Superior Pavement Markings Inc - BidADDENDUM NUMBER 2
TO: All Prospective Bidders and Plan Holders
FROM: Ubaldo Ay6n, Assistant Construction Manager
DATE: January 06, 2023
SUBJECT: Project No. 2021-04, Citywide Striping Refresh
The following shall be considered as incorporated into the project plans and specifications for the
above referenced project. Portions of plans and specifications not specifically mentioned in this
Addendum remain in force.
• PROJECT SPECIFICATIONS
Section 1210:
Section 1210 is replaced: the following is a summary of the changes:
Additive Alternate Schedule 3 is added to refresh the striping at an additional
location within the City of La Quinta
Schedule of Value Item 27 description changed pavement marking removal method
to grinding per the specifications.
Section 4000:
Sheet 4000-3. Section 4.3: Refresh Existing Striping, add the followingparaciraph
after paragraph 2:
Contractor shall remove and replace raised pavement markers for all existing stripes being
upgraded from 4" to 6" that are confined by raised pavement markers. Caltrans Standard
details include but are not limited to: Detail 16, Detail 19, Detail 22, Detail 25, Detail 25A,
Detail 25B, Detail 26, Detail 26A, Detail 26B, Detail 27, Detail 29, Detail 32, Detail 34,
Detail 35, Detail 44A, Detail 44B, and Detail 45.
Sheet 4000-3 & 5. Subsection 4.3 and 4.4, Replace the section with the following:
As Reads:
Payment for Striping and Pavement Markings shall be considered as included in the Lump Sum
bid for Signing and Striping, Including AI! Incidentals and shall include full compensation
for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work
involved in traffic stripes, markers, and pavement markings, including establishing alignment for
stripe and layout work as shown on the plans and as required in the Specifications.
E
Is Amendet� to Read:
Payment for painting pavement striping and markings shall be included in the Lump Sum
Unit Price of Sinning and Striping, Including All Incidentals (defined per bid schedule)
and shall include full compensation for furnishing all labor, material (including adhesives,
glass beads, and paint), tools, equipment and incidentals, street swaeping_as_rgauired.
grubbing as required, and for the work involved in installing striping, markings, and markers,
complete and in place, including establishing alignment for stripe and layout work as shown
on the plans and as required in the Specifications, and no additional compensation will be
allowed therefore.
■ PROJECT PLANS
Additional Plan sheet is considered as included in the plan set to add an additional area
within the City of La Quinta to refresh striping.
CLARIFICATIONS
Q-1. Does the refresh work need to be upgraded to new Caltrans Standard or are we
refreshing as existing?
A.1 Yes, upgrade to new Caltrans Standard
Q-2. Does refresh striping and markings need to be removed prior to restripe?
A.2 No, unless it is in conflict with proposed stripe
Q-3. Do we need to remove existing raised pavement markers prior to refresh, if existing
needs to be upgraded to new Caltrans Standard?
A.3 Yes, if existing stripe is confined by raised pavement markers and in
conflict with proposed stripe
Q-4. Will the Agency provide a laydown area for equipment and material for this project?
A.4 Contractor will be responsible to provide laydown yard. City may have
locations Contractor can request.
Q-5. Is refresh work required to have one or two coats paint?
A.5 Refresh work only requires one coat
Q-6. Please provide a detail for painted median nose and pavement marker.
A.6 See Appendix C in project specifications for median nose detail
Q-7. Can you provide a count on missing and damaged markers for the refresh striping
work
A.7 There is no count of damaged markers. Bidders should assume at
least 10% will need to be replaced.
Q-8. Are we being required to restripe all side streets leading up to each street being
restriped?
A.8 Yes, contractor shall refresh twenty feet beyond the limit line on all
cross streets
Q-9. Please attach section 1270 and 1280
A.9 These are attached to this addendum
Q-10. Some of the medians and one area of edge line has a lot of sand, grass and/or debris
up next to the median or edge line where the striping is to be applied. Will the city
CALI) ORNIA -
provide sweeping and/or grubbing of these area prior to striping or will we be required
to incorporate the cost of sweeping in our bid?
A.10 City Streets are regularly swept; however, 149e Contractors
responsibility to perform any additional sweepin or grubbing that may
be required to place the striping. This work is considered incidental to
the overall work.
The Contractor is hereby notified; Addendum No. 1 must be acknowledged and initialed
as stipulated under the instructions to Bidders and submitted as part of the Bid. Failure
to do so shall result in the City designating said bid as "Non -Responsive. "
APPROVED:
Ubaldo Ay6n
Assistant Construction Manager
Attachments: 1. Bid Schedule Dated 1/6/2023
2. New Plan Sheet for additional additive alternate area for refresh striping.
3. 1270-Iran Contracting Act of 2010
1280-Russian Aggression Against Ukraine Sanctions
END OF ADDENDUM NUMBER 2
CALIFORNIA -
ADDENDUM NUMBER 1
TO: All Prospective Bidders and Plan Holders
FROM: Ubaldo Ay6n, Assistant Construction Manager
DATE: December 29, 2022
SUBJECT: Project No. 2021-04, Citywide Striping Refresh
The following shall be considered as incorporated into the project plans and specifications
for the above referenced project. Portions of plans and specifications not specifically
mentioned in this Addendum remain in force.
■ PROJECT SPECIFICATIONS
Section 1100:
Sheet 1100-1. additional ore -bid location is added:
Micrgsoft.Teams . meeting
Join on your computer, mobile app or room device
Click here to join the Meeting
Meeting ID: 271 617 169 412
Passcode: vUxYyD
Download Teams I Join on the web
Learn More I Meeting options
Non -mandatory Pre -Bid Meeting will be held virtually and in -person at City Hall.
The Contractor is hereby notified; Addendum No. 1 must be acknowledged and
initialed as stipulated under the instructions to Bidders and submitted as part of
the Bid. Failure to do so shall result in the City designating said bid as "Non -
Responsive. "
APPROVED:
Ubaldo Ay6n, Assistant Construction Manager
END OF ADDENDUM NUMBER 1
1of1
�6495 Cane I:unp:r.0 I !a Juiilnla922i,ol 1 r�;o "i 711 I ; ,anv�a;auumta�a guv
SECTION 1200
BID
DATE: 01/10/2023
The undersigned, as bidder, declares it has received and examined the Contract
Document entitled Project No. 2021-04, Citywide Striping Refresh, and will
contract with the City, on the form of Contract provided herewith, to do everything
required for the fulfillment of the contract for said work at the prices and on the
terms and conditions herein contained.
We have included the following items and agree that they shall form a part of this
bid:
SECTION TITLE
1200
Bid
1210
Bid Schedule
1220
Bid Guaranty Bond
1230
Certification of Bidder's Experience and Qualifications
1240
Proposed Subcontractors
1250
Non -Collusion Affidavit
1260
DIR Project Vendor Information
1270
Iran Contracting Act of 2010
1280
Russian Aggression Against Ukraine Sanctions
We acknowledge that the following addenda have been received and have been
examined as part of the Contract Documents. Bidders must be on the Plan Holders
List with the City of La Quinta in order to receive addenda.
Addendum # Date Received Inijtialls�
1 12/29/2022
2 01/06/2023 i
Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID
GUARANTY.
Superior Pavement Markings Inc.
Name of Bidder
(714) 995-9100
Bidder's Telephone Number
Bid 1200-1
If our bid is accepted, we agree to sign the contract without qualifications and to
furnish the performance and payment bonds and the required evidence of insurance
within 10 calendar days after receiving written notice of the award of the contract.
We further agree, if our bid is accepted and a Contract for performance of the work is
entered into with the City, to so plan work and to prosecute it with such diligence
that the work shall be completed within the time stipulated.
Superior Pavement Markings Inc.
Name of Bidder
5312 Cypress Street, Cypress CA 90630
Bidder's Address
776306
Contractor's License No.
California
State of Incorporatio
c 2—
Signature of Bidder
Darren Veltz
Printed Name of Signatory
Chief Financial Officer
Title of Signatory
(714) 995-9100
Bidder's Telephone Number
estimating@superiorpavementmarkin s.com
Bidder's Email Address
08/31 /2023
Contractor's Expiration Date
Witnes
Robert Garcia, Vice President
Title of Witness
Bid 1200-2
ADDENDUM 2—1/6/2023
SECTION 1210
BID SCHEDULE
PROJECT NO. 2021-04
CITYWIDE STRIPING REFRESH
City of La Quinta
78-495 Calle Tampico
La Quinta, CA 92253
To Whom It May Concern:
Pursuant to the Invitation to Bid, and in accordance with the provisions therein
stated, the undersigned hereby proposes and agrees that on award by the City under
this Bid, to execute a Contract, with necessary bonds, to furnish and install any and
all labor, materials, transportation and services for 2021-04, Citywide Striping
Refresh, in accordance with the plans and specifications therefore adopted and on
file with the City within the time hereinafter set forth and at the prices named in this
Bid. It is understood that the basis of award shall be the lowest total price of the
Base Bid Area plus all Additive Alternates.
Unit prices in each and every case represent the true unit price used in preparing the
bid schedule totals (Bid Form). Unit prices listed herein include material, installation
and appurtenant work as is necessary to have the item complete and in place
meeting the full intent of the plans and specifications. We acknowledge that
unbalanced unit prices shall be sufficient cause for the rejection of our bid.
Bid Schedule 1210-1
ADDENDUM 2 —1 /6/2023
BASE BID — CITYWIDE STRIPING REFRESH
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
$17,500.00
Dollars
1
Mobilization
1
LS
$17,500.00
2
Traffic Control
1
LS
$ 7,500.00
$ 7,500.00
3
Refresh Pavement Striping and
1
LS
$159,911.00
$159,911.00
MarkingsIncludin All Incidentals
Total Amount of Bid Items 1 — 3
$184,911.00
City may award all or none of the following additive alternates:
ADDITIVE ALTERNATE NO. 1
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
y
Dollars
Dollars
1
LS
$ 17,500.00
$17,500.00
1
Mobilization
2
Traffic Control
1
LS
$12,000.00
$12,000.00
3
Proposed Signing and Striping,
1
LS
$162,146.00
$162,146.00
Includin All Incidentals
Total Amount of Additive Alternate Bid Items 1 — 3
$191,646.00
ADDITIVE ALTERNATE NO. 2
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Mobilization
1
LS
$1,950.00
$1,950.00
2
Traffic Control
1
LS
$ 800.00
$ 800.00
3
Paint Median Nose Yellow and
269
EA
$15.00
$4,035.00
Install Pavement Markers
4
Paint Median Taper Yellow and
29
:EAj
$ 95.00
$ 2,755.00
Install Pavement Markers
Total Amount of Additive Alternate Bid Items 1 — 4
$ 9,540.00
Bid Schedule 1210-2
ADDENDUM 2 — 1 /6/2023
ADDITIVE ALTERNATE NO. 3
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Mobilization
Dollars
Dollars
1
1
LS
$1,950.00
$1,950.00
2
Traffic Control
1
LS
$ 250.00
$ 250.00
Refresh Pavement Striping and
3
Markings, Including All
1
LS
$ 11,344.00
$ 11,344.00
Incidentals at Mobile Home
Property
Total Amount of Additive Alternate Bid Items 1 — 3
$13,544.00
GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures):
$ 399.641.00
GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words):
Three Hundred Ninety Nine Thousand, Six Hundred Forty One Dollars and Zero Cents
Bid Amount of each of the above Bid Items must be filled in and completed. It is
understood that the quantities shown hereon are but estimates and the bidder is
responsible to verify quantities prior to submitting a bid. Final/payment will be base
upon actual work performed, sir to such a ustm is and alterations as
elsewhere provided herein.
Signature of Bidder (Ink)
Darren Veltz, Chief Financial Officer
Name of Bidder (Printed or Typed)
(714) 995-9100
Bidder Telephone Number
estimating@superiorpavementmarkings.com
Bidder Email Address
Bid Schedule 1210-3
ADDENDUM 2—1/6/2023
SCHEDULE OF VALUES
A Schedule of Values is required of the two apparent low bidders and shall be
submitted within 48 hours of bid opening. Bid is subject to rejection if the
Schedule of Values is not submitted within 48 hours of bid opening. The items
listed in the Schedule of Values are not intended to reflect all of the various work
items required by the Plans and Specifications; rather, the City will use the prices in
the Schedule of Values to calculate the value of additions, deductions, and changes
in work during construction, including labor, tools, materials, equipment, and
incidentals for each indicated item. All pricing blanks shall be filled in completely by
the bidder.
Listed prices shall represent the true price used in preparing the Bid Schedule.
Prices listed herein shall include all tools, materials, installation, and appurtenant
work as is necessary to have the item constructed completely and in place, meeting
the full requirements and intent of the Plans and Specifications. Unbalanced prices
shall be sufficient cause for rejection of the bid.
UNIT PRICES
ITEM
NO.
DESCRIPTION
UNIT PRICES
UNIT
Detail 1 (Yellow Skip)
1.
$ 0.15
LF
2.
Detail 8 (White Skip)
$ 0.15
LF
3.
Detail 11 (White Skip)
$ 0.15
LF
4.
Detail 12 (White Skip)
$ 0 25
LF
5.
Detail 21 (Double Yellow)
$ 0.35
LF
6.
Detail 24 (Yellow Edge Line)
$ 0 20
LF
7•
Detail 27B (White Edge Line)
$ 0 20
LF
8•
Detail 31 (2-Way Double Left)
$ 0.45
LF
9•
Detail 37B (8" Lane Drop)
$ 0 70
LF
10.
Detail 38A (8" Lane Channel)
$ 0.30
LF
11.
Detail 39 (6" Bike Lane)
$ 0 20
LF
12•
Detail 39A (Bike Lane Drop)
$ 0.16
LF
13.
Detail 40 (White Intersection)
$ 0.30
LF
14.
Detail 41 (Yellow Intersection)
$ 0.30
LF
15.
12' WHITE
$ 2 25
LF
Bid Schedule 1210-4
ADDENDUM 2—1/6/2023
ITEM
NO.
DESCRIPTION
UNIT PRICES
UNIT
16.
STOP
$ 80.00 -
EA
17.
STOP AHEAD
$125.00
EA
18.
SIGNAL AHEAD
$140.00
EA
19.
BIKE LANE
$ 60.00
EA
20•
GOLF CART LANE
$ 30.00
EA
21.
PED XING
$120.00
EA
22.
KEEP CLEAR
$135.00
EA
23•
TYPE III ARROW
$ 60.00
EA
24.
TYPE IV ARROW
$ 45.00
EA
25,
TYPE VI ARROW
$150.00
EA
26•
TYPE VII ARROW
$ 55.00
EA
27.
PAVEMENT MARKINGS REMOVAL GRIND
$ 420.00
HOUR
28.
CERAMIC NON -REFLECTIVE RAISED PAVEMENT
MARKERS INSTALLATION
$ 3.00
EA
29.
REFLECTIVE RAISED PAVEMENT MARKERS
INSTALLATION
�I
$ 4.00
EA
30.
RAISED PAVEMENT MARKERS REMOVAL
$ 1.00
EA
31. 1
GREEN BACKROUND
$ 15.00
SF
Bid Schedule 1210-5
SECTION
COMPLIANCE WITH IRANICONTRACTING ACL OF 2010
Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.),
(a) Contractor shall be ineligible to bid on or submit a proposal for any contract for
One Million Dollars ($1,000,000) or more if Contractor engages in investment
activities in Iran as defined in Public Contract Code Section 2202.5, and/or if
Contractor is identified on the list of persons engaging in investment activities
in Iran prepared by the State of California pursuant to Public Contract Code
Section 2203 subdivision (b).
(b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify
that it is not on the list of ineligible vendors prohibited from doing business with
the State of California and shall complete the Iran Contracting Act Certification
and submit with their proposal at the time of bid. Contractor shall obtain the
Iran Contracting Act Certification in the form approved by the State of California,
or upon written request to the City Clerk's Office, a copy of the form will be
provided to Contractor. Failure by Contractor to provide the certification
required by this Section may deem Contractor's bid non -responsive.
(c) Nothing in this Section is intended to prevent the City from exercising its rights
pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both,
on a case -by -case basis.
Iran Contracting Act Certification 1270-1
IRAN CONTRACTING ACT CERTIFICATION
Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-
2208), Vendors/Bidders are ineligible to bid on or submit a proposal for any
contract with a public entity for goods or services of one million dollars
($1,000,000) or more if the Vendor/Bidder engages in investment
activities in Iran.
MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS
$1,000,000 OR MORE
Prior to bidding on, submitting a proposal, or executing a contract or renewal for a
public entity contract for goods or services of $1,000,000 or more, a vendor must
either: a) certify it is not on the current list of persons engaged in investment
activities in Iran created by the California Department of General Services ("DGS")
pursuant to Public Contract Code section 2203(b) and is not a financial institution
extending $20,000,000 or more in credit to another person, for 45 days or more, if
that other person will use the credit to provide goods or services in the energy sector
in Iran and is identified on the current list of persons engaged in investment activities
in Iran created by DGS; or b) demonstrate it has been exempted from the
certification requirement for that solicitation or contract pursuant to Public Contract
Code section 2203(c) or (d).
To comply with this requirement, please insert your vendor or financial institution
name and Federal ID Number (if available) and complete one of the options below.
Please note: California law establishes penalties for providing false certifications,
including civil penalties equal to the greater of $250,000 or twice the amount of
the contract for which the false certification was made, contract termination, and
three-year ineligibility to bid on contracts. (Pub. Cont. Code § 2205.)
OPTION #1 - CERTIFICATIQN
I, the official named below, certify I am duly authorized to execute this certification
on behalf of the vendor/financial institution identified below, and the vendor/financial
institution identified below is not on the current list of persons engaged in
investment activities in Iran created by DGS and is not a financial institution
extending twenty million dollars ($20,000,000) or more in credit to another
person/vendor, for 45 days or more, if that other person/vendor will use the credit
to provide goods or services in the energy sector in Iran and is identified on the
current list of persons engaged in investment activities in Iran created by DGS.
I certify (or declare) under penalty of perjury under the laws of the State of
California that the foregoing is true and correct.
Vendor Name/Financial Institution (Printed) NSA I Federal ID Number (or n/a)
By (Authorized Signature)
Printed Name and Title of Person Signing I Date Executed
Iran Contracting Act Certification 1270-2
OPTION #2 — EXEMPTION
Pursuant to Public Contract Code sections 2203(c) and (d), a public
entity may permit a vendor/financial institution engaged in investment
activities in Iran, on a case -by -case basis, to be eligible for, or to bid on,
submit a proposal for, or enters into or renews, a contract for goods and
services.
If you have obtained an exemption from the certification requirement
under the Iran Contracting Act, please fill out the information below, and
attach documentation demonstrating the exemption approval.
Vendor Name/Financial Institution (Printed) F eded ral ID Number (or n/a)
Superior Pavement Markings Inc. 20-4518251
By (Authorized Signature) '
Printed Name and Title of Person Signing Date Executed
Darren Veltz, Chief Financial Officer 01/10/2023
Iran Contracting Act Certification 1270-3
SECTION 1280
COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22
RUSSIAN AGGRESSION AGAINST UKRAINE
(a) Contractor shall comply with California Governor Executive Order N-6-22
regarding sanctions in response to Russian aggression in the Country of Ukraine,
and any implementing guidelines and/or economic sanctions imposed by the
United States government in response to Russian actions in Ukraine, as well as
any sanctions imposed under California law (collectively "economic
sanctions"). Contractor shall comply with all such economic sanctions. By
submitting a bid to the City, Contractor agrees to take any and all actions to
support the Ukrainian government and people as required by law, including by
refraining from new investments in, and financial transactions with, Russian
institutions or companies that are headquartered or have their principal place of
business in Russia (Russian entities), not transferring technology to Russia or
Russian entities, and directly providing support to the government and people
of Ukraine.
(b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor
shall submit a written report to the City on Contractor's compliance with the
economic sanctions, and the steps Contractor has taken in response to Russia's
actions in Ukraine, including, but not limited to, desisting from making new
investments in, or engaging in financial transactions with, Russian entities, not
transferring technology to Russia or Russian entities, and directly providing
support to the government and people of Ukraine as required by law. Failure to
submit the report required by this Section may deem Contractor's bid non-
responsive.
Please include written report h Cily if this sect!Qn" i I
SECTION 1220
PRINCIPAL, and Old Republic Surety Company, as SURETY, are held and firmly
bound unto the City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT
OF THE BID of the Principal above named, submitted by said Principal to the City
for the work described below, for the payment of which sum in lawful money of the
United States, well and truly to be made to the City to which said bid was
submitted, we bind ourselves, our heirs, executors, administrators, and successors,
jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal has
submitted the above -mentioned bid to the City, for certain construction specifically
described as follows, for which bids are to be opened at La Quinta, California.
PROJECT NO. 2021-04
CITYWIDE STRIPING REFRESH
NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the
time and manner required under the specifications, after the prescribed forms are
presented to him/her for signature enters into a written contract in the prescribed
form, in accordance with the bid, and files two bonds with the City, one to guarantee
faithful performance, and the other to guarantee payment for labor and materials as
required by law, and provide certificate of insurance coverage required by the
Contract Documents, then this obligation shall be null and void; otherwise, it shall be
and remain in full force and virtue.
IN WITNESS WHEREOF, we have hereunto set our hands on this 27th day of
December , 20282-
Superior Pavement Markings, Inc.
Me of Signatory
Signature of Principal
5315 Cypress St.
Cypress, CA 90630
Address
Old Republic Surety Company
Scott Salandi, Attorney -in -fact
Title of Signatory
B
Signat of Surety
14728 Pipeline Ave., Suite E
Chino Hills, CA 91709
Address
Note: Signatures of those executing for the surety must be properly acknowledged.
Bid Guaranty Bond 1220-1
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Orange
On U W44 71, ?ALL before me,
Lauren Emily Bierman, Notary Public
(insert name and title of the officer)
personally appeared Scott Salandi
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(X) is/an
subscribed to the within instrument and acknowledged to me that he/she/d" executed the same in
his/hayAheir authorized capacity(i*, and that by hislhayAheir signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS m hand and official seal_ C ,-b N`�'r LAUREN EMILY BIERMAN
y COMM. # 2271982 ;0
^� g NOTARY PUBLIC-CALIFORNIA :0
(y =■ ORANGE COUNTY CO)
MY COMM. EXP. JAN 16, 2023 t
Signatur (Seal)
* OLD REPUBLIC SURETY COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and
appoint:
Scott Salandi, David Jacobson of Irvine, CA
its true and lawful Attomey(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and
deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof,
(other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note
guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds), as follows:
ALL WRITTEN INSTRUMENTS
and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attomeys-in-Fact, pursuant to these presents, are ratified and confirmed.
This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD
REPUBLIC SURETY COMPANY on February 18,1982.
RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint
attomeys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to
execute and deliver and affix the seal of the company to bonds, undertakings, reeognizances, and suretyship obligations of all kinds; and said officers may
remove any such attomey-in-fact or agent and revoke any Power of Attorney previously granted to such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company
(i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant
secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be
required) by a duly authorized attomey-in-fact or agent; or
(ii) when duly executed and sealed (if a seal be required) by one or more attomeys-in-fact or agents pursuant to and within the limits of the authority
evidenced by the Power of Attorney issued by the company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or
certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such
signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be
affixed this 16th day of March 2022
OLD REPUBLIC SURETY COMPANY
rt '
o°
4
y, G00"R�,f d
4-� 3 SEAL . }
Asso ,anS 5ecraie. e' President
STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS
On this 16th day of March 2022 , personalty came before me, P Ian Pavlic_
and Karen J Haffner to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY
who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly swom, did severally depose and say: that
they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation.
rlA
gf,.t .
i I
A�aw►�, Notary Pudic
My Commission Expires: September 28 2022
CERTIFICATE (Expindion of notary's carnrnission does not invalidate this iasfrement)
I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached
Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of
Attomey, are now in force.
��4�,Sueeri •.
740043 0. SEAL . z
OR&C 2M2 (3-ae)
Patriot Risk & Ins Services LLC
Signed and sealed at the City of Brookfield, WI this
2--7&- day of
SBGfBtB '
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
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 tnrthfiilness. accuracy or validity of that document.
State of California
County of_ San Bernardino
On January 10, 2023 -.before me, Rebecca Parrs NotM Public ,
Date Here Insert name and Title of the Officer
personally appeared Darren Veltz
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/afe subscribed to the within instrument
and acknowledged to me that he/sheAhey executed the same in
his/her/th& authorized capacity(ies), and that by his/her-lth&
ipmy
REBECCA PARKA signature(s) on the instrument the person(s), or the entity upon behalf
Notary Public • Calffornls of which the person(s) acted, executed the instrument.
San Bernardino County
Commission # 2383327 1 certify under PENALTY OF PERJURY under the laws of the State of
Comm. Expires Nov 16, 2025
California that the forgoing pa graph is true and correct.
WITNESS my hand a 1ci seal.
sicit,llure 2Z
Place Notary Seal Above Signature or N&tary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Bid Bond
Document Date: December 27 2022
Signer(s) Other Than Named Above: None
Capacity(iies) Claimed by Signer(s)
Number of Pages:
Signer's Name: Darren Veltz Signer's Name:
❑ Individual ❑ Individual
X Corporate Officer — Title(s): Chief Financial Officer
❑ Partner ❑ ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
❑ Corporate Officer — Title(s):
❑ Partner ❑ ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee Top of thumb here
❑ Other:
Signer is Representing:
SECTION 1230
CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS
The undersigned Bidder certifies that he is, at the time of bidding, and shall be,
throughout the period of the contract, licensed under the provisions of Chapter 9,
Division 3, of the Business and Professions Code of the State of California, to do the
type of work contemplated in the Contract Documents. Bidder shall further certify
that it is skilled and regularly engaged in the general class and type of work called for
in the Contract Documents.
The Bidder represents that it is competent, knowledgeable, and has special skills on
the nature, extent, and inherent conditions of the work to be performed. Bidder
further acknowledges that there are certain peculiar and inherent conditions existent
in the construction of the particular facilities, which may create, during the
construction program, unusual or peculiar unsafe conditions hazardous to persons
and property. Bidder expressly acknowledges that it is aware of such peculiar risks
and that it has the skill and experience to foresee and to adopt protective measures
to adequately and safely perform the construction work with respect to such hazards.
The Bidder shall list below four (4) projects completed in the last seven (7) years of
similar size and complexity that indicate the Bidder's experience as a General
Contractor.
1. Project Name: Street Striping & Pavement Marking Services
Owner: City of Arcadia
Construction Cost: $ 106,795.00
Construction Time: Annual Contract_ ---Calendar Days
Owner's Representative: _ Dave Thompson
Owner's Telephone No.: (626) 254-2726
Date of Substantial Completion: 04/25/2022
2. Project Name: Street Stripling & Thermoplastic Markings, (22-09)
owner: City of Costa Mesa
Construction Cost: $ 137,755.61
Construction Time: Annual Contract Calendar Days
Owner's Representative:
Brenden Carpenter
Owner's Telephone No.: (714) 925-7385
Date of Substantial Completion:
06/09/2022
Bidders Experience & Qualifications 1230-1
3. Project Name: As -Needed Street Striging Services 21-3028
Owner: City of Irvine
Construction Cost: $ 386,928.00
Construction Time: _ Annual Contract _Calendar Days
Owner's Representative: Jose Alvarado
Owner's Telephone No.: (562) 762-5177
Date of Substantial Completion: 10/30/2022
4. Project Name: Annual Striping Maintenance Contract
Owner: City of Covina
Construction Cost: $ 33,217.00
Construction Time: Annual Contract Calendar Days
Owner's Representative: Hugo Guerrero
Owner's Telephone No.: (626) 705-6300
Date of Substantial Completion: 09/15/2022
Signed this �� day of IAVCkV-1 , 2023.
Superior Pavement Markings Inc.
Name of Bidder
Signature of Bidder
Darren Veltz
Printed Name of Bidder
776306
1000001476
Contractor's License No.
08/31 /2023
Expiration Date
Chief Financial Officer
Title of Signatory
DIR Reg No.
Bidders Experience & Qualifications 1230-2
SECTION 1240
PROPOSED SUB T R
Pursuant to California Public Contracting Code, Section 4100 et. seq., the following
list gives the name, business address, and portion of work (description of work to be
done) for each subcontractor that will be used in the work if the bidder is awarded
the Contract. (Additional supporting data may be attached to this page. Each page
shall be sequentially numbered and headed "Proposed Subcontractors" and shall be
signed.)
The Contractor shall perform, with its own organization, Contract work amounting
to at least 50 percent of the Contract Price except that any designated "Specialty
Items" may be performed by subcontract and the amount of any such "Specialty
Items" so performed will be deducted from the Contract Price before computing the
amount required to be performed by the Contractor with its own organization.
"Specialty Items" will be identified by the Agency in the Bid or in the Special
Provisions. Where an entire item is subcontracted, the value of work subcontracted
will be based on the Contract Unit Price.
Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No.
Signature of Bidder
Superior Pavement Markings Inc.
Name of Bidder
Proposed Subcontractors 1240-1
SECTION 1250
NON-QQLL!jSj0NAFFIDAVIT TO BE 9ME!;UTEID BY BIDDE8 AND SUBMITTED
WITH BID
State of California )
ss.
County of San Bernardino)
Darren Veltz , being first duly sworn, deposes and say that
he or she is Chief Financial Officer of Superior Pavement Markings Inc. , the
party making the foregoing bid that the bid is not made in the interest of, or on
behalf of, any undisclosed person, partnership, company, association, organization,
or corporation; that the bid is genuine and not collusive or sham; that the bidder has
not directly or indirectly induced or solicited any other bidder to put in a false or
sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed
with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from
bidding; that the bidder has not in any manner, directly or indirectly sought by
contract, agreement, communication, or conference with anyone to fix the bid price
of the bidder or any other bidder, or to fix any overhead, profit, or cost element of
the bid price, or of that of any other bidder, or to secure any advantage against the
public body awarding the contract of anyone interested in the proposed contract;
that all statements contained in the bid are true; and, further, that the bidder has
not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or
the contents thereof, or divulged information or data relative thereto, or paid, and
will not pay, any fee to any corporation, partnership, company association,
organization, bid depository, or to any member or agent thereof to effectuate a
collusive or sham bid.
Signature
Darren Veltz
Name of Bidder
Chief Financial Officer
Title
L
Date
Non -Collusion Affidavit 1250-1
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 tmthfillness. a.ccuracv_ or validity of that document.
State of California
County of San Bernardino
On _ January 10; 2023 before me, Rebecca Parra, NotaryPublic
Date Here Insert name and Title of the officer
personally appeared Darren Veltz
Names) of Signer(s)
REBECCA pARRA
Notary Aublio • CAIifornla
San Bernardino County y
COMMIS51on i 2183327
*y Comm. Expires -1ov 16, 2025 -
Place Notary Seal Above
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/&heA hey executed the same in
his/laen4#aeir authorized capacity(ies), and that by his/ber/tlaeir
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 forgoing paragraph is true and correct.
WITNESS my hand at is seal.
Signature
Signature eE Ne ry Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document
Non -Collusion Affidavit
Document Date: JanuM 10 2023 Number of Pages:
Signer(s) Other Than Named Above: None
Capacity(ies) Claimed by Signer(s)
Signer's Name: Darren Veltz Signer's Name:
❑ Individual ❑ Individual
X Corporate Officer — Title(s): Chief Financial Officer
❑ Partner ❑ ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
❑ Corporate Officer — Title(s):
❑ Partner ❑ ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
SECTION 1260
DIR P[oject Vendor InfQrn3ptlQn
Vendor Information:
Name: Superior Pavement Markings Inc.
Address: 5312 Cypress Street
Zip: 90630
City: Cypress
ST: CA
Project Manager: Dale Shults, Estimator Email: dale@superiorpavementmarkings.com
Phone: (714) 995-9100
CSLB/Certification Number: 776306
Public Works Registration No.: 1000001476
Classification:
Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum
Cement Masons Drywall Finisher Drywall/Lathers Electricians
Elevator Mechanic . _ Glaziers _ _Iron Workers X Laborers Millwrights
Operating Eng Painters Pile Drivers Pipe Trades Plasterers
Roofer SheetMetal Sound/Com Surveyor Teamster Tile Worker.
Prevailing Wages and Payroll:
The project is subject to prevailing wage rates and enforcement by the Department
of Industrial Relations (DIR). Prevailing wage rates can be obtained at:
http: //www.dir. ca.gov/Pu bl ic- Works/Preva i ling- Wage. him 1.
Contractors and subcontractors on most public Works projects are required to
submit certified payroll records to the Labor Commissioner using DIR's electronic
certified payroll reporting system. For your convenience, the link for reporting
certified payroll is: htt www.dir.ca. o Public -Works Certified -Pa roll-
Reporting.html.
A copy of certified payroll, including the
employees and/or subcontractors working on
with invoices submitted to the City of La Quinta.
names and addresses of
the job must be included
DIR Project Vendor Information 1260-1