Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
5006-2024-TCS Proposal - Statewide Traffic Safety and Signs, Inc.
The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities. Telecommunications Device for the Deaf (805) 781-7410. Notice Requesting Quotes for Traffic Control, Traffic Control Devices, Roadside Signs, and Materials Specification No. 5006-2024-TCS The City of San Luis Obispo (City) is requesting quotes for Traffic Control, Traffic Control Devices, Roadside Signs, and Materials. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app- web/vendor/register/Login.xhtml). All submittals must be received via BidSync by the Department of Finance at or before August 7, 2024 at 4:00 pm, when they will be opened electronically via BidSync. The preferred method for bid submission is paperless and electronic via BidSync. However, if you wish to submit a paper copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. A MANDATORY pre-proposal conference will be held to answer any questions that the prospective proposers may have regarding the City's request for proposals, and for the City to provide to proposers a facilities orientation program. Failure to attend the pre-submittal meeting is cause for the proposal to be rejected. City of San Luis Obispo Corporation Yard 25 Prado Rd, San Luis Obispo July 24, 2024 At 10:00AM and 2:00 PM Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. Please contact Gabe Rodriguez at mrodrigu@slocity.org with any questions. For technical help with BidSync please contact BidSync tech support at 800-990-9339. TABLE OF CONTENTS A. INTRODUCTION ......................................................................................................................................... 2 B. SCOPE ........................................................................................................................................................ 1 C. BID PRICE SHEET........................................................................................................................................ 4 E. GENERAL TERMS AND CONDITIONS ......................................................................................................... 9 F. SPECIAL TERMS AND CONDITIONS ................................................ ...........................................................11 G. PROPOSAL SUBMITTAL FORMS .............................................................................................................. 13 H. REFERENCES ............................................................................................................................................ 17 I. STATEMENT OF PAST CONTRACT QUALIFICATIONS ...................... ...........................................................19 -2- A. INTRODUCTION The City of San Luis Obispo (City) is seeking a qualified company to supply Traffic Control Devices, Roadside Signs, and Materials for purchase and or rental. Additional services desired by the City are on-call Traffic Control services that will supplement City crews during normal operations or be used during emergencies when City crews are overwhelmed. The City of San Luis Obispo is not obligated to purchase any minimum amount of good or services and the City may purchase any reasonable amount for the same unit price. Good and services will be on an “As Needed” basis. It is expressly understood and agreed that in case the City should need any item(s) or services not available within the time frame needed from the successful vendor(s) during the term of this contract, the City may solicit from vendors other than the successful vendor and shall not be in violation of any terms or conditions of said contract. B. SCOPE OF WORK 1. ROADSIDE SIGNS: All signs shall be fabricated and delivered to the City within five (5) business days from the date of the original order and delivered to the City of San Luis Obispo Corporation Yard, 25 Prado Road. All late orders will have contracted price reduced by 5% for each business day the sign is late. a. Regulatory Signs All Regulatory Signs shall be: • High Intensity Prismatic Sheeting (H.I.P.) unless otherwise specified • 0.080 aluminum for all material unless otherwise specified b. Warning Signs All Warning Signs shall be: • High Intensity Prismatic Sheeting (H.I.P.) unless otherwise specified • 0.080 aluminum for all material unless otherwise specified c. School Signs All School Signs shall be: • Diamond Grade (D.G.) unless otherwise specified • 0.080 aluminum for all material unless otherwise specified • Florescent Yellow/Green d. Street Signs All Street Signs shall be: • High Intensity Prismatic Sheeting (H.I.P.) unless otherwise specified • 0.080 aluminum for all material unless otherwise specified • Double sided • Compliant e. Unusual Signs All Unusual Signs shall be: -3- • High Intensity Prismatic Sheeting (H.I.P.) unless otherwise specified • 0.080 aluminum for all material unless otherwise specified 2. Traffic Control Services All services shall: • Arrive at the predetermined time. • No personal vehicles shall be within the work zone. • Supply adequate traffic control devices, and delineation to implement the approved TTC plans and to make any reasonable changes, adjustments, or additions to the TTC plans that would benefit the safety of the public and or workers. • All TTC devices shall be clean, legible, and in good working condition. • 1 journey-level competent Traffic Technician, per traffic situation shall be always onsite, unless otherwise directed by the City. • Traffic Technicians shall remain out of the trucks and attentive to traffic, pedestrians, bicyclists, and workers at all times, unless on lunch or break. • All lane closures within City limits affecting bicycle lanes shall have Figure M (City Standards, page 14) integrated into the advanced warning signs mounted on type 2 barricades to show separation from other TTC devices unless otherwise specified. • No TTC devices shall block a bike lane unless the bike lane was previously closed. • All TTC devices shall be removed when not in use. 3. Traffic Delineation and Materials All products and materials shall be: • Ordered, manufactured and ready for pickup or delivery within five (5) business days from the date of the original order. All late orders will have contracted price reduced by 5% for each business day the sign is late. • An exact match or approved equal and compatible with all items listed on the bid sheet below. o Substitutes must be approved by the Public Works Director or their designee. This contract is subject to Prevailing Wage Requirements -4- C.BID SHEET TRAFFIC DELINEATION AND MATERIALS FOR PURCHASE Description Cost Trafix Devices Grabber Tube delineator 42"x 18 lbs. each Traffix Devices 28" double banded x 7lbs PVC cone each Traffix Devices retractable cone bar 5.5 x 10.5 orange and white each Traffix Devices Clip on cone signs 12 3/4 x 10.5 each Traffix Devices 3500 series Type 2 barricade 8"x 24" top and bottom 12 gauge galvanized each Traffix Devices Economy 56000 series Type 3 barricade 4’ rails each Traffix Devices Phoenix 53000 series Type 3 barricade 4’ rails 40lbs rubber feet each Traffix devices sign stand w/ step n drop legs standard latch bracket assembly each Stop Slow Paddle 18" X 18" Reflective each Traffix Devices sign 36 x 36 reflective w/ plastic corner pockets each Stenciling per item each Pexco City Post Model EAC 18” each Pexco City Post Model EAC 24” each Pexco City Post Model EAC 36” each Pexco City Post Model GD- Glue Down 36” each Pexco 4" Aluminum Anchor cup each Pexco A&B Epoxy Cartridge each 1 Box of Pexco Super Bundys each 1 Box of Pexco 8' x 8" Butyl Pads each Bundle of 25 count 2"x2"x10' OD Galvanized steel punch post (City Standards 7210, note 5) each Bundle of 25 count 2"x2" x12' OD Galvanized steel punch post (City Standards 7210, note 5)each Bundle of 25 count 2"x2"x10' OD Powder Coated steel punch post(City Standards7210,note5)*each Offered: JBC Knob Top with 12lb base Offered: JBC 28" 7lb Cone with 6" & 4" band Offered: JBC Cone Bar Offered: JBC Cone Signs JBC Offered: JBC Type III White Post with (2) 3" White Wraps White Post with (2) 3" White Wraps White Post with (2) 3" White Wraps White Post with (2) 3" White Wraps Offered: HI Reflection 22000-WEX with bracing $22.94 $21.54 $26.20 $11.23 $54.89 $136.98 $344.62 $141.85 $42.34 $88.62 $85.43 $91.57 $101.29 $95.37 $16.74 $92.25 $2,269.25 $2,711.50 80 per box 40 per box $130.00 Included $0.00 $350.40 $3,230.75 -5- Bundle of 25 count 2"x2"x12' OD PowderCoated steelpunch post(City Standards 7210,note 5)*each 2.5" x 2.5" Galvanized post sleeve anchor (City Standards 7210, note 6) each box of 25 count 2’ x 2" x 12" flat blade sign post top bracket (City Standards 7210, note 7) each Box of 25 count 12" x 12" flat blade X sign bracket (City Standards 7210, note 7) each Box of 25 count Side mounting sign bracket flat blade (City Standards 7210, note 7) each 50 count box of flared leg sign bracket and hardware/ It Straps On, INC. #SB021 each Stainless steel strapping/ It Straps On, INC. #BA206 each 100 count box 3/4" wing seals / It Straps On, INC. #WS156 each Banding Tool/ It Straps On, INC. #T001 each TRAFFIC DELINEATION AND MATERIALS FOR RENTAL Description Provide daily, weekly & monthly cost Delineator Cone 28” double banded reflective Type 1 Barricade Type 2 Barricade Type 3 Barricade Roll up sign 48” reflective Sign Stand - little buster Aluminum Sign 6”X18” up to 30”X48” CMS Board Arrow Board Light Tower Delivery Fee MAST ARM STREET NAME SIGNS WITHOUT BLOCK NUMBERS All signs shall comply with City of SLO Standards 7250 Cost 38" x 18" each 42" x 18" each 48" x 18" each 58" x 18" each 60" x 18" each 70" x 18" each 72" x 18" each 78" x 18" each 84" x 18" each 96" x 18" each ROADSIDE STREET NAME SIGNS WITH BLOCK NUMBERS All signs shall comply with City of SLO Standards 7250 Cost 8" x 30" each 8 " x 36" each Availability is 7 days Availability is 7 days Availability is 7 days Availability is 7 days Availability is 7 days Availability is 7 days Availability is 7 days Availability is 7 days Availability is 7 days Availability is 7 days Availability is 7 days Availability is 7 days 1.15/8.05/32.20 1.15/8.05/32.20 1.15/8.05/32.20 1.73/12.11/48.44 4.60/32.20/128.80 5.75/40.25/161.00 9.20/64.40/257.60 4.60/32.20/128.80 247.50/605.00/1,980.00 104.50/247.50/825.00 121.00/374.00/1,045.00plus fuel usage *Powder Coated post availability is 14-24 days $3,673.00 $27.62 $344.25 $344.25 $577.00 $97.69 $82.35 $42.35 $90.74 $346.64 $346.64 $346.64 $346.64 $346.64 $346.64 $346.64 $346.64 $346.64 $346.64 $110.64 $110.64 Included $0.00 -6- 8" x 42" each 8" x 48" each each ROADSIDE SIGNS Cost 5" x 12" each 12” x 9” each 12" x 12" each 12" x 18" each 12" x 24" each 12” x 30” each 14” x 20.5” each 14” x 30” each 18" x 18" each 18” x 21” each 18" x 24" each 18" x 30" each 18” x 31” each 18" x 36" each 18" x 42" each 24 x 9” each 24" x 24" each 24" x 30" each 24" x 36" each 24" x 42" each 24" x 48" each 30" x 30" each 30" x 36" each 30" x 42" each 30" x 48" each 30” x 60” each 36" x 36" each 36" x 42" each 36" x 48" each 36" x 52" each 36" x 58" each 45” x 45” each 45” x 54” each 45” x 72” each 45” x 78” each 54” x 48” each Availability is 7 days Availability is 7 days $110.64 $110.64 $9.23 $9.23 $9.23 $13.84 $18.46 $23.07 $18.46 $27.04 $20.77 $24.27 $27.69 $34.61 $35.71 $41.53 $48.46 $13.84 $36.91 $46.14 $55.37 $64.60 $73.83 $57.69 $69.21 $80.76 $92.29 $115.36 $83.06 $96.90 $110.74 $119.97 $133.81 $129.76 $155.77 $207.64 $224.99 $166.11 HIP/.080 Aluminum -7- 54” x 60” each 54” x 66” each 60” x 18” each 60” x 48” each TRAFFIC CONTROL PLANS NON-ENGINEER STAMPED Cost Per Page Cover sheet with job limits and scope TRAFFIC CONTROL RATES PER CLOSURE All traffic control shall comply with City of SLO, Cal Trans, and MUTCD Standards. Provide Daily Cost (8hrs) Traffic control must follow all City of SLO, Cal Trans, and MUTCD Standards. Price per 8HR shift. daily Caltrans Standard Plan T11 daily Caltrans Standard T11A "Serpentine" daily Caltrans Standard T12 daily Caltrans Standard T13 "Non-Rumble Strips" daily Caltrans Standard T13B (Additional Flaggers) daily Caltrans Standard T14 "Exit Ramp or Connector" include attenuator and 3rd tech daily Caltrans Standard T14 "Exit Ramp with Additional Lane" (e.g. NB Madonna On to NB Marsh offramp. Include Arrow Board, attenuator, and 3rd technician) Excludes CMS daily Installation of SC6-4 4x6 mounted each Installation of SC6-4 strap and saddle mounted each Installation of SC6 Type 3 mounted with 4 sandbags each Caltrans Standard T14 (Entrance Ramp with Turning Pockets) daily Caltrans Standard T14 (Entrance Ramp with Turning Pockets) daily City Of SLO Engineering Standard Appendix G Figure A daily City Of SLO Engineering Standard Appendix G Figure C daily City Of SLO Engineering Standard Appendix G Figure D daily City Of SLO Engineering Standard Appendix G Figure F daily City Of SLO Engineering Standard Appendix G Figure J daily City Of SLO Engineering Standard Appendix G Figure L daily City Of SLO Engineering Standard Appendix G Figure N daily City Of SLO Engineering Standard Appendix G Figure P daily MUTCD Standard Figure 6H-20 (TA-20) daily MUTCD Standard Figure 6H-23 (TA-23) daily MUTCD Standard Figure 6H-24 (TA-24) (Additional Arrow Board/ RT LN Closure Required) daily MUTCD Standard Figure 6H-25 (TA-25) (Arrow Board Required) daily MUTCD Standard Figure 6H-30 (TA-30) daily 2 Hour Show Up Cancellation Rate daily 4 Hour Half Day Rate Per Closure daily Overtime Rate Per Hour Per Traffic Tech daily Excludes CMS Excludes CMS Excludes CMS Excludes CMS Excludes CMS Excludes CMS $1,900.00 $1,950.00 $2,200.00 $1,850.00 $800.00 $3,325.00 $3,375.00 $500.00 $400.00 $400.00 $1,800.00 $1,800.00 $1,850.00 $1,900.00 $2,100.00 $1,850.00 $1,900.00 $2,200.00 $2,100.00 $1,100.00 $1,900.00 $1,950.00 $2,100.00 $1,950.00 $2,200.00 $525.00 $1,425.00 $145.00 $250.00 $250.00 $207.64 $228.41 $69.21 $184.57 -8- Double time Rate Per Hour Per Traffic Tech daily Missed Meal Period Per Traffic Tech daily STORM RESPONSE TRAFFIC CONTROL RATES Multiple companies may be called upon to implement all traffic control depending on available resources. Emergency response is considered less than 24hrs notification. LOVR Phase 1 (Exhibit 1) NON-EMERGENCY COST/EMERGENCY COST LOVR Phase 2 (Exhibit 2) LOVR Phase 3 (Exhibit 3) LOVR Phase 4 (Exhibit 4) Lower Higuera W/ Detour (Exhibit 5) Marsh St Phase 1 pages 1,2,3 (Exhibit 6) Marsh St Phase 2 Plan A pages 4,5,6,7 (Exhibit 7) Marsh St Phase 2 Plan B pages 8, 9, 10 (Exhibit 8) Tank Farm Rd Pages 1-4 (Exhibit 9) 2 Traffic Technicians, 1 truck, 1 Arrow Board, On Standby 8 hours 2 Hour Show Up Cancellation Rate 4 Hour Half Day Rate Per Closure Overtime Rate Per Hour Per Traffic Tech Double Time Rate Per Hour Per Traffic Tech Missed Meal Period Per Traffic Tech $180.00 $70.00 $2,000.00/$2,100.00 $3,5000.00/$3,675.00 $3,600.00/$3,780.00 $3,400.00/$3,570.00 $3,500.00/$3,675.00 $5,500.00/$5,775.00 $4,250.00/$4,463.00 $5,600.00/$5,880.00 $2,750.00/$2,888.00 $1,450.00/$1,450.00 $525.00/$525.00 $1,425.00/$1,425.00 $145.00/$145.00 $180.00/$180.00 $75.00/$75.00 -9- E. GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder) shall meet all the terms, and conditions of the Request for Proposals (RFP) project package. By virtue of its proposal submittal, the bidder acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be submitted electronically via BidSync. However, if you can’t submit electronic please send your bid copy in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. To guard against premature opening, the proposal should be clearly labeled with the proposal title, project number, name of bidder, and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the bidder’s insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City’s insurance requirements are detailed in Section E. 4. Proposal Quotes and Unit Price Extension. The extension of unit prices for the quantities indicated and the lump sum prices quoted by the bidder must be entered in figures in the spaces provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount stated by any bidder for any item are not in agreement, the unit price alone will be considered as representing the bidder’s intention and the proposal total will be corrected to conform to the specified unit price. 5. Proposal Withdrawal and Opening. A bidder may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Director of Finance for its withdrawal, in which event the proposal will be returned to the bidder unopened. No proposal received after the time specified or at any place other than that stated in the “Notice Inviting Bids/Requesting Proposals” will be considered. All proposals will be opened and declared publicly. Bidders or their representatives are invited to be present at the opening of the proposals. 6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested as the primary submitter in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub-proposal to a bidder submitting a proposal, or who has quoted prices on materials -10- to such bidder, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other bidders submitting proposals. 7. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged but will be permitted. However, any such oral communication shall not be binding on the City. CONTRACT AWARD AND EXECUTION 8. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non -substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the “special terms and conditions” in Section C of these specifications for proposal evaluation and contract award criteria. 9. Competency and Responsibility of Bidder. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of bidders. Bidders will provide, in a timely manner, all information that the City deems necessary to make such a decision. 10. Contract Requirement. The bidder to whom award is made (Contractor) shall execute a written contract with the City within ten (10) calendar days after notice of the award. The contract shall be made in the form adopted by the City and incorporated in these specifications. CONTRACT PERFORMANCE 11. The City’s contract terms and conditions that [Contractor/Contractor] will be expected to execute and be bound by are attached hereto as Exhibit A -11- SPECIAL TERMS AND CONDITIONS 1. Contract Award. Subject to the reservations set forth in Paragraph 9 of Section B (General Terms and Conditions) of these specifications, the contract will be awarded to the lowest responsible, responsive proposer. 2. Sales Tax Reimbursement. For sales occurring within the City of San Luis Obispo, the City receives sales tax revenues. Therefore, for bids from retail firms located in the City at the time of proposal closing for which sales tax is allocated to the City, 1% of the taxable amount of the bid will be deducted from the proposal by the City in calculating and determining the lowest responsible, responsive proposer. 3. Labor Actions. In the event that the successful proposer is experiencing a labor action at the time of contract award (or if its suppliers or subcontractors are experiencing such a labor action), the City reserves the right to declare said proposer is no longer the lowest responsible, responsive proposer and to accept the next acceptable low proposal from a proposer that is not experiencing a labor action, and to declare it to be the lowest responsible, responsive proposer. 4. Failure to Accept Contract. The following will occur if the proposer to whom the award is made (Contractor) fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the special terms and conditions if a proposer's bond or security is required; and an award may be made to the next lowest responsible, responsive proposer who shall fulfill every stipulation as if it were the party to whom the first award was made. 5. Contract Term and Price Adjustments The supplies or services identified in this specification will be used by the City for five (5) years. The prices quoted for these items must be valid for the entire period indicated above unless otherwise conditioned by the proposer in its proposal. Original contract prices shall remain in effect through June 30, 2025. Beginning on July 1, 2025, contract prices can be increased by a percentage equal to the percentage increase in the U.S. Consumer Price Index/All Urban Consumers (CPI-U) Los Angeles area based on the most recent data available on July 1, 2025 (example, if the CPI data is only through May 2025, Contractor shall use that May data. Increases shall not exceed 5% if the CPI is greater than 5% at the time of adjustment. 6. Supplemental Purchases Supplemental Purchases. Supplemental purchases may be made from the successful proposer during the contract term in addition to the items listed in the Detail Proposal Submittal Form. For these supplemental purchases, the proposer shall not offer prices to the City in excess of the amounts offered to other similar customers for the same item. If the proposer is willing to offer the City a standard discount on all supplemental purchases from its generally prevailing or published price structure during the contract term, this offer and the amount of discount on a percentage basis should be provided with the proposal submittal. -12- 6. Contractor Invoices. The Contractor shall deliver invoices for each specific order of materials or services with attached copies of work details. 7. Non-Exclusive Contract. The City reserves the right to purchase the items listed in the Detail Proposal Submittal Form, as well as any supplemental items, from other vendors during the contract term. 10. Unrestrictive Brand Names. Any manufacturer's names, trade names, brand names or catalog numbers used in the specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Proposals will be considered for any brand that meets or exceeds the quality of the specifications given for any item. In the event an alternate brand name is proposed, supplemental documentation shall be provided demonstrating that the alternate brand name meets or exceeds the requirements specified herein. The burden of proof as to the suitability of any proposed alternatives is upon the proposer, and the Public Works Director or assigned designee shall be the sole judge in making this determination. 11. Delivery. Prices quoted for all supplies, equipment, or services to be provided under the terms and conditions of this RFP package shall include delivery charges, to be delivered F.O.B. San Luis Obispo by the successful proposer and received by the City within 90 days after authorization to proceed by the City. 12. Start and Completion of Work. Work on this project shall begin immediately after contract execution and shall be completed within 90 calendar days thereafter, unless otherwise negotiated with City by mutual agreement. 13. Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 14. Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past governmental agency bidding or contract disqualifications on the form provided in the RFP package. -13- Proposal Content 1. Proposal Content. Your proposal must include the following information: Submittal Forms a. Proposal submittal summary. b. Certificate of insurance. c. References from at least three firms for whom you have provided similar services. d. Sign material manufacturer warranty information, see 3M example linked here. e. Any supplemental sign warranty info from the fabricator. Qualifications f. Experience of your firm and those of sub-Contractors in performing work and projects relevant to the Scope of Services outlined and described in the request. g. Resumes of the individuals who would be assigned to this project, including any sub- Contractors, with their corollary experience highlighted and specific roles in this project clearly described. h. Standard hourly billing rates for the assigned staff, including any sub-Contractors. i. Statement and explanation of any instances where your firm or sub-Contractor has been removed from a project or disqualified from proposing on a project. Requested Changes to Terms and Conditions j. The City desires to begin work soon after selecting the preferred Contractor Team and expects the Contractor to execute the City’s contract and all of the terms therein, as set forth in Exhibit A. To expedite the contracting process, each submittal shall include requested redlined changes to terms and conditions, if necessary. Please be advised that Contractor’s requested changes to the City’s terms and conditions will be considered by City staff when scoring and determining the competency and responsibility of the bidder. The City in particular is most always not willing to negotiate indemnification; and limitations of liability. Proposal Length k. Proposal length should only be as long as required to be responsive to the RFP, including attachments and supplemental materials. 2. Proposal Evaluation and Selection. Proposals will be evaluated by a review committee and evaluated on the following criteria: a. Understanding of the work required by the City. b. Quality, clarity and responsiveness of the proposal. c. Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. d. Recent team experience in successfully performing similar services. -14- e. Creativity of the proposed approach in completing the work. f. Value and quality of proposed materials. g. References. h. Background and experience of the specific individuals assigned to this project. i. Information about how your company mitigates the environmental impact of its services, such as greenhouse gas emissions, amount of waste generated, water and energy use, or other areas related to your products and services. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 3. Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: a. Issue RFP 8/01/2024 b. Receive proposals 8/7/2024 c. Complete proposal evaluations 8/14/2024 d. Execute contract 9/1/2024 4. Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of the Contractor as part of the work or services under these specifications shall become the permanent property of the City and shall be delivered to the City upon demand. 5. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Contractor as part of the work or services under these specifications shall be the property of the City and shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 6. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications, the Contractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 7. Required Deliverable Products. The Contractor will be required to provide: a. One electronic submission - digital-ready original .pdf of all final documents. If you wish to file a paper copy, please submit in sealed envelope to the address provided in the RFP. b. Corresponding computer files compatible with the following programs whenever possible unless otherwise directed by the project manager: Word Processing: MS Word Spreadsheets: MS Excel Desktop Publishing: InDesign -15- Virtual Models: Sketch Up Digital Maps: Geodatabase shape files in State Plan Coordinate System as specified by City GIS staff c. City staff will review any documents or materials provided by the Contractor and, where necessary, the Contractor will be required to respond to staff comments and make such changes as deemed appropriate. ALTERNATIVE PROPOSALS 8. Alternative Proposals. The proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternative and discuss under what circumstances the City would prefer one alternative to the other(s). 9. Accuracy of Specifications. The specifications for this project are believed by the City to be accurate and to contain no affirmative misrepresentation or any concealment of fact. Bidders are cautioned to undertake an independent analysis of any test results in the specifications , as City does not guaranty the accuracy of its interpretation of test results contained in the specifications package. In preparing its proposal, the bidder and all subcontractors named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the plans and specifications that could easily have been ascertained by examining either the project site or accurate test data in the City's possession. Although the effect of ambiguities or defects in the plans and specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of bidder to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the bidder. An ambiguity or defect shall be considered patent if it is of such a nature that the bidder, assuming reasonable skill, ability and diligence on its part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the bidder or subcontractors to notify City in writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful bidder to achieve the project’s objective or standard beyond the amounts provided there for in the proposal. In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the plans and/or specifications, or any other matter whatsoever, Contractor shall immediately notify the City in writing, and the Contractor and all subcontractors shall continue to perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within one (1) working day of contractor's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. -16- -17- REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: 1987 . Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 2: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome County of Los Angeles Alfredo Deluna 310-857-4815, adeluna@isd.lacounty.gov 1100 N Eastern Ave Los Angeles , CA 90063 Provide traffic cones on an as needed basis. Contract value is $300,000 for the period of January 2024 to January 2027. City of Santa Barbara Mike Krashefski, Street Maintenance and Operations Superintendent 805-564-5349, mkrashefski@santabarbaraca.gov 625 Laguna St Santa Barbara, CA 93101 On call Flagging Service to support FY 2024-2025 Asphalt Repair. $80,000.00 purchase order. PO/Contract renewal from FY 2019 through FY 2023. Issued new PO for FY 2024. -18- Reference No. 3 Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome City of San Jose DOT Anthony Chung 408-794-7513, anthony.chung@sanjoseca.gov 200 East Santa Clara St, 8th Floor San Jose, CA 95113 Provide traffic control materials including post, speed bumps, thermoplastic and reflective markers on an as needed basis. Contract amount $600,000 for the period of August 2023 to August 2024. -20- EXHIBIT A : FORM OF AGREEMENT CITY OF SAN LUIS OBISPO AGREEMENT FOR PURCHASES OF GOODS AND SERVICES This Agreement is made and entered into in the City of San Luis Obispo on _____________ by and between the City of San Luis Obispo, a municipal corporation, hereinafter referred to as City, and [Bidder], hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on [date], City requested proposals for [______________]; and WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City; WHEREAS, [include recitals as appropriate to describe need for purchase or relevant context] NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, for five (5) years. 2. INCORPORATION BY REFERENCE. City Notice Requesting Quotes for Traffic Signs and Materials and Contractor's pricing is hereby incorporated in and made a part of this Agreement, attached as Exhibit A. The City’s terms and conditions are hereby incorporated in an made a part of this Agreement, attached as Exhibit B. The City’s insurance requirements are hereby incorporated in and made part of this Agreement, attached as Exhibit C. To the extent that there are any conflicts between the Contractor’s fees and scope of work and the City’s terms and conditions, the City’s terms and conditions shall prevail, unless specifically agreed otherwise in writing signed by both parties. 3. CITY'S OBLIGATIONS. For providing the services as specified in this Agreement, City will pay, and Contractor shall receive therefore compensation set forth in [Exhibit A]. 4. CONTRACTOR/CONTRACTOR’S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said specifications. 5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Manager. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto. -21- 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Finance 990 Palm Street San Luis Obispo, CA 93401 Contractor Name Title Address Address 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that everyone executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO: By:_____________________________________ City Manager APPROVED AS TO FORM: CONTRACTOR: ________________________________ By: _____________________________________ City Attorney Name of CAO / President Its: CAO / President -22- EXHIBIT A [CONTRACTOR’S PROPOSAL] -23- EXHIBIT B GENERAL TERMS AND CONDITIONS 1. Business License & Tax. The Contractor must have a valid City of San Luis Obispo business license & tax certificate before execution of the contract. Additional information regarding the City’s business tax program may be obtained by calling (805) 781-7134. 2. Ability to Perform. The Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with all federal, state, county, city, and special district laws, ordinances, and regulations. 3. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 4. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. 5. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 6. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 7. Public and Employee Safety. Whenever the Contractor’s operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 8. Preservation of City Property. The Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Contractor’s operations, it shall be replaced or restored at the Contractor’s expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 9. Immigration Act of 1986. The Contractor warrants on behalf of itself and all -24- subcontractors engaged for the performance of this work that only persons authorized to work in the United State pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 10. Non-Discrimination. In the performance of this work, the Contractor agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 11. Work Delays. Should the Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City’s sole option, be extended for such periods as may be agreed upon by the City and the Contractor. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 12. Payment Terms. The City’s payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment, or services provided by the Contractor (Net 30). 13. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of the Contractor are being performed in accordance with the requirements and intentions of this contract. All work done, and all materials furnished, if any, shall be subject to the City’s inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 14. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 15. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 16. Hold Harmless and Indemnification. (a) Non-design, non-construction Professional Services: To the fullest extent permitted by -25- law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Contractor shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Contractor’s performance or Contractor’s failure to perform its obligations under this Agreement or out of the operations conducted by Contractor, including the City’s active or passive negligence, except for such loss or damage arising from the sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Contractor’s performance of this Agreement, the Contractor shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. (b) Non-design, construction Professional Services: To the extent the Scope of Services involve a “construction contract” as that phrase is used in Civil Code Section 2783, this paragraph shall apply in place of paragraph A. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Contractor shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Contractor’s performance or Contractor’s failure to perform its obligations under this Agreement or out of the operations conducted by Contractor, except for such loss or damage arising from the active negligence, sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Contractor’s performance of this Agreement, the Contractor shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. (c) Design Professional Services: In the event Contractor is a “design professional”, and the Scope of Services require Contractor to provide “design professional services” as those phrases are used in Civil Code Section 2782.8, this paragraph shall apply in place of paragraphs A or B. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8) Contractor shall indemnify, defend and hold harmless the City and its elected officials, officers, employees, volunteers and agents (“City Indemnitees”), from and against all claims, damages, injuries, losses, and expenses including costs, attorney fees, expert Contractor and expert witness fees arising out of, pertaining to or relating to, the negligence, recklessness or willful misconduct of Contractor, except to the extent caused by the sole negligence, active negligence or willful misconduct of the City. Negligence, recklessness or willful misconduct of any subcontractor employed by Contractor shall be conclusively deemed to be the negligence, recklessness or willful misconduct of Contractor unless adequately corrected by Contractor. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Contractor’s performance of this Agreement, the Contractor shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. In no event shall the cost to defend charged to Contractor -26- under this paragraph exceed Contractor’s proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more defendants is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, Contractor shall meet and confer with other parties regarding unpaid defense costs. (d) The review, acceptance or approval of the Contractor’s work or work product by any indemnified party shall not affect, relieve or reduce the Contractor’s indemnification or defense obligations. This Section survives completion of the services or the termination of this contract. The provisions of this Section are not limited by and do not affect the provisions of this contract relating to insurance. 17. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 18. Termination for Convenience. The City may terminate all or part of this Agreement for any or no reason at any time by giving 30 days written notice to Contractor. Should the City terminate this Agreement for convenience, the City shall be liable as follows: (a) for standard or off-the-shelf products, a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom products, the less of a reasonable price for the raw materials, components work in progress and any finished units on hand or the price per unit reflected on this Agreement. For termination of any services pursuant to this Agreement, the City’s liability will be the lesser of a reasonable price for the services rendered prior to termination, or the price for the services reflected on this Agreement. Upon termination notice from the City, Contractor must, unless otherwise directed, cease work and follow the City’s directions as to work in progress and finished goods. 19. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Contractor’s surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the terminations thereof. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City’s Notice of Termination, minus any offset from such payment representing the City’s damages from such breach. “Reasonable value” includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in -27- the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Contractor shall be based solely on the City’s assessment of the value of the work-in- progress in completing the overall work scope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City’s sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its proposal. -28- EXHIBIT C [INSURANCE REQUIREMENTS] The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property that may arise from or in connection with the products and materials supplied to the City. The cost of such insurance shall be borne by the Contractor. Minimum Scope of Insurance. Coverage shall be at least as broad as Insurance Services Office Commercial General Liability coverage ("occurrence" form CG 0001). Minimum Limits of Insurance. Contractor shall maintain limits no less than $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability policy is to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: products and completed operations of the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees, agents or volunteers. 2. The Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage. The Contractor shall furnish the City with original endorsements effecting coverage required by this clause. The endorsements are to be signed by a person authorized by that -29- insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSDWVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 1/24/2024 (330) 453-7721 (330) 453-4911 20443 Statewide Traffic Safety and Signs, Inc. 2722 S Fairview St 2nd Fl Santa Ana, CA 92704 20427 A 2,000,000 7063813872 1/1/2024 1/1/2025 1,000,000 10,000 2,000,000 4,000,000 4,000,000 2,000,000A 7063823186 1/1/2024 1/1/2025 5,000,000A 7063731480 1/1/2024 1/1/2025 5,000,000 B 7063820711 1/1/2024 1/1/2025 1,000,000N1,000,000 1,000,000 Workers Comp Policy #7063820711 is for CO, CT, DC, FL, GA, HI, ID, IN, KY, LA, MD, MI, NV, NJ, NM, NY, NC, OK, PA, SC, TN, TX, UT, VA, WV; AZ, MA, OR, WI Policy #WC 7 63820465; CA Policy #7 63819574; ND, OH, WA, WY Stop Gap Policy #7063813905 Statewide Traffic Safety and Signs, Inc. 2722 S Fairview St 2nd Fl Santa Ana, CA 92704 AWPINC0-01 ALINTZ Schauer Group, Inc. 200 Market Ave. NSuite 100Canton, OH 44702 insure@schauergroup.com Continental Casualty (CNA) American Casualty Company of Reading PA X X X X X X X Color Product Code White 3930 Yellow 3931 Red 3932 Orange 3934 Blue 3935 Green 3937 Brown 3939 Commercial Branding and Transportation Division 3M™ High Intensity Prismatic Reflective Sheeting Series 3930 Product Bulletin Series 3930 October 2023 Replaces Product Bulletin Series 3930 Dated March 2023 1 Description 3M™ High Intensity Prismatic Reflective Sheeting Series 3930 (“Sheeting”) is a reflective prismatic sheeting designed for use in the production of durable reflective traffic control and guidance signs (“Signs”) that are exposed vertically in service. For details of the features and benefits of Sheeting, please refer to the 3M Commercial Branding and Transportation Division website (http://www.3M.com/roadsafety/). The Sheeting is available in the following colors. Table 1. Product codes by color. 2 3M™ High Intensity Prismatic Reflective Sheeting Series 3930 October 2023 2 Specifications The Sheeting conforms to all current performance requirements of ASTM D4956 for Type III and Type IV retroreflective sheeting. Refer to section 7 for information regarding imaging of Sheeting. 3 System of Matched Components For a complete list of matched components for the Sheeting, please see the 3M™ Sign Warranty Bulletin. 4 Physical Properties 4.1 Adhesive Sheeting has a pressure-sensitive adhesive that is recommended for application at temperatures of 65 ºF (18 ºC) and higher. Meets ASTM D4956 Class I adhesive requirement. 4.2 Entrance Angularity Performance with Respect to Orientation Sheeting has been designed to be an effective wide angle reflective sheeting regardless of its orientation on the substrate or the ultimate orientation of the Sign after installation. However, because the efficiency of light return from cube corner reflectors is not equal at all application orientations, especially at higher entrance angles, it is possible to get the widest entrance angle light return when the Sheeting is oriented in a particular manner. Sheeting orientation can be used to easily optimize high entrance angle (>50°) performance when it is required for a given Sign (e.g. “keep right” symbols). In such situations, the completed Sign should have the Sheeting positioned at the 0° orientation (downweb direction perpendicular to the road). When the “primary groove line” (which is oriented parallel to the flat sides of the diamond chain links) is vertical on the completed Sign, Sheeting is said to be in a 0° orientation. When the “primary groove line” is horizontal on the completed Sign, the Sheeting is said to be in a 90° orientation. See Figure 1 for details. Figure 1. Primary groove lines used to define Sheeting orientation. Unless a Sign’s location and/or position calls for extra-wide entrance angularity performance or a specific installation direction is required in a customer specification, Signs and applied copy (letters, arrows, borders, and shields) can be fabricated and installed using the application orientation that most efficiently utilizes the reflective Sheeting. Note: For multi-panel Signs, it is recommended that all background panels be applied with the Sheeting oriented in the same direction. 5 Substrates Refer to 3M Information Folder 1.7 for surface preparation recommendations. Sheeting has been designed primarily for application to flat substrates. Any application to a substrate with a radius of curvature of less than five inches should also be supported by rivets or bolts. Plastic substrates are not recommended where cold shock performance is required. Sign failures caused by substrate failures or improper surface preparations are not the responsibility of 3M. Primary Groove Line90º0º 3 3M™ High Intensity Prismatic Reflective Sheeting Series 3930 6 Sign Fabrication Methods 6.1 Squeeze Roll Application Sheeting should be applied to Sign substrates at temperatures of 65 ºF (18 ºC) and higher using either of the following methods: Mechanical squeeze roll applicator – refer to 3M Information Folder 1.4. Applications to extrusions that are edge wrapped require sufficient softening of the Sheeting prior to edge wrapping. Softening can be accomplished by directing additional heat to the “next to last” edge roller. This practice may increase productivity and minimize cracking. Hand squeeze roll applicator – refer to 3M Information Folder 1.6 for details. Background and complete Sign applications of Sheeting must be performed using a roll laminator, either mechanical or hand driven. 6.2 Hand Application Hand application is recommended for legend and copy only. Refer to 3M Information Folder 1.5 for more details. Hand applications are more likely to show visual irregularities that may be objectionable to aesthetically critical customers. These irregularities are more noticeable on darker colors. To obtain a uniform close-up appearance, a roll laminator must be used. All direct applied copy and border MUST be cut and squeegeed at all metal joints. 6.3 Splices Sheeting must be butt spliced when more than one piece of Sheeting is used on a single piece of substrate. Sheeting pieces should not touch one another. Avoiding overlap prevents the buckling that can occur as Sheeting expands under extreme temperature and humidity conditions. 6.4 Double Faced Signs The Sheeting on the bottom side of a double faced Sign can be damaged if rolled through a squeeze roll applicator using an unprotected steel bottom roller. The use of a semi-soft flat sheet between the steel roller and the applied Sign face will protect the Sign face from damage. Use of a rubber mat, tag board, or cardboard is recommended. 7 Imaging Sheeting may be processed into traffic Signs using the imaging methods described below. Compatibility is backed with a 3M™ MCS™ Warranty or 3M™ MCS™ Warranty for Traffic when the printing guidelines referred to in the Literature References of Section 15 are followed. See Section 13 of this document for more information regarding the warranties. 3M assumes no responsibility for the failures of Sign face legends or backgrounds that have not been processed according to the 3M Sign Warranty Bulletin. 7.1 Digital Imaging Sheeting is compatible with 3M qualified latex inkjet printers and ink systems. Refer to 3M Information Folder 1.17 and HP Large Format Printing Knowledge Center for details. Use of 3M™ ElectroCut™ Film 1170C or 3M™ Premium Protective Overlay Film Series 1160i is required. 7.2 Screen Processing Sheeting may be screen processed into traffic Signs using 3M™ Process Colors Series 880I or 3M™ Process Colors Series 880N before or after being mounted onto a substrate. Refer to 3M Information Folder 1.8 for details. Clear coating is neither required nor recommended. Use of process color series other than 880I or 880N is not recommended. October 2023 4 3M™ High Intensity Prismatic Reflective Sheeting Series 3930 7.3 3M™ ElectroCut™ Film 3M™ ElectroCut™ Film Series 1170 may be used on Sheeting to provide transparent colored background copy for traffic control Signs. Refer to 3M Product Bulletin 1170 for fabrication procedures. 7.4 Applied Cut-Out Copy Sheeting cut-out copy may be applied to Sheeting backgrounds to create Sign legends. Refer to 3M Information Folder 1.10 for more information. 8 Cutting Sheeting may be cut into letters and shapes with heights of at least 3 inches and stroke widths of at least ½ inch. Smaller sizes are not recommended. Sealing the cut edges of Sheeting is not required. 8.1 Plotter Cutting 1 Flat bed plotters can be used to cut Sheeting and offer the most consistent and reliable performance. 2 Friction fed plotters can be used to kiss cut only. This is achieved using 600 grams of down force and a 60º cutting blade. Additional drive wheels may be needed to improve tracking. Alternatively, Sheeting can be cut from the liner side. To do so, the blade force and knife depth must be set to score, but not cut through, the top film. After scoring, break apart individual copy or apply premask to retain spacing. 8.2 Other Cutting Methods Sheeting may be hand cut or die cut one sheet at a time. Cutting procedures can be found in 3M Information Folder 1.10. 9 Installation Nylon washers are required when twist style fasteners are used to mount Signs. 10 Shelf-Life, Processing, Storage, Packaging, and Cleaning Please refer to 3M Information Folder1.11. 11 Durability Please refer to 3M Information Folder 1.7. Periodic Sign inspection and regular Sign replacement are strongly recommended in order to help Sign owners establish their own effective service life expectations, beyond the warranty period. 12 Health and Safety Information Read all health hazard, precautionary, and first aid statements found in the Safety Data Sheets (SDS), Article Information Sheets, and products labels of any materials for important health, safety, and environmental information prior to handling or use. To obtain SDSs and Article Information Sheets for 3M products, go to 3M.com/SDS, contact 3M by mail, or for urgent requests call 1-800-364-3577. 13 Warranty Information 13.1 3M Standard Product Warranty The Sheeting is warranted (“3M Standard Warranty”) to be free of defects in materials and manufacture at the time of shipment and to meet the specifications stated in this product bulletin. If the Sheeting is proven not to have met the 3M Standard Warranty on their shipment date, then a buyer's exclusive remedy, and 3M's sole obligation, at 3M's option, will be refund or replacement of the Sheeting. October 2023 5 3M™ High Intensity Prismatic Reflective Sheeting Series 3930 13.2 3M™ MCS™ Warranty and 3M™ MCS™ Warranty for Traffic For warranty on digitally printed Sheeting, please refer to the 3M Sign Warranty Bulletin. 13.3 Disclaimer THE 3M WARRANTY IS MADE IN LIEU OF ALL OTHER WARRANTIES OR CONDITIONS, EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO ANY IMPLIED WARRANTY OR CONDITION OF MERCHANTABILITY, OR FITNESS FOR A PARTICULAR PURPOSE, OR ANY IMPLIED WARRANTY ARISING OUT OF A COURSE OF DEALING OR OF PERFORMANCE, CUSTOM, OR USAGE OF TRADE. 13.4 Limitation of Liability Except for the limited remedy stated above, and except where prohibited by law, 3M will not be liable for any loss or damage arising from the Signs or any 3M product, whether direct, indirect, special, incidental, or consequential damages (including but not limited to lost profits, business, or revenue in any way), regardless of the legal theory asserted including warranty, contract, negligence, or strict liability. 14 Other Product Information Always confirm that you have the most current version of the applicable product bulletin, information folder, or other product information from 3M’s Website at http://www.3M.com/roadsafety. 15 Literature References 3M IF 1.4 Instructions for Interstate Squeeze Roll Applicator 3M IF 1.5 Hand Application Instructions 3M IF 1.6 Hand Squeeze Roll Applicator 3M IF 1.7 Sign Base Surface Preparation 3M IF 1.8 Process Colors Series 880 and 900 Instructions for Use 3M IF 1.10 Cutting, Premasking, and Prespacing 3M IF 1.11 Sign Maintenance Management 3M IF 1.17 User Guide 3M™ Reflective Sheeting and HP Latex 360/365 Printers 3M PB 880I 3M™ Process Color Series 880I 3M PB 880N 3M™ Process Color Series 880N 3M PB 1160i 3M™ Premium Protective Overlay Film 1160i 3M PB 1170 3M™ ElectroCut™ Film Series 1170 3M PB Slipsheeting 3M™ Slipsheeting 3M Sign Warranty Bulletin 3M™ MCS™ Warranty for Traffic Matrix for ElectroCut™ Film Series 1170 3M™ MCS™ Warranty for Traffic Matrix for Screen Printed Signs 3M™ MCS™ Warranty for Traffic Matrix for Unimaged 3M™ Retroreflective Sheeting 3M™ MCS™ Warranty Matrix for HP Latex 360/365 Printers 3M™ MCS™ Warranty for Traffic Matrix HP 360-365 3M™ MCS™ Warranty Matrix for HP Latex 1500 Printer 3M™ MCS™ Warranty Matrix for Traffic for HP Latex 1500 Printer HP 700, HP 800 Matrix HP 700, HP 800 Matrix for Traffic HP Large Format Printing Knowledge Center ASTM Test Methods are available from ASTM International, West Conshohocken, PA. October 2023 For Information or Assistance Call: 1-800-553-1380 In Canada Call: 1-800-3M HELPS (1-800-364-3577) Internet: http://www.3M.com/roadsafety 3M, 3M Science. Applied to Life., ElectroCut, and MCS are trademarks of 3M. Used under license in Canada. All other trademarks are the property of their respective owners. 3M assumes no responsibility for any injury, loss, or damage arising out of the use of a product that is not of our manufacture. Where reference is made in literature to a commercially available product, made by another manufacturer, it shall be the user’s responsibility to ascertain the precautionary measures for its use outlined by the manufacturer. Important Notice All statements, technical information and recommendations contained herein are based on tests we believe to be reliable at the time of this publication, but the accuracy or completeness thereof is not guaranteed, and the following is made in lieu of all warranties, or conditions express or implied. Seller’s and manufacturer’s only obligation shall be to replace such quantity of the product proved to be defective. Neither seller nor manufacturer shall be liable for any injury, loss, or damage, direct, indirect, special, or consequential, arising out of the use of or the inability to use the product. Before using, user shall determine the suitability of the product for his/her intended use, and user assumes all risk and liability whatsoever in connection therewith. Statements or recommendations not contained herein shall have no force or effect unless in an agreement signed by officers of seller and manufacturer. Please recycle. Printed in USA © 3M 2023. All rights reserved. Electronic only Commercial Branding and Transportation Division 3M Center, Building 0225-04-N-14 St. Paul, MN 55144-1000 USA Phone 1-800-553-1380 Web 3M.com/roadsafety 1 General Warranty Information 1.1 Warranty Coverage Overview The 3M™ MCS™ Warranty for Traffic and the 3M™ MCS™ Warranty are offered to the sign fabricator (“Fabricator”) for a rigid traffic sign (“Sign”). The Fabricator may extend these warranties to their customers. Additional warranties, if any, offered by the Fabricator are separate and exclusive of the MCS Warranty for Traffic and MCS Warranty. The warranty periods for eligible graphics are as stated in the warranty matrices found on the 3M Transportation Safety Division MCS Warranty website at the time that the 3M sheeting product was purchased. The warranty period may be reduced and stipulations may apply for certain constructions and applications, as covered in this bulletin. Transportation Safety Division 3M™ Sign Warranty Bulletin 3M™ MCS™ Warranty for Traffic 3M™ MCS™ Warranty March 2023 Replaces 3M™ MCS™ Warranty for Traffic 3M™ MCS™ Warranty Dated March 2016 2 3M™ Sign Warranty Bulletin March 2023 Warranty coverage is contingent upon the exclusive use and processing of 3M system of matched components products, as indicated in Table 1, according to all applicable 3M guidelines described in relevant 3M product bulletins, information folders, and similar product literature. Failure to follow such descriptions and instructions will void all warranties and limited remedies. Note that not all sign constructions require the incorporation of all the materials listed in Table 1 for a given imaging method. However, where a sign construction does require the use of a component material, that material must be the appropriate 3M matched component product. The warranty matrices define what materials are required to produce a MCS eligible sign construction. 2 3M™ MCS™ Warranty for Traffic 3M warrants (“MCS Warranty for Traffic”) that, in the United States, a Sign containing only the standard traffic colors1 and black (“Traffic Colors”), made with the purpose of conforming to the standard traffic colors1 using the combinations of 3M retroreflective sheeting (“Sheeting”), ink (“Ink”), electronically cuttable films (“EC Films”), and clear overlay film or overprint ink (“Overlaminate”), as given in the 3M MCS Warranty for Traffic Matrix for the imaging method (“Imaging Method”) used: EC Films and direct applied copy, screen printing, or digital printer solution, which includes printer, software, and settings/profiles (“Printer”), will, • Remain legible when viewed from a moving vehicle under normal day and night driving conditions by resisting excessive fading, discoloring, cracking, crazing, peeling, and blistering (“Legibility Warranty”), and • After cleaning, retain a minimum percentage of coefficient of retroreflection (“Retroreflection Retention Warranty”), for the number of years (“Warranty Period”) shown in the 3M MCS Warranty for Traffic Matrix for the Imaging Methods used. 3M also warrants (“Durability Warranty”) that the unimaged portion of the Sign will resist excessive fading, discoloring, cracking, crazing, peeling, and blistering for the Warranty Period shown in the 3M™ MCS™ Warranty for Traffic Matrix for Unimaged 3M™ Retroreflective Sheeting Products. 3 3M™ MCS™ Warranty 3M warrants (“MCS Warranty”) that, in the United States, a Sign containing any color not made with the purpose of conforming to Traffic Colors2 using the combinations of Sheeting, Printer, Ink, EC Films, and Overlaminate as given in the 3M MCS Warranty Matrix for the Imaging Method used, will remain legible by resisting excessive fading, discoloring, cracking, crazing, peeling, and blistering, for the Warranty Period shown in the warranty matrix. 3M also provides a Durability Warranty for the unimaged portion of the Sign, warranting that the unimaged portion will resist excessive fading, discoloring, cracking, crazing, peeling, and blistering for the Warranty Period shown in the 3M™ MCS™ Warranty for Traffic Matrix for Unimaged 3M™ Retroreflective Sheeting Products. Table 1. MCS components for each imaging method. Digital Imaging Screen Printing Electronically Cuttable Film Unimaged Sheeting and Direct Applied Copy Base Sheeting Base Sheeting Base Sheeting Base Sheeting Ink Ink Electronically Cuttable Sheeting Cut copy sheeting Digital Printer Solution (Includes printer, software, and settings/profiles) Thinner Prespacing Tape (SCPS-2 or SCPM-3) Prespacing Tape (SCPS-2 or SCPM-3) Clear Overlay Film Flow Additive (3M Process Color 892 Flow Additive) Premasking Tape (SCPM-3) Premasking Tape (SCPM-3) Slipsheeting Clear Overlay Film Transfer Tape (TPM-5) Transfer Tape (TPM-5) Slipsheeting Clear Overlay Film Clear Overlay Film Slipsheeting Slipsheeting 1. For specific standard color information, please see the applicable 3M MCS Warranty for Traffic Matrix for the Printer. 2. For specific color information, please see the applicable 3M MCS Warranty Matrix for the Printer. 3 3M™ Sign Warranty Bulletin March 2023 4 Limited Remedy If a Sign is proven not to have met either the 3M™ MCS™ Warranty for Traffic or 3M™ MCS™ Warranty, then the owner's exclusive remedy, and 3M’s sole obligation, at 3M’s option shall be: (a) if this occurs during the sign restoration remedy portion of the Warranty Period as given in the respective warranty matrix, 3M will, at its expense, restore the Sign’s surface to its original effectiveness (this remedy shall include only the expense of making the new Sign face including the aluminum Sign substrate, but shall not include other hardware or labor to install the replacement Sign); or (b) if this occurs during the materials replacement remedy portion of the Warranty Period as given in the respective warranty matrix, then 3M will furnish only the necessary Sheeting, Overlaminate, EC Film, and Ink quantities required to restore the Sign’s surface to its original effectiveness. 5 Terms and Conditions • The Warranty Period is measured from the Sign manufacturing date (“Fabrication Date”). Claims made under this warranty will be honored only if the Sign was dated on the Fabrication Date using a permanent method (sticker, permanent marker or crayon, metal stamp, etc.), records and retains of such production data traceable to the printed Sign are maintained, 3M is notified of a 3M™ MCS Warranty for Traffic/ 3M™ MCS™ Warranty (“MCS Warranties”) claim during the applicable Warranty Period, 3M is provided with the information reasonably required to validate the claim, and 3M is permitted to verify the cause of the failure. • For digitally imaged Signs, for the MCS Warranties to apply, 3M recommended settings and/or profiles applicable for the Sheeting must be used on the printer. 3M may revise recommended settings based on internal or external test data, and may update the relevant information folder(s) to reflect any material changes in the recommended settings and/or profiles for the Printer. Failure to use the updated settings and/or profiles will void the MCS Warranties. However, such changes in recommended settings do not retroactively invalidate the MCS Warranties made prior to such notice. • For digitally imaged Signs, Printer shall be maintained according to the Printer manufacturer’s recommended maintenance schedule at the time of Fabrication Date, and reasonable maintenance records shall be provided to 3M at 3M’s request. • The Fabricator shall follow all 3M recommended written processing guidelines during the manufacture of the Sign. All MCS materials shall be applied as recommended, to substrates that have been prepared in accordance with 3M recommended procedures. It is the responsibility of the Fabricator to ensure proper substrate preparation, follow approved application procedures, and maintain production data, which may include, but is not limited to, Printer profile use and conformance to all 3M recommended procedures. Such data shall be provided to 3M at 3M’s request. • All components involved in the MCS Warranties must be stored, applied, installed, processed, and used only as 3M recommends in the relevant product bulletins and other product information, such as information folders and as noted herein. • A Sign’s failure to meet the MCS Warranties must be solely the result of the design or manufacturing defects of the Sheeting or matched component materials listed in Table 1. 3M has no obligation under the MCS Warranties if failure is caused by factors external to 3M’s control, including the following: (a) improper fabrication, handling, packaging, storing, shipping, maintenance, or installation; (b) non-vertical applications where the Sign is more than +/- 10% from vertical; (c) use of any material or product not included in the respective warranty matrix and Table 1; (d) use of application equipment not recommended by 3M; (e) failure of sign substrate; (f) loss of adhesion due to incompatible or improperly prepared substrate; (g) exposure to chemicals, abrasion, or other mechanical damage; snow burial or any other sign burial; (h) collisions, vandalism, or malicious mischief; (i) an act of God. • 3M reserves the right to determine the method of replacement. • Any replacement Sign will carry the MCS Warranty for Traffic or MCS Warranty only for the original Sign’s unexpired Warranty Period. • 3M makes no warranty or claims that a Sign covered under the 3M MCS Warranty will meet the color specifications of any agency or customer specifications, or of ASTM D4956. 4 3M™ Sign Warranty Bulletin March 2023 5.1 Disclaimer THE 3M WARRANTY IS MADE IN LIEU OF ALL OTHER WARRANTIES OR CONDITIONS, EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO ANY IMPLIED WARRANTY OR CONDITION OF MERCHANTABILITY, OR FITNESS FOR A PARTICULAR PURPOSE, OR ANY IMPLIED WARRANTY ARISING OUT OF A COURSE OF DEALING OR OF PERFORMANCE, CUSTOM, OR USAGE OF TRADE. 5.2 Limitation of Liability Except for the limited remedy stated above, and except where prohibited by law, 3M will not be liable for any loss or damage arising from the Signs or any 3M product, whether direct, indirect, special, incidental, or consequential damages (including but not limited to lost profits, business, or revenue in any way), regardless of the legal theory asserted including warranty, contract, negligence, or strict liability. 6 Other Product Information Always confirm that you have the most current version of the applicable product bulletin, information folder, or other product information from 3M’s Website at http://www.3M.com/roadsafety. 7 Literature References 3M IF 1.4 Instructions for Interstate Squeeze Roll Applicator 3M IF 1.5 Hand Application Instructions 3M IF 1.6 Hand Squeeze Roll Applicator 3M IF 1.7 Sign Base Surface Preparation 3M IF 1.8 Process Colors Series 880 and 900 Instructions for Use 3M IF 1.10 Cutting, Premasking, and Prespacing 3M IF 1.11 Sign Maintenance Management 3M IF 1.17 User Guide 3M™ Reflective Sheeting and HP Latex 360/365 Printers 3M IF 1.19 Digital Imaging with Durst 163TS Printers on 3M™ Reflective Sheeting 3M IF 1.20 Digital Imaging with EFI H1625 RS Printer on 3M™ Reflective Sheeting 3M PB 1170 3M™ ElectroCut™ Film Series 1170 3M™ MCS™ Warranty Selector 3M™ MCS™ Warranty Matrix for Durst 163TS and 163TS-HS Printers 3M™ MCS™ Warranty Matrix for EFI™ H1625-RS Printers 3M™ MCS™ Warranty Matrix for HP Latex 360/365 Printers 3M™ MCS™ Warranty Matrix for HP Latex 700/800 Series Printers 3M™ MCS™ Warranty Matrix for HP Latex 1500 Printer 3M™ MCS™ Warranty for Traffic Matrix for Durst 163TS and 163TS-HS Printers 3M™ MCS™ Warranty for Traffic Matrix for EFI™ 1625-RS Printers 3M™ MCS™ Warranty for Traffic Matrix for HP Latex 360/365 Printers 3M™ MCS™ Warranty for Traffic Matrix for HP Latex 700/800 Series Printers 3M™ MCS™ Warranty for Traffic Matrix for HP Latex 1500 Printer 3M™ MCS™ Warranty for Traffic Matrix for ElectroCut™ Film Series 1170 3M™ MCS™ Warranty for Traffic Matrix for Screen Printed Signs 3M™ MCS™ Warranty for Traffic Matrix for Unimaged 3M™ Retroreflective Sheeting Products ASTM Test Methods are available from ASTM International, West Conshohocken, PA. For Information or Assistance Call: 1-800-553-1380 In Canada Call: 1-800-3M HELPS (1-800-364-3577) Internet: http://www.3M.com/roadsafety 3M, 3M Science. Applied to Life., MCS, and ElectroCut are trademarks of 3M. Used under license in Canada. All other trademarks are the property of their respective owners. 3M assumes no responsibility for any injury, loss, or damage arising out of the use of a product that is not of our manufacture. Where reference is made in literature to a commercially available product, made by another manufacturer, it shall be the user’s responsibility to ascertain the precautionary measures for its use outlined by the manufacturer. Important Notice All statements, technical information and recommendations contained herein are based on tests we believe to be reliable at the time of this publication, but the accuracy or completeness thereof is not guaranteed, and the following is made in lieu of all warranties, or conditions express or implied. Seller’s and manufacturer’s only obligation shall be to replace such quantity of the product proved to be defective. Neither seller nor manufacturer shall be liable for any injury, loss, or damage, direct, indirect, special, or consequential, arising out of the use of or the inability to use the product. Before using, user shall determine the suitability of the product for his/her intended use, and user assumes all risk and liability whatsoever in connection therewith. Statements or recommendations not contained herein shall have no force or effect unless in an agreement signed by officers of seller and manufacturer. Transportation Safety Division 3M Center, Building 0225-04-N-14 St. Paul, MN 55144-1000 USA Phone 1-800-553-1380 Web 3M.com/roadsafety Please recycle. Printed in USA © 3M 2022. All rights reserved. Electronic only www.awpsafety.com/statewide CA CONTRACTOR LICENSE 975518 – CLASS A, C -31, C -32 & C -61/D -42 DIR # 1000001109 Statewide Traffic Safety and Signs, Inc. dba AWP Safety 522 Lindon Lane, Nipomo, CA 93444 Phone 805-929-5070 PROFILE OF FIRM: Statewide Traffic Safety and Signs, Inc., dba AWP Safety has been in the traffic control and safety products industry since 1987. The company in 1987 with one office located in Pismo Beach, CA. In August of 2021, Statewide Traffic Safety and Signs, Inc. was acquired by AWP Safety with operations from coast to coast. In the beginning, STSSI serviced the Central Coast providing sales, rental and traffic control services for clients working in the area. To better serve our industry and clients, the company has expanded over the years. Background - Company Timeline: 1987: Company begins, servicing the Central Coast of California 1989: Opened San Jose office – Expanded to Northern California’s Bay Area region 1991: Opened Poway, CA office – Expanded to San Diego California region 1993: Opened Fairfield, CA office – Expanded to Inland Northern California’s Bay Area region 2007: Opened Arcata, CA; Redding, CA; Garden Grove, CA; and Bakersfield, CA offices - Acquisition purchase transaction of company with offices in these regions. Expanded to Northern Coast region, Northern Inland California regions, Los Angeles and Orange County regions, and South San Joaquin Valley region. 2009: Opened Fresno, CA office, expanding service to Central San Joaquin Valley region. 2014: Opened Las Vegas, NV office to service Nevada 2016: Opened Riverside, CA office – Expanded to Riverside and San Bernardino County 2020: Formally started doing business as Statewide Safety Systems – combining subsidiaries of Traffic Solutions Corp. under one brand. The companies under this one brand include Statewide Traffic Safety and Signs (CA, NV), Safety Systems and Signs (Hawaii), Altus Traffic (TX, WA, CO), and Maneri Sign Company (Gardena, CA). 2021: Statewide Traffic Safety and Signs, Inc. acquired by AWP Safety. www.awpsafety.com/statewide CA CONTRACTOR LICENSE 975518 – CLASS A, C -31, C -32 & C -61/D -42 DIR # 1000001109 Statewide Traffic Safety and Signs, Inc. dba AWP Safety 522 Lindon Lane, Nipomo, CA 93444 Phone 805-929-5070 Northern California Offices: Fairfield, CA – 130 Grobric Court, Fairfield, CA 94534 Redding, CA – 6479 Eastside Road, Redding, CA 96001 San Jose – 1101 N. 5th Street, San Jose, CA 95112 Sacramento, CA – 7920 Cucamonga Ave. Sacramento, CA 95826 Central California Offices: Fresno – 3049 S. Golden State Frontage Road, Fresno, CA 93725 Bakersfield – 4400 State Road, Bakersfield, CA 93308 Nipomo – 522 Lindon Lane, Nipomo, CA 93444 Southern California Offices: Santa Ana – 2722 S Fairview Street, Santa Ana, CA 92704 Poway – 13755 Blaisdell Place, Poway, CA 92064 Riverside – 225 Kansas Avenue, Riverside, CA 92507 https://www.awpsafety.com/locations/ www.awpsafety.com/statewide CA CONTRACTOR LICENSE 975518 – CLASS A, C -31, C -32 & C -61/D -42 DIR # 1000001109 Statewide Traffic Safety and Signs, Inc. dba AWP Safety 522 Lindon Lane, Nipomo, CA 93444 Phone 805-929-5070 QUALIFICATIONS OF THE FIRM: Statewide Traffic Safety and Signs, Inc. dba AWP Safety has over 35 years of experience providing traffic control service for planned and emergency maintenance repair work. We are C31 Construction Zone Traffic Control Contractor in the State of California (CSLB #975518, Class A, C31, C32, C61/D42). Our crews are experienced and equipped to work in a changing environment in all weather conditions. Our personnel are trained in the latest Manual on Uniform Traffic Control Devices (MUTCD), California Manual on Uniform Traffic Control Devices (CAMUTCD) and all other local and state jurisdiction governing traffic control and public safety standards. Statewide is also a leader is leader in the rental and supply of products for customers to meet their project needs. Products include delineation devices, post, signs, and pavement marking devices. Pioneering a New Level of Safety Save Lives and Protect Progress Why Choose Us SAFETY It’s in our name and we take it seriously. AWP Safety excellence improves your safety performance and reduces your liability. Industry-leading solutions, safety records and training keep your people safe. SAVINGS Using AWP Safety instead of in-house teams saves up to 50% due to greater efficiencies, compliance and quality control. We provide customer scorecards with performance insights and metrics. COVERAGE We show up when we say we will and work efficiently. We use next-generation technology like AFADs to cover more work with fewer people. Emergency response: We have boots onsite within two hours. COMPLIANCE AWP Safety monitors and meets or exceeds all regulatory requirements. We work on your behalf to build trust with government agencies for your future projects. Our Protectors are certified in ATSSA*, MUTCD*, CPR and first aid. *ATSSA – American Traffic Safety Services Association; MUTCD – Manual on Uniform Traffic Control Devices Industries • Utilities • Broadband • Transportation Infrastructure • Municipalities • Special Events A preferred safety partner of the PGA, Super Bowl and NYC Marathon AWP Safety protects the people who build and operate North America’s infrastructure. We keep you and your communities moving forward with our scale, expertise, technology and comprehensive safety solutions. Anytime, anywhere. It just takes one call. Design & Engineering • Traffic planning and consultation by certified experts • Site surveying • Permit services • Professional, to-scale CAD drawings Work Site Protection • Work site design and setup • Equipment installation • Lane closures • Flagging by highly-trained Protectors • Heavy highway traffic control • 24/7/365 emergency & storm services Next Generation Technology • Smart Work Zones • Automated Flagger Assistance Devices (AFADs) • Traffic monitoring devices* • Intelligent transportation systems* *Currently available in Texas Equipment Sales & Rentals • Message and arrow boards • Radar speed feedback signs • Channelizers and delineators • Traffic calming devices • Crash cushions, barricades, cone and drums • Traffic control signs and safety lights • Truck mounted and trailer attenuators • Specialty vehicles • Pedestrian crosswalk solutions • Equipment repairs Custom Signage & Marking • MUTCD-compliant traffic control sign design and fabrication • Temporary and permanent sign installation • Stencils, markings and removal • Architectural and building signage • Fleet graphics and magnetics • Decals, logos, banners and stencils • ADA-compliant and Braille signage Pavement & Parking Lot Solutions • Pavement line striping, blasting and sanitizing equipment • Striping paint, stencil and surface treatments • Temporary and permanent marking products • Asphalt maintenance products • Parking lot line striping services • Speed bumps, parking bumpers and other parking lot products Specialty Services • Special event traffic control services • Pedestrian protection and crowd control • Police services procurement • Pedestrian protection • Traffic flow management • High traffic parking management • Interstate line crossings for utilities Order No. 01 | 04-23 | © 2023 AWP Safety Inc. | awpsafety.com REQUEST A QUOTE Call: 800-343-2650 Visit: www.awpsafety.com Comprehensive Safety Solutions