Loading...
WGJ Enterprise Inc. dba PCI - BidSECTION 1200 BID DATE: 12/28/2022 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 a ►/�/26aj - Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. WGJ Enterprises Inc., dba PC] Name of Bidder 562-218-0504 Bidder's Telephone Number Bid 1200-1 �W CAI IFORNI.A - 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 pre -laid location Is added: Microsoft 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 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 ta Q"tra ADDENDUM NUMBER 2 TO: All Prospective Bidders and Plan Holders FROM: Ubaldo Ayon, 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: 3. - . . . . . �. . .. .. . . patuim..ruesum".z 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. Payment for Striping and Pavement Markings shall be considered as included in the Lump Sum bid for Sianina and Striping, Lagludina All 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. ta 0"461 Allfl RMA - Is Amended to Read: Payment for painting pavement striping and markings shall be included in the Lump Sum Unit Price of Sianina and Strinina. 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 sweeping as required, 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 ta Qaigra LAI IMMA 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, it is the Contractors responsibility to perform any additional sweeping 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: Digitally signed by Ubaldo AyonJr Date: 2023.01'06 13:10:16.08'00' Ubaldo Ayon 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 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. WGJ Enterprises Inc., dba PCI Name of Bidder 975 W 1 st Street, Azusa, CA Bidder's Address 415490 Contractor's License No. California State of Incorporation Signature of Bidder William G, Jacob Printed Name of Signatory President/Owner Title of Signatory 562-218-0504 Bidder's Telephone Number fvillegas@lineuppci.com Bidder's Email Address 7/31 /2023 Contractor's Expiration Date Witness Title of Witness Bid 1200-2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Californiar� r ) County of��Gl O l before me,+ Date Here Insert N e d TV of the Officer personally appeared _ 1 I 7 Name(s) of Signer(s) 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. AFUCELI FLORES avNotary Publlc - California Los Angeles County_ [ommisslcn 0 23150117 mv Comm. Expires Oct 9, 2024 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand a fficial seal Signature Signature of to Public 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: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 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 Dollars 1 Mobilization 1 LS $ $;2a o.7u 06 2 Traffic Control 1 LS $ $ 10/ J a o . -PO 3 Refresh Pavement Striping and 1 LS $ \ $56a,,,06 . Markings, Including All Incidentals Total Amount of Bid Items 1 - 3 $ 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) Dollars Dollars 1 Mobilization 1 LS $ \ $ S/vo a. vo 2 Traffic Control 1 LS $ $ 5/000. Oo 3 Proposed Signing and Striping, 1 LS $ $-21/.4c0 Including All Incidentals ju Total Amount of Additive Alternate Bid Items 1 - 3 $-2�� 1, r 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 $ �. $ D o, 06 2 Traffic Control 1 LS $ $.S, 3 Paint Median Nose Yellow and 269 EA $ v $ l �a Install Pavement Markers [ l�� •' 4 Paint Median Taper Yellow and 29 EA $ry �� $ 1, o, o:s �S Install Pavement Markers . Total Amount of Additive Alternate Bid Items 1 - 4 $ �2 -7/ a 1 d 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) Dollars Dollars 1 Mobilization 1 LS $ $ 2 Traffic Control 1 LS $ Refresh Pavement Striping and 3 Markings, Including All 1 LS $ 1_ $ Incidentals at Mobile Home Property Total Amount of Additive Alternate Bid Items 1 — 3 $ (� b GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures): $ mil% 1 3%0 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words): SL' Veri � - F� �. G' �1,� 110, r s av► � 2� �b G� { 5 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, subject to such adjustments and alterations as elsewhere '6-'a — � t0� 05 0 Signature of Bidder (Ink) Name of Bidder (Printed or Typed) . C�0 '//-) Bidder Telephone Number 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 1• Detail 1 (Yellow Skip) $ . �� LF 2• Detail 8 (White Skip) $ LF 3• Detail 11 (White Skip) $ LF 4• Detail 12 (White Skip) $ LF 5, Detail 21 (Double Yellow) $ LF 6. Detail 24 (Yellow Edge Line) $ LF 7• Detail 27B (White Edge Line) $ LF 8• Detail 31 (2-Way Double Left) $ LF 9• Detail 37B (8" Lane Drop) $ 1y LF 10. Detail 38A (8" Lane Channel) $ 3 [ f LF 11. Detail 39 (6" Bike Lane) $ LF 12. Detail 39A (Bike Lane Drop) $ LF 13. Detail 40 (White Intersection) $ S b LF 14. Detail 41 (Yellow Intersection) $ _ S p LF 15. 12' WHITE $ 1 7 6 LF Bid Schedule 1210-4 ADDENDUM 2 - 1/6/2023 ITEM NO. DESCRIPTION UNIT PRICES UNIT 16. STOP $ Ga • vb EA 17. STOP AHEAD $ J �b EA 18. SIGNAL AHEAD $ J D EA 19. BIKE LANE $ s • v0 EA 20• GOLF CART LANE $ EA 21. PED XING $ `/ J D b EA 22. KEEP CLEAR TYPE III ARROW $ v� EA 23• $ U V EA 24. TYPE IV ARROW $ vjs • J b EA 25. TYPE VI ARROW $ EA 26. TYPE VII ARROW $ a EA 27. PAVEMENT MARKINGS REMOVAL GRIND $ s-u• v HOUR 28. CERAMIC NON -REFLECTIVE RAISED PAVEMENT MARKERS INSTALLATION $ • Sv EA 29. REFLECTIVE RAISED PAVEMENT MARKERS INSTALLATION $ ev vU EA 30. RAISED PAVEMENT MARKERS REMOVAL $ + SU EA 31. GREEN BACKROUND $ a SF Bid Schedule 1210-5 SECTION 1220 BID GUARANTY BOND The Ohio Casualty Insurance PRINCIPAL, and 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 30th day of December . 2022, WGJ Enterprises, Inc. dba: PCI Title of Signatory Prd S: d dn+ D.-loeo, r ' Signature of Principal 441 /:Oyn G" C;ra Lob 975 W. 1 st Street Azusa, CA 91702 Address The Ohio Casualty Insurance Company Title of Signatory Signatu Jan Rivera, Attorney -in -Fact 790 Th4,6ty Dr. South, Suite 200 Orange, CA 92868 Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On IZ1961 24) Z-- before me, ate Lisa Marie Saumur, Notary Public personally appeared _ Jan Rivera Here Insert Name and Title of the Officer Name(s) of Signer(s) 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. LISA MARIE SA{JMUR o COMM. #2327312 z x a• Notary Public • California zo Orange County MX Comm. Ex Tres May 3 2D24 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 1-� WITNESS my hap)d and official Si 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: .S7c.4r.'iT�c'Gw(.��Cnwx� ..vw4^�-i�c.r_ avro`u4*c:Jt.!�i�c.+v�e+�..��txi� :x-<i'<rrye�e.�r,+ex.cx�i`�� v'�C•�cz.•�c^i.�es�x.rYr�,Y�cie,�-r=t.�c'��cf�K�C�=�.x.X.i.{ir{iv�se�ex.Y:S , !'I :... 02015 National Notary Association • www.Nationa[Notary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual, The Ohio Casualty Insurance Company Certificate No: 8208087-969520 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies', pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Jan Rivera, Lisa Saumur, Lourdes Landa, Mark W. Rosskopf all of the city of Irvine state of CA each individually if there be more than one named, its true and lawful attorney -in -Fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 25th day of May 2022 Liberty Mutual Insurance Company The Ohio Casualty aP oapO RRq� Jp4oaPp+a�'�s Ca° �qR� West American InsuranceCompany ce Company 6 °Com ro-m o� P Y 1912 Q 1919 n � Aur 1991 y w 6 d G N E ACYILS .fib yp3 /fA MPO a� YS '401Ax* .d� By. 'p- CID OCi / O N c`a David M. Carey, Assistant Secretary M State of PENNSYLVANIA :3 County of MONTGOMERY ss s On this 25ih day of May 2022 before me personally appeared David M. Carey, who acknowledged himseff to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casually Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. m a In W IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. yp PAgT � ,4 IItyC fiC icommonweallh of Pennsylvania - Notary Seal 14& Teresa Paslella, Notary Public aPN Montgomery County OF My commission expires March 28, 2025 B Commission number 1126044 y � lL`IA� %C. Member, Pennsylvania Association of Notaries Teresa Paslella, Notary Public 'atjy rAsY` This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, we and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 30th day of December , 2022 . IHSUR 11 INSG tNSUR JRvarr�r�tlyn� ¢��oKPprr�rF'n P apvo�r�gy�m 1912 n " 1919 1991 Ely: 0 ` IAMP°+�,a$ ors kolAot- Renee C. Llewellyn,Assistant Sit i4 t. I * td 1 * t Secretary Q O 00 00 Q " L 00 ❑o n� t= � M — o f° U LMS-12873 LMIC OCIC WAIC Multi Co 02/21 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of On iY, S f% � before me, V ��f �V�`/ I jb+,grl Fly �j� IrL Date , A' .Hie}re Insert m and itle of t e Officer personally appeared _ 11V � 1 1 I RM l jA l(� Name(s) of Signer(s) 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 PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ARACEu FLORES WITNESS my hand a official se Noflrry Au6If[ - Caiffmnfs Las Afteles County Comf"Wien N I335o67 My Comm. ExAires Oct 9, IO2� ' Signature ,- cu Signature of ttal 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: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 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: 2. Annual Street Striping Owner: City of West Hollywood Construction Cost: $ 313,603 Construction Time: 365 Owner's Representative: Helen Collins Owner's Telephone No.: 818-203-1956 Date of Substantial Completion: 412016 Project Name: Citywide Pavement Markings Owner: City of Beverly Hills Construction Cost: Construction Time: Owner's Representative: Owner's Telephone No.: Manu Dhaliwal 310-285-2513 Date of Substantial Completion: 09/2020 Calendar Days Calendar Days Bidders Experience & Qualifications 1230-1 3. Project Name: LAWA Van Nuys Airport Taxiway B Owner: LAWA Construction Cost: $ 1,335,325 Construction Time: 365 Owner's Representative: Mario Guy Owner's Telephone No.: 562-480-3925 Date of Substantial Completion: 4/16/2018 Project Name: Striping and Pavement Markings Rehab Owner: City of Bell Construction Cost: $ 501,660 Construction Time: 90 Owner's Representative.. Elizabeth Martinez Owner's Telephone No.: 323-923-2624 Date of Substantial Completion: 06/2021 Signed this 28 day of December 2022 WGJ Enterprises Inc., dba PCI Name of Bidder —�J Signature of Bidder William G, Jacob Printed Name of Bidder _,Calendar Days Calendar Days 415490 1000813536 Contractor's License No. DIR Reg No. 7/31 /2023 Expiration Date President/Owner Title of Signatory Bidders Experience & Qualifications 1230-2 SECTION 1240 PROPOSED SUBCONTRACTORS 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. none Signature of Bidder WGJ Enterprises Inc., dba PCI Name of Bidder Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of ) William G, Jacob being first duly sworn, deposes and say that he or she is President/owner of WGJ Enterprises Inc., dba PCI , 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 WGJ Enterprises Inc., dba PCI Name of Bidder President/Owner Title 12/28/2022 Date Non -Collusion Affidavit 1250-1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of O�6WVq-1IK"I) before me, (I[1!It���� Date tqere Insert Name ay lTitlel of the Officer personally appeared ) I t, AM L 1_• UA l� Name(s) of Signer(s) 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. ARACELIFLORES Notary Public - California > Los Angeles County Commission A 2335087 ��`My Comm. Expires Oct 9, 2024 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand a d official Signature Signature of 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: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 SECTION 1260 DIR Project Vendor Information Vendor Information: Name: WGJ Enterprises Inc., dba PCI Address: 975 W 1st Street Zip: 91702 Project Manager: Frank Villegas Phone: 562-218-0504 Public Works Registration No.: Classification: City: Azusa Emaik fvillegas@lineuppci.com CSLB/Certification Number: 1000813536 ST: CA 415490 Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum Cement Masons Drywall Finisher Drywall/Lathers Electricians Elevator Mechanic Glaziers Iron Workers Laborers x 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:Z/www.dir.ca.gov/Public-Works/Prevailing-WaQe.html. 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. ov 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 SECTION 1270 COMPLIANCE WITH■ Y_►► tCONTRACTING/_[C1 tOF 20� spa 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.) OPIXON # 1 - ERTIFIC►4,TI N 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) U✓6,1 lf" 6- 7 A60, ft--C Printed Name and �Title of Person Signing Federal ID Number (or n/a) 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/Fi�i4l Institution (Printed) I Federal ID Number (or n/a) By (Authorized Signature) Printed Name and Title of Person Signing I Date Executed Iran Contracting Act Certification 1270-3 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 a written report to the City if this section is avolicable.