Loading...
HomeMy WebLinkAboutCO 2025-094 - Apple Valley CommunicationsDocusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848E081 City of Rancho Cucamonqa 7-10-2025 CONTRACT NUMBER Apple Valley Communications Inc. ("Contractor" or "biddee') SUBJECT: REQUEST FOR OPEN MARKET PUBLIC WORKS BID Citywide On -Demand Cabling for FY25126 ($60,000 or less) Dear Apple Valley Communications: The City of Rancho Cucamonga invites your proposal for providing Citywide On -Demand Cabling within the City of Rancho Cucamonga. This is a request for an informal bid made pursuant to Public Contract Code Section 22032(a) and R.C.M.0 Section 3.08.1103.1. Your proposal must actually be received in the City's Department of Innovation and Technology, attention: Michael Scott, 10500 Civic Center Drive, Rancho Cucamonga, CA, 91730, on or before 6-00pm. on July 31, 2025, The City's time stamp shall be conclusive as to the date and time of receipt. Contractor aSSUrnes all risk of untimely or lack of receipt for bids not personally and timely delivered as required above. Late bids will not be opened and will be returned. GENERAL SCOPE OF WORK: Contractorlbidder shall furnish all necessary labor, tools, materials, appliances, and equipment to complete the Project as described in the Scope of Work and Service requirements ("Work" or "Services"), including, but not necessarily limited to: 1. Coordination and management of the Services required, including review of the Project site, improvement plans, specifications and special provisions, if any. 2, Inspection of the Work on the Project before, during anchor after construction to insure conformance with Federal, State and City statutes, regulations, ordinances, guidelines, applicable standards, specifications, plans, laws and accepted standard construction practices. 3. The keeping of proper records and reports, photographs and videos, including but not firnited to, certifications of compliance, submittals, shop drawings, materials reports and other related documents received. Contractor shall deliver documents to the City when generated, prepared or received. 4. Designation of a person or persons fully qualified to perform the Services, 5. Attend any meefings that the City deems necessary. 6, Installation of Citywide On-Dernand Cabling T. Performance of the Work in compliance with the Standard Plans for Public Works Construction, Latest Edition with Supplements published by the American Public Works association; the City of Rancho Cucamonga Standard Drawings, Latest Edition, and the attached specifications, ail of which are hereby incorporated into this Request for Bid along with the agreement if any) that is awarded as a result of this Request. Any Scope of Services, Contingencies, Special Instructions and/or Terms and Conditions applicable to this Proposal and any Purchase Order created thereafter, are also incorporated by reference herein, and shall be effective as of the issue date of Purchase Order the "Effective Date"), and shall remain in full force and effect until 30 days after (i) the filing of a notice of completion-, or (H) City has accepted the Work in writing and has made final payment if a notice of completion is not required to be filed: unless sooner terminated by the City, Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848E081 LABOR CODE COMPLIANCE The Work and Services constitute a public work requiring payment of prevailing wages and compliance with other provisions of the California Labor Code, as set forth in the attached document entitled "California Labor Code Compliance." LICENSES: Atthetime of submitting a bid (or contract award if the Project is federally funded), and at all times during the term of the Agreement if awarded, Contractor shall possess a current, valid Class C7 License in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000, et seq.) and rules and regulations adopted pursuant thereto. I= 11 tol 5 license be signed by the Contractor declaring, under penalty of perjury, that the information being provided is true a.,jid correct. I&M _201 Mciaer in or 75377 Tne consiruction or Tne vTori, — I ... r3l — _11 of California who, under subcontract to 'the Contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the Contractors total bid or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of I percent of the Contractor's tOt2l bid or ten thousand dollars ($10,000), whichever is greater. The Contractor 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. INSURANCE: If awarded, the Contractor shall not commence work under the contract until the Contractor has obtained all insurance described and set forth in the attached form of Agreement. BONDS: If the contract amount exceeds $25,000, California Civil Code Section 9550 requires the tract amount is U5�000 or less, the City does not require the foregoing payment bond. A performance bond in 100% of the contract amount is not required. AWARD OF CONTRACT: The CitW will evaluate bids received utilizin* an,,q lawful method of Lcoring . Price may or may not be the primary selection factor. If awarded, an agreement will be awarded based on the bid determined to be the most beneficial to the City. The City shall be the sole judge in the ranking process utilized in making such determination. The City reserves the right, in Its sole discretion, to reject any or all bids, to withdraw this Request for Public Work Bid at any time prior to any award, and to waive any irregularity in any bid. The City shall not be liable for any costs incurred in preparing and submitting any bid. If a contract is awarded, then, as a condition of the award, the Contractor shall execute the attached form of agreement ("Agreement") and provide insurance coverage in the form and limits set forth in the Agreement. CITY BUSINESS LICENSE, The Contractor must have a City Business License as a condition of being awarded a City contract. LIQUIDATED DAMAGES: Liquidated damages are not applicable to this procurement The Contractor agrees to enter into the Agreement within the earlier of fifteen (15) days from the date the City gives public notice of award of the contract or upon written notice to the Contractor by City after the fifteen (15) days. Thereafter, Contractor shall complete the work within N/A working days from the date specified in the City's written Notice to Proceed served on the Contractor. The Contractor agrees to the assessment of liquidated damages in the amount of N/A for each calendar day the work remains incomplete beyond the completion Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848E081 date. City may deduct the amount of any assessed liquidated damages, from any monies due or that may become due the Contractor under the contract. Progress payments made after the scheduled date of completion shall not constitute a waiver of liquidated damages. CON' `OW LIABILITY., Contractor shall indemnify, defend and hold the City of Rancho Cucamonga and its elected officials, offif cers, agents and employees free and harmless in accordance with the indemnity set forth in the Agreement. 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 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 I of the Labor Code in accordance with the provisions of Section 1735 of said Code. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the material and doing the prescribed Work per the NOT -TO -EXCEED unit prices and/or lump sum, as applicable, set forth in Contractor's bid. SUBMISSION: Contractor shall submit in a seated envelope one signed original of its bid and 1 copies. The envelope shall be marked "Bid - Citywide On -Demand Cabling for City of Rancho Cucamonga". The Contractor shall also include a description of the Contractor's qualifications relevant to the required Work. Experience working with local public agencies is a must. Having an office within a 30-mile radius of the City is preferred. Contractor shall also include a signed acknowledgement of receipt of any addendum(s) to the Request for Public Works Bid issued prior to the bid submission deadline. The City shall not be liable for any costs incurred in preparing and submitting any bid, whether or not a contract is awarded. Furthermore, the City reserves the right to reject any or all bids without liability for any costs. Any bid may be withdrawn prior to the date and time set for receipt of bids. Unless timely withdrawn, all bids will become the property of the City and will be subject to public review pursuant to the California Public Records Act, regardless of any marking thereon, such as "confidential", "trade secret", etc. If you have any questions please contact the undersigned at (909) 774-2546, or email at Michael.Scott@CityofRC.us Sincerely, DEPARTMENT OF INNOVATION AND TECHNOLOGY A yea Michael Scott Senior Information Technology Analyst Attachments: (1) Bid Proposal Form (2) Contract Agreement (3) Specifications (4) California Labor Code Compliance (5) Non -Collusion Declaration Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848E081 BID PROPOSAL FORM WE " Citywide On -Demand Cabling for FY24125 " TO THE CITY OF RANCHO mil, CAMONGA: 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 information, and hereby proposes and agrees, if this proposal is accepted, to furnish all material and equipment to 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 unh cost and lump sum amounts set forth in the schedule on the following Proposal, to Description City. Unit Unit Price Nor Price TOTAL AMOUNT IN NUMBERS: NOT 10 EXC45 000ryQQ TOTAL AMOUNT IN WORDS: NOT To CQ;JEQ EqEly-Evg oligg and No Cents Apple Bidder Narne & CSLB No. Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848EO81 AGREEMENT referred to as the "Contractoe, and the City of Rancho Cucamonga, California, hereinafter referred to as WHEREAS, pursuant to the Request for Open Market Public Works Bid, bids were received on or before the date specified in said notice; and WHEREAS, City did accept the bid of Contractor; and WHEREAS, City has authorized 'the City Manager, or designee, to enter into certain written contracts for furnishing labor, equipment, and material for the construction of Public Works. NOW THEREFORE, in consideration of the mutual covenants herein contained, it is agreed. - I GENERAL SCOPE OF WORK, Contractor shall furnish all necessary labor, tools, materials, appliances, and equipment for and do the work necessary to satisfactorily complete the Citywide On -Demand Cabling. The foregoing work ("Work") shall be performed in accordance with the provisions of this Agreement, specifications and standards referenced in Section 2 of this Agreement and those on file in the office of the City Engineer, and in accordance with bid prices hereinafter mentioned and with the instructions of the City Engineer. The Work shall be performed in compliance with any and all applicable local, State, and federal laws, statutes, and regulations. CONTRACT DOCUMENTS: The documents, specifications, and standards referenced in Section 1.above, the Request for Open Market Public Works Bid dated 7-31-2025 and any addendums thereto, the Standard Plans for Public Works Construction, Latest Edition, with Supplements published by the American Public Works Association,, the City of Ro0nhm Cucamonga Standard Oram|n8a' Latest Ed|Uon, and any and all other provisions, instructions, specifications, and plans referenced therein and/or attached hereto, and the Contractor's bid, all of which are incorporated by reference herein, together with this Agreement, shall constitute the entire agreement between the parties. This Agreemnent is intended to require n complete and finished piece of work and anything necessary to complete the work property and in accordance with the law and lawful govocomantal regulations shall be performed by the Contractor whether set out specifically in the contract or not. -Shmu|d it be ascertained that any inconsistency exists between the individual documents described and this written agn*ement, the provisions of this Agreement, then the Request for Open Market Public Works Bid, shall control. 3. LIQUIDATED DAMAGES: Liquidated damages do not apply to this Agreement. If liquidated damages apply to this Agreement, the Contractor agrees to the assessment of liquidated damages in the amount of N/A 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 orthat may become due the Contractor under this Agreement. 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 Agreement until Contractor has obtained all insurance required hereunder in a company or companies acceptable to City nor shall the Contractor allow any subcontractor to commence work on a subcontract until all insurance required of the subcontractor has been obtained. The Contractor shall take out and maintain at all Apple Valley Communications Inc. Bidder Name & CSLB No. Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848E081 11111 plii�111 Ill � lip �11 1 11 Workers Compensation Insurance: Before beginning work, the Contractor shall furnish to the Engineer a certificate of insurance as proof that it has taken out full compensation insurance for all persons whom it 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 for and effect during the period covered by this Agreement. The policy shall be endorsed to waive the right of subrogation. "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 and/or any subcontractor in performing the Work provided for herein, insurance with the following minimum limits and coverage: (1) Commercial General Liability - Bodily Injury (not auto) $2,000,000 each person; $2,000,000 each accident. (2) Commercial General Liability - Property Damage (not auto) $1,000,000 each accident; $2,000,000 aggregate. (3) 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 (any auto) - Bodily Injury $2,000,000 each person; $3,000,000 each accident. (6) Automobile (any auto) - 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 an A.M. Best Company Rating Guide rating of not less than A:VII; (2) Name as additional insureds the City, its elected officials, officers, volunteers, 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: Apple Valley Communications Inc. Bidder Name & CSLB No_ W Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848E081 "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. (6) Waives all right of subrogation against the additional insureds in the policy of insuranrm 'i ided for in paragraph "b." by reason of any claim arising out of or connected wi prov! I the operations of' Contractor or any subcontractor in performing the Work provided f herein; (7) Provides it shall not be canceled or altered without thirty (30) dayswrittan notice there given to City by registered mail. I e. The Contractor shall at the time of the execution of this Agreement present the original policies of insurance required in paragraphs "a." and "b." hereof, or present a certificate and original endorsements of the insurance company, showing the issuance of such insurance, and the additional insureds and other provisions required herein. 5. LABOR CODE COMPLIANCE: At all times herein the Contractor shall comply with all applicable provisions of the California Labor Code including those set forth in the attachment hereto marked "CALIFORNIA LABOR CODE COMPLIANCE." 6. 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 workers, employees of the Contractor, 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. U =11 in the role of City officials ("Indemnitees!'), free and harmless with respect to any and all actions, claims, damages to persons or property, stop notices, penalties, obligations, and/or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization, arising out of or incurred in connection with the Work, Services, operations, acts, omissions, or activities of the Contractor, its owners, agents, employees, subcontractors, and/or invitees, whether or not there is concurrent passive or active negligence on 'the part of any of the Indemnitees, but excluding such actions, claims, damages to persons or property, penalties, obligations, or liabilities arising from the sole negligence or willful misconduct of any of the Indemnitees, and in connection therewith: a. The Contractor will defend any action or actions filed in connection with any of said claim� damages, penalties, obligations, or liabilities and will pay all costs and expenses, includi attorneys'fees incurred in connection therewith. I Apple Valley Communications Inc. Bidder Name & CSLB No. MR Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848E081 bThe Contractor will promptly pay any judgment or award rendered against the Contractor or any of the Indemnitees covering such claims, damages, penalties, • and liabilities allsing out of or in • with the 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 Indemnitees harmless therefrom. C. In the event any of the Indemnitees 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 or any of the Indemnitees in such action or proceeding together with reasonable attorneys` fees. So much of the money due to the Contractor under and by virtue of this Agreement 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 provided above. �MMI*1nMVAVH:rJ • MINIM 11111161011 • Apple Valley Communications Inc. Bidder Name & CSLB No. M Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848E081 requested by the City. Additionally, pursuant to Government Code Section 8546.7, if this Agreement involves the expenditure of public funds in excess of ten thousand dollars ($10,000), Contractor shall be subject to State Auditor examination and audit at the request of the City or as part of any audit of the City, for a period of three (3) years after final payment under this Agreement. e. Pursuant to Public Contract Code Section 7103.5, Contractor offers and agrees to assign to 'the City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (Commencing with Section 16700) of, Part 2 of Division 7 of the California Business and Professions Code) arising from purchases of goods, services, or materials pursuant to the Agreement. This assignment shall be made and become effective at the time the City tenders final payment to Contractor without further acknowledgment by the parties. f. Pursuant to Public Contract Code Section 9201, the City has full authority to compromise or otherwise settle any claim relating to this Contract at any time. The City shall timely nottly, Contractor of the receipt of any third -party claim relating to the Contract, The City shall be entitled to recover its reasonable costs incurred in providing the notification required by Public Contract Code Section 9201 (b), 8. NON-DISCRIMINATION: No dischmination shall be made in the ernployment of persons upon public works because of age, disability, race, color, religion, sex, sexual Orientation or national origin of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. 94 CONTRACT PRICE AND PAYMENT, City shall pay to the Contractor for furnishing the material and satisfactorily performing the Work, the Unit and/or lump sum prices, as applicable, set forth in the Contractor's bid. 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 #r __ 542642 EM By: 4­1�1 Z/ Or Gabriel Lovato - President gnatsw Print Name &Title Jay 1. ovato - Vice President By: Z'_ trsaa Print Name &Title CITY OF RANCHO CUCAMONGA, CALIFORNIA App#e Valley Communications Inc. Bidder Name & CSLB No. MR Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848E081 DocuSigned by: By: �,'6�,1n, EM3904SC-GO4 John R. Gillison, City Manager 07/15/2025 Date Contractoes Business Phone Number: 760-247-2668 Emergency Name and Phone Number at which Contractor can be reached at any time- 24 Hour line 760-961-2321 Apple Valley Communications Inc. Bidder Name & CSLB No. W, Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848EO81 CALIFORNIA CODE COMPLIANCE 1. Contractor acknowledges that this contract is subject to the provisions of Division 2, Part 7, Chapter 1 (commencing with Section 17 ) of the California Labor Code relating to public works and the awarding public agency ("City"), and agrees to be bound by all the provisions thereof as though set forth in full herein, This is a public work and requires the payment of prevailing wages for the work or craft in which the worker is employed for any public work done under the contract. by Contractor or by any subcontractor pursuant to Section 1771 of the Labor Code. Pursuant to the provisions of Section 1773 of the Labor Coda of the State of California, the City has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of workman needed to execute this contract From the Director of The Department of Industrial Relations. These rates are on file with the City Clerk or may be obtained at 3. Copies may be obtained at cost at the City Clerk's office, Contractor shall post a copy of such wage rates at the job site and shall pay the adopted prevailing wage rates as a minimum. Contractor shall comply with the provisions of Sections 1775, 1776, 1777. , 1777. , and 1813 of the Labor Code. Pursuant to the provisions of 1775 of the Labor Code, Contractor shall forfeit to the City, as a penalty, not more than $200.00 for each calendar day, or portion thereof, for each laborer„ worker, or mechanic employed, paid less than the stipulated prevailing rates for any work done under this contract, by him or by any subcontractor cinder him, in violation of the provisions of this agreement. In accordance with labor Cade Sections 1725, and 1771.1, no contractor or subcontractor shall be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5 [with limited exceptions for bid purposes only under Labor Code Section 1771.1(a)). 5. Contractor agrees to comply with the provisions of California Gabor Code Section 1776 which, arnong other things, require Contractor and each subcontractor to 1 j keep accurate payroll records, j certify and make such payroll records available for inspection as provided by Section 1776, and j inform the City of the location of the records, The Contractor is responsible for compliance with Section 1776 by itself and all of its subcontractors, Contractor agrees to comply with the provisions of California Labor Code Section 1777. concerning the employment of apprentices on public works projects, and further agrees that Contractor is responsible for compliance with Section 1777.5 by itself and all of its subcontractors. 7, Contractor agrees to comply with the provisions of California Labor Mode Section 1813 ncerning penalties for workers who work excess hours. The Contractor shall, as a penalty to the City, forfeit twenty-five dollars gj for each worker employed in the execution of the contract by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to weak more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Division 2, Dart 7, Chapter 1, article 3 of the California Labor Code. Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848E081 California Labor Code Sections 1860 and 3700 provide that every contractor will be required to secure the payment of compensation to its employees. In accordance with tile provisions of Califomia Labor Code Section 1861, Contractor hereby certifies as follows: `1 am ewers of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self -Insurance in accordance with the provisions of that code 08 Z will co with srlch provisions before commencing the performance of t f tl i . cc) ctb' Date Signature no EM Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848E081 um The Bid is r association, not directly c not directly c a sham Bid, agreement, i or to fix any contained In any breakdc corporation, thereof, to a such Durpos 28� NONCOLLUSION DECLARATION FORM TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID [Public Contract Code Section 7106] of Apple Valley Communications inc , the party making the foregoing Bid. in the interest of, or on behalf of, any undisclosed person, partnership, company, ition, or corporation, The Bid is genuine and not collusive or sham. The Bidder has Oy induced or solicited any other Bidder to put in a false or sham Bid. The Bidder has t1y colluded, conspired, connived, or agreed with any Bidder or anyone else to put in palln from bidding, The Bidder has not in any manner, directly or Indirectly, sought by cation, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, 1, profit, or cost element of the Bid price, or of that of any other Bidder. All statements are true. The Bidder has not, directly or indirectly, submitted his or her Bid price or %of, or the Contents thereof, or divulged information or data relative thereto, to any hip, company, association, organization, Bid depository, or to any member or agent a collusive or sham Bid, and has not paid, and will not pay, any Person or entity for this declaration on behalf of a Bidder that is a corporation, partnership, joint venture, iy, limited liability partnership, or any other entity, hereby represents that he or she ute, and does execute, this declaration on behalf of the Bidder, of perjury under the laws of the State of California that the foregoing is true and this declaration lip executed on 2 [datel, at [City], -__C'iLotma [state], Date, r15r2026 Date: C This form must be notarized. CV ma Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848E081 ACKNOWLEDGMENT A notary -public or o---flh-e-r-o-ffi-ce-r-c-o-m- --- p—leting--thiis- 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 July 15, 2025 before me, Arsalee- Morales (insert name of the officer) personally appeared Gabriel Lovato who proved to me on the basis of satisfactory evidence to [)a the p Sonj',,'Vhose nwM ise rs r subscribed to the within instrument and ackno liedpri t Vtliclly executed the same in a e 'bcsi/thei.r-tuthorized capacityosj, and that ih;lthrTg,tr signa ure�sfon the instrument the y I i t wb i le that Ea u *re i Ve rs, o n K, , 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 official seal. MCRALHS �S 40, uu y "a rrm. Ex P U Ab Signature (Seal) Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848EO81 A notary public or other officer completing this certificate verifies only the identity of the individual I who signed the dOCLIment to which this certificate is attached, and not the truthfulness, accuracy, or i validity of that document. State of California County of San Bernardino On .duly 15, 2025 before me, Arsalee Morales (insert name of the officer) personally appeared Jay Lovato who proved to me on the basis of satisfactory evidence to be the rson',s' whose nary i ire le t1jag I subscribed to the within instrument and acknowle od to rr r, '-*e/the� executed the same it V is hgr/th 'bh, .0auffiorized capacity(ie,,,�), and that b h' VhsfR,leir signaturefs�on the instrument the rs-on(%�, or the entity upon behalf of which the person cted, executed the instrument. I certify under PENALTY OF PERJURY Linder the laws of the State of California that the foregoing paragraph is true and correct, AF-'A-Z'-E 'ACRA-Z' WITNESS my hand and official seal, A 'jgun ,A my SignatureM/ (Seal) Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848E081 SCOPE OF WORK Citywide On -Demand Cabling 1. Summary This comprehensive cabling project is designed to provide the city with pre -negotiated contract rates for all common adds, moves, and changes in our network cabling infrastructure. This will allow the city to better, estimate the fiscal impact of a requested cabling change and dramatically reduce the turn around time it takes the selected cabling vendor to implement our requested changes. A single PO will be issued for this scope of work and all invoices will be billed according to the rates in this document on an as -needed basis. Please enstire the submitted pricing in this docurnent includes a total material cost inclusive of all taxes, shipping, and rnisc, fees. Each 'stern will also need a separate associated labor cost per prevailing wage laws. We require the labor and materials cost to be separated as they get funded through different account codes in finance. All materials and work Performed thOUgh this contract MUST adhere to the City's Low Voltage and Fiber, Cabling Standards (Previously provided to YOU, but an additional copy can be provided upon request). 2Add New Network Data Drops: Provide ethernet cables, jacks, and a faceplate for each data cable drop, ensuring that the cabling run length does not exceed 100 meters, The data cable(s) will be pulled to a designated lDF location, utilizing existing pathways, The comprehensive pricing YOU provide below must cover materials, labor, and certified circuit testing of the new cabling. it's important to note, that your pricing in this section assumes that there is available space on an existing patch panel. If an additional patch panel is required, we understand it will incur extra costs for both material and labor, which you will specify in a different section of this document. 0 Add Single (1) CAT6 Network Data Cable Drop to a Single Location: Total Mate nals Cost: $_155M )�, Total Labor, Cost: $840,00 0 Add Double (2) CATG Network Data Cable Drops to a Single Location: Total Materials Cost: $ 310,00 Pagel of4 City (),f RC: CityMde On-Detnand Cobling, Scope of Work October 17, 2024 Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848E081 TotalLaboi-Cost: $840.00 Add Triple (3) CAT6 Network Data Cable Drops to a Single Location: Total Materials Cost: $ 460L0 Total Labor Cost; $ 840,00'____'__'__ Add Trii:Oe (3) QMA Network Data Cable Drops to a Single Location (for Wild APs): NoW See City standards as a coiled up slack loop is required above ceiling, Total Materials Cost: $ 910M Total Labor` Cost: $ 84000 1 Test and Repair Existing Network Data Cable-, Perform diagnostic testing on a copper ethernet cable to identify if the single (1) network data drop is functional. Ifthe cable is not functional, your pricing needs to include a new ethernet jack and faceplate as needed and attempt a repair by re -punching the cable on the patch panel side and relace the jack on the other end. A final certification test must be performed after the repair to determine if the cable repair was a success. Any additional issues identified with the data drop will not be included in this repair line item. Test and Repair a Single (1) Network Data Cable Drop at a Single Location - Total Materials Cost: $25,00 Total Labor Cost: $ 560M__ 4, Add New Patch Panels: Provide a new 24/48-port patch panel along with screws and mounting eqUipment for installation, Additionally, we require bundling and routing of cables to ensure the best available access in wiring closets and make it ascetically pleasing to the eye. Provide and Install (1) new FIXED 24-port CA patch panel: Total Materials Cost.: 1285M Total Labor Cost: $ 560, 00 Provide and Install (1) new FIXED 48-part CATS patch panel: Total Materials Cast: $ MOM Total Labor Cost: $560,00 Provide and Install (1) new MODULAR 24-portg&UA patch panel (for WIN APs): Total Materials Cost: $ 320M Page 2 of 4 City of RC: Citywide On -Dprnand Cabling, Srope Of Work October 17, 2024 Docusign Envelope ID: E5C216A2-55E4-4559-ACC6-44F5B848EO81 Tota|Labor[os: 5 Add New Floor Mounted Racks: Provide and Install a new 2-post or 4-post, 42U floor mounted rack with cabling ladder. Selection of hardware, workmanship, and necessary accessories must adhere to the requirements listed in the City's Low -Voltage Cabling Standards docurnent. Note: Take special consideration in ensuring the installation includes anchoring, screws, ladder rack bracing, and any other mounting equipment necessary to ensure sufficient safety and durability of a fully loaded rack system during an earthquake. ° Install New 2-post42Ufloor mounted rack: ;�, Total Materials Cost; $840.00 ° Install New 4-post,42Qfloor mounted rack: Total Materials Cost: Tote|LaborCns: $580,00 5. Add New Wall Mounted Racking Enclosures, Provide new 6U or 12U wall mount Network enclosure. Selection of hardware, workmanship, and necessary accessories must adhere to the requirements listed in the City's Low -Voltage Cabling Standards document. Note: Take special consideration in ensuring the installation includes anchoring, screws, ladder rack bracing, and any other mounting equipment necessary to ensure sufficient safety and durability of a fully loaded rack system during an earthquake. ° Install New l2UWall Mounted Network Enclosure: Total Materials Cost: � Install New 6UWall Mounted Network Enclosure: Total Materials Cost: $610.00 Page 3of4 City ofRC: otyvfideOn-Demand Cabling, Scope of Work oucvaignEnvelope ID: eocz1aA2-ose+-4ono-^oon-44FsoV^oeon1 Add New |n-Buk6nAFiber Optic Cabling: Provide and install new plenum -rated 12-strand single -mode fiber cabling, factoring inthe distance required along with an additional 20% for slack loops on each end. The vendor will supply all necessary termination materials. The final step involves thorough testing and certification of the connections to ensure optimal performance. Pricing for this item assumes a fiber patch panel already exists, however any buffer trays or other materials will need to be included in this price. All terminations will bedone with LCstyle connectors. ° Install New In -Building I2-StmndSingle-Mode Fiber Cabling per Foot: �� Total Materials Cost (per Foot): rPrice ,menthis Comes up ;�- Total Labor Cost (per Foot): rPrice when this comes up D. Cabling Technician onsiteHourly Support Rate: VVemay require oskilled cabling technician toconduct anunsitevisit toprovide expert assistance. This may include the meticulous removal, labeling, coiling, and routing of cables. it should be assumed that any cabling work completed will require a thorough testing and certification to ensure optimal performance. 0 Cabling Technician Onsite Hourly Support Rate: �� Labor Rate per Hour (must meet prevailing wage), 9. General Requirements and Assumptions: $ '140.00 per person ~ All cable installations and terminations will adhere to industry standards for optimum performance and reliability. ° Replacement of damaged or defective CAT6 cabling will be priced per cable, with a maximum length not toexceed lUDmeters. * Fiber optic installations will be carried out with meticulous attention to detail, and pricing for new installations |sbased onaper-foot basis. " Onsite standby cabling technician services are available at an hourly rate for immediate support and issue resolution, a Exclusions: All pricing inthis document excludes all conduit, sleeves, terminal cans, junction boxes access hatches, mceeay, backer boards, network switches, PDU's,orany source equipment unless explicitly mentioned or listed above. Additionally, we understandthatpatoh cords are not included in the provided services. Page 4of4 City ofPC, otyrvid On -Demand mbfinuScope of Work