Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CO 2025-010 - Lawrence W. Rosine Co.
i CITY OF RANCHO. CUCAMONGA PUBLIC WORKS SERVICES DEPARTMENT. . �l P Y 0I Rcim3 ilPC:,�ii: c31"PIO��g 19iR ;; r✓BER RANCHC)f CUCAIV ONGA CONT CT FA WITH LAWRENCE W. ROSINE CO. FOR TIDE COUNCIL CHAMBERS CARPETING AND SEATI REPLACEMENT PROJECT AWARD DATE: Wednesday,January 15, 2025 f RANCHO CUCAMONGA CITY OF RANCHO CUCAMONGA PUBLIC WORKS SERVICES DEPARTMENT E � P NOTICE INVITING BIDS FOR PROPOSAL,CONTRACT AND SPECIFICATIONS FOR COUNCIL CHAMBERS CARPETING & SEATING REPLACEMENT PROJECT PREPARED BY: P ' CITY OF RANCHO CUCAMONGA 10500 CIVIC CENTER DRIVE RANCHO CUCAMONGA,CALIFORNIA 91730 (909)477-2740 i CAH MARTIN PUBLIC WORKS SERVICES DIRECTOR 1 Mayor L.Dennis Michael I Mayor Pro Tem Lynne B.Kennedy Council Members Ryan A.Hutchison,Kristine D.Scott City Manager John R.Gillison RANCHOCITY OF • • 10500 Civic Center Drive Rancho Cucamonga,CA 91730 1-909-477-2700 (www.CityofRC:us �x 10/1/2024 ADDENDUM NO. I COUNCIL CHAMBERS CARPETING AND SEATING REPLACEMENT PROJECT To: All Plan Holders Pursuant to the Specification, Instruction to Bidders, Section G, Addendums,holders of bid proposals, contracts and specifications and project plans of the above project are hereby directed to make the following corrections, additions,and/or deletions to any and all copies of plans and specifications in their possession: 1. The attached PLAN HOLDER QUESTIONS AND CITY RESPONSES sheets are incorporated into the bid documents Pursuant to the Instruction to Bidders,Section G,Addendums,a signed copy of this.addendum acknowledging receipt shall be returned to the City prior to bid opening or attached to bid documents, Acknowledgement of receipt Kenneth Fung PE, Associate Engineer Mayor L Dennis Michael I Mayor Pro Tern Lynne B.Kennedy Council Members Ryan A.Hutchison,Kristine D.Scott City ManagerJohn R.Gillison CITY OF ♦ • A • A 10500 Civic Center Drive Rancho Cucamonga,CA 91730 1-909-477-2700 www.CityofRC.us 10/t/2024 ADDENDUM NO.2 COUNCIL CHAMBERS CARPETING AND SEATING REPLACEMENT . PROJECT To: All Plan Holders Pursuant to the Specification, Instruction to Bidders, Section G,Addendum~; holders of bid proposals, contracts-and specifications and project plans of the above project are hereby directed to make the following corrections,additions,and/or deletions to any and all copies of plans and specifications in their possession: 1. The bidder's attention is directed to the BID PROPOSAL,Proposal,Schedule of Cost and Lump Sum Amounts,delete sheet P-2 of 15 and replace with attached sheet P-2A of 15; For Base Bid item 5,the quantity is changed from 228 EA to 226 EA. During the 9117/24 pre- bid meeting,226 existing chairs were counted as being in the Council Chambers. 2. The bidder's attention is directed to the SPECIAL PROVISIONS,delete"DO NOT USE FOR BID" sheet P-2 of 15'and replace with attached"DO NOT USE FOR BID" sheet P-2A-1 S; For Base Bid item 5,the quantity is changed from 228 EA to 226 EA. 3. The bidder's attention is directed to the PROJECT PLANS,sheet GO.], PROJECT DATA, Refer to note 2 of the"Scope of Work Includes:"section: At the end of the first sentence,line out the quantity of 238 chairs and replace with the quantity of 226 chairs. 4. The bidder's attention is directed to the PROJECT PLANS,sheet GO.1, PROJECT DATA: Refer to note 2 of the"Scope of Work Includes:"section: Line out the second sentence. The City does not want the existing chairs. Per Base Bid item 5 of the BID PROPOSAL,the contractor is responsible for removing and disposing of the 226 existing chairs. Pursuant to the Instruction to Bidders, Section G,,Addendutris,a signed copy of this•addendum acknowledging receipt shall be returned to the City prior to bid opening;or attached to bid documents.. Acknowledgement of receipt Kenneth King PE, Associate Eng'incer TABLE OF CONTENTS NuticeInvitino 13ids................................................................................................ ........ ...rd-i thru 4 Instructions tc Bidders ............................................................ ... ....... ........ I-1 thru 7 A. Proposals B. Delivery of Proposals C, Withdrawal of Proposals 1). Disqualification of,Bidders and Proposals E, Signature of Contractor F. Bid Bond G. Addendum I . Fxamination of Plan:, Sperifir.ation�, and Site of Wcrx I. Fatirnated Ot.jantifies J. Competency of Bidder K. Award and Exnc:ution of Contract L. Return of Proposal Guarantee M. City Business License N. Equivalent Material O. Pre-Bid Mooting Bid Dar.,. irTiP.ntfi to SLlhrnit for Proposals, Proposal ............................................................ ... ........... F'-1 thru 15 Schedule of Unit Cost and Lurnp Sum Amounts Bidder Agreement Bidder Information Subcontractors Declaration of Eligibility to Contract Certificate of Non-Discrimina.lion by Gontractom Non-Collusion Affida\,it Bid Bonds Contract Agreement ........... . . ..................................................................................... C i thru 6 Faithful Performance Bi.)nd.. ........... .......................................................... ... ........... .............B-1 t-abor and Moteriai.. Bond ... ........... ........................................... .................. ....... ......B 2 thru :3 Compensation Insurance Gertificet�: ...................................................... ............... ............. IBIS-1 Ma,nter.ance Guarantee Bond.................................................... ........... ..............................4dIB i Table of Contents SPECIAL PROVISIONS SPECIFICATIONS—Governed by "Green Book" Standard Specifications AMENDMENTS to "Green Book" Standard Specifications DART i - GENERAL PROVISIONS Section 1 -Terms, Definitions, Abbreviations; Units of Measure and' Syrribril......................... .. GP-1 Section 2 - Scope and Control of the Work. ........11111............ GP-2 t tru 5 Section 3 Changes in Work............................... ........... ...............................................GP-3 thru 7 Section 4 -Control of Materials .......................... ......................................................... GP-8 thou 10 Section5 - Utilities .............................................................................................................. GP-1 1 Section 6 - Prosecution, Progress and Acceptance of the tiNcrk..................................GP-12 th,,u 13 Spctian 7 - Respensibiliiies of the Contractor...... ........... ...........................................GP-14 thru 22 Section 8 -Facil ties for Agency Personnel........... ........... ....................................................... GP-23 Section 9 -Measurement and Payment....................... ...............................................G10-24 thru 25 Table of Contents APPENDICES 1. City Working Days Calendar 2. Sample of Previously Approved Certificates of Insurance Note: City Permits may be obtained on-line via the City's website, www.cityofrc.us or in person at City Hall (10500 Civic Center Drive, Rancho Cucamonga, CA 91730). NOTICE INVITING SEALED BIDS FOR PROPOSALS FOR CITY COUNCIL.CARPET&SEATING REPLACEMENT PROJECT NOTICE IS HEREBY GIVEN that the City of Rancho Cucamonga will receive at the Office of the City Clerk in the offices of the City of Rancho Cucamonga, on or before the hour of 2:00 p.m. on Tuesday, October 8, 2024, sealed bids or proposals for the "CITY COUNCIL CARPET & SEATING REPLACEMENT PROJECT" in said City.The scope of work to be performed consists of, but not limited to,the removal and replacement of existing carpeting and public seating within the Council Chambers along with the removal and replacement of existing carpeting in-adjacent areas plus other related work. The contract documents call for 30 working days to complete the Base Bid construction. If the Additive Bid is awarded, 10 additional working days will be added to the contract length. Engineer's Estimate is$135,000.00. A mandatory pre-bid meeting and site tour will be held on Tuesday, September 17, 2024, beginning at 10:00 am. The pre-bid meeting location is at 10500 Civic Center Drive,Rancho Cucamonga,CA 91730. Refer to item"0.Pre-Bid Meeting"of the"Instructions to Bidders" section of the bid documents for the appropriate directions. Attendees are required to sign in at the Pre-Bid meeting. Bids from companies that did not have a representative sign in at the Pre-Bid Meeting will be rejected. The project plans have been reviewed and approved by the City's Building and Safety (B&S)Department. The B&S file number for this project is PMT 2024-00901. If the project is awarded, the contractor must obtain the necessary permit(s) for this project from the B&S department. Bids.will be publicly opened and read outside the front doors of the Civic Center, 10500 Civic Center Drive, Rancho Cucamonga, California 91730. Bids must be made on a form provided for the purpose, addressed to the City of Rancho Cucamonga, California, marked, "Sealed Bid for Construction of CITY COUNCIL CARPET & SEATING REPLACEMENT PROJECT." PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public work is performed,and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. As such, a copy of prevailing wage rates may be found at httas://www.dir.ca.gov/Public-Wnrks/Prevallin-a-Wage.htmi. The Contracting Agency also shall cause a copy of such determinations to be posted at the job site. No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 (with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)). No contractor or subcontractor may be awarded a contract for public work on a public works N-1 project unless registered with the Department of Industrial Relations pursuant to Labor Cade section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. For all projects, the contractors and subcontractors must furnish electronic certified payroll records to the Labor Commissioner. Pursuant to provisions of Labor Code Section 1775, the Contractor shall forfeit, as penalty to the City of Rancho Cucamonga, not more than two hundred dollars ($200.00) for each laborer, workman, or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages herein before stipulated for any work done under the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the,apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: A. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request of certificate, or B. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it Is replacing at least 1/30 of Its membership through apprenticeship training on an annual basis statewide or locally, or D. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticable trade on such contracts and if other Contractors on the public works site are making such contributions. The Contractor and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. N-2 Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract and the Contractor and any subcontractor under him shall comply with and be governed by the laws of the State of California having to do with working hours as set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho Cucamonga, twenty-five dollars ($25.00) for each worker employed in the execution of the contract by the respective contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of this article. Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such rtravel and subsistence payments are defined in the applicable collective bargaining agreement filed in accordance with Labor Code Section 1773.1. The bidder must submit with his proposal,cash,cashier's check,certified check,or bidder's bond, payable to the City of Rancho Cucamonga for an amount equal to at least 100/0 of the amount of said bid as a guarantee that the bidder will enter into the proposed contract if the same is awarded to him, and in event of failure to enter into such contract said cash, cashiers' check, certified check, or bond shall become the property of the City of Rancho Cucamonga. If the City of Rancho Cucamonga awards the contract to the next lowest bidder, the amount of the lowest bidder's security shall be applied by the City of Rancho Cucamonga to the difference between the low bid and the second lowest bid, and the surplus, if any shall be returned to the lowest bidder. The amount of the bond to be given to secure a faithful performance of the contract for said work shall be 100% of the contract price thereof, and an additional bond in an amount equal to 100% of the contract price for said work shall be given to secure the payment of claims for any materials or supplies furnished for the performance of the work contracted to be done by the Contractor, or any work or labor of any kind done thereon, and the Contractor will also be required to furnish a certificate that he carries compensation insurance covering his employees upon work to be done under contract which may be entered into between him and the said City of Rancho Cucamonga for the construction of said work. Contractor shall possess any and all contractor licenses, in form and class as required by any and all applicable laws with respect to any and all of the work to be performed under this contract; including, but not limited to, a Class "B" License (General Building Contractor) or Class "C-15" (Flooring and Floor Covering Contractor) in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000 et. seq.) and rules and regulation adopted pursuant thereto. The Contractor, pursuant to the "California Business and Professions Cade," Section 7028.15, shall indicate his or her State License Number on the bid, together with the expiration date, and be signed by the Contractor declaring, under penalty of perjury, that the information being provided is true and correct. The work is to be done in accordance with the profiles, plans, and specifications of the City of Rancho Cucamonga on file in the Office of the City Clerk at 10500 Civic Center Drive, Rancho Cucamonga, California. N-3 In an effort to go green and paperless,digital copies of the plans,specifications, and bid proposal, including any future addenda or revisions to the bid documents, are available by going to www.cir)list.com and signing up, by going to Member Login or Member Signup (it's free), then choose California, then scroll down to San Bernardino County and click on Browse Cities, then scroll down to Rancho Cucamonga and click on City Projects,then click on the Project of interest under the Title and follow directions for download. Note, copies of the plans, specifications, bid proposal, addendums and revisions will not be provided, digital copies must be downloaded from the above website then printed. Prospective bidders must register for an account on www.cialist.com to be included on the prospective bidder's list(s)and to receive email updates-of any addenda or revisions to the bid documents. Be advised that the information contained on this site may change over time and without notice to prospective bidders or registered users. While effort is made to keep information current and accurate and to notify registered prospective bidders of any changes to the bid documents, it is the responsibility of each prospective bidder to register with www.eiplist.com and to check this website on a DAILY basis through the close of bids for any applicable addenda or updates.. No proposal will be considered from a Contractor to whom a proposal form has not been issued by the City of Rancho Cucamonga to registered prospective bidders from www.ciplist.com. The successful bidder will be required to enter into a contract satisfactory to the City of Rancho Cucamonga. In accordance with the requirements of Section 9-3.2 of the General Provisions, as set forth in the Plans and Specifications regarding the work contracted to be done by the Contractor, the Contractor may, upon the Contractor's request and at the Contractor's sole cost and expense, substitute authorized securities in lieu of monies withheld (performance retention). The City of Rancho Cucamonga, reserves the right to reject any or all bids. All questions regarding this Notice Inviting Sealed Bids for "CITY COUNCIL CARPET & SEATING REPLACEMENT PROJECT" must be in writing(e-mail preferred and received by the City no later than 5:00 pm on Tuesday,September 24,2024. The City is not responsible for questions/e-mails undeliverable. Questions/e-mails shall be directed to: Andy Miller and Kenneth Fung Facilities Superintendent Associate Engineer 8794 Lion Street 8794 Lion Street Rancho Cucamonga, CA 91730 Rancho Cucamonga, CA 91730 (909) 477-2740, ext. 4094 (909) 477-2740, ext 4139 E-mail address: andv.miller06itvotrc.us e-mail address: kenneth.funa@citvofrc.us ADVERTISE ON: Tuesday, September 3,2024 and Tuesday, September 10, 2024 NA �_ 1 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals under these specifications shall be submitted on the blank forms furnished herewith. When presented, all forms must be completely made out in the manner and form indicated and must also meet the following requirements: 1. The bidder shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respective spaces provided for this purpose. In the case of unit basis items, the amount set forth under the "Total" column shall be the product of the unit price multiplied by the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for the item,the unit price shall prevail, except however, that if the amount set forth as a unit price is ambiguous, unintelligible or uncertain for any cause, or if it is.omitted, or in the case of unit basis items, is the same amount as the entry in the'Total" columns, or in the case of lump sum items, is not the same amount as the entry in the "Total" column, then the amount set forth in the `Total" column for the item shall prevail in accordance with the following: (1) As to lump sum items,the amount set forth in the"Total"column shall be the unit price. (2) As to unit basis items, the amount set forth in the "Total" column shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. The bidder shall also set forth in both words and clearly legible figures the`Total Bid Amount" in the spaces provided at the bottom of the Bid Schedule. Bidder shall place a "Post It"note(1.5" X 2" minimum size)at the upper right corner of sheet P-5 of the Bid Proposal to help the representative from the City Clerk's office find the Total Base Bid Amount. 2. The proposal must be properly signed by the bidder, whose address, telephone number, and California Contractor's license number must be shown. 3. The Contractor shall perform with his own organization and with workmen under his immediate supervision, work of a value not less than 50% of the total value of all work embraced in the contract. Where an entire item is subcontracted,the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. With the proposal,the Contractor shall list(a)the name,address,and the California Contractor License Number of each subcontractor who will perform work included in the contract, and (b) the portion of work which will be done by each subcontractor. All subcontractors performing work in excess of 112%of the total value of the contract or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of 1/2% of the total value of the contract or ten thousand dollars ($10,000.00) whichever is greater, shall be listed. The successful bidder shall be prohibited from performing work on this project with a subcontractor who is ineligible to perform work on the project pursuant to Section 11777.1 or 1777.7 of the Labor Code. I-1 4. Bid must be accompanied by cash, cashier's check, certified check, or surety bond in an amount not less than(10%)of the total amount of bid. Checks and bond shall be made payable to the City of Rancho Cucamonga. 5. The correction of any discrepancies in or omission from the drawings, specifications or other contract documents or any interpretation thereof during the bidding period will be made only by written addendum. See Item G, Addendum, for further information and instructions. 6. Bids shall not contain any recapitulation, inserted by the Bidder,of work to be done. Alternative proposals will not be considered unless specifically requested. No oral or telephone modifications will be considered. - 7. ........:.. Each bid shall be valid for no less than 90 days after the opening of the proposals. 8. No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. B. DELIVERY OF PROPOSAL Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID FOR CITY COUNCIL CARPET & SEATING REPLACEMENT PROJECT IN THE CITY OF RANCHO CUCAMONGA." Proposals may be mailed or delivered by messenger. However, it is the bidder's responsibility alone to ensure delivery of the proposal to the City Clerk prior to the bid opening hour stipulated in the Notice Inviting Bids. Late proposals will not be considered. C. WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the bidder. Such request must be delivered to the City Clerk prior to the bid opening hour stipulated in the Notice Inviting Bids. Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee. The withdrawal of the proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time to do so. D. DISQUALIFICATION OF BIDDERS AND PROPOSALS The bidder's attention is directed to the"California Business and Professions Code,"Section 7028.15, which requires the Contractor to indicate his or her State License Number on the bid, together with the expiration date, and be signed by the Contractor declaring, under penalty of perjury, that the information being provided is true and correct. "Any bid not containing this information, or a bid containing information which is subsequently proven false, shall be considered non-responsive and shall be rejected by the public agency." More than one proposal for the same work from any individual, firm partnership, corporation, or association under the same or different names will not be accepted; and reasonable grounds for believing that any bidder is interested in more than one proposal for the work will be cause for rejecting all proposals in which such bidder is interested. Proposals in which the prices are obviously unbalanced, and those which are incomplete or show any alteration of form or contain any additions or conditional or alternate bids that are not called for or otherwise permitted, may be rejected. A proposal on which the signature of the bidder has been 1-2 omitted will be rejected. E. SIGNATURE OF CONTRACTOR Corporation The signature must contain the name of the corporation, must be signed by the President and Secretary or Assistant Secretary,and the corporate seal must be affixed. Other persons may sign for the corporation in lieu of the above if a Certified copy of a resolution of the corporate board of directors so authorizing them to do so, is on file in the City Clerk's office. Partnership The names of all persons comprising the partnership or co-partnership must be stated. The bid must be signed by all partners comprising the partnership unless proof in the form of a certified copy of a certificate of partnership acknowledging the signer to be a general partner authorized to sign the contract on behalf of the partnership is presented to the City Clerk, in which case the general partner may sign. Joint Venture Bids submitted as a joint venture must so state and be signed by each joint venture. Individual ' Bids submitted by an individual must be signed by the bidder, unless a general power of attorney, not more than 60 days old, is on file in the City Clerk's office, in which case the attorney in fact may sign for the individual. The above rules also apply in the case of the use of a fictitious business name. In addition, where a fictitious name is used, it must be so indicated in the signature. F. BID BOND Bid must be accompanied by cash, cashier's check, certified check,'or surety bond in an amount not less than 10% of the total amount of bid. Checks and bond shall be made payable to the City of Rancho Cucamonga, G. ADDENDUM The correction of any discrepancies in or omission from the drawings, specifications or other contract documents or any interpretation thereof during the bidding period will be made only by written addendum. A copy of each such addendum will be posted on the internet, and it shall be the bidder's responsibility to download and print each and every posted addendum and a signed copy of the addendum shall be returned to the City prior to bid opening or attached to the bid documents. Failure to do so may result in bid rejection. Said addendum shall be made part of the contract. Any other interpretation or explanation of such documents will not be considered binding. The addendum can be found by going to www.ciplist.com, Member login, then choose California, then scroll down to San Bernardino County and click on Browse Cities, then scroll down to Rancho Cucamonga and click on City Projects, then click on the project of interest under the title and follow 1-3 directions for download. H. EXAMINATION OF PLANS, SPECIFICATIONS,AND SITE OF WORK The plans and specifications to which the proposal forms refer are on file and open to inspection in the office of the City Engineer. Bidders must satisfy themselves by personal examination of the work site, plans, specifications, and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements and difficulties under which the work must be performed. No bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature of amount of work necessary for the satisfactory completion of the job. Any errors, omissions, or discrepancies found in the plans, specifications, or other contract documents shall be called to the attention of the Resident Engineer and clarified prior to the submission of proposals. I. ESTIMATED QUANTITIES The quantities given in the proposal and contract form are approximate,being given as a basis for the comparison of bids only, and the City does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work, or to omit any portion of the work, as may be deemed advisable or necessary by the Engineer. J. COMPETENCY OF BIDDER The bidder shall be 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 and shall be skilled and regularly engaged in the general class or type of work called for under this contract. To assist in the determination of competency, the Contractor shall complete the attached 'Bidder Information"form. K. AWARD AND EXECUTION OF CONTRACT Acceptance or Resection The City of Rancho Cucamonga, reserves the right to reject any or all bids. Award of Contract The lowest responsive bidder will be calculated per Section 20103.8 (c) of the Public Contract Code as the lowest BASE BID AMOUNT. However, the City reserves the right to award a contract, if it be awarded, to the lowest responsive bidder by either of the following two options: 1. Total Base Bid Amount 2. Total Base Bid Amount+Additive Bid Amount A proposal will not be considered if it does not include both the Base Bid and the Additive Bid(s) and 1-a no proposal will be considered from a Contractor to whom a proposal form has not been issued by the City of Rancho Cucamonga. No proposal will be considered from a Contractor to whom a proposal form has not been issued by the City of Rancho Cucamonga to registered prospective bidders from www.ciplist.com. The award, if made, will be made as expeditiously as possible after the opening of the proposals and in recognition of Section A.7. above. In no case will an award be made until all necessary investigations are made into the responsibility of the bidder to whom it is proposed to award the contract. Contractor shall possess any and all contractor licenses, in form and class as required by any and all applicable laws with respect to any and all of the work to be performed under this contract; including, but not limited to,a Class"B" License(General Building Contractor) or Class'C-15" License(Flooring & Floor Coverings Contractor) in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000,et. seq.)and rules and regulations adopted pursuant thereto at the time this contract is awarded. Bonds The Contractor shall furnish a good and sufficient surety bond issued by a surety company authorized to do business in the State of California in the sum equal to 100%of the total bid, conditioned for the Faithful Performance by the Contractor of all covenants,stipulations any agreements contained in said contract; an addition, the Contractor shall furnish a Labor and Materials Bond and a sum equal to 100%of the contract price, as required by the provisions of Section 9554 of the California Civil Code. Workers' Compensation Before commencing any work under the contract,the successful bidder must file with the Engineer a certificate by an insurance carrier authorized under the laws of the State to insure employers against liability for compensation under the "Worker's Compensation Insurance and Safety Act," stating that such bidder has taken out for the term for which the contract is to run, compensation insurance covering his full liability work or labor necessary to carry out the provisions of this contract, and an agreement to immediately notify said Engineer if said policy should lapse or be canceled. In the event that such policy should become inoperative at any time before the completion of the work, all work shall cease immediately until a new policy is obtained and any time so lost shall not entitle Contractor to any extension of time. Execution of Contract The Contract shall be signed by the successful bidder and returned together with the other required documents, within fifteen (15) days after the bidder has received notice that the contract has been awarded, unless extended by said City Council in writing. No proposal shall be considered binding upon the City until the execution of the contract. Failure to execute a contract and file acceptable documents as provided herein within fifteen(15)days from receipt of notice of award shall be just cause for the annulment of the award. In the event of failure to enter into such contract, the lowest bidder's security (cash,cashier's check, certified check, or bond) shall become the property of the City of Rancho Cucamonga. 1-5 If the City of Rancho Cucamonga awards the contract to the next lowest bidder, the amount of the lowest bidder's security shall be applied by the City of Rancho Cucamonga to the difference between the low bid and the second lowest bid, and the surplus, if any shall be returned to the lowest bidder. Liquidated Damages and Working Days Attention is directed to the provisions of Section 6-9 of the Specifications. The Contractor shall pay to the City of Rancho Cucamonga the sum of $2,800.00 per day for each and every calendar day's delay in finishing the work in excess of 30 working days (for the Base Bid) plus 10 additional working days if the Additive Bid is also awarded.. L. RETURN OF PROPOSAL GUARANTEE The cash, check or bond of a bidder to whom the contract has been awarded will be returned to him after all of the acts, for the performance of which said security is required, have been fully performed. The cash,checks or bonds of the remaining qualified bidders will be returned when the bidder to whom the contract has been awarded has properly executed and returned all of the required Contract Documents. Cash, checks or bid bonds of other bidders will be returned when their proposals are rejected or in any event at the expiration of 90 days from the date of award of contract. M. CITY BUSINESS LICENSE Municipal Ordinances requires the issuance of a City Business License as a condition precedent to being engaged as a Contractor within the City. N. EQUIVALENT MATERIALS Attention is directed to the provisions of Section 4-1.6 of the Standard Specifications for Public Works Construction. O. PRE-BID MEETING A mandatory pre-bid meeting is scheduled on Tuesday, September 17, 2024, beginning at 10:00 1 rn at the Council Chambers of the Rancho Cucamonga Civic Center, 10500 Civic Center Drive, Rancho Cucamonga, CA 91730. Approximate Directions: Exit the 1-10 Freeway at Haven Avenue Proceed north on Haven Avenue After driving under the railroad tracks, continue north past Arrow Route The next traffic signal after Arrow Route will be Civic Center Drive Turn right (east) onto Civic Center Drive Proceed east past the building then turn left (north) at the first road (it has no name) Proceed north for a short distance then turn left (west) to enter the City parking lot (If you drive past the City parking lot entrance,turn left(west)at the"T'intersection. There is another entrance to the City parking lot) Park in one of the designated public parking stalls on the north half of the parking lot I-ti The meeting will start near the large rock sculpture and fountain. Complete the"Sign In"sheet After a short description about the bidding process, attendees will proceed to the Council Chambers and adjacent project areas. Attendees are required to sign in on the "Sign In" sheet. Bids from companies that did not have a representative sign in at the pre-bid meeting will be rejected. BID DOCUMENTS TO SUBMIT FOR PROPOSAL 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. € Schedule of Unit Cost and Lump Sum Amounts € Bidder Agreement € Bidder Information € Subcontractor € Declaration of Eligibility to Contract € Certificate of Non-Discrimination by Contractors € Non-Collusion Declaration € Bid Bond 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. Bidder P-i of 15 Council Chamber Carpet & Seating Replacement Project Required Bid Proposal Forms PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "CITY COUNCIL CARPET&SEATING REPLACEMENTPROJECT" TO THE CITY OF RANCHO CUCAMONGA: The undersigned bidder declares that he has carefully examined the location of the proposed work, that he has examined the Plans, Special Provisions and Specifications, and read the accompanying Instruction to Bidders, and hereby proposes and agrees, if this proposal is accepted, to furnish all material and do all the work required to complete the said work in accordance with the Plans,Special Provisions and Specifications, in the time and manner therein prescribed for the unit cost and lump sum amounts set forth in the schedule.on the following Proposal. BASE BID: Council Chambers Item Description 14y~y Y- Reference caty. Unit Unit Price No, Specification Price 1. Mobilization 1 LS $700.00 $700.00 2. Remove Existing Baseboard, Prepare Wall for New Rubber Baseboard per Keynote 2.001 (300-1) 1 LS Scope Removed per addendum#1 3. Remove Existing Flooring, Prepare Slab to Receive New Finish per Keynote 2.002 (300-1) 1 LS $8,000.00 $8,000.00 4. Remove Existing Wooden Stair Landing per Keynote $150.00 $300.00 2.003 (300-1) 2 EA 5. Remove Existing Audience (300-1) Seating per Keynote 2.004 226 EA $26__:50 $5,989.00 .,........,,,..w..,.,........,....,Bidder...,...,.,.., ,.W...,..�,_.. P-2A of 15 Council Chamber Carpet & Seating Replacement Project Required Bid Proposal Forms PROPOSAL SCHEDULE OF COST AND(LUMP SUM AMOUNTS "CITY COUNCIL CARPET &SEATING REPLACEMENTPROJECT" Item Description Reference Unit Unit Price No. p Specification Oty. Price 5. Temporarily Remove Existing Floor Speakers. Store and Protect. Reinstall Speakers in kind after New Flooring has been Installed per Keynote $600.00 10.001 (300-1) 1 LS $600.00 7 Install New 6" Rubber Baseboard per Keynote 9.001 1 LS Scope Removed per addendum#1 8. Install New Carpeting per Keynote 9.002 1 LS $25,000,00 $25,000.00 9. Install New Roppe Black Ribbed Rubber Insert with Rubber Riser per Keynote 1 LS $800.00 $800.00 9.003 10. Install New Walk Off Carpet by Glass Door Entrance to Council Chambers Building per Keynote 9.004 t LS $800.00 $800.00 11. Install New Metal Floor Transition Strip per Keynote 9.005 1 LS $200.00 $200.00 12. Install New Roppe Rubber Tread Profile per Keynote 9.006 t LS $800.00 $800.00 Bidder P-3 of 15 Council Chamber Carpet £i Seating Replacement Project Required Bid Proposal Forms •r PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "CITY COUNCIL CARNET& SEATING REPLACEMENTPROJECT" Item ..� - ------_ - ---------------Reference - -----...-.--.---------Unit ,,. No. ®ascription Specification Qty. Unit Price Price -13 o �- - — -- — , Install New Roppe Rubber- -- #50 Tile/Carpet Joiner Carpet to Stair Transition per Keynote 9.007 1 LS $1 -- $100.00 14. Install New Fixed Audience Seating per Keynote 10.002 239 EA $618.00 $147,702.00 15. Install New Removable Seats for Accessible Seating per Keynote 10.004 4 EA $618.00 $2,472-00 16. Supply, as Attic Stock, New Carpeting from the Same Manufacturing Lot as the Carpeting Stated in Keynote 9.002. New $260.00 $1,300.00 Carpet must be in 5 BOXES Unopened Boxes Bidder P-4 of 15 Council Chamber Carpet & Seating Replacement Project Required Bid Proposal Forms r - PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "CITY COUNCIL CARPET&SEATING REPLACEMENTPROJECT" Item- _.---._ _-------- -• -- _ -" Reference - - ----------------^Ur~it --- _-- No. Description Specification Qty. Unit Price Price TOTAL BASE BID AMOUNT IN NUMBERS: '.. $194,763.00 TOTAL BASE BID AMOUNT IN WORDS: One hundred ninety-four thousand seven hundred,sixty-three In case of discrepancy between the written price/amount and the numerical price/amount, the written price;amount shall prevail. .....-....... _ --- - Bidder P-5 of 15 Council Chamber Carpet & Seal(ng Replacement Pro)ect Required Bid Proposal Forms PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "CITY COUNCIL CARPET& SEATING REPLACEMENTPROJECT" Reference' --- .----- Unit -_ No Description Specification Qty. Unit price Price ADDITIVE BID: Adjacent Meeting Rooms (2) and Adjacent Corridors(2) 17. Remove Existing Baseboard, Prepare Wall for New Rubber Baseboard per Keynote 2.001 (300-1) $400.00 $400.00 1 LS 18. Remove Existing Flooring, Prep Slab to Receive New Finish per Keynote 2.002 (300.1) $2,300.00 $2,300.00 1 LS -- -- 19. Temporarily Remove Existing Conference Tables and Seating Store and Protect. Reinstall in Kind after New Floor is in Place per Keynote 10.003 1 LS $900.00 $900.00 20. Install New 6" Rubber Baseboard per Keynote 9.001 1 LS $1,500.00 $1,500.00 21. Install New Carpet per Keynote 9.002 1 LS $10,000.00 $10,000.00 22. Supply, as Attic Stock, New Carpeting from the Same Manufacturing Lot as the Carpeting Stated in Keynote 9.002. New Carpet must be in Unopened Boxes 2 BOXES $260.00 $520.00 Bidder P-6 of 15 Council Chamber Carpet & Seating Replacement Protect Required Bid Proposal Forms PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "CITY COUNCIL CARPET& SEATING REPLACEMENTPROJECT" Item- Description Reference ®ty. Unit Unit Price No. Specification Price TOTAL ADDITIVE BID AMOUNT IN NUMBERS:_ $15,620.00 TOTAL,ADDITIVE BID AMOUNT IN WORDS: Fifteen thousad six hundred twenty dollars and zero cents In case of discrepancy between the written price/amount and the numerical price/amount, the written price/amount shall prevail. TOTAL BASE BID + ADDITIVE BID AMOUNT IN NUMBERS: $210,383.00 J ^ Two hundred ten thousand three hundred TOTAL BASE BID + ADDITIVE BID AMOUNT IN WORDS: eighty-three and zero cents_ In case of discrepancy between the written price/amount and the numerical price/amount, the written price/amount shall prevail. Bidder P-7 of 15 Council Chamber Carpet & Seating Replacement Project Required Bid Proposal Forms r - BIDDER AGREEMENT The undersigned also agrees as follows: FIRST: Within 15 calendar days from the receipt of the Notice of Award of Contract, to execute the contract, and to furnish to the City of Rancho Cucamonga, two (2) satisfactory bonds in the amounts specified in the Notice Inviting Bids guaranteeing the faithful performance of the work and payment of bills. SECOND: To begin work within ten (10) calendar days after the date specified in the Notice to Proceed and to prosecute said work in such a manner as to complete it within 30 working days for the Base Bid plus 10 additional working days if the Additive Bid is awarded after such specified date. Accompanying this proposal is cash, a cashier's check, or a certified check of a bidder's bond for not less than 10% of the total amount of the bid payable to the City which is to be forfeited, as liquidated damages, if, in the event the contractor does not execute the contract and furnish satisfactory bonds under the conditions and within the time specified in this proposal, otherwise said cash, cashiers'check, certified check, or bidders' bond is to be returned to the undersigned. Within 15 calendar days after award of the contract, the City of Rancho Cucamonga will return the bidder's bond accompanying such proposal not considered in making the award. All other bidders' bonds will be held until the expiration of 90 days from the date of the award of contract. They will then be returned to the respective bidders whose proposals they accompany. BIDDER: Lawrence W. Rosine Co. IMPORTANT NOTICE: If bidder is a corporation, state legal name of corporation and names of the president, secretary, treasurer, and manager; co-partnership, state true name of firm and names of all individual copartners composing firm; or an individual, state first and last names in full. "I declare under penalty of perjury of the laws of the State of California the representations made herein are true and correct in accordance with the requirements of California Business and Professions Code Section 7028.15." 173235 _ _ 03.31.2026 California State Contractors License Number �^ Expiration Date P-8 of 15 Council Chamber Carpet & Seating Replacement Project Required Bid Proposal Forms 4_1�i- f Bidder Agreement(continued) Andrew Rosine-President Signature Name/Title Date Justin Alford Vice-President M-9 -2. a ure Name/Title Date Tammy Alford-Secretary �-`� 2-+ Signat a Name/Title Date Signature Name/Title Date Signature and title of the officer(s) set forth above shall be authorized to sign contracts on behalf of the corporation, co-partnership or individual. If signature is by an agent, other than an officer of the corporation or a member of a partnership, a Power of Attorney must be on file with the City of Rancho Cucamonga prior to or at time of bid opening; otherwise the bid will be subject to rejection by the City of Rancho Cucamonga. P-9 of 15 • Council Chamber Carpet & Seating Replacement Project Required Bid Proposal Forms BIDDER INFORMATION The bidder shall furnish the following information. Additional sheets may be attached if necessary. Name of Firm: Lawrence W. Rosine Co. Type of Firm: y Corporation Individual —, Partnership Business Mailing Address: 8640 Red Oak Rd Rancho Cucamonga CA, 91730 Place of Business: 8640 Red Oak Rd Rancho Cucamonga CA, 91730 626-962-4915 Telephone No.: Contractor's License: State: CA License No.: 173235 Public Works DIR No.: 1000011274 Names and titles of all Andrew Rosine- President , members of the firm: Justin Alford-Vice President, Ta+x my-Aftrd-Secretary Number of years as a contractor in construction work of this type: 66 Three projects of this type recently completed: Date Owner's Name & Contract Amount Type of Project Completed Address `See-attacf ied�— Person who inspected site of the proposed work for your firm: Name: Claudia Olguin Inspection 09/17/2024 Date: NOTE: If requested by the City, the Bidder shall furnish a notarized financial statement, references,and other information, sufficiently comprehensive to permit an appraisal of his current financial condition. Bidder l -10 of 15 Council Chamber Carpet & Seating Replacement Project Required Bid Proposal Forms LNfAj. Lawrence W. R®sine Co. Commercial Floor Covering Contractors 88640 Red Oak St Rancho Cucamonga CA 91765730 Office: 626-962-4915 ` Three projects of this type recently completed: Contract Amount Type of Project Date Completed Owner's Name &Address Removal and disposal 08/30/2024 City of Cerritos $ 63,288.00 of existing flooring, 18025 Bloomfield install owner- Funished flooring Cerritos, CA and contractor funished base. Second Floor $ 32,700.00 Removal and disposal 09/22/2023 City of Lakewood of existing flooring, 5050 Clark St install owner- Funished flooring Lakewood, CA and contractor funished base @ the Center ballroom & lobby $ 28,098.00 Removal and disposal of existing flooring, City of Cerritos Install owner- Funished flooring 07/05/2023 18025 Bloomfield and contractor funished base Cerritos, CA back of house offices Lawrence W. Rosine Co. CA► Lic.: #173235 SUBCONTRACTORS In compliance with Section 2-3 of the Standard Specifications and the Provisions of the Public Contract Code Section 4100,the undersigned bidder herewith sets forth the name, location of the place of business and California Contractors License Number of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or improvement in an amount in excess of one-half of one percent (1/2%) of the general contractor's total bid or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of one percent (1/2%) of the general contractor's total bid or ten thousand dollars ($10,000.00), whichever is greater and the portion of the work which will be done by each subcontractor as follows: Subcontractor's Business License DIR Description of Percent (%) Name Address No No. Work of Total Bid Irwin SeatingCompany 436516 1000002442 Removalanddisposalofexisting 65 p y 3251 Fruit Ridge Ave N W audience seating,procurement Grand Rapids,Ml 49544 and installation of new Mad and movable audience seating. Total IG of the work to be performed by Subcontractors listed above: 65 % Effective July 1, 2014, the bidder shall provide the California Contractor License Number of each subcontractor listed. New Section 4104 contains the following language: "An inadvertent error in listing the California contractor license number provided pursuant to paragraph (1) shall not be grounds for filing a bid protest or grounds for considering the bid nonresponsive if the corrected contractor's license number is submitted to the public entity by the prime contractor within 24 hours after the bid opening and provided the corrected contractor's license number corresponds to the submitted name and location for that subcontractor." Bidder P-11 of 15 Council Chamber Carpet & Seating Replacement Project Required Bid Proposal Forms DECLARATION OF ELIGIBILITY TO CONTRACT (Labor Code Section 1777.1; Public Contract Code Section 6109) The undersigned contractor, certifies and declares that: 1. The undersigned contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code,which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code,from bidding on,being awarded,or performing work as a subcontractor on a public works project for specified periods of time. 2. The undersigned contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or any other provision of law. 3. The undersigned contractor is aware of California Public Contract Code Section 6109, which states: "(a) A public entity, as defined in Section 1100 (of the Public Contract Code), may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project-with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project." 4. The undersigned contractor has investigated the eligibility of each and every subcontractor the undersigned contractor intends to use on this public works project, and determined that none of them is ineligible.to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code, Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. The undersigned declares under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this 4 day of October , 2024, at Rancho Cucamonaa(place of execution), W �aKme: ur Title: Vice-President' � Company:Aawrence-W.-Rosine_Co. P-12 of 115 Council Chamber Carpet & Seating Replacement Project Required Bid Proposal Forms CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS As suppliers of goods or services to the City of Rancho Cucamonga,the firm fisted below certifies that it does not discriminate in its employment with regard to age, disability, race, color, religion, sex, sexual orientation or national origin, that it is in compliance with all federal, state and local directives and executive orders regarding non-discrimination in employment;and that it agrees to demonstrate positively and aggressively the principle of equal opportunity in employment. 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 firm. FIRM: Lawrence W. Rosine Co. TITLE OF PERSON S NING: Vi e-President SIGNATURE: DATE: 1 44/2024 Please include any additional information available regarding equal opportunity employment programs now in effect within your firm. P-13 of 15 Council Chamber Carpet & Seating Replacement Project Required Bid Proposal Forms NON-COLLUSION DECLARATION The undersigned declares: I am the Vice-Presidentof Lawrence W. Rosine Co. , the 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 colluded, conspired, connived, or agreed with any bidder or anyone else to put in a 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 10/04/2024 (date), at Rancho Cucamonga (city), CA (state). *Signature P-14 of 15 Council Chamber Carpet & Seating Replacement Project Required Bid Proposal Forms BID BOND KNOW ALL MEN BY THESE PRESENT: THAT Lawrence W.Rosine Co. as Principals, and Markel Insurance Company , as Surety, are held and firmly bound unto THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDINO, hereinafter called the City, in the sum of Ten percent of the total amount bid by the Principal(10%) dollars (not less than ten 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 all work required under the Contract Documents entitled: "CITY COUNCIL CARPET & SEATING REPLACEMENT PROJECT" NOW, THEREFORE, if said Principal is awarded a contract by said City and, within the time and in the manner required under the headings "Instruction to Bidders" and "Schedule of Unit Cost and Lump Sum Amounts" bound with said Specifications, enters into a written contract on the form of agreement bound with said Specifications and furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, 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 judgment is recovered, 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 4th day of October 2024 . Lawrence W. Rosine Co. (Seal) Markel l9surance Company (Seal) Business Name of Bidder(Principal) Busin As Name of Surety ignature) \ (Signature) Samantha Title: UZ��C 6f,% Title: Attorney-in-Fact Individual Partnership Corporation Other, explain P-15 of 15 Council Chamber Carpet & Seating Replacement Project Required Bid Proposal Forms 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. CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On October 4, 2024 before me Dylan Parker, Notary Public, personally appeared Samantha Orf who proved to me on the basis of satisfactory evidence to be the personal whose names) is/am subscribed to the within instrument and acknowledged to me that he/she/ executed the same in#is/her/#heif authorized capacity#es), and that by his/her/the*signature(s)on the instrument the person(s), or the entity upon behalf of which the personw 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 my hand and official seal. *my DYLAN PARKER Notary Public.CaliforniaRiverside CpuntySignature (Seal) Commission;b384867 Comm.Expires Nov 30,2025 POA# 510005 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That SureTec Insurance Company,a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris,Texas and Markel Insurance Company(the"Company"),a corporation duly organized and existing under the laws of the state of Illinois,and having its principal administrative office in Glen Allen,Virginia,does by these presents make,constitute and appoint: George A.DeCristo,Shannon Lopez,Beth Kolpien,Epi Carter,Samantha Orf Their true and lawful agent(s)and attorney(s)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal and deliver for and on their own behalf,individually as a surety or jointly,as co-sureties,and as their act and deed any and all bonds and other undertaking in suretyship provided,however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED,That the President,any Senior Vice President,Vice President,Assistant Vice President,Secretary,Assistant Secretary,Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any officer or attorney,of the company,qualifying the attorney or attorneys named in the given power of attorney,to execute in behalf of,and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company,as the case may be,all bond undertakings and contracts of suretyship,and to affix the corporate seal thereto." IN WITNESS WHEREOF,Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 23rd day of August 2024 . SureTec Insurance Company �6VRAiV ��gV' cF��'�, gMarkelrance Co ny gyp` "_�•'9 C� ����='aw'�'1ft�'n0- a Ui By: mod+ 1 5 i��''�4?lS ~� By ' Michael C.Keimig, esident `••- ' '�i * +,��` , Ice President * inn ill State of Texas County of Harris: On this 23rd day of August 1 2024 A.D.,before me,a Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES,tome personally known to be the individuals and officers described in,who executed the preceding instrument,and they acknowledged the execution of same,and being by me duly sworn,disposed and said that they are the officers of the said companies aforesaid,and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies,and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies,and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. +,,�assrrtsri�ii IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my Officijt3ea a!���arris,the day and year first above written. •� �� •' ii By: � Chelsea Turner,Notary Public rF4: My commission expires 7/6/2028 OF We,the undersigned Officers of SureTec Insurance Company and Markel Ini4C7o1dSt, b`y+2ertify that the original POWER OF ATTORNEY of which the foregoing is a full,true and correct copy is still in full force and effect and has r'eifibe8l'is •.L ��rrrt'iuN++,` IN WITNESS WHEREOF,we have hereunto set our hands,and affixed the Seals of said Companies,on the 4th day of October 2024 SureTec Insurance Company Markel Insurance Company By. _ By: M.Bren Beaty,Assistant Secretary drew Marquis,Assists ecretary Any Instrument Issued in excess of the penalty stated above is totally void and without any validity. 510005 For verification of the authority of this Power you may call(713)812-0800 on any business day between 8:30 AM and 5:00 PM CST. CONTRACT AGREEMENT KNOW ALL MEN BY THESE PRESENT: That the following agreement is made and entered into, in triplicate, as of the date executed by the City Clerk and the Mayor, by and between LAWRENCE W. ROSINE CO. , hereinafter referred to as the "CONTRACTOR" and the City of Rancho Cucamonga, California, hereinafter referred to as "CITY." WHEREAS, pursuant to the Notice Inviting Sealed Bids or Proposals, bids were received, publicly opened, and declared on the date specified in said notice; and WHEREAS, City did accept the bid of Contractor; and WHEREAS, City has authorized the City Clerk and Mayor to enter into a written contract with Contractor for furnishing labor, equipment, and material for the construction of"Project Title." NOW THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools, materials, appliances, and equipment for and do the work for the" Project Title."Said work to be performed in accordance with specifications and standards on file in the office of the City Engineer and in accordance with bid prices hereinafter mentioned and in accordance with the instruction of the City Engineer. 2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The aforesaid specifications are incorporated herein by reference thereto and made a part hereof with like force and effect as if all of said documents were set forth in full herein. Said documents, the Resolution Inviting Bids attached hereto, together with this written agreement, shall constitute the entire contract between the parties. This contract is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the Contractor whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this written agreement, the provisions of this written agreement shall control. 3. TERMS OF CONTRACT: The undersigned bidder agrees to execute the contract within fifteen (15) days from the date of notice of award of the contract or upon notice by City after the fifteen (15) days, and to complete his portion of the work within Condays working days from the date specified in the Notice to Proceed. The bidder agrees further to the assessment of liquidated damages in the amount of LIQUID AMOUNT for each calendar day the work remains incomplete beyond the expiration of the completion date. City may deduct the amount thereof from any-monies due or that may become due the Contractor under this contract. Progress payments made after the scheduled date of completion shall not constitute a waiver of liquidated damages. 4. INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required hereunder in a company or companies acceptable to City nor shall the Contractor allow any subcontractor to commence work on his subcontract until all insurance required of the subcontractor has been obtained. The Contractor shall C-1 take out and maintain at all time during the life of this contract the following policies of insurance: a. Workers Compensation Insurance: Before beginning work, the Contractor shall furnish to the Engineer a certificate of insurance as proof that he has taken out full compensation insurance for all persons whom he may employ directly or through subcontractors in carrying out the work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract. In accordance with the provisions of Section 3700 of the California Labor Code, every contractor shall secure the payment of compensation to his employees. Contractor, prior to commencing work, shall sign and file with the City a certification as follows: "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 of that Code, and I will comply with such provisions before commencing the performance of the work of this contract." b. For all operations of the Contractor or any subcontractor in performing the work provided for herein, insurance with the following minimum limits and coverage: (1) General Liability - Bodily Injury (not auto) $2,000,000 each person; $2,000,000 each accident. (2) General Liability - Property Damage (not auto) $1,000,000 each accident; $2,000,000 aggregate. (3) Contractor's Protective - Bodily Injury$1,000,000 each person; $2,000,000 each accident. (4) Contractor's Protective-Property Damage$1,000,000 each accident; $2,000,000 aggregate. (5) Automobile - Bodily Injury$2,000,000 each person; $3,000,000 each accident. (6) Automobile - Property Damage $2,000,000 each accident. C. Each such policy of insurance provided for in paragraph "b." shall: (1) Be issued by an insurance company approved in writing by City,which is qualified to do business in the State of California. The insurance company shall have a policy holder rating of A or higher and a Financial Class VII or higher established by A.M. Best Company Rating Guide; (2) Name as additional insured the City, its elected officials, officers, agents and employees, and any other parties specified in the bid documents to be so included; (3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under said policy; (4) Contain a clause substantially in the following words: "It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City C-2 of a written notice of such cancellation or reduction of coverage as evidenced by receipt of a registered letter." (5) Otherwise be in form satisfactory to City. d. The policy of insurance provided for in subparagraph "a."shall contain an endorsement which: (1) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c. (2) hereof to be listed as additional insured in the policy of insurance provided for in paragraph "b." by reason of any claim arising out of or connected with the operations of Contractor or any subcontractor in performing the work provided for herein; (2) Provides it shall not be canceled or altered without thirty(30) days' written notice thereof given to City by registered mail. e. The Contractor shall at the time of the execution of the contract present the original policies of insurance required in paragraphs"a."and "b." hereof, or present a certificate of the insurance company, showing the issuance of such insurance, and the additional insured and other provisions required herein. Refer to Appendix Item X of the Special Provisions for an example of an approved set of Certificates of Insurance. The "Name(s), Organization(s) and/or Political Subdivision(s)" in the "Additional Insured..." endorsement form(s) and in the "Waiver..." endorsement form(s) must be worded exactly as shown in the example. Generic "Blanket" endorsements are not acceptable. 5. PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the office of the City Clerk of the City of Rancho Cucamonga, 10500 Civic Center Drive, Rancho Cucamonga, California, and are available to any interested party on request. City also shall cause a copy of such determinations to be posted at the job site. Pursuant to provisions of Labor Code Section 1775,the Contractor shall forfeit, as penalty to City, not more than two hundred dollars ($200.00) for each laborer, workman, or mechanic employed for each calendar day or portion thereof if such laborer, workman, or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. 6. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5 of the Labor Code as amended by Chapter 971, Statutes of 1939, and in accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the prosecution of the work. C-3 Attention is directed to the provisions in Section 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: a. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or b. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or d. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticable trade on such contracts and if other contractors on the public works site are making such contributions. The Contractor and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. 7. LEGAL HOURS OF WORK: Eight(8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract, and the Contractor and any subcontractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3, of the Labor Code of the State of California as amended. The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho Cucamonga,twenty-five dollars ($25.00)for each worker employed in the execution of the contract by the respective contractor or subcontractor for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of this article. 8. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and subsistence pay C-4 to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.1. 9. CONTRACTOR'S LIABILITY: The City of Rancho Cucamonga and its elected officials, officers, agents and employees shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workmen, employees of the Contractor or his subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. The Contractor shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever, except the sole negligence or willful misconduct of the City, its employees, servants, or independent contractors who are directly responsible to City during the progress of the work or at any time before its completion and final acceptance. The Contractor will indemnify City against and will hold and save City harmless from any and all actions, claims, damages to persons or property, penalties, obligations, or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, or activities of the Contractor, his agents, employees, subcontractors, or invitees provided for herein, whether or not there is concurrent passive or active negligence on the part of City, but excluding such actions, claims, damages to persons or property, penalties, obligations, or liabilities arising from the sole negligence or willful misconduct of City, its employees, servants, or independent contractors who are directly responsible to City, and in connection therewith: a. The Contractor will defend any action .or actions filed in connection with any of said claims, damages, penalties, obligations, or liabilities and will pay all costs and expenses, including attorneys'fees incurred in connection therewith. b. The Contractor will promptly pay any judgment or award rendered against the Contractor or City covering such claims, damages, penalties, obligations, and liabilities arising out of or in connection with such work, operations, or activities of the Contractor hereunder or reasonable settlement in lieu of judgment or award, and the Contractor agrees to save and hold the City harmless therefrom. C. In the event City is made a party to any action or proceeding filed or prosecuted against the Contractor for damages or other claims arising out of or in connection with the project, operation, or activities of the Contractor hereunder, the Contractor agrees to pay to City any and all costs and expenses incurred by City in such action or proceeding together with reasonable attorneys'fees. So much of the money due to the Contractor under and by virtue of the contract as shall be considered necessary by City may be retained by City until disposition has been made of such actions or claims for damage as aforesaid. 10. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons C-5 upon public works because of age, disability, race, color, religion, sex, sexual orientation or national origin of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. 11. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the material and doing the prescribed work per the unit prices set forth in accordance with Contractor's Proposal. IN WITNESS WHEREOF, the parties hereto have caused these present to be duly executed with all the formalities required by law on the respective dates set forth opposite their signatures. State of California Contractor's License#: 173235 Date Signatur Print Name &Title SignaturAll Print Name&Title CITY OF RANCHO CUCAMONG , CALIFORNIA By: L. BY: 13'eWig Micha , Mayo 'ii1l Sevl City Clerl 2 20 2025 Date Contractor's Business Phone Number: 626-962-4915 Emergency Name and Phone Number at which Contractor can be reached at any time: C-6 Bond No. 4480268 CONTRACT Premium:$3,030.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENT: THAT LAWRENCE W. ROSINE CO. as Principal, and Markel Insurance Company , as Surety, 'are held and firmly bound unto the City of Rancho Cucamonga, hereinafter called City, in the just and full amount of Two hundred ten thousand three hundred eighty-three dollars (Written) $ 210,383.60 (Figures) payment whereof we hereby bind ourselves, our heirs, executors administrators, successors and assigns,jointly and severally, firmly by these presents. Given under our hands and sealed with our seal this 10th day of February20 25. The condition of the foregoing obligation is such that, i WHEREAS, the above-named principal is about to enter into a contract with the City, whereby said principal agrees to construct "COUNCIL CHAMBERS CARPETING AND SEATING REPLACEMENT PROJECT' in accordance with the AGREEMENT dated February 4,2025 which said contract is hereby referred to and made a part hereof to the same extent as if the same were herein specifically set forth; ; NOW, THEREFORE, if the said principal shall well and truly do and perform all things agreed by the principal in said contract to be done and performed,then this obligation is to be void;otherwise 1 it will remain in full force and effect; PROVIDED, that for value received the undersigned stipulate and agree that no amendment, change, extension of time, alteration or addition to said contract, or agreement, or of any feature or item or items of performance required therein or thereunder shall in any manner affect the obligations of the undersigned under this bond; and the surety does hereby waive notice of such amendment, limitation of time for bringing action on this bond by the City, change, extension of time, alteration or addition to said contract or agreement and of any feature or time of performance required therein or thereunder. i WITNE our hands th' 10thd o ' Februa , 2025. Lawrence W. Rosine Co. By: / Title: Sama a Orf,Attomey-in-F ct Surety: Markel Insurance om an By: Gib I' Individual _ Partnership ✓ Corporation is Other, explain, SIGNATURES OF CONTRACTOR MUST BE ACKNOWLEDGED BEFORE A NOTARY PUBLIC. PLEASE ATTACH APPROPRIATE ACKNOWLEDGMENT FORMS (INDIVIDUAL, PARTNERSHIP, CORPORATION, ETC.). f ` l f" is S 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. CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On February 10, 2025 before me Dylan Parker, Notary Public, personally appeared Samantha Orf , who proved to me on the basis of satisfactory evidence to be the persons}whose name(s) is/afe subscribed to the within instrument and acknowledged to me that he/she/fey executed the same in h s/her/theif authorized capacity#*, and that by t4s/her/th&signature(es)on the instrument the person(s), or the entity upon behalf of which the person(O 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 my hand and official seal. *my DYLAN PARKER Notary Public-California Riverside County Signature (Seal) ZCommission#2384467 Comm.Expires Nov 30,2025 4 POA# 510005 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That SureTec Insurance Company,a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris,Texas and Markel Insurance Company(the"Company"),a corporation duly organized and existing under the laws of the state of Illinois,and having its principal administrative office in Glen Allen,Virginia,does by these presents make,constitute and appoint: George A.DeCristo,Shannon Lopez,Beth Kolpien,Epi Carter,Samantha Orf Their true and lawful agent(s)and attorney(s)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal and deliver for and on their own behalf,individually as a surety or jointly,as co-sureties,and as their act and deed any and all bonds and other undertaking in suretyship provided,however, that the penal sum of any one such Instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED,That the President,any Senior Vice President,Vice President,Assistant Vice President,Secretary,Assistant Secretary,Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any officer or attorney,of the company,qualifying the attorney or attorneys named in the given power of attorney,to execute in behalf of,and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company,as the case may be,all bond undertakings and contracts of suretyship,and to affix the corporate seal thereto." IN WITNESS WHEREOF,Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 23rd day of August , 2024 . SureTec Insurance Company `6V�Nc O ``%Jt ANc,, gMarkelrance Co ny to 0 Cr Michael C.Keimig, esident '�, ��.�` , rce President State of Texas County of Harris: On this 23rd day of August 1 2024 A.D.,before me,a Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES,tome personally known to be the individuals and officers described in,who executed the preceding instrument,and they acknowledged the execution of same,and being by me duly sworn,disposed and said that they are the officers of the said companies aforesaid,and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies,and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies,and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. `,s��rrrrrr���� IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my Offiail3eae�drJtkv' larris,the day and year first above written. P _ By: . Chelsea Turner,Notary Public OF OF p.: My commission expires 7/6/2028 We,the undersigned Officers of SureTec Insurance Company and Markel Inst; C�2 Iyrertify that the original POWER OF ATTORNEY of which the foregoing is a full,true and correct copy is still in full force and effect and has tSA wow- �� ��rrrnr�ssss,, IN WITNESS WHEREOF,we have hereunto set our hands,and affixed the Seals of said Companies,on the 1 Oth day of February 2025 SureTec Insurance Company Markel Insurance Company By._ By: M.Bren Beaty,Assistant Secretary drew Marquis,Assists ecretary Any Instrument Issued in excess of the penalty stated above is totally void and without any validity.'610005 For verification of the authority of this Power you may call(713)812-0800 on any business day between 8:30 AM and 5:00 PM CST. CALIFORNIA 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 1 County of San Bernardino T On Feb . 10 . 2025 before me, Justin Alford, Notary Public Date Here Insert Name and Title of the Officer personally appeared Andrew Rosine Nome(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose nameW ism subscribed to the within instrument and acknowledged to me that he/fey executed the same in hisWe##hrtq authorized capacity(ies), and that by hislherftfTe r signature.(ayon the instrument the person(;or the entity upon behalf of which the persons) acted, executed the instrument. «.. •••.«; I certify under PENALTY OF PERJURY under the o.F�« JUSTIN�ALFORD laws of the State of California that the foregoing COMM # 2447024 T. paragraph is true and correct. + Los Angeles County r California Notary Publl� WITNESS my hand and official seal. q t�`P Comm Exp June11, 2027: . ............. Signature we Place Notary Seal and/or Stamp Above Signa re of Notary Public 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: Performance Bond Document Date: 2-10-25 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer-Title(s): ❑ Corporate Officer-Title(s): ❑ Partner- ❑ Limited ❑ General ❑ Partner- ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: ©2019 National Notary Association r Bond No.: 4480268 Premium included in Performance Bond PAYMENT BOND (Labor and Materials) KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS the CITY OF RANCHO CUCAMONGA (name of City) ("City") has awarded to i LAWRENCE W.ROSINE CO. 8640 Red Oak Rd, Rancho Cucamonga,CA 91730 I (Name and address of Contractor) ("Principal'), a contract (the"Contract")for the work described as follows: COUNCIL CHAMBERS CARPETING AND SEATING REPLACEMENT PROJECT WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW THEREFORE, we, the undersigned Principal, and Markel Insurance Company s 4521 Highwoods Pkwy, Glen Allen,VA 23060 i (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of Two hundred ten thousand three hundred eighty-three dollars ($ 210,383.00 ), this amount being not less than one hundred percent(100%)of the total contract price, in lawful money of the United , States of America, 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. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to !, pay any of the persons named in Section 9100 of the California Civil Code, or any amounts due i= under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor performed under the Contract, the Surety will pay for the same in an amount not exceeding the penal sum specified in this bond; otherwise, this obligation shall become null and void. i r s' B-2 is 6 s� is i I;: Payment Bond (continued) This bond shall insure to the benefit of any of the persons named in Section 9100 of the California Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon the bond. In case the suit is brought-upon this bond, Surety further agrees to pay all court costs and reasonable attorneys'fees in an amount fixed by the court. FURTHER, the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, addition or modification to the terms of the Contract, or of the work to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code Sections 2845 and 2849. E IN WITNESS WHEREOF, two (2)identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below,the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. t t Date: February 10,2025 "Principal" "Surety" LAWRENCE W.ROSINE CO. Markel I rarice Company By: By, 4�z Its ItS Attomey-in-Fact,Sam tha Orf By: / By; N/A 4 N Its Its (Seal) (Seal) i. Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached: r B-3 i k 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. CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On February 10, 2025 before me , Dylan Parker, Notary Public, personally appeared - " Samantha Orf who proved to me on the basis of satisfactory evidence to be the person(s)whose name(&) is/afe subscribed to the within instrument and acknowledged to me that he/she/"executed the same in#pis/her/##iei,r authorized capacity(ies�, and that by his/her/ signature(s)on the instrument the person(s), or the entity upon behalf of which the persons)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 my hand and official seal. y,.." DYLAN PARKER Y r Notary Public-California Z Riverside County Signature (Seal) Commission#2384867 - (G My Comm,Expires Nov 30,2025 l POA# 510005 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That SureTec Insurance Company,a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris,Texas and Markel Insurance Company(the"Company"),a corporation duly organized and existing under the laws of the state of Illinois,and having its principal administrative office in Glen Allen,Virginia,does by these presents make,constitute and appoint: George A.DeCristo,Shannon Lopez,Beth Kolpien,Epi Carter,Samantha Orf Their true and lawful agent(s)and attorney(s)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal and deliver for and on their own behalf,individually as a surety or jointly,as co-sureties,and as their act and deed any and all bonds and other undertaking in suretyship provided,however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED,That the President,any Senior Vice President,Vice President,Assistant Vice President,Secretary,Assistant Secretary,Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any officer or attorney,of the company,qualifying the attorney or attorneys named in the given power of attorney,to execute in behalf of,and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company,as the case may be,all bond undertakings and contracts of suretyship,and to affix the corporate seal thereto." IN WITNESS WHEREOF,Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 23rd day of August 2024 . SureTec Insurance Company `�6VRANCFCO gvl,aHCF'i,�� XMarkelrance Co ny W IYBy' • By: Michael C.Keimig, esident `•••.-••� '�, ,TI .�` Ice President State of Texas County of Harris: On this 23rd day of August 1 2024 A.D.,before me,a Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES,tome personally known to be the individuals and officers described in,who executed the preceding instrument,and they acknowledged the execution of same,and being by me duly sworn,disposed and said that they are the officers of the said companies aforesaid,and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies,and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies,and that Resolutions adopted by the Board of Directors of said Companies referred to In the preceding instrument is now in force. ,,�trst��trrrr� IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my Officij& a larris,the day and yearfirst above written. V��p PRY P�6l��'9 By: � p-e Q Chelsea Turner,Notary Public My commission expires 7/6/2028 OF Z. p We,the undersigned Officers of SureTec Insurance Company and Markel Ins4C�dy,fb`y�ertify that the original POWER OF ATTORNEY of which the foregoing is a full,true and correct copy is still in full force and effect and has rfei s� of, IN WITNESS WHEREOF,we have hereunto set our hands,and affixed the Seals of said Companies,on the 1 Oth day of February 2025 SureTec Insurance Company Markel Insurance Company VVI _ L By,_ By: M.Bren Beaty,Assistant Secretary 114drew Marquis,Assista ecretary Any Instrument Issued in excess of the penalty stated above is totally void and without any validity. 510005 For verification of the authority of this Power you may call(713)812-0800 on any business day between 8:30 AM and 5:00 PM CST. CALIFORNIA 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 1 County of San Bernardino J} On Feb . 10 , 2025 before me, Justin Alford, Notary Public , Date Here Insert Name and Title of the Officer personally appeared Andrew Rosine & Tammy Alford Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s).islare subscribed to the within instrument and acknowledged to me that F hre/they executed the same inbisµiH-r/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. .••••� ...... JUSTIN.•••• .ALFORD•••••'"•••••••"' °F I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing t' 'ra �� COMM # 2447024 z " Los Angeles County:;' paragraph is true and correct. California Notary Public WITNESS m hand and official seal. Comm Exp June 11, 2027: y Signature Place Notary Seal and/or Stamp Above Sign re of Notary Public 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: Payment Bond Document Date: 2—10—2 5 Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Partner— ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: 02019 National Notary Association