Loading...
HomeMy WebLinkAboutCO 2025-014 - Roadway Engineering & Construction Corp. City of Rancho Cucamonga CONTRACT NUMBER `�` -• � 2025 —Dly Y(C K CITY OF RANCHO CUCAMONGA RANCHO CUCAMONGA CONTRACT HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE Awarded: Wednesday, February 19, 2025 PROJECT FILE: 800-2024-09 CITY OF RANCHO CUCAMONGA. I RANCHO CUCAMONGA NOTICE INVITING BIDS FOR PROPOSAL, CONTRACT AND SPECIFICATIONS FOR HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE PREPARED BY: CESAR GUEVARA CITY OF RANCHO CUCAMONGA 10500 CIVIC CENTER DRIVE RANCHO CUCAMONGA, CALIFORNIA 91730 (909) 477-2740 P EDigitally signed by Lipson Welday Date:2025.01.08 �TOi52:14-08'00' JASON C. WELDAY DIRECTOR OF ENGINEERING SERVICES/CITY ENGINEER RCE NO. 67514 QQ,pF ESS�p� No. 67514 TABLE OF CONTENTS NoticeInviting Bids .......................................................................................................N-1 thru 4 Instructionsto Bidders ............................................................................................ .....I-1 thru 7 A. Proposals B. Delivery of Proposals C. Withdrawal of Proposals D. Disqualification of Bidders and Proposals E. Signature of Contractor F. Bid Bond G. Addendum H. Examination of Plans, Specifications, and Site of Work I. Estimated Quantities J. Competency of Bidder K. Award and Execution of Contract L. Return of Proposal Guarantee M. City Business License N. Equivalent Materials Bid Documents to Submit for Proposals Proposal ..................................................................................................................... P-1 thru 12 Schedule of Unit Cost and Lump Sum Amounts Bidder Agreement Bidder Information Subcontractors Declaration of Eligibility to Contract Certificate of Non-Discrimination by Contractors Non-Collusion Declaration Bid Bonds ContractAgreement .................................................................................................C-1 thru 6 Faithful Performance Bond..............................................:...................................................B-1 Labor and Materials Bond..........................................................................................B-2 thru 3 Compensation Insurance Certificate.................................................................................INS-1 Maintenance Guarantee Bond.......................................................................................... MB-1 Table of Contents SPECIAL PROVISIONS SPECIFICATIONS—Governed by "Green Book" Standard Specifications AMENDMENTS to "Green Book" Standard Specifications PART 1 - GENERAL PROVISIONS Section 1 - General, Terms, Definitions, Abbreviations, Units of Measure and Symbol..............GP-2 Section 2 - Scope of the Work...................................................................................................GP-3 Section3 - Changes in Work.....................................................................................................GP-4 Section 4 - Control of Materials .................................................................................................GP-7 Section 5— Legal Relations and Responsibilities.......................................................................GP-9 Section 6 - Prosecution, Progress and Acceptance of the Work..............................................GP-17 Section 7— Measurement and Payment..................................................................................GP-18 Section 8 - Facilities for Agency Personnel..............................................................................GP-21 PART 2 -CONSTRUCTION MATERIALS Section 200- Rock Materials 200-1 Rock Products ..........................................................................................................MA-1 200-2 Untreated Base Materials..........................................................................................MA-1 Section 201— Concrete, Mortar and Related Materials 201-1 Portland Cement Concrete........................................................................................MA-2 _ Section 203—Bituminous Materials 203-6 Asphalt Concrete ......................................................................................................MA-3 203-11 Asphalt-Rubber Hot Mix (ARHM) .............................................................................MA-3 203-17 Asphalt-Rubber Crack and Joint Sealant ..................................................................MA-3 Section 214— Traffic Striping, Curb and Pavement Markings and Pavement Markers 214-1 General.....................................................................................................................MA-3 214-4 Paint for Striping and Markings.................................................................................MA-3 214-5 Thermoplastic Material for Traffic Striping and Markings...........................................MA-4 Section 218—Roadside Signs 218-1 General ....................................................................................................................MA-5 218-2 Minimum Requirements............................................................................................MA-6 218-3 Base Metal..............................................................:...............................................MA-11 218-4 Screening Inks and Process Paste .........................................................................MA-12 218-5 Sign Panel Fabrication............................................................................................MA-13 218-6 Inspection ...............................................................................................................MA-14 218-7 Packaging...............................................................................................................MA-14 Table of Contents PART 3 - CONSTRUCTION METHODS Section 300— Removals and Earthwork 300-1 Clearing and Grubbing..............................................................................................ME-1 300-2 Unclassified Excavation............................................................................................ME-1 300-3 Structure Excavation and Backfill..............................................................................ME-2 300-4 Unclassified Fill.........................................................................................................ME-2 300-7 Earthwork for Channels.............................................................................................ME-2 Section 301 — Subgrade Preparation, Treated Materials, and Placement of Base Materials 301-2 Untreated Base.........................................................................................................ME-3 Section 302-Roadway Surfacing 302-2 Chip Seal..................................................................................................................ME-3 302-5 Asphalt Concrete Pavement .....................................................................................ME-3 302-9 Asphalt Rubber Hot Mix (AHRM) ..............................................................................ME-5 302-10 Asphalt Rubber Aggregate Membrane.........................................................:............ME-7 302-15 Existing Asphalt Surface Preparation........................................................................ME-7 Section 303- Concrete and Masonry Construction 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps andDriveways........................................................................................................ME-10 Section 306— Open Trench Conduit Construction 306-3 Trench Excavation ..................................................................................................ME-12 306-6 Bedding ..................................................................................................................ME-13 306-12 Backfill ....................................................................................................................ME-14 306-15 Payment .................................................................................................................ME-14 Section 313— Signs 313-1 Roadside Signs ....................................................................................................:.ME-15 Section 314— Traffic Striping, Curb and Pavement Markings, and Pavement Markers 314-2 Removal of Traffic Striping and Curb and Pavement Markings ...............................ME-16 314-3 Removal of Pavement Markers...............................................................................ME-16 314-4 Application of Traffic Striping and Curb and Pavement Markings............................ME-16 314-5 Pavement Markers..................................................................................................ME-18 PART 4— EXISTING IMPROVEMENTS Section 400—Protection and Restoration 400-1 General...................................................................................................................... IM-1 Section 401—Removal 401-3 Concrete and Masonry Improvements .......................................................................IM-1 Section 402— Utilities 402-1 Location..........................................:.......................................................................... IM-2 402-4 Relocation.................................................................................................................. I M-2 402-7 Utility Connection....................................................................................................... IM-2 Section 403—Manhole Adjustment and Reconstruction 403-1 General...................................................................................................................... IM-2 Table of Contents 403-3 Manholes in Asphalt Concrete Pavement ..................................................................IM-3 403-5 Payment ....................................................................................................................IM-3 Section 404— Cold Milling 404-9 Traffic Signal Loop Detectors..................................................................................... IM-4 404-11 Measurement............................................................................................................. IM-4 PART 7—STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS Section 86— General 86-1.01 General.................................................................................................................... TS-1 86-1.01A Summary 86-1.01 B Definitions 86-1.01 C Submittals 86-1.01 D Quality Assurance 86-1.02 Materials.................................................................................................................. TS-7 86-1.02A General 86-1.02B Conduit And Accessories 86-1.02C Pull Boxes 86-1.02D Tapes 86-1.02F Conductors and Cables 86-1.02G Equipment Identification Characters 86-1.02H Splicing Materials 86-1.021 Connectors and Terminals 86-1.02J Standards, Poles, Pedestals, and Posts 86-1.02U Push Button Assemblies Section 87—Electrical Systems 87-1 General .......................................................................................................................TS-15 87-1.01 General ..................................................................................................................TS-15 87-1.01A Summary 87-1.01 B Definitions 87-1.01 C Submittals 87-1.01 D Quality Assurance 87-1.03 Construction ...........................................................................................................TS-17 87-1.03A General 87-1.0313 Conduit Installation 87-1.03C Installation Of Pull Boxes 87-1.03E Excavating and Backfilling for Electrical Systems 87-1.03F Conductors And Cable Installations 87-1.03J Standards, Poles, Pedestals and Posts 87-1.03L Utility Service 87-1.03Q Cabinets 87-1.03U Push Button Assemblies PART 8— LANDSCAPING AND IRRIGATION MATERIALS Section 800— Materials ` 800-1 Landscaping Materials.................................................:............................................LA-1 800-2 Irrigation System Materials........................................................................................LA-4 Table of Contents 800-3 Electrical Materials....................................................................................................LA-6 Section 801 - Installation 801-1 General.....................................................................................................................LA-8 801-2 Earthwork and Topsoil Placement.............................................................................LA-8 801-3 Header Installation....................................................................................................LA-9 801-4 Planting.....................................................................................................................LA-9 801-5 Irrigation System Installation...................................................................................LA-12 801-6 Maintenance and Plant Establishment....................................................................LA-16 801-9 Guarantee...............................................................................................................LA-17 801-10 Charts, Manuals and Drawings...............................................................................LA-17 801-11 Equipment...............................................................................................................LA-19 Table of Contents APPENDICES 1. City Working Days Calendar NOTICE INVITING SEALED BIDS FOR PROPOSALS FOR HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE NOTICE IS HEREBY GIVEN that the City of Rancho Cucamonga will receive at the Office of the City Clerk in the offices of the City of Rancho Cucamonga, on or before the hour of 2:00 p.m. on January 28, 2025, sealed bids or proposals for the "HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE " in said City. The scope of work to be performed consists of, but not limited to, clearing and grubbing, grading, installation of sidewalk, tree trimming, patching asphalt concrete, adjusting existing handholes and pullboxes to new grade, PCC access ramps (handicap ramps), signage, striping, and pedestrian push button relocations. The contract documents call for 30 working days to complete this construction. Engineer's Estimate is $588,000. Bids will be publicly opened and read in the City Council Chambers, 10500 Civic Center Drive, Rancho Cucamonga, California 91730. Bids must be made on a form provided for the purpose, addressed to-the City of Rancho Cucamonga, California, marked, "Sealed Bid for Construction of HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE ." PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. As such, a copy of prevailing wage rates may be found at https://www.dir.ca.gov/Public-Works/Prevailing-Wage.htmi. The Contracting Agency also shall cause a copy of such determinations to be posted at the job site. No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 (with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)). No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. For all projects, the contractors and subcontractors must furnish electronic certified payroll records to the Labor Commissioner. Pursuant to provisions of Labor Code Section 1775, the Contractor shall forfeit, as penalty to the N-1 City of Rancho Cucamonga, not more than two hundred dollars ($200.00) for each laborer, workman, or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages herein before stipulated for any work done under the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: A. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request of certificate, or B. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or D. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticable trade on such contracts and if other Contractors on the public works site are making such contributions. The Contractor and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract and the Contractor and any subcontractor under him shall comply with and be governed by the laws of the State of California having to do with working hours as set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho Cucamonga, twenty-five dollars ($25.00) for each worker employed in the execution of the contract by the respective contractor or subcontractor for each calendar day during which the worker is required N-2 or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of this article. Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed in accordance with Labor Code Section 1773.1. The bidder must submit with his proposal, cash, cashier's check, certified check, or bidder's bond, payable to the City of Rancho Cucamonga for an amount equal to at least 10% of the amount of said bid as a guarantee that the bidder will enter into the proposed contract if the same is awarded to him, and in event of failure to enter into such contract said cash, cashiers' check, certified check, or bond shall become the property of the City of Rancho Cucamonga. If the City of Rancho Cucamonga awards the contract to the next lowest bidder, the amount of the lowest bidder's security shall be applied by the City of Rancho Cucamonga to the difference between the low bid and the second lowest bid, and the surplus, if any shall be returned to the lowest bidder. The amount of the bond to be given to secure a faithful performance of the contract for said work shall be 100% of the contract price thereof, and an additional bond in an amount equal to 100% of the contract price for said work shall be given to secure the payment of claims for any materials or supplies furnished for the performance of the work contracted to be done by the Contractor, or any work or labor of any kind done thereon, and the Contractor will also be required to furnish a certificate that he carries compensation insurance covering his employees upon work to be done under contract which may be entered into between him and the said City of Rancho Cucamonga for the construction of said work. Contractor shall possess any and all contractor licenses, in form and class as required by any and all applicable laws with respect to any and all of the work to be performed under this contract; including, but not limited to, a Class "A" License (General Engineering Contractor) in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000 et. seq.) and rules and regulation adopted pursuant thereto. The Contractor, pursuant to the "California Business and Professions Code," Section 7028.15, shall indicate his or her State License Number on the bid, together with the expiration date, and be signed by the Contractor declaring, under penalty of perjury, that the information being provided is true and correct. The work is to be done in accordance with the profiles, plans, and specifications of the City of Rancho Cucamonga on file in the Office of the City Clerk at 10500 Civic Center Drive, Rancho Cucamonga, California. In an effort to go green and paperless, digital copies of the plans, specifications, and bid proposal, including any future addenda or revisions to the bid documents, are available by going to www.virtual-bid.com and signing up, by going to Member Login or Member Signup (it's free), then choose California, then scroll down to San Bernardino County and click on Browse Cities, then scroll down to Rancho Cucamonga and click on City Projects, then click on the Project of interest under the Title and follow directions for download. Note, hard copies of the plans, specifications, bid proposal, addendums and revisions will not be provided, digital copies must be downloaded from the above website then printed. Prospective bidders must register for an account on www.virtual-bid.com to be included on the prospective bidder's list(s) and to receive email updates of any addenda or revisions to the bid documents. Be advised that the N-3 information contained on this site may change over time and without notice to prospective bidders or registered users. While effort is made to keep information current and accurate and to notify registered prospective bidders of any changes to the bid documents, it is the responsibility of each prospective bidder to register with www.virtual-bid.com and to check this website on a DAILY basis through the close of bids for any applicable addenda or updates. No proposal will be considered from a Contractor to whom a proposal form has not been issued by the City of Rancho Cucamonga to registered prospective bidders from www.virtual-bid.com. The successful bidder will be required to enter into a contract satisfactory to the City of Rancho Cucamonga. In accordance with the requirements of Section 9-3.2 of the General Provisions, as set forth in the Plans and Specifications regarding the work contracted to be done by the Contractor, the Contractor may, upon the Contractor's request and at the Contractor's sole cost and expense, substitute authorized securities in lieu of monies withheld (performance retention). The City of Rancho Cucamonga, reserves the right to reject any or all bids. Questions regarding this Notice Inviting Sealed Bids for "HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE shall be submitted five (5) days prior to bid opening and shall be directed to: Cesar Guevara, Associate Engineer 10500 Civic Center Drive, Rancho Cucamonga, CA 91730 (909)477-2740, ext. 4057 ADVERTISE ON: January 14, 2025 and January 21, 2025 N-4 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals under these specifications shall be submitted on the blank forms furnished herewith. When presented, all forms must be completely made out in the manner and form indicated and must also meet the following requirements: 1. The bidder shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respective spaces provided for this purpose. In the case of unit basis items, the amount set forth under the "Total" column shall be the product of the unit price multiplied by the estimated quantity for the item. In case of discrepancy between the unit price and the total set forth for the item, the unit price shall prevail, except however, that if the amount set forth as a unit price is ambiguous, unintelligible or uncertain for any cause, or if it is omitted, or in the case of unit basis items, is the same amount as the entry in the "Total" columns, or in the case of lump sum items, is not the same amount as the entry in the "Total" column, then the amount set forth in the "Total" column for the item shall prevail in accordance with the following: (1) As to lump sum items, the amount set forth in the "Total" column shall be the unit price. (2) As to unit basis items, the amount set forth in the "Total" column shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price. The bidder shall also set forth in both words and clearly legible figures the "Total Bid Amount' in the spaces provided at the bottom of the Bid Schedule. 2. The proposal must be properly signed by the.bidder, whose address, telephone number, and California Contractor's license number must be shown. 3. The Contractor shall perform with his own organization and with workmen under his immediate supervision, work of a value not less than 50% of the total value of all work embraced in the contract, except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from information submitted by the Contractor, and subject to approval by the Engineer. With the proposal, the Contractor shall list (a) the name, address, and the California Contractor License Number of each subcontractor who will perform work included in the contract, and (b) the portion of work which will be done by each subcontractor. All subcontractors performing work in excess of 1/2% of the total value of the contract or, in the case of bids or offers for the construction of streets or highways, including bridges, in " I-1 excess of 1/2% of the total value of the contract or ten thousand dollars ($10,000.00) whichever is greater, shall be listed. The successful bidder shall be prohibited from performing work on this project with a subcontractor who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code. 4. Bid must be accompanied by cash, cashier's check, certified check, or surety bond in an amount not less than (10%) of the total amount of bid. Checks and bond shall be made payable to the City of Rancho Cucamonga. 5. The correction of any discrepancies in or omission from the drawings, specifications or other contract documents or any interpretation thereof during the bidding period will be made only by written addendum. See Item G, Addendum, for further information and instructions. 6. Bids shall not contain any recapitulation, inserted by the Bidder, of work to be done. Alternative proposals will not be considered unless specifically requested. No oral or telephone modifications will be considered. 7. Each bid shall be valid for no less than 30 days after the opening of the proposals. 8. No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. B. DELIVERY OF PROPOSAL Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID FOR HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE IN THE CITY OF RANCHO CUCAMONGA." Proposals may be mailed or delivered by messenger. However, it is the bidder's responsibility alone to ensure delivery of the proposal to the City Clerk prior to the bid opening hour stipulated in the Notice Inviting Bids. Late proposals will not be considered. C. WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the bidder. Such request must be delivered to the City Clerk prior to the bid opening hour stipulated in the Notice Inviting Bids. Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee. The withdrawal of the proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time to do so. D. DISQUALIFICATION OF BIDDERS AND PROPOSALS The bidder's attention is directed to the "California Business and Professions Code," Section 7028.15, which requires the Contractor to indicate his or her State License Number on the bid, together with the expiration date, and be signed by the Contractor declaring, under penalty of perjury, that the information being provided is true and correct. "Any bid not containing this information, or a bid containing information which is subsequently proven false, shall be considered non-responsive and shall be rejected by the public agency." More than one proposal for the same work from any individual, firm partnership, corporation, or association under the same or different names will not be accepted; and reasonable grounds for 1-2 believing that any bidder is interested in more than one proposal for the work will be cause for rejecting all proposals in which such bidder is interested. Proposals in which the prices are obviously unbalanced, and those which are incomplete or show any alteration of form or contain any additions or conditional or alternate bids that are not called for or otherwise permitted, may be rejected. A proposal on which the signature of the bidder has been omitted will be rejected. E. SIGNATURE OF CONTRACTOR Corporation The signature must contain the name of the corporation, must be signed by the President and Secretary or Assistant Secretary, and the corporate seal must be affixed. Other persons may sign for the corporation in lieu of the above if a Certified copy of a resolution of the corporate board of directors so authorizing them to do so, is on file in the City Clerk's office. Partnership The names of all persons comprising the partnership or copartnership must be stated. The bid must be signed by all partners comprising the partnership unless proof in the form of a certified copy of a certificate of partnership acknowledging the signer to be a general partner authorized to sign the contract on behalf of the partnership is presented to the City Clerk, in which case the general partner may sign. Joint Venture Bids submitted as a joint venture must so state and be signed by each joint venture. Individual Bids submitted by an individual must be signed by the bidder, unless a general power of attorney, not more than 60 days old, is on file in the City Clerk's office, in which case the attorney in fact may sign for the individual. The above rules also apply in the case of the use of a fictitious business name. In addition, where a fictitious name is used, it must be so indicated in the signature. F. BID BOND Bid must be accompanied by cash, cashier's check, certified check, or surety bond in an amount not less than 10% of the total amount of bid. Checks and.bond shall be made payable to the City of Rancho Cucamonga. G. ADDENDUM The correction of any discrepancies in or omission from the drawings, specifications or other contract documents or any interpretation thereof during the bidding period will be made only by written addendum. A copy of each such addendum will be posted on the internet, and it shall be the bidder's responsibility to download and print each and every posted addendum and a signed 1-3 copy of the addendum shall be returned to the City prior to bid opening or attached to the bid documents. Failure to do so may result in bid rejection. Said addendum shall be made part of the contract. Any other interpretation or explanation of such documents will not be considered binding. The addendum can be found by going to www.virtual-bid.com, Member Login, then choose California, then scroll down to San Bernardino County and click on Browse Cities, then scroll down to Rancho Cucamonga and click on City Projects, then click on the project of interest under the title and follow directions for download. H. EXAMINATION OF PLANS, SPECIFICATIONS,AND SITE OF WORK The plans and specifications to which the proposal forms refer are on file and open to inspection in the office of the City Engineer. Bidders must satisfy themselves by personal examination of the work site, plans, specifications, and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements and difficulties under which the work must be performed. No bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature of amount of work necessary for the satisfactory completion of the job. Any errors, omissions, or discrepancies found in the plans, specifications, or other contract documents shall be called to the attention of the Resident Engineer and clarified prior to the submission of proposals. I. ESTIMATED QUANTITIES The quantities given in the proposal and contract form are approximate, being given as a basis for the comparison of bids only, and the City does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work, or to omit any portion of the work, as may be deemed advisable or necessary by the Engineer. However, when the quantity shown in the Proposal has the designation (F) following the Bid Item in the Schedule of Unit Cost and Lump Sum amounts, that designation indicates the final pay quantity and/or costs and shall be the final quantity used for which payment will be made, unless the dimensions of the portion of the work shown on the plans are revised by the Engineer, or unless the portion of the work is eliminated. If the dimensions of the specific portion of the work are revised, and the revisions result in an increase or decrease in the estimated quantity of the portion of the work, the final quantity for payment will be revised in the amount represented by the changes in the dimensions. If the specific portion of the work is eliminated then the final pay quantity designated for the specific portion of the work will be eliminated. The estimated quantity of each specific portion of the work designated on the plans as a final pay quantity shall be considered as approximate only and no guarantee is made that the quantities which can be determined by computations, based on the details and dimensions shown on the plans, will equal the estimated quantities. No allowance will be made in the event that the quantities based on computations do not equal the estimated quantities. When portions of an item have been designated on the plan as final pay quantities, portions not so designated will be measured and paid for in accordance with the applicable provisions of 1-4 these specifications and the special provisions. In case of a discrepancy between the quantities shown on the plan as final pay quantities and the quantity of the same item shown in the Engineer's Estimate, payment will be based on the final pay quantities shown on the plans. J. COMPETENCY OF BIDDER The bidder shall be licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California to do the type of work contemplated in the contract and shall be skilled and regularly engaged in the general class or type of work called for under this contract. To assist in the determination of competency, the Contractor shall complete the attached "Bidder Information"form. K. AWARD AND EXECUTION OF CONTRACT Acceptance or Refection The City of Rancho Cucamonga, reserves the right to reject any or all bids. The City reserves the right to waive,inconsequential errors and/or irregularities. Award of Contract The lowest responsive bidder will be calculated per Section 20103.8 (a) of the Public Contract Code as the lowest bid price on the base contract without consideration of additive (or deductive) items. The award of a contract, if it be awarded, will be to the above lowest _ responsive bidder. Engineer's estimate for this contract is $588,000. No proposal will be considered from a Contractor to whom a proposal form has not been issued by the City of Rancho Cucamonga to registered prospective bidders from www.virtual-bid.com. The award, if made, will be made as expeditiously as possible after the opening of proposals and in recognition of Section A.7 above. In no case will an award be made until all necessary investigations are made into the responsibility of the bidder to whom it is proposed to award the contract. Contractor shall possess any and all contractor licenses, in form and class as required by any all applicable laws with respect to any and all of the work to be performed under this contract; including, but not limited to, a Class "A" License (General engineering contract) in accordance with the provision of the contractor's license law (California Business and Professional Code, Section 7000, et. Seq.) and rules and regulations adopted pursuant thereto at the time this contact is awarded. Bonds The Contractor shall furnish a good and sufficient surety bond issued by a surety company authorized to do business in the State of California in the sum equal to 100% of the total bid, 1-5 conditioned for the Faithful Performance by the Contractor of all covenants, stipulations any agreements contained in said contract; an addition, the Contractor shall furnish a Labor and Materials Bond and a sum equal to 100% of the contract price, as required by the provisions of Section 9554 of the California Civil Code. Workers' Compensation Before commencing any work under the contract, the successful bidder must file with the Engineer a certificate by an insurance carrier authorized under the laws of the State to insure employers against liability for compensation under the "Worker's Compensation Insurance and Safety Act," stating that such bidder has taken out for the term for which the contract is to run, compensation insurance covering his full liability work or labor necessary to carry out the provisions of this contract, and an agreement to immediately notify said Engineer if said policy should lapse or be canceled. In the event that such policy should become inoperative at any time before the completion of the work, all work shall cease immediately until a new policy is obtained and any time so lost shall not entitle Contractor to any extension of time. Execution of Contract The Contract shall be signed by the successful bidder and returned together with the other required documents, within fifteen (15) days after the bidder has received notice that the contract has been awarded, unless extended by said City Council in writing. No proposal shall be considered binding upon the City until the execution of the contract. Failure to execute a contract and file acceptable documents as provided herein within fifteen (15) days from receipt of notice of award shall be just cause for the annulment of the award. In the event of failure to enter into such contract, the lowest bidder's security (cash, cashier's check, certified check, or bond) shall become the property of the City of Rancho Cucamonga. If the City of Rancho Cucamonga awards the contract to the next lowest bidder, the amount of the lowest bidder's security shall be applied by the City of Rancho Cucamonga to the difference between the low bid and the second lowest bid, and the surplus, if any shall be returned to the lowest bidder. Liquidated Damages and Working Days Attention is directed to the provisions of Section 6-9 of the Specifications. The Contractor shall pay to the City of Rancho Cucamonga the sum of $3,600.00 per day for each and every calendar day's delay in finishing the work in excess of 30 working days. L. RETURN OF PROPOSAL GUARANTEE The cash, check or bond of a bidder to whom the contract has been awarded will be returned to him after all of the acts, for the performance of which said security is required, have been fully performed. The cash, checks or bonds of the remaining qualified bidders will be returned when the bidder to whom the contract has been awarded has properly executed and returned all of the required Contract Documents. Cash, checks or bid bonds of other bidders will be returned when their proposals are rejected or in any event at the expiration of 30 days from the date of 1-6 award of contract. M. CITY BUSINESS LICENSE Municipal Ordinances requires the issuance of a City Business License as a condition precedent to being engaged as a Contractor within the City. N. EQUIVALENT MATERIALS Attention is directed to the provisions of Section 4-6 of the Standard Specifications for Public Works Construction. 1-7 BID DOCUMENTS TO SUBMIT FOR PROPOSAL Only the following listed documents, identified in the lower right corner as "Bid Forms" shall be fully executed and submitted with the Bid at the time of opening of Bids. V1■ Schedule of Unit Cost and Lump Sum Amounts J■ Bidder Agreement �■ Bidder Information �■ Subcontractor V■ Declaration of Eligibility to Contract ✓■ Certificate of Non-Discrimination by Contractors ■ Non-Collusion Declaration J■ Bid Bond Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. Roadway Engineeri g & C©ilstn>uc ion Corp. Bidder P-1 of 12 HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE PROJECT NO. 800-2024-09 Required Bid Proposal Forms PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE" TO THE CITY OF RANCHO CUCAMONGA: The undersigned bidder declares that he has carefully examined the location of the proposed work, that he has examined the Plans, Special Provisions and Specifications, and read the accompanying Instruction to Bidders, and hereby proposes and agrees, if this proposal is accepted, to furnish all material and do all the work required to complete the said work in accordance with the Plans, Special Provisions and Specifications, in the time and manner therein prescribed for the unit cost and lump sum amounts set forth in the schedule on the following Proposal. BASE BID: Item Description Reference Qty. Unit Unit Price No. Specification Price 1. Mobilization (7-3.4) 1 LS 0 600,co qbf ow-CID 2. Traffic Control (5-7, 302-15.2, 1 LS IU(ga0 •W k`' yo0'OU Part 6) 3. Construction Staking (Section 3-10) 1 LS L 15bo' 00 1A Slyj ' 00 4. Clearing & Grubbing (300-1) 1 LS 1,O,coo,oo io,, OX°Cc> Including Disposal 5. Tree Trimming and Root (300-1) 1 LS se coo, 00 S j 000 °W Pruning 6. Tree Removal (6"to 24" (300-1) 2 EA 1`2p0 'oU it q0o , 00 Diameter) 7. Unclassified Excavation & (300-2) 1 LS ` OI ODD,CID (00i WO,CO Backfill 8. 4" P.C.C. Sidewalk (201, 303-5) 12,640 SF q '0() 113,'7 00 '00 9. 6" PCC Driveway (201, 303-5) 100 SF 10' ou r (DOD "ob Approach Roadway Engineering & ConstrLictiorl Corp. Bidder P-2 of 12 HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE PROJECT NO.800-2024-09 Required Bid Proposal Forms PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE" Item Description Reference Qty. Unit Unit Price No. Specification Price 10. PCC Curb Ramp (201, 303-5) 12 EA r 000: 00 Q01 000 • aj 11. Furnish and Install#5 (Part 7, 86- 1 EA t y�0 • << U(�0 . 00 Pullbox to Finish Grade 1.02C, 87- 1.03) 12. Relocate Irrigation System Part 8 1 LS �Or 000, 00 (0, ctn7.M (Approx. STA. 19+50 to G 31+50) ���SV•00 3 �S . O(-) 13. Adjust Existing RC Fiber (Part 7, 86- 3 EA � r Optic Pull Box to Finish 1.02C, 87- Grade 1.03) 14. Adjust Existing Traffic Pull (Part 7, 86- 1 EA 011,0: vu "(10 , ov Box to Finish Grade 1.02C, 87- 1.03) 15. Sign and Post Relocation, (214, 218) 1 LS o o0o • tit QED Including Thermoplastic Striping 16. Furnish and Install New (Part 7, 86- 2 EA Jim - ©0 ` 1 too x)D Pedestrian Push Button 1.02U, 87- Pole 1.03U) Standard Plan ES-7A. 17. Furnish and Install Push (Part 7, 86- 8 EA Lj°CbM`00 3$' 400 , GD Button Assembly Per 1.021-11, 87- Standard Plan ES-5C 1.031-1) 18. Project Advertisement Sign (Std. Plan 401- 2 EA a CO '(:�o l `� C) Roadway Engineering & Construction Corp. Bidder P-3 of 12 HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE PROJECT NO.800-2024-09 Required Bid Proposal Forms PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE " TOTAL BASE BID AMOUNT IN NUMBERSA �_30(0,y 0 • ®O TOTAL BASE BID AMOUNT IN WORDS:_ 'f�1YP,P �nd�rP 't�1 OIYCI�� X I o kvindY S6veffl soars Roadway Engineering& Construction Carp. Bidder P-4 of 12 HAVEN AVENUE- SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE PROJECT NO. 800-2024-09 Required Bid Proposal Forms BIDDER AGREEMENT The undersigned also agrees as follows: FIRST: Within 15 calendar days from the receipt of the Notice of Award of Contract, to execute the contract, and to furnish to the City of Rancho Cucamonga, two (2) satisfactory bonds in the amounts specified in the Notice Inviting Bids guaranteeing the faithful performance of the work and payment of bills. SECOND: To begin work within ten (10) calendar days after the date specified in the Notice to Proceed and to prosecute said work in such a manner as to complete it within 30 working days after such specified date. Accompanying this proposal is cash, a cashier's check, or a certified check of a bidder's bond for not less than 10% of the total amount of the bid payable to the City which is to be forfeited, as liquidated damages, if, in the event the contractor does not execute the contract and furnish satisfactory bonds under the conditions and within the time specified in this proposal, otherwise said cash, cashiers' check, certified check, or bidders' bond is to be returned to the undersigned. Within 15 calendar days after award of the contract, the City of Rancho Cucamonga will return the bidder's bond accompanying such proposal not considered in making the award. All other bidders' bonds will be held until the expiration of 30 days from the date of the award of contract. They will then be returned to the respective bidders whose proposals they accompany. BIDDER: Roadway Engineering& Construction Corp` Eric Alvarez President Eric Alvarez Secretary .SiMiOrIOUL'0 Alvarez IMPORTANT NOTICE: If bidder is a corporation, state legal name of corporation and names of the president, secretary, treasurer, and manager; co-partnership, state true.name of firm and names of all individual copartners composing firm; or an individual, state first and last names in full. "I declare under.penalty of perjury of the laws of the State of California the representations made herein are true and correct in accordance with the requirements of California Business and Professions Code Section 7028.15." 107 145 02-2VO California State Contractors License Number Expiration Date Roadway Engineering & Constr uctiQr► C('Wp. Bidder P-5 of 12 HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE PROJECT NO. 800-2024-09 Required Bid Proposal Forms Bidder Agreement(continued) Eric Alvarez, - President d 1- 2$`1025 Signature Name/Title Date trjic Alvarez - Secretory 01-2ro-Torn Signature V Name/Title Date Simonette Alvarez _.f:eat,urer 01- 'l0'L5 2�- Signature Name/Title Date Signature Name/Title Date Signature and title of the officer(s) set forth above shall be authorized to sign contracts on behalf of the corporation, co-partnership or individual. If signature is by an agent, other than an officer of the corporation or a member of a partnership, a Power of Attorney must be on file with the City of Rancho Cucamonga prior to or at time of bid opening; otherwise the bid will be subject to rejection by the City of Rancho Cucamonga. Roadway Engineering & Construction CQcp. Bidder P-6 of 12 HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE PROJECT NO. 800-2024-09 Required Bid Proposal Forms BIDDER INFORMATION The bidder shall furnish the following information. Additional sheets may be attached if necessary. Name of Firm: Roadway Engineering & Construction Cacr). Type of Firm: V Corporation Individual Partnership Business Mailing Address: 3121 Indian Ave. Perris, CA 92571 Place of Business: 3121 Indian Ave. Perris, CA 92571 Telephone No.: 951.940_nna5 Contractor's License: State: CALicense No.: 10 7 3145 Public Works DIR No.: 1000007140 Names and titles of all _ president members of the firm: Eric .Alvarem Fn;,ic . .. a.��� �:asretary �mdnette Alvarez s Treasurer Number of years as a contractor in construction work of this type: Three projects of this type recently completed: Date Owner's Name & Contract Amount Type of Project Completed A dre s •�P,rSidC � . $,-629{�r,ul 3.50 wt mvemem 05-tO-X2y O$ 1. N I Ito•N M404(04A byte iffiolreg 01,-21-202 3� 5 ev P40 4 411 . 411a. 010 29- I1-2,0V5 nn Person who inspected site of the proposed work for your firm: �15�Iv Name: M A Inspection No glob wGIK Date: NOTE: If requested by the City, the Bidder shall furnish a notarized financial statement, references, and other information, sufficiently comprehensive to permit an appraisal of his current financial condition. Roadway Engineering & Construction Coop. Bidder P-7 of 12 HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE PROJECT NO. 800-2024-09 Required Bid Proposal Forms U R CONTRACTORS STATE LICENSE BOAR{ �e QContractor's License Detail for License # 1073145 DISCLAIMER:A license status check provides information taken from the CSLB license database.Before relying on this information,you should be aware of the following limitations. r CSLB complaint disclosure is restricted by law(B&P7124,6)Ifthis entity is subjectto public complaint disclosure click on link that will appear below for more information.Click here fora definition of disclosable actions. Onlyconstruction related civil judgments reported to CSLB aredisclosed(B&P 7071.17). t Arbitrationsare not listed unless the contractorfails to complywith the terms. r Due to workload,there maybe relevant information thathas notyst been entered into the board's license database. Data current as of 1/14/202510:29:52 AM Business Information ROADWAY ENGINEERING&CONSTRUCTION CORP 3121 INDIAN AVE PERRIS,CA 92571 Business Phone Number:(951)940-0045 Entity Corporation Issue Date 02/01/2021 Expire Date 02/28/2027 License Status This license is current and active. All information below should be reviewed. Classifications � A-GENERAL ENGINEERING � B-GENERAL BUILDING Bonding Information Contractor's Bond This license filed a Contractor's Bond with HUDSON INSURANCE COMPANY. Bond Number.30124112 Bond Amount:$25,000 Effective Date:06/01/2023 Contractor's Bond History Bond of Qualifying Individual The qualifying individual ERIC ALVAREZ certified that he/she owns 10 percent or more of the voting stock/membership interest of this company;therefore,the Bond of Qualifying Individual is not required. Effective Date:02/01/2021 t :Contractor Information Registration History!_ Legal Entity Name Effective Date Expiration Date ............. Roadway Engineering&Construction Corp. 08/06/21 06/30/22 Legal Entity Type Corporation 07/01/22 06/30/25 Status --- —V--� Active Registration Number PW-LR-1000807140 Registration effective date j 07/01/22 Registration expiration date 06/30/25 Mailing Address 3121 Indian Ave Perris 92571 CA United States of America Physical Address 3121 Indian Ave Perris 92571 CA United States of America i Email Address _ i eric@roadwayengineering.com Trade Name/DBA License Number(s) CSLB:1073145 CSLB:1073145 ' Legal Entity Information t Corporation Entity Number: C4661918 President Name: Eric Alvarez %Ace President Name: N/A i Treasurer Name: Simonette Alvarez Secretary Name: Eric Alvarez CEO Name: Eric Alvarez Arc encv for Service: i Agent of Service Name: Eric Alvarez Agent of Service Mailing Address: 3121 Indian Ave. Perris 92571-3208 CA United States of America Worker's Compensation Do you lease employees through Professional Employer Organization(PEO)?: No Please provide your current worker's compensation insurance information below: PEO PEO PEO PEOlnformationName Phone Email I Insured by Carrier Policy Holder Name: Roadway Engineering&Construction Corp. Insurance Carrier: Praetorian Insurance Company Policy Number: QWC4002223 Inception date: 03/01/24 Expiration Date: 03/01/25 Roadway Engineering & Construction Corp. Minutes of Regular Board of Directors Meeting A meeting of the Board of Directors of Roadway Engineering & Contracting Inc. was held on February 01,2021,at the following address: 18800 Lakepointe Drive Riverside, California 92503 The Secretary of Roadway Engineering& Construction Corp. called the roll and the following Directors were present: Eric Alvarez Simonette J. Alvarez ...all being Directors of Roadway Engineering& Construction Corp.. The Secretary then noted that a Notice of the time and place of the meeting had been sent to each of the Directors in accordance with the provisions set forth in the by-laws of Roadway Engineering& Construction Corp.. Eric Alvarez,the Chairman,then outlined the purpose of the meeting was to discuss several items that had come to the attention of management,which the Chairman felt required Board consideration. The Chairman then stated that the next order of business was the authorization of a person to execute contracts on behalf of the Corporation. After consideration, and upon motion duly made . and seconded, it was unanimously: RESOLVED,that the Secretary of the Corporation,Eric Alvarez, is hereby authorized to execute contracts on behalf of the corporation. There being no further business, the meeting of the board of Directors for Roadway Engineering & Contracting Inc. was then adjourned. Dated: ,P 1 , 20 2=\ Eric Alvarez(Sec SUBCONTRACTORS In compliance with Section 2-3 of the Standard Specifications and the Provisions of the Public Contract Code Section 4100, the undersigned bidder herewith sets forth the name, location of the place of business and California Contractors License Number of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or improvement in an amount in excess of onehalf of one percent,(1/2%) of the general contractor's total bid or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of onehalf of one percent (1/2%) of the general contractor's total bid or ten thousand dollars ($10,000.00), whichever is greater and the portion of the work which will be done by each subcontractor as follows: Subcontractor's Business License DIR Description of Percent (%) Name hACAddress No No. Work of Total Bid to•g •r. Total % of the work to be performed by Subcontractors listed above: % Effective July 1, 2014, the bidder shall provide the California Contractor License Number of each subcontractor listed. New Section 4104 contains the following language: "An inadvertent error in listing the California contractor license number provided pursuant to paragraph (1) shall not be grounds for filing a bid protestor grounds for considering the bid nonresponsive if the corrected contractor's license number is submitted to the public entity by the prime contractor within 24 hours after the. bid opening and provided the corrected- contractor's license number corresponds to the submitted name and location for that subcontractor." '!,o adway Etiginee3;n4 & Corstrtiction t'cwn. Bidder P-8 of 12 HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE PROJECT NO. 800-2024-09 Required Bid Proposal Forms DECLARATION OF ELIGIBILITY TO CONTRACT (Labor Code Section 1777.1; Public Contract Code Section 6109) The undersigned contractor, certifies and declares that: 1. The undersigned contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The undersigned contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or any other provision of law. 3. The undersigned contractor is aware of California Public Contract Code Section 6109, which states: "(a) A public entity, as defined in Section 1100 (of the Public Contract Code), may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or. perform work as a subcontractor,on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b)Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public.money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The.contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project." 4.. The undersigned contractor has investigated the eligibility of each and every subcontractor the undersigned contractor intends to use on this public works project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code, Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. The undersigned declares under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this'2-"day of 01 , 2015, at `PPfr�S (place of execution), California. Signature Name: Eric Alvarpz Title: Presido-at_-F Sedretary Company:Roa w'ay Engineering & Construction Corp. Roadway Engineering & Construction Corp. Bidder -; P-9 of 12 HAVEN AVENUE SIDEWALK - IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE PROJECT NO. 800-2024-09 Required Bid Proposal Forms CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS As suppliers of goods or services to the City of Rancho Cucamonga, the firm listed below certifies that it does not discriminate in its employment with regard to age, disability, race, color, religion, sex, sexual orientation or national origin, that it is in compliance with all federal, state and local directives and executive orders regarding non-discrimination in employment; and that it agrees to demonstrate positively and aggressively the principle of equal opportunity in employment. We agree specifically: 1.To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2.To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3.To take affirmative steps to hire minority employees within the firm. FIRM: roadway Engineering & Construction Corp. TITLE OF PERSON SIGNING: President-%'Secretary SIGNATURE: Eric Alvarez ` DATE: 01-243 -2025" Please include any additional information available regarding equal opportunity employment programs now in effect within your firm. JA- Roadway Engineering.& Construction Carp. Bidder P-10 of 12 HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE PROJECT NO. 800-2024-09 Required Bid Proposal Forms NON-COLLUSION DECLARATION The undersigned declares: President k Roadway Engineering & Consiruction Corp. I am the Secretary of A the party making the foregoing bid. The, bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for,such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 0I-2r6-2025 (date), at WirrIS (city), CA (state). Signature Roadway Engineering & Construction Corp. Bidder P-11 of 12 HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE PROJECT NO.800-2024-09 Required Bid Proposal Forms CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of Riverside ) On 01'2T7 _2025 before me, Silvia Vega. Notary Public , Date Here Insert Name and Title of the Officer personally appeared Eric Alvarez Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ry S 1 LV 1 A V E G A WITNESS my hand and official seal. COMM # 24534.54 z ` ' RIVERSIDE County i, Signature r ' California Notary Public_ : Cornet Exp July 16, 2027: Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: AM- COMMA 9f i awm' n Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Eric Alvarez Signer's Name: ®Corporate Officer — Title(s): President ❑Corporate Officer — Title(s): ❑ Partner — ❑Limited ❑General ❑Partner — ❑Limited ❑General ❑Individual ❑Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02015 National Notary Association•www.Nationa[Notary.org•1-800-US NOTARY(1-800-876-6827) Item#5907 BID BOND KNOW ALL MEN BY THESE PRESENT: THAT Roadway Engineering&Construction Corp as Principals, and Nationwide Mutual Insurance Company , as Surety, are held and firmly bound unto THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDINO, hereinafter called the City, in the sum often percent of amount bid dollars (not less than ten percent of the total amount of the bid), for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to said City to perform all work required under the Contract Documents entitled: "HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE " NOW, THEREFORE, if said Principal is awarded a contract by said City and, within the time and in the manner required under the headings "Instruction to Bidders" and "Schedule of Unit Cost and Lump Sum Amounts" bound with said Specifications, enters into a written contract on the form of agreement bound with said Specifications and furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said City and judgment is recovered, said surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this24th day of January , 2025 . Roadway Engineering & Nationwide Mutual Construction Corp (Seal) Insurance Company (Seal)'' Business Name of Bidder(Principal) Business Name of Surety By. By: �- (Signatur6K Eric Alvarez (Si ature) Title: president & Secretary Title: Cynthia J. Young, Attorney-In-Fact Individual Partnership X Corporation Other, explain f _ roadway Engineering& Construction Corp.. Bidder P-12 of 12 HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE PROJECT NO.800-2024-09 Required Bid Proposal Forms CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California. ) County of Riverside ) On 0�"2�6"2025 before me, Silvia Vega, Notary Public , Date Here Insert Name and Title of the Officer personally appeared Eric Alvarez Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. .......`' 0'r S{LVIA VEGA���� WITNESS my hand and offici I seal. r CONIM # 2453454ix RIVERSIDE County in Signature Notary Public'--' Signature of Notary Public Gomm Exp July 16, 2027. ................................ Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Wd bxd Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Eric Alvarez Signer's Name: ®Corporate Officer — Title(s): President ❑Corporate Officer — Title(s): ❑ Partner — ❑Limited ❑General ❑Partner — ❑Limited ❑General ❑ Individual ❑Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02015 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of San Bernardino ) On JAN 2 4 2025 before me, Kassandra De Leon, Notary Public Date Here Insert Name and Title of the Officer personally appeared Cynthia J. Young Name(p)of Signer( who proved to me on the basis of satisfactory evidence to be the person($) whose name(b) is/*e subscribed to the within instrument and acknowledged to me that He/she/they executed the same in h%s/her/tf eir authorized capacity(ips),and that by h/s/her/thbir signature(h)on the instrument the person($), or the entity upon behalf of which the person(p) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. KASSANDRA DELEON WITNESS my hand and official seal. o COMM. #2408438 z o Notary Public- California o z '4 � Orange County °�.. M� Comm.Expires Jul 15,2026� Signature Signature o otary blic Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑Partner — ❑Limited ❑General ❑Partner — ❑Limited ❑General ❑Individual ®Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02015 National Notary Association•www.NationaiNotary.org • 1-800-US NOTARY.(1-800-876-6827) Item#5907 No. 1806-1 STATE OF.CALIFORNI- DEPARTMENT OF INSURANCE, SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that,pursuant to the Insurance Code of the State of California, Nationwide Mutna4Insurance Company of Ohio, organized under the laws of Ohio,subject to its Articles of Incorporation or other fundamental organizational documents,is hereby authorized to transact within this State,,subject to all provisions ofthis Certificate, the following classes of insurance.- Fire,Marine,Snrety,Disability,P1ate,Glass,Liability,Workers'Compensation, Common,Carrier Liability,Boiler and Machinery,Burglary,Sprinkler, Teavi and Vehicle,Automobile,Aircraft,Legal;:And,::Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable., and as such Yaws and requirements now are,or may hereafter be changed or amended. IN WITNESS WHEREOF,effective as of the 22"d day ofMay,2013, I have hereunto set my hand and caused my ofcial seal to be affixed _ this 22nd day of May,2013. Dave Jones Insurance Commissioner By Valerie J.Sarfaty for Nettie Hoge Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished.as required by the California Corporations Code promptly after issuance of this Certificate ofAuthority.Failure to do so will be a violation ofInsurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefocand the conditions.contained herein. tl � ~ Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: ionwide Mutual Insurance Company,an Ohio corporation hereinafter referred to severally as the"Company"and collectively as"the Companies"does hereby make,constitute and appoint: ADRIANA VALENZUELA;CYNTHIA J YOUNG;KASSANDRA DELEON; each in their individual capacity,its true and lawful attorney-in-fact,with full power and authority to sign,seal,and execute on its behalf any and all bonds and undertakings,and other obligatory instruments of similar nature,in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby,as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company;and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED,that the president,or any vice president be,and each hereby is,authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds,forms,applications,memorandums,undertakings, recognizances,transfers,contracts of indemnity,policies,contracts guaranteeing the fidelity of persons holding positions of public or private trust,and other writings obligatory in nature that the business of the Company may require;and to modify or revoke,with or without cause,any such appointment or authority;provided,however,that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER,that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them,and to affix the seal of the Company thereto;provided,however,that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments.Any vice president,any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents,instruments,contracts,or other papers in connection with the operation of the business of the company in addition to the chairman of the board,the chief executive officer,president,treasurer or secretary;provided,however,the signature of any of them may be printed,engraved,or stamped on any approved document,contract,instrument,or other papers of the Company. IN WITNESS WHEREOF,the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August,2021. 410-- Antonio C.Albanese,Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT 1 � uuixw , STATE OF NEW YORK COUNTY OF NEW YORK:ss On this 20th day of August,2021,before me came the above-named officer for the Company aforesaid,to me personally known to be the officer described in and who executed the preceding instrument,and he acknowledged the execution of the same,and being by me duly snualr : sworn,deposes and says,that he is the officer of the Company aforesaid,that the seal affixed j�.... � hereto is the corporate seal of said Company,and the said corporate seal and his signature were \ , duly affixed and subscribed to said instrument by the authority and direction of said Company. y- Stephanie Rubino McArthur + 1! Notary Public,State of New York No.02MC6270117 Qualified in New York County Notary Pudic Commission Expires October 19 2024 My commission mires October 10,2024 CERTIFICATE I,Laura B.Guy,Assistant Secretary of the Company,do hereby certify that the foregoing is a full,true and correct copy of the original power of attorney issued by the Company;that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner;that said Antonio C.Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company,and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors;and the foregoing power of attorney is still in full force and effect. VITNESS WHEREOF,I have hereunto subscribed my name as�Assistant Secretary,and affixed the corporate seal of said Company this 24th day of nuarY 2025 '3 Assistant Secretary BDJ 1(08-21)00 CONTRACT AGREEMENT KNOW ALL MEN BY THESE PRESENT: That the following agreement is made and entered into, in triplicate, as of the date executed by the City Clerk and the Mayor, by and between Roadway Engineering&Construction Corp , hereinafter referred to as the "CONTRACTOR" and the City of Rancho Cucamonga, California, hereinafter referred to as "CITY." WHEREAS, pursuant to the Notice Inviting Sealed Bids or Proposals, bids were received, publicly opened, and declared on the date specified in said notice; and WHEREAS, City did accept the bid of Contractor; and WHEREAS, City has authorized the City Clerk and Mayor to enter into a written contract with Contractor for furnishing labor, equipment, and material for the construction of "HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE ." NOW THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools, materials, appliances, and equipment for and do the work for the "HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE ." Said work to be performed in accordance with specifications and standards on file in the office of the City Engineer and in accordance with bid prices hereinafter mentioned and in accordance with the instruction of the City Engineer. 2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The aforesaid specifications are incorporated herein by reference thereto and made a part hereof with like force and effect as if all'of said documents were set forth in full herein. Said documents, the Resolution Inviting Bids attached hereto, together with this written agreement, shall constitute the entire contract between the parties. This contract is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the Contractor whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this written agreement, the provisions of this written agreement shall control. 3. TERMS OF CONTRACT: The undersigned bidder agrees to execute the contract within fifteen (15) days from the date of notice of award of the contract or upon notice by City after the fifteen (15) days, and to complete his portion of the work within 30 working days from the date specified in the Notice to Proceed. The bidder agrees further to the assessment of liquidated damages in the amount of$3,600.00 for each calendar day the work remains incomplete beyond the expiration of the completion date. City may deduct the amount thereof from any monies due or that may become due the Contractor under this contract. Progress payments made after the scheduled date of completion shall not constitute a waiver of liquidated damages. 4. INSURANCE: The Contractor shall not commence work under this contract until he has C-1 obtained all insurance required hereunder in a company or companies acceptable to City nor shall the. Contractor allow any subcontractor to commence work on his subcontract until all insurance required of the subcontractor has been obtained. The Contractor shall take out and maintain at all time during the life of this contract the following policies of insurance: a. Workers Compensation Insurance: Before beginning work, the Contractor shall furnish to the Engineer a certificate of insurance as proof that he has taken out full compensation insurance for all persons whom he may employ directly or through subcontractors in carrying out the work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract. In accordance with the provisions of Section 3700 of the California Labor Code, every contractor shall secure the payment of compensation to his employees. Contractor, prior to commencing work, shall sign and file with the City a certification as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract." b. For all operations of the Contractor or any subcontractor in performing the work provided for herein, insurance with the following minimum limits and coverage: (1) General Liability - Bodily Injury (not auto) $2,000,000 each person; $2,000,000 each accident. (2) General Liability - Property Damage (not auto) $1,000,000 each accident; $2,000,000 aggregate. (3) Contractor's Protective - Bodily Injury $1,000,000 each person; $2,000,000 each accident. (4) Contractor's Protective - Property Damage $1,000,000 each accident; $2,000,000 aggregate. (5) Automobile - Bodily Injury$2,000,000 each person; $3,000,000 each accident. (6) Automobile - Property Damage $2,000,000 each accident. C. Each such policy of insurance provided for in paragraph "b." shall: (1) Be issued by an insurance company approved in writing by City, which is qualified to do business in the State of California. The insurance company shall have a policy holder rating of A or higher and a Financial Class VII or higher established by A.M. Best Company Rating Guide; (2) Name as additional insured the City, its elected officials, officers, agents and employees, and any other parties specified in the bid documents to be so included; (3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under said policy; (4) Contain a clause substantially in the following words: C-2 "it is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City of a written notice of such cancellation or reduction of coverage as evidenced by receipt of a registered letter." (5) Otherwise be in form satisfactory to City. d. The policy of insurance provided for in subparagraph "a." shall contain an endorsement which: (1) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c. (2) hereof to be listed as additional insured in the policy of insurance provided for in paragraph "b." by reason of any claim arising out of or connected with the operations of Contractor or any subcontractor in performing the work provided for herein; (2) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to City by registered mail. e. The Contractor shall at the time of the execution of the contract present the original policies of insurance required in paragraphs "a." and "b." hereof, or present a certificate of the insurance company, showing the issuance of such insurance, and the additional insured and other provisions required herein. 5. PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the office of the City Clerk of the City of Rancho Cucamonga, 10500 Civic Center Drive, Rancho Cucamonga, California, and are available to any interested party on request. City also shall cause a copy of such determinations to be posted at the job site. Pursuant to provisions of Labor Code Section 1775, the Contractor shall forfeit, as penalty to City, not more than two hundred dollars ($200.00)for each laborer, workman, or mechanic employed for each calendar day or portion thereof if such laborer, workman, or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under the attached contract, by him or by any subcontractor under him, in violation of the provisions of said Labor Code. 6. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5 of the Labor Code as amended by Chapter 971, Statutes of 1939, and in accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the prosecution of the work. Attention is directed to the provisions in Section 1777.5 and 1777.6 of the Labor Code C-3 concerning the employment of apprentices by the Contractor or any subcontractor under him. Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any apprenticable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: a. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or b. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or d. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticable trade on such contracts and if other contractors on the public works site are making such contributions. The Contractor and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. 7. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract, and the Contractor and any subcontractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3, of the Labor Code of the State of California as amended. The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho Cucamonga, twenty-five dollars ($25.00) for each worker employed in the execution of the contract by the respective contractor or subcontractor for each calendar day during which the worker is required or permitted to work.more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of this article. 8. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such C-4 travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.1. 9. CONTRACTOR'S LIABILITY: The City of Rancho Cucamonga and its elected officials, officers, agents and employees shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workmen, employees of the Contractor or his subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. The Contractor shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever, except the sole negligence or willful misconduct of the City, its employees, servants, or independent contractors who are directly responsible to City during the progress of the work or at any time before its completion and final acceptance. The Contractor will indemnify City against and will hold and save City harmless from any and all actions, claims, damages to persons or property, penalties, obligations, or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, or activities of the Contractor, his agents, employees, subcontractors, or invitees provided for herein, whether or not there is concurrent passive or active negligence on the part of City, but excluding such actions, claims, damages to persons or property, penalties, obligations, or liabilities arising from the sole negligence or willful misconduct of City, its employees, servants, or independent contractors who are directly responsible to City, and in connection therewith: a. The Contractor will defend any action or actions filed in connection with any of said claims, damages, penalties, obligations, or liabilities and will pay all costs and expenses, including attorneys'fees incurred in connection therewith. b. The Contractor will promptly pay any judgment or award rendered against the Contractor or City covering such claims, damages, penalties, obligations, and liabilities arising out of or in connection with such work, operations, or activities of the Contractor hereunder or reasonable settlement in lieu of judgment or award, and the Contractor agrees to save and hold the City harmless therefrom. C. In the event City is made a party to any action or proceeding filed or prosecuted against the Contractor for damages or other claims arising out of or in connection with the project, operation, or activities of the Contractor hereunder, the Contractor agrees to pay to City any and all costs and expenses incurred by City in such action or proceeding together with reasonable attorneys'fees. So much of the money due to the Contractor under and by virtue of the contract as shall be considered necessary by City may be retained by City until disposition has been made of such actions or claims for damage as aforesaid. 10. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of age, disability, race, color, religion, sex, sexual orientation C-5 or national origin of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. 11. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the material and doing the prescribed work per the unit prices set forth in accordance with Contractor's Proposal. IN WITNESS WHEREOF, the parties hereto have caused these present to be duly executed with all the formalities required by law on the respective dates set forth opposite their signatures. State of California Contractor's License#: 0�3145 Date By: ! Eric Alvarez siden# -� Signature Pri -Name&Title Secretary By: Signature Print Name&Title CITY OF RANCHO CUCAM NG , C LIFORNIA By: + BY: L. n is Mich ayor 1 _ City Clerk 2 20 2025 Date Eric Alvarez Contractor's Business Phone Number: (201)-7/7--194 0 Emergency Name and Phone Number at which Contractor can be reached at any time: C-6 Bond Number: 7901162267 Premium: $3,283.00 Executed in Triplicate Premium is for the contract term and subject to adjustment CONTRACT based on the final contract price FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENT: THAT Roadway Engineering&Construction Corp-as Principal, and,*See as Surety, are held and firmly bound unto the City of Rancho Cucamonga, hereinafter called Below City, in the just and full amount of** (Written) 'Three Hundred Eighty Six Thousand Two Hundred Seventy and No/100 Dollars $386,270.00 (Figures) payment whereof we hereby bind ourselves, our heirs, executors administrators, successors and assigns, jointly and severally, firmly by these presents. Given under our hands and sealed with our seal this 14th day of February 2025. *Nationwide Mutual Insurance Company The condition of the foregoing obligation is such that, WHEREAS, the above-named principal is about to enter into a contract with the City, whereby said principal agrees to construct "HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE " in accordance with the AGREEMENT dated _, which said contract is hereby referred to and made a part hereof to the same extent as if the same were herein specifically set forth; NOW, THEREFORE, if the said principal shall well and truly do and perform all things agreed by the principal in said contract to be done and performed, then this obligation is to be void; otherwise it will remain in full force and effect; PROVIDED, that for value received the undersigned stipulate and agree that no amendment, change, extension of time, alteration or addition to said contract, or agreement, or of any feature or,item, or items of performance required therein or thereunder shall in any manner affect the obligfatioris,of the undersigned under this bond; and the surety does hereby waive notice of such amendment, limitation of time for bringing action on this bond by the City, change, extension of time, 'alteration or addition to said contract or agreement and of any feature or time of pedfon(pance required therein or thereunder. WITNESS•our hands hisl4th day of February , 20 25. Roadway Engin onstruction Corp By: Eric Alvarez Title: President Surety: Na o ide Mutual Insurance Company By: ,� Cy hia J.Yo g, orn y In-Fact - _ Individual _ Partnership X Corporation Other, explain SIGNATURES OF CONTRACTOR MUST BE ACKNOWLEDGED BEFORE A NOTARY PUBLIC. PLEASE ATTACH APPROPRIATE ACKNOWLEDGMENT FORMS (INDIVIDUAL, PARTNERSHIP, CORPORATION, ETC.). B-1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of Riverside ) On 0 7 �'Zr before me, Silvia Vega, Notary Public Date Here Insert Name and Title of the Officer personally appeared Eric Alvarez Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is re subscribed to the within instrument and acknowledged to me that(IDyshe/they executed the same in hi her/their authorized capacity(ie&),and that by is er/their signature(s)on the instrument the person(&.), or the entity upon behalf of which the person(&)acted, executed the instrument. certify under PENALTY OF PERJURY under the laws .».. .......................... of the State of California that the foregoing paragraph e ' c�)6y S I LV IA V E G A is true and correct. Eu�:.uF COMM # 2453454 a RIVERSIDE County Xi WITNESS my hand and offici seal. California Notary Public!--' Comm Exp July 16, 2027 : . Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Faithful Performance Bond Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: *Corporate Officer — Title(s): President ❑Corporate Officer — Title(s): ❑Partner — ❑ Limited ❑General ❑Partner — ❑Limited ❑General ❑Individual ❑Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02015 National Notary Association •www.Nationa]Notary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 5, CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of San Bernardino ) On FEB 14 2025 before me, Kassandra De Leon, Notary Public Date Here Insert Name and Title of the Officer personally appeared Cynthia J. Young Name(p)of Signer(p) who proved to me on the basis of satisfactory evidence to be the person($) whose name() is/*e subscribed to the within instrument and acknowledged to me that Ne/she/they executed the same in hjs/her/tlyeir authorized capacity(ips),and that by hls/her/thkir signature(b)on the instrument the person(p), or the entity upon behalf of which the person(p) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph KASSANDRA DE LEON is true and correct. _� COMM. #2408438 WITNESS my hand and fficial seal. Z-,L. y.. .Notary Public-California o r Orange County M Comm.Ex ire$Jul 15,2026 Signature— Signe, ur of otary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑Limited ❑General ❑Partner — ❑Limited ❑General ❑Individual ®Attorney in Fact ❑Individual ❑Attomey in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02015 National Notary Association •www.NationaiNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 No. 1805-1 STATK OF CALIFORNIA. DEPARTMENT ,OF INSURANCE- SAN"FRANCISCO Amended Certifc-ate. of Authority THIS-IS TO.CERTIFY that,pursuant to the Insurance Code of the State of California, Nationwide:MutualInsurance Company of Ohio, organized under the laws of Ohio,subject to its Articles of Incorporation or other fundamental organizational documents,is hereby authorized to transact within this State,subject to allprovisions ofthis Certificate,the following classes of insurance.- .Fire,Marine,Snrety,Disa4ility,•PlM60ass,Liability,Workers'Compensation, Common.Carrier Liability,Boiler and Machinery,Burglary,Sprinkler, Team and-Vehicle;Automobile,Aircraft,Legal,and Aliseellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws-or requirements are in effect and applicable,and as such laws and requirements now are,ormay hereafter be changed or amended. IN WITNESS WHEREOF,effective as ofthe 22'd day of May,2013, Ihave hereunto setmy hand and caused my official seal to be affixed this 22nd day of May,2013. Dave Jones Insurance Commissioner By Valerie J.Sarfaty for Nettie Hoge Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished:as required by the California Corporations Code promptly after issuance ofthis Certificate ofAuthority.Failure to do so will be a violation oflnsurance'Code section 701 and will be grounds for revoking'this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions.contained herein. Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company,an Ohio corporation hereinafter referred to severally as the"Company"and collectively as"the Companies"does hereby make,constitute and appoint: ADRIANA VALENZUELA;CYNTHIA J YOUNG;KASSANDRA DELEON; each in their individual capacity,its true and lawful attorney-in-fact,with full power and authority to sign,seal,and execute on its behalf any and all bonds and undertakings,and other obligatory instruments of similar nature,in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby,as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company;and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED,that the president,or any vice president be,and each hereby is,authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds,forms,applications,memorandums,undertakings, recognizances,transfers,contracts of indemnity,policies,contracts guaranteeing the fidelity of persons holding positions of public or private trust,and other writings obligatory in nature that the business of the Company may require;and to modify or revoke,with or without cause,any such appointment or authority;provided,however,that the authority granted hereby shall in no way limit the authority of other duty authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER,that such attomeys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them,and to affix the seal of the Company thereto;provided,however,that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments.Any vice president,any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents,instruments,contracts,or other papers in connection with the operation of the business of the company in addition to the chairman of the board,the chief executive officer,president,treasurer or secretary;provided,however,the signature of any of them may be printed,engraved,or stamped on any approved document,contract,instrument,or other papers of the Company. IN WITNESS WHEREOF,the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August,2021. Antonio C.Albanese,Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT ��uatgrs ,' STATE OF NEW YORK COUNTY OF NEW YORK:ss On this 20th day of August,2021,before me came the above-named officer for the Company aforesaid,to me personalty known to be the officer described in and who executed the preceding * SEAL *` instrument,and he acknowledged the execution of the same,and being by me duly ruY sworn,deposes and says,that he is the officer of the Company aforesaid,that the seal affixed hereto is the corporate seal of said Company,and the said corporate seal and his signature were \_ duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur Notary Public,State of New York tr% No.02MC6270117 Qualified in New York County Notary Public Commission Expires October 19 2024 My Commission Expires October 19,2024 CERTIFICATE I,Laura B.Guy,Assistant Secretary of the Company,do hereby certify that the foregoing is a full,true and correct copy of the original power of attorney issued by the Company;that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner,that said Antonio C.Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company,and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors;and the foregoing power of attorney is still in full force and effect. NITNESS WHEREOF I have hereunto subscribed my name as_Assistant Secretary,and affixed the corporate seal of said Company this 14th day of ,bruary 2d25 Assistant Secretary BDJ 1(08-21)00 Executed in Triplicate Bond No.: 7901162267 Premium included in charge for PAYMENT BOND Performance Bond (Labor and Materials) KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS the CITY OF RANCHO CUCAMONGA (name of City) ("City") has awarded to Roadway Engineering&Construction Corp. 3121 Indian Ave. Perris, CA 92571 (Name and address of Contractor) ("Principal"), a contract(the"Contract") for the work described as follows: "HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE " WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW THEREFORE, we, the undersigned Principal, and Nationwide Mutual Insurance Company 1100 Locust St., Des Moines, IA 50391-2006 (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are eld�n� fi�nl�/ baud untq City in the penal sum of ree un re �gi�ty uc ousan 386 270.00 Two Hundred Seventy and No/100 Dollars ($ ), this amount being not less than one hundred percent (100%) of the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to pay any of the persons named in Section 9100 of the California Civil Code, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor performed under the Contract, the Surety will pay for the same in an amount not exceeding the penal sum specified in this bond; otherwise, this obligation shall become null and void. B-2 t" r Payment Bond (continued) This bond shall insure to the benefit of any of the persons named in Section 9100 of the California Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon the bond. In case the suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable attorneys'fees in an amount fixed by the court. FURTHER, the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, addition or modification to the terms of the Contract, or of the work to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code Sections 2845 and 2849. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Bate'.•,February 14, 2025 tincipal" _ "Surety° . ;Roadway-Engineering&Construction Corp. Nationwide Mutual Insurance Company &Pvt4e�xkze'na'�- 'By: By: Its Eric Alva z President Its ynthia J. u ,Attor a -In-Fact By: By: Its Its (Seal) (Seal) Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of Riverside ) On Q 2JI74,o24- before me, Silvia Vega, Notary Public Date Here Insert Name and Title of the Officer personally appeared Eric Alvarez Names)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(&) whose namem i re subscribed to the within instrument and acknowledged to me that(IDyshe/they executed the same in hi her/their authorized capacity(i"),and that by is er/their signature(&)on the instrument the person(&), or the entity upon behalf of which the person(&) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph •• ••. ••'": is true and correct. ' =Fry•••• SILVIAVEGA COMM # 2453454^z WITNESS my hand and official seal. x x RIVERSIDE County 2 Callhornla Notary Public-' t��P Comm Exp July 16, 2027 , Signature IF o .,......-_••••.-.-••••• -••••••-••' Signature f Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Payment Bond Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑■ Corporate Officer — Title(s): President ❑Corporate Officer — Title(s): ❑Partner — ❑Limited ❑General ❑Partner — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02015 National Notary Association -www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of San Bernardino ) On FEB 14 2025 before me, Kassandra De Leon, Notary Public Date Here Insert Name and Title of the Officer personally appeared Cynthia J. Young Name(p)of Signer(p) who proved to me on the basis of satisfactory evidence to be the person($) whose name(j§) is/*e subscribed to the within instrument and acknowledged to me that He/she/toey executed the same in Wher/their authorized capacity(ips),and that by his/her/thkir signature(fi)on the instrument the person(p), or the entity upon behalf of which the person($)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and fficial se . DELEONo M Notary P #24084$8 Zlc- California � Orange County o Signature M Comm,Ex ires Jul 15,.2026 Signa re of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑Limited ❑General ❑Partner — ❑Limited ❑General ❑Individual ®Attorney in Fact ❑Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02015 National Notary Association •www.NationalNotary.org -1-800-US NOTARY(1-800-876-6827) Item#5907 d' No. 1805-1 STATE OF CALIFORNU DEPARTMENT OF'INSURANCE SAN FRANCISCO Amended_ Certificate of Authority THIS IS TO CERTIFY that,.pursuant to the Insurance Code of the State of California, Nationwide Mutual Insurance Company of Ohio, organized under the laws of Ohio,subject to its Articles of Incorporation or other fundamental organizational documents,is hereby authorized to transact within this State,subject to allprovisions ofthis Certificate, the following classes of insurance.- Fire,Marine,Surety,Disability,Plate Glass,Liability,Workers'Compensation, Common,Carrier Liability,Boiler and Machinery,Burglary,Sprinkler, Teani and:Vehicle,Antonlobile,Aircraft,Legal,and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all,and not in violation of any,of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable,and as such laws and requirements now are,or may hereafter be changed or amended IN WITNESS VVHEREOF,effective as of the 22"d day ofMay,2013, I have hereunto set my hand and caused my official seal to be affixed - this 22"d day of May,2013. Dave Jones hisurance Commissioner By Valerie J.Sarfaty for Nettie Hoge Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished.as required by the California Corporations Code promptly after issuance ofthis Certificate ofAuthority.Failure to do so will be a violation ofInsurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions,contained herein. Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: ationwide Mutual Insurance Company,an Ohio corporation hereinafter referred to severally as the"Company"and collectively as"the Companies"does hereby make,constitute and appoint: ADRIANA VALENZUELA;CYNTEIA J YOUNG;KASSANDRA DELEON; each in their individual capacity,its true and lawful attorney-in-fact,with full power and authority to sign,seal,and execute on its behalf any and all bonds and undertakings,and other obligatory instruments of similar nature,in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby,as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company;and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED,that the president,or any vice president be,and each hereby is,authorized and empowered to appoint attorneys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds,forms,applications,memorandums,undertakings, recognizances,transfers,contracts of indemnity,policies,contracts guaranteeing the fidelity of persons holding positions of public or private trust,and other writings obligatory in nature that the business of the Company may require;and to modify or revoke,with or without cause,any such appointment or authority;provided,however,that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER,that such attorneys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them,and to affix the seal of the Company thereto;provided,however,that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments.Any vice president,any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents,instruments,contracts,or other papers in connection with the operation of the business of the company in addition to the chairman of the board,the chief executive officer,president,treasurer or secretary;provided,however,the signature of any of them may be printed,engraved,or stamped on any approved document,contract,instrument,or other papers of the Company. IN WITNESS WHEREOF,the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August,2021. Antonio C.Albanese,Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT ��uauxsup�,, STATE OF NEW YORK COUNTY OF NEW YORK:ss Na On this 20th day of August,2021,before me came the above-named officer for the Company � : tz/ aforesaid,to me personally known to be the officer described in and who executed the preceding SEAL *, instrument,and he acknowledged the execution of the same,and being by me duly " Q Y sworn,deposes and says,that he is the officer of the Company aforesaid,that the seal affixed ,`�j......�W hereto is the corporate seal of said Company,and the said corporate seal and his signature were \_ duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur Notary Public,State of New York No.02MC6270117 Qualified in New York County Notary Public Commission Expires October 19 2024 My Commission E)ires October 19,2024 CERTIFICATE 1,Laura B.Guy,Assistant Secretary of the Company,do hereby certify that the foregoing is a full,true and correct copy of the original power of attorney issued by the Company;that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner;that said Antonio C.Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company,and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors;and the foregoing power of attorney is still in full force and effect. WITNESS WHEREOF,I have hereunto subscribed my name as Assistant Secretary,and affixed the corporate seal of said Company this 14th day of p-bruary 2025 = a to Assistant Secretary BDJ 1(08-21)00 CONTRACT WORKER'S COMPENSATION INSURANCE CERTIFICATE The Contractor shall execute the following form as required by the California Labor Code, Sections 1860 and 1861: 1 am aware of the provision of Section 3700 of the Labor Code which requires every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. b2 /j tots Roadway En ineerin Construction Crop Da a (Contractor By: ' (Sig ature) - '' - • Eric Alva President (Title) Attest: By: ( igna ure) J(Title) INS-1 l ® DATE(MM/DD/YYYY) A�n CERTIFICATE OF LIABILITY INSURANCE 02/17/2025 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). PRODUCER CONTACT NAME: CLIENT CONTACT CENTER FEDERATED MUTUAL INSURANCE COMPANY AND ITS AFFILIATES PHONE FAX INCLUDING PRIMARY SOURCE INSURANCE AGENCY (A/C,No,Ext):888-333-4949 (A/C,No):507-446-4664 121 E.PARK SQUARE E-MAILDR OWATONNA,MN 55060 SS:CLIENTCONTACTCENTER®FEDINS.COM INSURERS AFFORDING COVERAGE NAIL# INSURERA:FEDERATED MUTUAL INSURANCE COMPANY 13935 INSURED INSURER B:PRAETORIAN INSURANCE COMPANY 37257 ROADWAY ENGINEERING&CONSTRUCTION CORP. INSURERC: 3121 INDIAN AVE PERRIS,CA 92571-3208 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:107 REVISION NUMBER:0 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSR WVD MMIDDIYYYY MMIDD/YYYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $1,000,000 CLAIMS-MADE FX�OCCUR DAMAGE TO RENTED PREMISES $1 OO OOO (Ea oc..ce) MED EXP(Any one person) $5,000 A Y Y 1860833 05/15/2024 05/15/2025 PERSONAL&ADV INJURY $1,000,000 GENT.AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2 000 000 X POLICY �E�T El PRODUCTS&COMPIOP ACC $2,000,000 OTHER: AUTOMOBILE LIABILITY a e2.12nQSINGLE LIMIT $1,000,000 ANYAUTO BODILY INJURY(Per Person) LY SCHEDULED Y N 1860833 05/15/2024 05/15/2025 BODILY INJURY(per Accident) AUTOS HIRED AUTOS ONLY NON-OWNED PROPERTY DAMAGE IOWNED AUTOS AUTOS ONLY Per Acciden X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $7,000,000 A EXCESS LIAR CLAIMS-MADE Y Y 1860835 05/15/2024 05/15/2025 AGGREGATE $7,000,000 DED RETENTION WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN - X PER STATUTE THER ANY PROPRIETOR/PARTNER/EXECUTIVE N $1,000,000 6 OFFlCER1MEMBER EXCLUDED? (�(//� Y QWC4002223 03/01/2024 03/01/2025 E.L EACH ACCIDENT (Mandatory in NH) E.L DISEASE EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L DISEASE•POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) SEE ATTACHED PAGE CERTIFICATE HOLDER CANCELLATION CITY OFRANCHO CUCAMONGA 1070 CI 10500 CIVIC CENTER DR SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED RANCHO CUCAMONGA,CA 91730-3801 BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD r••""� AGENCY CUSTOMER ID: LOC# ' ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMEDINSURED FEDERATED MUTUAL INSURANCE COMPANY AND ITS AFFILIATES ROADWAY ENGINEERING&CONSTRUCTION CORP. 3121 INDIAN AVE INCLUDING PRIMARY SOURCE INSURANCE AGENCY PERRIS,CA 92571-3208 POLICY NUMBER SEE CERTIFICATE##107.0 CARRIER NAIC CODE EFFECTIVE DATE:SEE CERTIFICATE##107.0 SEE CERTIFICATE##107.0 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE PROJECT NUMBER: 1239 PROJECT: HAVEN AVENUE SIDEWALK IMPROVEMENT PROJECT FROM MERLOT COURT TO WILSON AVENUE, 10500 CIVIC CENTER DRIVE RANCHO, CUCAMONGA, CA 91730 SUBJECT TO THE TERMS AND CONDITIONS OF THE POLICY, ADDITIONAL INSUREDS ALSO INCLUDES CITY OF RANCHO CUCAMONGA, ITS ELECTED OFFICIALS, OFFICERS, AGENTS AND EMPLOYEES, AND ANY OTHER PARTIES SPECIFIED IN THE BID DOCUMENTS TO BE SO INCLUDED. SUBJECT TO THE TERMS AND CONDITIONS OF THE POLICY, WAIVER OF SUBROGATION ALSO INCLUDES CITY OF RANCHO CUCAMONGA, ITS ELECTED OFFICIALS, OFFICERS, AGENTS AND EMPLOYEES, AND ANY OTHER PARTIES SPECIFIED IN THE BID DOCUMENTS TO BE SO INCLUDED. THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU ENDORSEMENT FOR GENERAL LIABILITY. THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED BY CONTRACT ENDORSEMENT FOR BUSINESS AUTO LIABILITY. INSURANCE PROVIDED BY THE GENERAL LIABILITY COVERAGE IS PRIMARY AND NONCONTRIBUTORY OVER OTHER INSURANCE SUBJECT TO THE CONDITIONS OF THE PRIMARY AND NONCONTRIBUTORY CLAUSE- OTHER INSURANCE CONDITION. INSURANCE PROVIDED BY THE BUSINESS AUTO LIABILITY IS PRIMARY AND NONCONTRIBUTORY OVER OTHER INSURANCE SUBJECT TO THE CONDITIONS OF THE PRIMARY AND NONCONTRIBUTORY CLAUSE- OTHER INSURANCE CONDITION. GENERAL LIABILITY CONTAINS A WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) - AUTOMATIC ENDORSEMENT COMMERCIAL UMBRELLA FOLLOWS FORM ACCORDING TO THE TERMS, CONDITIONS, AND ENDORSEMENTS FOUND IN THE COMMERCIAL UMBRELLA POLICY. FOR REASONS OTHER THAN NON-PAYMENT OF PREMIUM, 30 DAYS NOTICE WILL BE PROVIDED TO THE CERTIFICATE HOLDER IN THE EVENT THAT THE ISSUING COMPANY CANCELS THE POLICY BEFORE THE EXPIRATION DATE OF THE POLICY. THE WORKERS COMPENSATION COVERAGE CONTAINS A WAIVER OF SUBROGATION IN FAVOR OF THE CERTIFICATE HOLDER SUBJECT TO THE CONDITIONS OF THE WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA. ACORD 101 (2008f01) ©2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD WORKERS COMPENSATION AND EMPLOYERS LIABILITYWSURANCE POLICY WC 04 03 66 (Ed.04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA We have the right to reco.var our payments from.anyone liable for an injury covered by this policy.We will not enforce.our right against the person or organization named in the Schedule,(This agreement.applies only to the extent that you perform work .under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium,for this endorsement shall be 2% of the California workers'compensation premium otherwise due on such remuneration. Schedule Any person or organization for which you have agreed to waive your rights Of recovery in a written contract, provided such contract was executed prior to date of loss. This endorsement changes the policy to which it is af!ached anal is effective on the.date issued unless otherwise staled. (The information below is required only when this on4orsement is issued subsequent to preparation of the policy.) Endorsement Effective 03/01/2024 Policy No. Q6VC4002223 Endorsement No. 0.02 Insured ROAD,4AY ENGINEERING & CONSTRU Insurance Company PRAETORIAN INSURANCE COMPANY Countersigned By QWC4002223 20240301 002 COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance B. The following is added to the Other Insurance Condition in the Business Auto Coverage Form Condition in the Auto Dealers Coverage Form and and the Other Insurance - Primary And Excess. supersedes any provision to the contrary: Insurance Provisions in the Motor Carrier This Coverage Form's Covered Autos Liability Coverage Form and supersedes any provision to Coverage and General Liability Coverages are the contrary: primary to and will not seek contribution from any This Coverage Form's Covered Autos Liability other insurance available to an "insured" under Coverage is primary to and will not seek your policy provided that: contribution from any other insurance available to 1. Such "insured" is a Named Insured under an "insured" under your policy provided that: such other insurance; and 1. Such "insured" is a Named Insured under 2. You have agreed in writing in a contract or such other insurance; and agreement that this insurance would be 2. You have agreed in writing in a contract or primary and would not seek contribution from agreement that this insurance would be any other insurance available to such "insured". primary and would not seek contribution from any other insurance available to such "insured". ©Insurance Services Office, Inc., 2016 Page 1 of 1 CA 04 4911 16 Policy Number: 1860833 Transaction Effective Date: 05/15/2024 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. WHO IS AN INSURED for"bodily injury"and "property damage" liability is amended to include: Any person or organization other than a joint venture, for which you have agreed by written contract to procure bodily injury or property damage "auto" liability insurance arising out of operation of a covered "auto"with your permission. However,this additional insurance does not apply to: (1) The owner or anyone else from whom you hire or borrow a covered "auto". This exception does not apply if the covered "auto" is a "trailer"connected to a covered "auto"you own. (2) Your "employee" if the covered "auto" is owned by that "employee" or a member of his or her household. (3) Someone using a covered."auto" while he or she is working in a business of selling, servicing, repairing, parking or storing "autos"unless that business is yours. (4) Anyone other than your "employees", partners (if you are a partnership), members (if you are a limited liability company), or a lessee or borrower or any of their "employees", while moving property to or from a covered "auto". (5) A partner (if you are a partnership), or a member (if you are a limited liability company) for a covered "auto"owned by him or her or a member of his or her household. B. The coverage extended to any additional insured by this endorsement is limited to, and subject to all terms, conditions, and exclusions of the Coverage Part to which this endorsement is attached. In addition, coverage shall not exceed the terms and conditions that are required by the terms of the written agreement to add any insured, or to procure insurance. C. The limits of insurance applicable to such insurance shall be the lesser of the limits required by the agreement between the parties, or the limits provided by this policy. D. Additional exclusions. The insurance afforded to any person or organization as an insured under this endorsement does not apply: 1. To"loss"which occurs prior to the date of your contract with such person or organization; 2. To "loss" arising out of the sole negligence of any person or organization that would not be an insured except for this endorsement. 3. To 'loss" for any leased or rented "auto" when the lessor or his or her agent takes possession of the leased or rented "auto"or the policy period ends, whichever occurs first. Includes copyrighted material of Insurance Services Office, Inc. with its permission. CA-F-127(03-03) Policy Number:1860833 Transaction Effective Date:05/15/2024 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract Condition and supersedes any provision to the or agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the This insurance is primary to and will not seek additional insured. contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and C Insurance Services Office, Inc., 2018 Page 1 of 1 CG 20 01 12 19 Policy Number: 1860833 Transaction Effective Date: 05/15/2024 COMMERCIAL GENERAL LIABILITY CG 20 33 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or additional insureds, the following additional organization for whom you are performing exclusions apply: operations when you and such person or This insurance does not apply to: organization have agreed in writing in a contract 1. "Bodily in'u " or agreement that such person or organization be Y 1 ry , property damage or added as an additional insured on your policy. "Personal and advertising injury"arising out of Such person or organization is an additional the rendering of, or the failure to render, any insured only with respect to liability for "bodily professional architectural, engineering or surveying services, including: injury", "property damage" or "personal and advertising injury"caused, in whole or in part, by: a. The preparing, approving, or failing to 1. Your acts or omissions; or prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, 2. The acts or omissions of those acting on your change orders or drawings and behalf; specifications; or in the performance of your ongoing operations for the additional insured. b. Supervisory, inspection, architectural or engineering activities. However, the insurance afforded to such This exclusion applies even if the claims additional insured: against any insured allege negligence or other 1. Only applies to the extent permitted by law; wrongdoing in the supervision, hiring, and employment, training or monitoring of others 2. Will not be broader than that which you are by that insured, if the "occurrence" which required by the contract or agreement to caused the "bodily injury" or "property provide for such additional insured. damage", or the offense which caused the A person's or organization's status as an "personal and advertising injury", involved the additional insured under this endorsement ends rendering of or the failure to render any when your operations for that additional insured professional architectural, engineering or surveying services. are completed. © Insurance Services Office, Inc., 2018 Page 1 of 2 CG 20 33 12 19 Policy Number: 1860833 Transaction Effective Date: 05/15/2024 2. 'Bodily injury" or "property damage" C. With respect to the insurance afforded to these occurring after: additional insureds, the following is added to a. All work, including materials, parts or Section III -Limits Of Insurance: equipment furnished in connection with The most we will pay on behalf of the additional such work, on the project (other than insured is the amount of insurance: service, maintenance or repairs) to be 1. Required by the contract or agreement you performed by or on behalf of the additional have entered into with the additional insured; insured(s) at the location of the covered or operations has been completed; or 2. Available under the applicable limits of b. That portion of "your work' out of which insurance; the injury or damage arises has been put whichever is less. to its intended use by any person or organization other than another contractor This endorsement shall not increase the or subcontractor engaged in performing applicable limits of insurance. operations for a principal as a part of the same project. Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 33 12 19 Policy Number: 1860833 Transaction Effective Date: 05/15/2024 COMMERCIAL GENERAL LIABILITY CG 24 53 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) - AUTOMATIC This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV-Conditions: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part, to whom the insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. ©Insurance Services Office, Inc., 2018 Page 1 of 1 CG 24 53 12 19 Policy Number: 1860833 Transaction Effective Date: 05/15/2024