S+rc� , Coyi,Ag,CA 91 ?23 Contact Gabcrf+son Class of Work 17L1-2- Phone G2(0-38q- 5g91 Contract Amount 14$1060 Project Sid kpiacem c.,+ ProiL,+-Date Completed l ( - 15 - 201 q Contact Person Snn1c Telephone number 50-I+C- y " Conco c. Owner Cit rA Address 1455 Fo-coli^c- Ail,�14 µS4Si CaAconQi CA q LISZo Contact 13;I1 GalLoalto✓' Class of Work D y Z Phone 425- 6-71 l3 ContractAmount 2SOi 000 R'P Project Sig^ c Date Completed l I-2- 2OtIo Contact Person Same.. Telephone number _1AMe_ 9. Name of Project Manager/Superintendent: Le-onarol Co m+rera K 10. Name(s) of person(s) who inspected job site: &CAe G rd 4- ANNUAL CITY SIGN REPLACEMENT PROGRAM BIDDER'S GENERAL INFORMATION CITY PROJECT NO.18-12 BID FORMS-PAGE 19 JULY 2019 PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM 1. Name of Entity Sa c Ae.jwork TreSR-c- Si5AS1 TAC. 2. Address of Entity (Principle Place of Business) 23(o N. LurkiA Ave Frc-s� CA 93727 3. Local or California Address (if different than#2) 4. State wher/e� Entity is Registered with Secretary of State Caa;TOr('Iq If other than California is the Entityalso re istered in Califomia? 0 Yes 0 No S. Type of Entity Corporation 0 Limited Liability Company O'Partnership 0 Trust 0 Other(please specify) 6. Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify) Note: If any response is not a natural person, please identify all officers, directors, members,managers and otherfiduciaries forthe member,manager,trust orotherentity Zu s S J idTo hnSo^ rOfficer 0 Director 0 Member 0 Manager[name] ❑ General Partner 0 Limited Partner ❑ Other ❑ Officer 0 Director 0 Member 0 Manager[name] ❑ General Partner 0 Limited Partner ❑ Other ❑ Officer 0 Director 0 Member 0 Manager[name] ❑ General Partner 0 Limited Partner ❑ Other CITY OF PALM SPRINGS-PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM Page 1 of 2 ANNUAL CITY SIGN REPLACEMENT PROGRAM PUBLIC INTEGRITY DISCLOSURE FORM CITY PROJECT NO.18-12 BID FORMS-.PAGE 20 JULY 2019 7. Owners/Investors with a 5% beneficial interest in the Applicant Entity or a related entity A. nIG. n ! cA [name of owner/investor] [name of official with whom owner/investor has material financial relationship] FOR RELATIONSHIP A, EXPLANATION OF THE RELATIONSHIP: B. [name of owner/investor] [name of official with whom owner/investor has material financial relationship] FOR RELATIONSHIP B, EXPLANATION OF THE RELATIONSHIP: C. [name of owner/investor] [name of official with whom owner/investor has material financial relationship] FOR RELATIONSHIP C, EXPLANATION OF THE RELATIONSHIP: I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA THAT THE FOREGOING IS TRUE AND CORRECT. Signature of Disclosing Party, Printed Name,Title Date Leonaral Contraras Vurincss q- l6 - 201� Nana c/ CITY OF PALM SPRINGS—PUBLIC INTEGRITY DISCLOSURE APPLICANT DISCLOSURE FORM Page 2 of 2 ANNUAL CITY SIGN REPLACEMENT PROGRAM PUBLIC INTEGRITY DISCLOSURE FORM CITY PROJECT NO.18-12 BID FORMS-PAGE 21 JULY 2016 COPY BID BOND BOND No.64793673 KNOW ALL MEN BY THESE PRESENTS, That Safety Network Traffic Sians inc as Principal, and. WESTERN SURETY CON PAINry as Surety, are held and firmly bound unto the City of Palm Springs, California, hereinafter called the "City" in the sum of: Ten Percent of Amount Bid dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors,and assigns,jointly and severally, firmly by these presents. WHEREAS,said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedules) of the City's Contract Documents entitled: ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO. 18-12 NOW THEREFORE, 'If said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids"and the"Instructions to Bidders"enters into a written Agreement on the Form of Agreement included with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Band and Payment Bond,then this obligation shall be null and void,otherwise it shall remain in full force and effect. In the event suit is brought.upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the.court. SIGNED AND SEALED, this 17th day of September 20 19 EXECUTED FOR THE PRINCIPAL: EXECUTED FOR THE SURETY: Safety Network Traffi Signs c WESTERN SURETY COMPANY By, Signature Signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: t2u55 7nhy( snn 4recirlen"F' THOIvIAS ARTHURPOWELL,ATTORNEY IN FACT By Signature (NOTARIZED) Print Name and Title: Tmino N myq Public _ ANNUAL CITY SIGN.REPLACEMENT PROGRAM BID BOND(BID SECURITY FORM) CITY PROJECT NO.16-12 BID FORMS•PAGE 15 JULY 2019 copy CALEF'x RNIA ALL-PUEPOSE 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 CO DO )On ll M N V I� I ON before me, C�) 'I YQ V I r)n, NO-O ,VU P(Jb i I'C. Date 1 Here Insert Name and Tit/4 of the Officer __ J personally appeared K\w o 0 Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose names) , /are s bscribed to the within instrument and acknoAdged to me that &she/they executed the same in /her/their authorized capacity(ies),and that by hji /her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. � K.'iREVINO oikkl NotaryRni}tic-California WITNESS my hand and official seal. Kern County �_ Commission+2284100My Comm.Expires Apr 2,2023 Signature Signature of Notary Public Place Notary Seal Above 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. Description of Attached Document JJ Title or Type of Document: _Bid em Document Date: q—Ile`ly Number of Pages: I Signer(s) Other Than Named Above: N/Ah Capacity(tes) Claimed by Si ner(s)) Signer's Name: lQUS.c JO�VISOV) ner'sName: N/R ❑Corporate Officer — Title(s): ❑ orate Officer—Title(s): ❑Partner — ❑Limited ❑General ❑Partn — ❑ Limited ❑General Individual ❑Attomey in Fact ❑IT dividua ❑Attomey In Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑ Guardian or Conservator El Other: ❑ Other: Signer Is Representing: In I Signer Is Representing: ©2014 National Notary Association•www.NationalNotary.crg • 1-800-US NOTARY(1-800-876-6827) Ite #5907 copy A notary public or other officer completing this certificate verifies only the identity of the individual jv'ho signed the document to which this certificate lis attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Fresno Subscribed and sworn to (or affirmed) before me on this 16th day of September 20 19 , by Thomas Arthur Powell proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. RHONDA WALLER Notary Public•California Fresno County t Commission 3 2280190 •;�\ I ,nt1�, I I 1 (S My Comm.Expires Mar ll.2 3 ature n11V ILI [J0#00 copy Western surety Company POWER OF ATTORNEY-CERTIFIED COPY Bend No. 64793673 Pinow All'_lien By These Presents, that AESTERN SUR.ETY'COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota,and having its p6acipal office in Sioux Falls, South Dakota(the'Company'),does by these presents maL-e,censfitute and appoint Thomas P-rthur Powell its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred,to execute,acknowledge and deliver for and on its behalf as Surety,bonds for. Principal: Safety Network Traffic Signs Inc Obligee: City of Palm Springs Amount: $1,000,000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Vice President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said attomey(s)-in- fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. Ali bonds,policies;undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of-the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officen as the Board of Directors may authorize. The President,any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." If Bond No.64793673 is not issued on or before midnight of December 16th, 2019 ,all authority conferred in this Power of Attorney shall expire and term note. In Witness Whereof,Western.Surety Company has caused these presents to be signed by its Vice President,Paul T.Bruflat,and itscorporatepseal-tobe affixed this 17th day,op September 2019 . WES SUR Y COMPANY Paull ruflat,Vice President ss sEaL 01 1199=i_=3-7£hT day of September ,in the year 2019 ,before me;a notary public,personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTEl3}N SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation. 444444444444444444444444} s J. MOHR ?NOTARY PUBLIC �f ±'sEAL SOUTH DAKOTA s�L i U Notary Public-South Dakota }44444444444444444444444} My Commission. Expires June 23, 2021 I the undersigned officer of Western Surety Company,a stock corporation of the State of South Dakota,do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable,and furthermore, that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof,I have hereunto set my hand and seal of Western Surety Company this 17th day of September 2019 WE SUR YCOMPANY 7 Paul T ruflat,Vice President To validate bond authenticity,go to wwtv.cnasuretv.com >Owner/Obligee Services>Validate Bond Coverage. Form F5306-i072017 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. 1 Contractor Sq" Weii nark Tra-c�-c S]gnS� , By Leor.g4 Cin-Frcra s Title 2uc'lAesc Mcnactr ANNUAL CITY SIGN REPLACEMENT PROGRAM CITY PROJECT NO.18-12 WORKER'S COMPENSATION CERTIFICATE JULY 2019 AGREEMENT AND BONDS-PAGE 7 A`CI® CERTIFICATE OF LIABILITY INSURANCE DATE 10114/20191412019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pollcy(les)must have ADDITIONAL INSURED provisions or be endorsed. 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). PRODUCER CONTACT Joseph Lars NAME: Cal-Valley Insurance Services,Inc. AHicDNE Ea, (559)225-1300 Fp C N.I: (559)225-8966 5070 N.Sixth St.#155 EMAIL ADDRESS: Josephl@calvalleyinsurance.com License#0733383 INSURER(S)AFFORDING COVERAGE NAIC6 Fresno CA 93710 INSURERA: Everest National Insurance Cc 10120 INSURED INSURER B: Philadelphia Indemnity Insurance Company 18058 Safety Network,Inc.;Safety Network Traffic Signs,Inc. INSURERC: Endurance Risk Solutions Assurance Co. 43630 Safety Network Traffic Control Services,Inc. INSURER D: State Compensation Ins Fund 35076 2310 N.Larkin Ave INSURERE: Underwriters At Lloyds,London 15792 Fresno CA 93727-8644 1 INSURER F: COVERAGES CERTIFICATE NUMBER: 2019/2020 Master REVISION NUMBER: THIS IS TO CERTIFYTHAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE FORTHE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE INSD POLICYNUMBER MMIDDOYEFF MMMDPOLIN LTR YY UMrS COMMERCWLGENERALLBIL AITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE ©OCCUR PREMISES Ea ocpa mom $ 100,000 MED EXP(My oneperson) $ 10,000 A Y Y CF2GL00035-191 06/06/2019 06106/2020 PERSONAL&ADV INJURY S 1,000,000 GENLAGGREGATE UMITAPPLIES PER: GENERALAGGREGATE $ 2,000,000 POLICY[g PRO, LOC PRODUCTS-COMPIOP AGG S 2,000,000 OTHER: $ AUTOMOBILE DABIDTY COMBINED SINGLEUMIT S 1,000,000 Ea accitlent ANYAUTO BODILY INJURY(Par person) S B OWNED SCHEDULED Y Y PHPKI990526 06/06/2019 06/06/2020 BODILY INJURY(Per acdtlen0 S AUTOS ONLY AUTOS HIRED NON-0WNED PROPERTY DAMAGE N AUTOSONLY AUTOSONLY Per.cddent S UMBRELLA DAB OCCUR EACH OCCURRENCE $ 5.000,000 C X EXCESS UAB Cl -MADE EXC30000041103 06/06/2019 06/06/2020 AGGREGATE S DED RETENTION S IS WORKERS COMPENSATION X BTA UTE ERH AND EMPLOYERS'LIABILITY YIN D ANY PROPRIETOR/PARTNERIE)rECUTIVE NIA Y 909439719 04/01/2019 04/01/2020 E.L EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED'! 1,000,000 (Mendatoryln NH) E.L.DISEASE-EA EMPLOYEE S u yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT $ Each Claim $1,000,000 Professional Liability E ANE1742233.19 07/01/2019 07/012020 Aggregate Limit $1.000.000 DESCMPDONOFOPERADONSILOCATIONSIVEHICLES (ACORD 101,Addiflonal Remarks Schedule,maybe attached if more space is required) Equipment Rental&Sales GL: Project:Annual City Sign Replacement Program/City Project No.18-12 The City of Palm Springs,its official,employees and agents are named as additional insured Per form CG2010&CG2037;This insurance Is primary and non.contributory over any insurance or self-insurance the City(-as respects City of Palm Springs City Pro;ecl No.18.12'for any and all work performed with the City'PRIMARY&NONCONTRIBUTORY per form CG2001: CERTIFICATE HOLDER CANCELLATION SHOULDANY OF THEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Palm Springs ACCORDANCE WITH THE POLICY PROVISIONS. 3200 E.Tahquitz Canyon Way AUTHORIZED REPRESENTATIVE I� Palm Springs CA 92262 ryG<„•s As Ll__-. e/J ©)19888--PO^7S ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD i POLICY NUMBER:CF2GL00035-191 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Any person or:organization that entered into a written contract with the Named Insured requiring such person(s)or organization(s)to be named as an additional insured with respect to the Named ,Insured's performance of operations at any location on behalf of such person(s)or organization(s).. information required to complete this Schedule, if not shown above will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional.insured the person(s) or, additional, insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property, This insurance does not apply to "bodily Injury" or damage" or "personal and advertising Injury" 'property damage"occurring after: caused,in whole or in part, by: 1. Your acts or omissions; or 1. All work, including materials, parts equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed;or However: 2. That portion of "your work" out of which the 1. The insurance afforded to such additional injury or damage arises has been put to its intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law;and _ engaged In performing operations for a 2. If coverage provided to the additional insured Is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 2010 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 2 POLICY NUMBER:. CF2Gt.00035-191 CON8IAERCIAL GENERAL LIABILITY CG 20 37 04 13 ) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ® OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations NY PERSON OR ORGANIZATION rR LOCATION' FOR WHICH THE THAT ENTERED INTO A WRITTEN ED INSURED' S WORK WAS. CONTRACT WITH THE NAMED FORMED FOR SUCH PERSON (S) INSURED REQUIRING SUCH PERSON ORGANIZATION(S) FOP. ANY (S) OR ORGANIZATION(S) TO BE PLETED OPERATIONS. - AMED AS AN ADDITIONAL INSURED. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to 2. If coverage provided to the additional insured is include as an additional insured the person(s) or required by a contract or agreement, the organization(s) shown in the Schedule, but only insurance afforded to such additional insured with respect to liability for "bodily injury' or will not be broader than that which you are "property damage"caused, in whole or in part, by required by the contract or agreement to "your worK' at the location designated and provide for such additional insured. described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law;and CG 20.37 0413 ©Insurance Services Office, Inc.,2012 Page 1 of 2 MURED Coat/ COMMERCIAL GENERAL LIABILITY 'CG;20 01'04;1_3 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PR_IMARYAND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 D1 0413 ©Insurance Services Office, Inc., 2012 Page 1 of 1 INSURED COPY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT WITH CAP This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: ANY PROJECT FOR WHICH THE NAMED INSURED PERFORMS WORK OR OPERATIONS. Designated Construction Project General Aggregate Limit Cap: $5, 000, 000 (If no entry appears above,,information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A For all sums which the insured becomes legally obligated to pay as damages caused by"occurrences" under SECTION I —Coverage A, and for all medical expenses caused by accidents under SECTION I-Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated oonstruc- tion project,and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. However, the separate Designated Construction Project General.Aggregate Limit(s)are subject to a Desig- nated Construction Project General Aggregate Limit Cap in the amount shown in the above Schedule of this endorsement. The Designated Construction Project General Aggregate Limit Cap is the most we will pay under the Designated Construction Project General Aggregate Limit for all designated construction pro- jects combined. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of 'bodily injury"or "property damage"included in the "products-completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits"brought; or c. Persons or organizations making claims or bringing "suits". '3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall re- duce the Designated Construction Project General Aggregate Limit for that designated construction project and the Designated Construction Project General Aggregate Cap. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construc- tion Project General'.Aggregate Limit for any other designated construction project shown in the Schedule above. However, such payments for damages and medical expenses included in the Designated Construc- tion Project General Aggregate Limit for all designated construction projects combined will reduce the Des- ignated Construction Project General Aggregate Limit Cap. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. ,ECC.25529.01.10 Copyright Everest Reinsurance Company, 2010 Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. WSURM CCR PI-CA-003(04/14) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by the endorsement. A. SECTION II—COVERED AUTOS LIABILITY COVERAGE,A.Coverage, 1 Who Is An Insured is amended by adding the following: The following are also"insureds": Any person or organization for whom you are required by an"insured contract'to procure"bodily injury" or"property damage"liability insurance arising out of the operation of a covered"auto"with your permission. However,this additional insurance does not apply to: 1. The owner or anyone else from whom you hire or borrow a covered"auto." This exception does not apply if the covered"auto"is a"trailer"connected to a covered"auto"you own; 2. Your"employee"if the covered"auto"is owned by that"employee"or a member of his or her household; 3. Anyone using a covered"auto"while he or she is working in a business of selling,servicing, repairing,parking or storing"autos"unless that business is yours; 4. Anyone other than your"employees,"partners(if you are a partnership), members(if you are a limited liability company),or a lessee or borrower or any of their"employees,"while moving property to or from a covered"auto";or 5. A partner(if you are a partnership),or a member(if you are a limited liability company)for covered"auto"owned by him or her or a member of his or her household. B. The"insured contract"must be in effect during the policy period shown in the Declarations and must have been executed prior to the"bodily Injury"or"property damage". C. This person or organization is an"insured"only to the extent you are liable due to your ongoing operations for that"insured",whether the work is performed by you or for you,and only to the extent you are held liable for an"accident'occurring while a covered"auto"is being driven by you or one of your employees. D. There is no coverage provided to this person or organization for"bodily injury"to its employees or for "property damage"to its property. E. Coverage for this person or organization shall be limited to the extent of your negligence or fault according to the applicable principles of comparative negligence or fault. F. The defense of any claim or"suit"must be tendered by this person or organization as soon as practicable to all other insurers which potentially provide insurance for such claim or"suit. G. A person's or organization's status as an"insured"under this endorsement ends when your operations for that"insured"are completed. Page 1 of 2 `,PICA-001 (09115) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE ELITE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART Following is a summary of the Limits of Insurance and additional coverages provided by this endorsement. For complete details on specific coverages,consult the policy contract wording. Page Coverage Applicable Limit of Insurance # Who is An insured 2 Board Members Included Newly Acquired Entities Included Designated Insured Included Lessor of Leased Autos Included Cost of Bail Bonds $5.000 2 Reasonable Expenses—Loss of Earnings 1 $500 per day 2 Fellow Employee Coverage I Amended 3 Towin $100 per disablement 3 Glass Breaka a Windshields and Windows No deductible applies 3 Transportation Expenses 1 $100 Per day/$3,000 maximum 3 Hired Auto Physical Damage—Loss of Use 1 $100 per day/$1,000 maximum 3 Hired Auto Physical Damage ACV or repair or replacement of the 4 vehicle whichever is less Personal Effects $500 4 Rental Reimbursement $100 per day/30 days 4 Accidental Discharge—Air Bag Amended 4 Electronic Equipment $1000 5 Original Equipment Manufacturer Parts Included 5 Replacement Auto Loan/Lease Gap Coverage Amended 5 One Comprehensive Coverage Deductible Per Amended 6 Occurrence Notice of and Knowledge of Occurrence Amended 7 'Blanket'Waiver of Subrogation, Amended(as`required by written contract), Unintentional Errors or Omissions Amended 7 Mental Anguish—Bodil Injury Redefined Amended 7 Coverage extensions under this endorsement only apply in the event that no other specific coverage for these extensions is provided under this policy. If such specific coverage applies,the terms, conditions and limits of that coverage are the sole and exclusive coverage applicable under this policy, unless otherwise noted in this endorsement. Any deductible listed in the Auto Declarations Page will apply unless specific deductible provisions are set forth under a coverage enhancement below. Page 1 of 7 ©2015 Philadelphia Indemnity Insurance Company Includes copyrighted material of Insurance Services Office, Inc., with its permission. ENDORSEMENT AGREEMENT BROKER COPY STATECOMPENSATION WAIVER OF SUBROGATION REP 04 INSURANCE BLANKET BASIS 9094397-19 FUND RENEWAL NE HOME OFFICE 3-13-74-07 SANFRANCISCO EFFECTIVE APRIL 1, 2019 AT 12.01 A.M. PAGE 1 OF 1 ALL EFFECTIVE DATES ARE AND EXPIRING APRIL 1, 2020 AT 12.01 A.M. AT 1201 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME SAFETY NETWORK, INC. 2310 N LARKIN AVE FRESNO, CA 93727 WE HAVE THE RIGHT TO RECOVER OUR PAYMENTS FROM ANYONE LIABLE FOR AN INJURY COVERED BY THIS POLICY. WE WILL NOT ENFORCE OUR RIGHT AGAINST THE PERSON OR ORGANIZATION NAMED IN THE SCHEDULE. THIS AGREEMENT APPLIES ONLY TO THE EXTENT THAT YOU PERFORM WORK UNDER A WRITTEN CONTRACT THAT REQUIRES YOU TO OBTAIN THIS AGREEMENT FROM US. THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE 2.00% OF THE TOTAL POLICY PREMIUM. SCHEDULE PERSON OR ORGANIZATION JOB DESCRIPTION ANY PERSON OR ORGANIZATION BLANKET WAIVER OF FOR WHOM THE NAMED INSURED SUBROGATION HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ;ISSUED DAAT SSANN FFRRANCISCO: APRIL 3, 2019 AUTHORIZED REPRESENT IVE PRESIDENT AND CEO 2572 SCIF FORM 19217 (REV.7-2014) OLD DP 217 CITY OF PALM SPRINGS,CALIFORNIA PROCUREMENT CONTRACTING DIVISION BID ABSTRACT BID p Bidder: Bidder: Bidder: Bidder: Bidder: Bidder: PR ECT NAME: DUE DATE: TRH!! FAG. Description: S /4!r)-201•Ofl & zle-16-2-ey Total fall"Schedule Items: $ Witnessed by /n. Date: .. �� Home ,A-. CONTRACTORS STATE LICENSE BOARD OContractor's License Detail for License# 1001569 DISCW MER:Alicense status check pmvldes information taken from tha MLB license database.Before relying on this information,you should be aware of the following limitations. . OOmmpWlm d141mwe bommoedgbw I.m,bl son.entry I,veleRmpWlamomso tl lsslawe,aunkbrmmp4imd.knourtoresul— below.C114 on Norsk or moon oEd'nmmp4lntaM/orle9al ad.,Nlomutaa o hr.P me11,,sm,co mos-reland.1isaments reN tofhe6L9andYtivu6 r Arn....are nosomsduNa,We¢MnOv4Nbmmpry with lM Wn,A IRA eMvauM r -um,.-4ioz o.mryh..I,b .ftnNel Marweye[brenenuMmbGe eaaNY T...GbNee. Data current as of 11/7/2019 9:15:05 AM Bubinenlnfobrm n SAFETYNMmXTR C51GNSINC 2310NONMUPNIN FRESNO,CA93F22 Business Phone NumbeeUe912914WD only Coryomtlon Issue Date MAT/2015 Eapbeaam Incl n License Status ThtrllemerfseumentartaNee. ALLinformatlpnbelawahould bemvlewed. Classifications GBl)OQ-NON-ELERRICAL SIGN INSTA WTION BOndLq Infanomlon cenmtmer'aeend This creme filed a Omberces Bond wiThAMERICAN CONTRACTORS I.DENNM COMPAW, Bend Number.100268MI ' BDndAmpunD5ss,000 EDeNve aate:01/OI/201G ConbasDrs Bond Hist., Bond of QoauMog mdroidual Thequ rt ying individual RNSS DERFNJOHNSON oetified[hat hefshe.le persmo,more of NO V W,.k/eu mbeNtip m[emstof This smp,tfomfors,me BOtd of Qualifying lndipldual is not required. EBeNve Dat:02/2T/2015 Workers Compen9aton This lisnsehaswork wmpenwUminsumnwwiththe STATECOMPENSATION INSURANCE FUND ftUWNumben9091397 EReeffie Date:04/O1/2019 Eapimpaw:04/01/2020 WoOeWCompsnsaBpn Himbry Other a NwnnelllsWdonthls UcemelcumntordIS3%oditedlam Esmdono0erUmmore, Back to Top Conditions of Use Privacy Policy Accessibility Acressibilry Certification Copyright®2019 State of California � ppALMsp4 iy � o u u s City Council Staff Report i DATE: October 23, 2019 CONSENT CALENDAR SUBJECT: AWARD A CONSTRUCTION CONTRACT TO SAFETY NETWORK TRAFFIC SIGNS, INC., A CALIFORNIA CORPORATION, IN THE AMOUNT OF $100,201 FOR THE CITY WIDE TRAFFIC SIGN REPLACEMENT PROGRAM, CITY PROJECT NO. 18-12. FROM: David H. Ready, City Manager BY: Marcus L. Fuller, Assistant City Manager/City Engineer SUMMARY Award of this contract will allow the City to proceed with construction of the City Wide Traffic Sign Replacement Program, City Project No. 18-12. RECOMMENDATION: 1. Award a construction contract (Agreement No. )to Safety Network Traffic Signs, Inc., a California corporation (Contractor), in the amount of$100,201 for the City Wide Traffic Sign Replacement Program, City Project No. 18-12; and 2. Authorize the City Manager to execute all necessary documents. BUSINESS PRINCIPAL DISCLOSURE: The Public Integrity Disclosure Form from the Contractor is included as Attachment 1. BACKGROUND: On June 5, 2019, the City Council approved the plans, specifications, and authorized biding of the first phase of a multi-phase sign replacement program. A copy of the staff report is included as Attachment 2. STAFF ANALYSIS: On August 3, 2019 and August 10,2019, staff advertised the Project for bids in the Desert Sun, submitted the Notice Inviting Bids to plan rooms', and provided the contract documents free of charge to prospective bidders. A Plan Room is a library" where construction professionals may view bidding documents (blueprints and specifications)for projects seeking price estimates for specific constriction products or services.There are 9 various plan rooms in southern California where the City submits its bid documents to ensure all contractors within the area are aware of the bid solicitation. City Council Staff Report October 23,2019-- Page 2 Award Construction Contract, CP 18-12 On September 17, 2019, the Procurement and Contracting Division received four(4) bids from the following contractors listed in Table 1: Company Location Bid Amount Safety Network Traffic Signs, Inc. Fresno, CA $100,201.00 Superior Pavement & Markings, Inc. Beaumont, CA $118,452.00 PCI Azusa, CA $118,668.50 Chrisp Company Fremont, CA $118,723.00 Table 1 The low bid of$100,201 is well below the original construction estimate of$225,000. Staff anticipated the project would also require replacement of all existing aluminum sign posts. However, after further evaluation with the City's Maintenance and Facilities Department, it was determined that most of the existing sign posts could be reused. The bid documents were revised to eliminate replacement of all existing aluminum sign posts, resulting in a significant cost savings. Public Works Contractor Registration Law(SB 854) Under California Labor Code Section 1771.1, as amended by Senate Bill (SB) 854 (2014), unless registered with the State of California Department of Industrial Relations (DIR), a contractor may not bid, nor be listed as a subcontractor, for any bid proposal submitted for public works projects on or after March 1, 2015. Similarly, a public entity cannot award a public works contract to a non-registered contractor, effective April 1, 2015. Staff has reviewed the DIR's contractor registration database, and has confirmed that the Contractor is registered with the DIR. Staff has determined that Safety Network Traffic Signs, Inc., submitted the lowest responsive bid. Staff reviewed the bid, references, and contractor's license, and found the contractor to be properly licensed and qualified. A construction contract with the Contractor is included as Attachment 3. Local Business Preference Compliance Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program," requires prime contractors to use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The Contractor is not considered a local business and they will be self-performing all the project work. ENVIRONMENTAL IMPACT: Section 21084 of the California Public Resources Code requires Guidelines for Implementation of the California Environmental Quality Act ("CEQA"). The Guidelines are required to include a list of classes of projects which have been determined not to have a significant effect on the environment and which are exempt from the provisions of CEQA. 2 City Council Staff Report October 23,2019--Page 3 Award Construction Contract, CP 18-12 In response to that mandate, the Secretary for Resources identified classes of projects that do not have a significant effect on the environment, and are declared to be categorically exempt from the requirement for the preparation of environmental documents. In accordance with Section 15301 "Existing Facilities," Class 1(g) projects consist of the new copy on existing on and off-premise signs. Therefore, in accordance with Section 15301(g), , staff determined that the City Sign Inventory Program, City Project No. 18-12, is considered categorically exempt from CEQA and a Notice of Exemption will be prepared and filed with the Riverside County Clerk. FISCAL IMPACT: The estimated cost of the first phase of the traffic sign replacement program is identified in the following Table. Table of Project Costs Amount Capital Projects 19/20 $135,000 Project Administration Estimated $ 12,000 Construction Inspection Estimated $ 12,000 Construction Contract $100,201 Construction Contingency $ 10,000 RemainingBudget: $799 Sufficient funds are budgeted and available in the Gas Tax Fund 133-4298-50190 for this project. SUBMITTED: -7:: Marcus L. Fuller, MPA, PLS, PE David H. Ready, Esq. Assistant City Manager/City Engineer City Manager Attachments: 1. Public Integrity Disclosure Form 2. Staff Report Dated June 5, 2019 3. Construction Contract 3