Loading...
HomeMy WebLinkAboutCO 2025-042 - Elecnor Belco Electric, Inc City of Rancho Zuearnonga `. CONTRACT NUMBER CITY OF RANCHO CUCAMONGA 2025 -04Z CITY CLERK RANCHO CUCAMONGA Cu"' NTRACT Advanced Traffic Management system Phase II Awarded: Wednesday, April 16, 2025 •JSM1n�;d1tC4SiRffiL PROJECT FILE: 800-2024-10 CITY OF RANCHO CUCAMONGA RANCHO NOTICE INVITING BIDS FOR CUCAMONGA PROPOSAL, CONTRACT AND SPECIFICATIONS FOR "Advanced Traffic Management System Phase II" PREPARED BY: CITY OF RANCHO CUCAMONGA 10600 CIVIC CENTER DRIVE RANCHO CUCAMONGA, CALIFORNIA 91730 (909) 477-2740 gtally signed by Jason Welday Date:2025.02.1113:41:38-08'00' JASON C.WELDAY DIRECTOR OF ENGINEERING SERVICES/CITY ENGINEER RCE NO. 67614 Quo,:Ess,oa � o � No. 67514 M a ClV1%- QP CPA TABLE OF CONTENTS Notice Inviting Bids .......................................................................................................N-1 thru 4 Instructions to Bidders ............................................................................................... 1-1 thru 1-7 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 P-13 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 Contract Agreement .................................................................................................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-1 thru 2 Section 2- Scope of the Work........................................................................................GP-3 thru 4 Section 3- Changes in Work..........................................................................................GP-5 thru 9 Section 4- Control of Materials ..................................................................................GP-10 thru 12 Section 5—Legal Relations and Responsibilities........................................................GP-13 thru 27 Section 6- Prosecution, Progress and Acceptance of the Work..................................GP-28 thru 29 Section 7—Measurement and Payment.....................................................................GP-30 thru 32 Section 8- Facilities for Agency Personnel.............................................................................GP-33 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 206—Miscellaneous Metal Items 206-6 Chain Link Fence...............................................................................................MA-3 Section 207— Gravity Pipe 207-2 Reinforced Concrete Pipe..................................................................................MA-4 Section 214— Traffic Striping, Curb and Pavement Markings and Pavement Markers 214-1 General..............................................................................................................MA-4 214-4 Paint for Striping and Markings..........................................................................MA-5 214-5 Thermoplastic Material for Traffic Striping and Markings....................................MA-5 Section 218—Roadside Signs 218-1 General .............................................................................................................MA-6 218-2 Minimum Requirements 218-3 Base Metal.......................................................................................................MA-12 218-4 Screening Inks and Process Paste ..................................................................MA-13 218-5 Sign Panel Fabrication.....................................................................................MA-14 218-6 Inspection ........................................................................................................MA-15 218-7 Packaging........................................................................................................MA-15 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-3 302-4 Slurry Seal Surfacing.........................................................................................ME-4 302-5 Asphalt Concrete Pavement ..............................................................................ME-5 302-7 Pavement Fabric................................................................................................ME-7 302-9 Asphalt Rubber Hot Mix(AHRM) .......................................................................ME-8 302-10 Asphalt Rubber Aggregate Membrane...............................................................ME-9 302-15 Existing Asphalt Surface Preparation.................................................................ME-9 Section 303- Concrete and Masonry Construction 303-1 Concrete Structures.........................................................................................ME-12 303-4 Masonry Construction......................................................................................ME-14 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps and Driveways................................. ...................ME-14 ............................................. 303-9 Interlocking Concrete Pavers...........................................................................ME-16 Section 304—Metal Fabrication and Construction 304-3 Chain Link Fence.............................................................................................ME-17 Section 306— Open Trench Conduit Construction 306-3 Trench Excavation...........................................................................................ME-18 306-6 Bedding ...........................................................................................................ME-19 306-12 Backfill.............................................................................................................ME-19 306-13 Trench Resurfacing..........................................................................................ME-19 306-14 Measurement...................................................................................................ME-21 306-15 Payment...........................................................................................................M E-21 Section 313— Signs 313-1 Roadside Signs ...............................................................................................ME-22 Section 314— Traffic Striping, Curb and Pavement Markings, and Pavement Markers 314-2 Removal of Traffic Striping and Curb and Pavement Markings........................ME-22 314-3 Removal of Pavement Markers................................:.......................................ME-22 314-4 Application of Traffic Striping and Curb and Pavement Markings.....................ME-23 314-5 Pavement Markers...........................................................................................ME-23 Section 315—Fiber Optic Communication System 315-1 General............................................................................................................ME-23 315-2 Products ..........................................................................................................ME-29 315-3 Execution.........................................................................................................ME-29 315-4 Fiber Optic Cable.............................................................................................ME-29 315-5 Execution.........................................................................................................ME-35 Table of Contents 315-6 Patch Cords.....................................................................................................ME-42 315-7 Conduit............................................................................................................ME-43 315-8 Pull Box N40 Communication ..........................................................................ME-48 315-9 Splice Enclosures ............................................................................................ME-49 315-10 Fiber Distribution Unit ......................................................................................ME-51 315-11 Fiber Optic Patch Panel...................................................................................ME-52 315-12 10 Base-T/100 Base-T Ethernet Switch...........................................................ME-54 315-13 Gigabit Ethernet Switch....................................................................................ME-57 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........................................................................................................... IM-2 402-7 Utility Connection................................................................................................IM-2 Section 403—Manhole Adjustment and Reconstruction 403-1 General...............................................................................................................IM-2 403-3 Manholes in Asphalt Concrete Pavement........................................................... IM-3 403-5 Payment.............................................................................................................I M-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 86-1.02E Piezoelectric Axle Sensors 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 86-1.02K Luminaires 86-1.021- Reserved Table of Contents 86-1.02M Photoelectric Controls 86-1.02N Fused Splice Connectors 86-1.020 Grounding Electrodes 86-1.02P Enclosures 86-1.02Q Cabinets 86-1.0213 Signal Heads 86-1.02S Pedestrian Signal Heads 86-1.02T Accessible Pedestrian Signals 86-1.02U Push Button Assemblies 86-1.02V Reserved 86-1.02W Loop Detector Sealants 86-1.02X Electronic Markers and Locators 86-1.02Y Transformers 86-1.02Z Batteries 86-1.03 Construction......................................................................................................TS-55 86-1.04 Payment...........................................................................................................TS-55 Section 87-Electrical Systems 87-1 General .................................................................................................................TS-56 87-1.01 General ............................................................................................................TS-56 87-1.01A Summary 87-1.01 B Definitions 87-1.01 C Submittals 87-1.01 D Quality Assurance 87-1.02 Materials ..........................................................................................................TS-58 87-1.03 Construction .....................................................................................................TS-58 87-1.03A General 87-1.03B Conduit Installation 87-1.03C Installation Of Pull Boxes 87-1.03D Battery Backup System Cabinets 87-1.03E Excavating and Backfilling for Electrical Systems 87-1.03F Conductors And Cable Installations 87-1.03G Equipment Identification Characters 87-1.03H Conductor And Cables Splices 87-1.031 Connectors and Terminals 87-1.03J Standards, Poles, Pedestals and Posts 87-1.03K Piezoelectric Axle Sensors 87-1.03L Utility Service 87-1.03M Photoelectric Controls 87-1.03N Fused Splice Connectors 87-1.030 Grounding Electrodes 87-1.03P Service Equipment Enclosures 87-1.03Q Cabinets 87-1.03R Signal Heads 87-1.03S Pedestrian Signal Heads 87-1.03T Accessible Pedestrian Signals i .r Table of Contents 87-1.031.1 Push Button Assemblies 87-1.03V Detectors 87-1.03W Sealants 87-1.03X Reserved 87-1.03Y Transformers 87-1.03Z Reserved 87-1.04 Payment...........................................................................................................TS-87 87-2 Lighting Systems ..................................................................................................TS-87 87-2.01 General.............................................................................................................TS-87 87-2.01A Summary 87-2.01 B Definitions 87-2.01 C Submittals 87-2.01 D Quality Assurance 87-2.02 Materials...........................................................................................................TS-88 87-2.02A General 87-2.026 High Mast Lighting Assemblies 87-2.02C Soffit and Wall-Mounted Luminaires 87-2.03 Construction......................................................................................................TS-91 87-2.03A General 87-2.0313 High Mast Lighting Assemblies 87-2.03C Soffit and Wall-Mounted Luminaires 87-2.04 Payment...........................................................................................................TS-92` 87-3 Sign Illumination Systems .....................................................................................TS-92 87-3.01 General..............................................................................................................TS-92 87-3.01A Light Emitting Diode (LED) Light Systems 87-3.02 Materials...........................................................................................................TS-95 87-3.03 Construction......................................................................................................TS-95 87-3.04 Payment ...........................................................................................................TS-95 87-4 Signal and Lighting Systems .................................................................................TS-95 87-4.01 General.............................................................................................................TS-95 87-4.02 Materials...........................................................................................................TS-95 87-4.02A General 87-4.02B Railroad Preemption 87-4.03 Construction......................................................................................................TS-96 87-4.03A General 87-4.0313 Railroad Preemption Table of Contents 87-4.04 Payment...........................................................................................................TS-97 87-5 Ramp Metering Systems .......................................................................................TS-97 87-5.01 General.............................................................................................................TS-97 87-5.02 Materials...........................................................................................................TS-97 87-5.03 Construction......................................................................................................TS-97 87-5.04 Payment...........................................................................................................TS-97 87-6 Traffic Monitoring Station Systems ........................................................................TS-97 87-6.01 General.............................................................................................................TS-97 87-6.02 Materials...........................................................................................................TS-98 87-6.03 Construction......................................................................................................TS-98 87-6.04 Payment ...........................................................................................................TS-98 87-7 Flashing Beacon Systems .....................................................................................TS-98 87-7.01 General.............................................................................................................TS-98 87-7.02 Materials...................................................................:.......................................TS-98 87-7.03 Construction......................................................................................................TS-99 87-7.04 Payment...........................................................................................................TS-99 87-8 Pedestrian Hybrid Beacon Systems ......................................................................TS-99 87-8.01 General.............................................................................................................TS-99 87-8.01A Summary 87-8.01 B Definitions 87-8.01 C Submittals 87-8.01 D Quality Assurance 87-8.02 Materials...........................................................................................................TS-99 87-8.02A General 87-8.02B Pedestrian Hybrid Beacon Face 87-8.03 Construction....................................................................................................TS-100 87-8.04 Payment.........................................................................................................TS-100 87-9-87-11 Reserved..................................................................................................TS-100 87-12 Changeable Message Sign Systems .................................................................TS-100 Table of Contents 87-12.01 General.........................................................................................................TS-100 87-12.02 Materials.......................................................................................................TS-100 87-12.03 Construction..................................................................................................TS-100 87-12.04 Payment........................................................................................................TS-100 87-13 Reserved...........................................................................................................TS-100 87-14 Radar Speed Feedback Sign Systems...............................................................TS-100 87-14.01 General.........................................................................................................TS-101 87-14.01A Summary 87-14.01 B Definitions 87-14.01 C Submittals 87-14.01 D Quality Assurance 87-14.02 Materials.......................................................................................................TS-102 87-14.02A General 87-14.02E Housings 87-14.02C Display Windows 87-14.02D Radar Units 87-14.03 Construction..................................................................................................TS-103 87-14.04 Payment........................................................................................................TS-103 87-15-87-17 Reserved................................................................................................TS-103 87-18 Interconnection Conduit and Cable ...................................................................TS-103 87-18.01 General.........................................................................................................TS-103 87-18.02 Materials.......................................................................................................TS-104 87-18.03 Construction..................................................................................................TS-104 87-18.04 Removal........................................................................................................TS-104 87-18.05 Payment........................................................................................................TS-104 87-19 Fiber Optic Cable Systems ...............................................................................TS-104 87-19.01 General.........................................................................................................TS-104 87-19.01A Summary 87-19.01 B Definitions 87-19.01 C Submittals 87-19.01 D Quality Assurance 87-19.02 Materials.......................................................................................................TS-106 87-19.02A General Table of Contents 87-19.026 Vaults 87-19.02C Fiber Optic Cable 87-19.02D Fiber Optic Splice Enclosures 87-19.02E Fiber Distribution Units 87-19.02F Patch Cords 87-19.02G Splice Trays 87-19.02H Fiber Optic Markers 87-19.021 Fiber Optic Connectors and Couplers 87-19.03 Construction..................................................................................................TS-109 87-19.03A General 87-19.03B Vaults Installation 87-19.03C Fiber Optic Cable Installation 87-19.03D Fiber Optic Cable Splices 87-19.03E Splice Enclosures Installation 87-19.03F Fiber Optic Distribution Unit Installation 87-19.03G Fiber Optic Markers Installation 87-19.04 Removal........................................................................................................TS-113 87-19.05 Payment........................................................................................................TS-113 87-20 Temporary Electrical Systems ...........................................................................TS-113 87-20.01 General.........................................................................................................TS-113 87-20.02 Materials.......................................................................................................TS-114 87-20.02A General 87-20.02B Generators 87-20.02C Automatic Transfer Switches 87-20.02D-87-20.02G Reserved 87-20.02H Temporary Flashing Beacon Systems 87-20.021 Temporary Lighting Systems 87-20.02J Temporary Signal Systems 87-20.02K Temporary Radar Speed Feedback Sign Systems 87-20.03 Construction..................................................................................................TS-115 87-20.03A General 87-20.03B-87-20.03G Reserved 87-20.03H Temporary Flashing Beacon Systems 87-20.031 Temporary Lighting Systems 87-20.03J Temporary Signal Systems 87-20.03K Reserved 87-20.04 Payment........................................................................................................TS-116 87-21 Existing Electrical Systems ................................................................................TS-116 87-21.01 General.........................................................................................................TS-116 87-21.02 Materials......................................................................................:................TS-116 Table of Contents 87-21.02A Removing and Replacing Improvements 87-21.03 Construction..................................................................................................TS-116 87-21.03A General 87-21.03B Maintaining Existing Traffic Management System Elements During Construction 87-21.03C Modifying Existing Electrical Systems 87-21.03D Removing Existing Electrical Systems 87-21.04 Payment........................................................................................................TS-118 Section 88—Reserved PART 8—LANDSCAPING AND IRRIGATION MATERIALS Section 800—Materials 800-1 Landscaping Materials........................................................................................LA-1 800-2 Irrigation System Materials..................................................................................LA-4 800-3 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-15 801-9 Guarantee........................................................................................................LA-17 801-10 Charts, Manuals and Drawings........................................................................LA-17 801-11 Equipment........................................................................................................LA-18 Table of Contents APPENDICES 1. City Working Days Calendar 2. Permits a) Caltrans Permit b) City Permits 3. Clean Cabinet Installation Example NOTICE INVITING SEALED BIDS FOR PROPOSALS FOR "Advanced Traffic Management System Phase II" 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 March 4, 2025, sealed bids or proposals for the "Advanced Traffic Management System Phase II" in said City. The scope of work to be performed consists of, but not limited to, installation of CCTV cameras, video detection systems, fiber optic cable and conduit, communication networking equipment, and upgrading and integrating existing traffic signals into the City's Traffic Management Center located at City Hall The contract documents call for 180 working days to complete this construction. Engineer's Estimate is$8,700,000. 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 Advanced Traffic Management System Phase II." 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 or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar N-2 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 consisting of, but not limited to, installation of CCTV cameras, video detection systems, fiber optic cable and conduit, communication networking equipment, and upgrading and integrating existing traffic signals into the City's Traffic Management Center located at City Hall, to be performed under this contract; including, but not limited to, a Class "A" License (General Engineering Contractor) or "Class C- 10" (Electrical Contractor) License 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. Contractor shall also obtain at least one technician performing the work associated with traffic signal, fiber interconnect, video detection systems, and related equipment certified as an International Municipal Signal Association(IMSA)Traffic Signal Senior Field Technician Level III. 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 N-3 scroll down to Rancho Cucamonga and click on City Projects,then click on the Project of interest under the Title and follow directions for download. Note, copies of the plans, specifications, bid proposal, addendums and revisions will not be provided, digital copies must be downloaded from the above website then printed. Prospective bidders must register for an account on www.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 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 7-3.2 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"Advanced Traffic Management System Phase II" shall be submitted five (5) days prior to bid opening and shall be directed to: Krystal Lai, Associate Engineer 10500 Civic Center Drive, Rancho Cucamonga, CA 91730 (909)477-2740, ext. 4019 ADVERTISE ON: February 11, 2025, February 18, 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 excess of 1/2% of the total value of the contract or ten thousand dollars ($10,000.00) -1 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 Advanced Traffic Management System Phase II IN THE CITY OF RANCHO CUCAMONGA." Proposals may be mailed or delivered by messenger. However, it is the bidder's responsibility alone to ensure delivery of the proposal to the City Clerk prior to the bid opening hour stipulated in the Notice Inviting Bids. Late proposals will not be considered. C. WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the bidder. Such request must be delivered to the City Clerk prior to the bid opening hour stipulated in the Notice Inviting Bids. Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee. The withdrawal of the proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time to do so. D. DISQUALIFICATION OF BIDDERS AND PROPOSALS The bidder's attention is directed to the "California Business and Professions Code," Section 7028.15, which requires the Contractor to indicate his or her State License Number on the bid, together with the expiration date, and be signed by the Contractor declaring, under penalty of perjury, that the information being provided is true and correct. "Any bid not containing this information, or a bid containing information which is subsequently proven false, shall be considered non-responsive and shall be rejected by the public agency." More than one proposal for the same work from any individual, firm partnership, corporation, or association under the same or different names will not be accepted; and reasonable grounds for believing that any bidder is interested in more than one proposal for the work will be cause for rejecting all proposals in which such bidder is interested. 1-2 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 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 1-3 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 these specifications and the special provisions. In case of a discrepancy between the quantities shown on the plan as final pay quantities and the 1-4 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 Resection 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 (USE FOR BASE BID ONLY) 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. 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 the proposals and in recognition of Section A.7. above. In no case will an award be made until all necessary investigations are made into the responsibility of the bidder to whom it is proposed to award the contract. Contractor shall possess any and all contractor licenses, in form and class as required by any and all applicable laws with respect to any and all of the work to be performed under this contract; including, but not limited to, a Class"A" License(General Engineering Contractor) or Class"A" in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000, et. seq.) and rules and regulations adopted pursuant thereto at the time this contract is awarded. Bonds The Contractor shall furnish a good and sufficient surety bond issued by a surety company authorized to do business in the State of California in the sum equal to 100% of the total bid, conditioned for the Faithful Performance by the Contractor of all covenants, stipulations any agreements contained in said contract; an addition, the Contractor shall furnish a Labor and Materials Bond and a sum equal to 100% of the contract price, as required by the provisions of Section 9554 of the California Civil Code. 1-5 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$6,700.00 per day for each and every calendar day's delay in finishing the work in excess of 180 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 award of contract. M. CITY BUSINESS LICENSE Municipal Ordinances requires the issuance of a City Business License as a condition precedent I-6 to being engaged as a Contractor within the City. N. EQUIVALENT MATERIALS Attention is directed to the provisions of Section 4-1.6 of the Standard Specifications for Public Works Construction. 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. € Schedule of Unit Cost and Lump Sum Amounts € Bidder Agreement € Bidder Information € Subcontractor € Declaration of Eligibility to Contract € Certificate of Non-Discrimination by Contractors € Non-Collusion Declaration € Bid Bond Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. Elecnor Belco Electric,Inc. Bidder P-1 of P-13 Advanced Traffic Management System Phase II PROJECT NO.800-2024-10 Required Bid Proposal Forms Mayor L.Dennis Michael I Mayor Pro Tern Lynne B.Kennedy Council Members Ryan A.Hutchison,Kristine D.Scott,Ashley N.Stickler City Manager John R.Gillison CITY OF RANCHO 10500 Civic Center I Rancho Cucamonga,CA 91730 1 1-909-477-2700 1 www.CityofRC.us r February 26, 2025 ADDENDUM NO. 1 Advanced Traffic Management System Phase II To: All Plan Holders ss Pursuant to the Specification, Instruction to Bidders, Section G, Addendums, holders of bid proposals, contracts and specifications and project plans of the above project are hereby directed to make the following corrections, additions, and/or deletions to any and all copies of plans and specifications in their possession. 1. The bidder's attention is directed to the Specifications, Page N-1: The Bid Date has been changed to Tuesday, April 1, 2025, at 2:00 PM 2. The bidder's attention is directed to the Specifications, Page N-4, the last paragraph is deleted and replaced with the following: All questions regarding Notice Inviting Bids must be in writing (e-mail is acceptable) and received by the City no later than 5:00 pm on March 26, 2025. The City is not responsible for questions undeliverable. Pursuant to the Instructions to Bidders, Section G, Addendums, a signed copy of this addendum shall be returned to the City prior to bid opening or attached to bid documents. Acknowledgment of Receipt: Krystaal�l Lai, Project Manager John Wong/Vice President /12G Print Name Si na tyre Elecnor Bellco Electric,Inc. Company Name PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "Advanced Traffic Management System Phase II" 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 equipment 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. Furnish and Install 288- (315-4) 107,500 LF Strand SMFO Trunk Cable 2. Furnish and Install 12- (315-4) 9,900 LF 2.Sa 2�t�'�-Sb Strand SMFO Branch Cable 3. Furnish and Install#8 Tracer (315-7) 103,500 LF 2-4C, %ztm 4c5o Wire 4. Furnish and Install#8 (315-7) 49,300 LF 2•Ud Ground Wire 5. Furnish and Install 4" PVC (315-7) 47,500 LF *42 3 42d,�a Schedule 80 Conduit 6. Furnish and Install 3-1.35" O.D. Schedule 40 HDPE (315-7) 47,500 LF 4.4s 122,la2S Innerducts 7. Remove Existing SIC (87-18) 40,600 LF k 8. Remove Existing Controller and Replace with New 1.02Q(2)a(a) 70 EA —4,_� 523,1%0 Cobalt Controller Elecnor Belco Electric,Inc. Bidder P-2 of P-13 Advanced Traffic Management System Phase II PROJECT NO.800-2024-10 Required Bid Proposal Forms PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "Advanced Traffic Management System Phase II" Item Description Reference Qty. Unit Unit Price No. Specification Price 9. Furnish and Install Etherwan (315-12) 51 EA Ll,� 2e,?',S1c1 Switch 10. Furnish and Install 12-Port (315-11) 49 EA 2,ybo _�ya Fiber Patch Panel 11, Furnish and Install Splice (315-9) 51 EA %#57t LA "7!7,2 y Closure 12, Fiber/Splicing Terminations (315-4) 58 EA ,td.00 (Per Intersection) 13. Furnish and Install No. 6E (86-1.02C) 71 EA W275LI S-4"&Ll Pull Box 14, Replace Existing Pull Box (86-1.02C) 83 EA 1,5g8 LA with New No. 6E Pull Box 15. Furnish and Install No, N40 (315.8) 32 EA 4iSe%P \t-1L-LoOr-> Pull Box with Extension 16. Replace Existing Pull Box with New No. N40 Pull Box (315-8) 19 EA boc, `N qoa with Extension 17. Furnish and Install PTZ CCTV Camera(Housing, (87-1.03X) 20 EA c teino 1 go,mo Assembly, Power Injector, Cabling) 18. Furnish and Install SFP (315-12) 26 EA --2 z2 Modules In Network Switch 19. Remove Existing Fiber Optic (87-19) 11,500 LF t Cable 20. Remove and Salvage Existing Master Controller At (86-1.02Q(2)) 1 LS ►rDG�O �ioac Milliken Ave/Terra Vista Ave Elecnor Belco Electric,Inc. Bidder P-3 of P-13 Advanced Traffic Management System Phase II PROJECT NO.800-2024-10 Required Bid Proposal Forms PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "Advanced Traffic Management System Phase II" Item Description Reference Qty. Unit Unit Price No. Specification Price 21. Remove and Salvage Existing Wireless Antenna (87-1.02Q(1)) 9 EA Sod ct,��o and Mounting 22. Remove and Salvage (315-12) 2 EA 500 l� Existing Network Switch 23. System Integration and (315-1) 1 LS 22.E 22.ct=;,0 Acceptance Testing 24. Furnish and Install 16 Port Expansion Module For (315-12) 1 EA 'r5op 2Zod5 Existing Network Switch 25. Furnish And Install Apex Hybrid Video Detection Camera With Radar Sensor (87-1.03V(4)) 42 EA -j 434 22 a (Housing, Assembly, Cabling) 26. Furnish and Install Apex Video Detection Camera (87-1.03V(4)) 20 EA 7 1yk,o$d (Housing, Assembly, Cabling) 27. Furnish and Install Iteris Vantage Apex Video (87-1.03V(4)) 16 EA 15.'Sd t �16,o&,y Detection Processing Unit in Controller Cabinet 28. Furnish and Install CBS-127 (42"x 24"x 14") Cabinet on (86-1.02Q(4)) 3 EA t_t 2idLocS Existing Traffic Signal Cabinet 29. Mobilization (7-3.4) 1 LS 11 1 O l�� 30• Traffic Control (5-7.10) 1 LS S54000 G5,00a Elecnor Belco Electric,Inc. Bidder P-4 of P-13 Advanced Traffic Management System Phase II PROJECT NO.800-2024-10 Required Bid Proposal Forms PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "Advanced Traffic Management System Phase II" TOTAL BASE BID AMOUNT IN NUMBERS:-jj�!4&44,2625 TOTAL BASE BID AMOUNT IN WORDS: SPNIen n1',Ili nn .e iX hc�r�\�� �vtz-ka— Elecnor Belco Electric,Inc. Bidder P-5 of P-13 Advanced Traffic Management System Phase II PROJECT NO.800-2024-10 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 180 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: Jeroni Gervilla/Chief Financial Officer John Wong/Vice President Alberto Garcia De Los Angeles/President Roger DeVito/Assistant Secretary 14320 Albers Way Chino,CA 91710 909-993-5470 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." J 738518 7-31-2025 California State Contractors License Number Expiration Date Elecnor Belco Electric,Inc. Bidder P-6 of P-13 Advanced Traffic Management System Phase II PROJECT NO.800-2024-10 Required Bid Proposal Forms Bidder Agreement(continued) \/ John Wong/Vice President 3-25-2025 Signatu Name/Title Date Signature Name/Title Date 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. Elecnor Belco Electric,Inc. Bidder P-7 of P-13 Advanced Traffic Management System Phase II PROJECT NO.800-2024-10 Required Bid Proposal Forms BIDDER INFORMATION The bidder shall furnish the following information. Additional sheets may be attached if necessary. Name of Firm: Elecnor Belco Electric,Inc. Type of Firm: X Corporation Individual Partnership Business Mailing Address: 14320 Albers Way Chino,CA 91710 Place of Business: 14320 Albers Way Chino,CA 91710 Telephone No.: 909-993-5470 Contractor's License: State: CA License No.: 738518 Public Works DIR No.: 1000004804 Names and titles of all members of the firm: Alberto Garcia De Los Angeles President John Wong Vice President Roger DeVito Assistant Secretary Jeroni Gervilla Chief Financial Officer Number of years as a contractor in construction work of this type: 27 Years Three projects of this type recently completed: Date Owner's Name & Contract Amount Type of Project Completed Address $3,893,848 Traffic Signal Modification May 2023 City of Glendale/633 E.Bmad%%W Glendale,CA 91206 $3,545,651 Traffic Signal Installation June 2023 City ofBellfoi erl 16600 Civic center Dr.Bellflower,CA 90706 $2,903,298 Traffic Signal August 2022 City of Lang Beach/411 W Ocean Blvd Long Beach,CA 90802 Person who inspected site of the proposed work for your firm: Name: Inspection Ralph Antuna Date: 3-24-2025 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. Elecnor Belco Electric,Inc. Bidder P-8 of P-13 Advanced Traffic Management System Phase II PROJECT NO.800-2024-10 Required Bid Proposal Forms i i UNANIMOUS WRITTEN CONSENT IN LIEU OF 2024 ANNUAL MEETING OF THE SOLE SHAREHOLDER OF ELECNOR BELCO ELECTRIC,INC. March 1,2024 The undersigned, being the sole shareholder of Elecnor Belco Electric, Inc., a California corporation(the"Company"),hereby takes the following actions and adopts the following resolutions by unanimous written consent in lieu of holding a meeting of the Shareholders of the Company: WHEREAS,the sole Shareholder has determined that it is in the Company's best interests to appoint a revised slate of Directors of the Company. NOW, THEREFORE, BE IT RESOLVED, that the following persons be, and hereby are, elected to serve as Directors of the Company until their respective successors are elected and qualified at or before the next annual meeting of the Shareholder(s),or until their earlier respective deaths,resignations or removals: Jesus Alberto Diez Fernandez Alberto Garcia De Los Angeles David Rodriguez Pablo Sanchez AND IT IS FURTHER RESOLVED,that all actions heretofore taken by the Directors of the Company on behalf of and in the name of the Company,relating to the conduct of the business of the Company,the expenditure of money,the making of contracts and all other acts taken or omitted in the performance of their duties to the Company be, and the same hereby are, in all respects, approved, ratified and affirmed,as of the date taken,done or omitted,respectively. IN WITNESS WHEREOF, the undersigned, being the sole shareholder of Elecnor Belco Electric,Inc.,has executed these actions by written consent as of the date first written above. ELECNOR,INC. r: Alberto Garcia De Los Angeles,President&CEO UNANIMOUS WRITTEN CONSENT IN LIEU OF 2024 ANNUAL MEETING OF THE BOARD OF DIRECTORS OF ELECNOR BELCO ELECTRIC,INC. March 1,2024 The undersigned, being all of the members of the Board of Directors (the "Board") of Elecnor Belco Electric,Inc.,a California corporation(the"Company"),in lieu of holding a meeting of the Board,hereby take the following actions and adopt the following resolutions by unanimous written consent: WHEREAS,the Board has determined that it is in the Company's best interests to appoint a revised slate of Officers of the Company. NOW,THEREFORE,BE IT RESOLVED,that the following persons be,and hereby are,elected to the offices set forth opposite their respective names,to hold such offices until their respective successors are elected and qualified at or before the next annual meeting-of the Board,or until their earlier respective deaths,resignations or removals: NAMES OFFICE Alberto Garcia De Los Angeles President and Chief Executive Officer Jeroni Gervilla Chief Financial Officer Roger DeVito Chief Legal Officer, Senior Vice President, and Assistant Secretary Pedro Enrile Secretary Leonardo Sancho Frances Vice President John Wong Administrative Vice President-Licensing Pablo Sanchez Administrative Vice President-Licensing FURTHER RESOLVED,that Alberto Garcia De Los Angeles,Jeroni Gervilla,Leonardo Sancho Frances and Roger DeVito in their respective capacities(listed above)subject to such supervisory,powers of the Board of Directors,hereby are authorized and directed to perform all the duties commonly incident to that office;shall have authority to execute in the name of the Company contracts,leases and other written instruments to be executed by the Company;and,shall perform such other duties as the Board of Directors may from time to time determine. FURTHER RESOLVED,that the President and Chief Executive Officer may delegate authority to any Chief Financial Officer or Chief Operating Officer or Senior Vice President or Vice President as and within their authority levels as set forth in the Company's Bylaws,as the same may be amended from time to time; AND IT IS FURTHER RESOLVED, that all actions heretofore taken by the officers of the Company on behalf of and in the name of the Company,'relating to the conduct of the business of the Company, the expenditure of money,the making of contracts and all other acts taken or omitted in the performance of their duties to the Company be,and the same hereby are,in all respects,approved,ratified and affirmed,as of the date taken,done or omitted,respectively. 1 1 i The actions taken by the Board Consent shall have the same force and effect as if taken by the undersigned at a meeting of the Board of Directors,duly called and constituted pursuant to the Bylaws of the Company and the laws of the State of California. This Board Consent may be executed in counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same document. IN WITNESS WHEREOF,the undersigned,being all of the members of the Board of Directors of Elecnor Belco Electric,Inc.,have executed these actions by written consent as of the date first written above. Jesus Alberto Dfez Fei andez,Director Alberto Garcia De Los Angeles,Director David Rodriguez,Director Pabl anchez,Director 2 I i 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 Address No� No. Work of Total Bid i 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 protest or grounds for considering the bid nonresponsive if the corrected contractor's license number is submitted to the public entity by the prime contractor within 24 hours after the bid opening and provided the corrected contractor's license number corresponds to the submitted name and location for that subcontractor." Elecnor Bel co Electric,Inc. Bidder P-9 of P-13 Advanced Traffic Management System Phase II PROJECT NO.800-2024-10 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 25th day of March, 2025, at chino (place of execution), Cali r is SignatJJh NameW ng Title: sident Company: Elecnor Belco Electric,Inc. Elecnor Belco Electric,Inc. Bidder P-10 of P-13 Advanced Traffic Management System Phase II PROJECT NO.800-2024-10 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:Elecnor Belco Electric,Inc. TITLE OF PERSON VGN'IN : Vice President SIGNATURE: ,John Wong DATE:3-25-2025 Please include any a itional information available regarding equal opportunity employment programs now in effect within your firm. N/A Elecnor Belco Electric,Inc. Bidder P-11 of P-13 Advanced Traffic Management System Phase II PROJECT NO.800-2024-10 Required Bid Proposal Forms NON-COLLUSION DECLARATION The undersigned declares: I am the Vice President of Elecnor Belco Electric,Inc. , 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 3-25-2025 (date), at Chino (city) California (state). John Wong/Vice President Si nat re Elecnor Belco Electric,Inc. Bidder P-12 of P-13 Advanced Traffic Management System Phase II PROJECT NO.800-2024-10 Required Bid Proposal Forms BID BOND KNOW ALL MEN BY THESE PRESENT: THAT Elecnor Belco Electric. Inc. , as Principals, and Liberty Mutual Insurance Comoany , as Surety, are held and firmly bound unto THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDINO, hereinafter called the City, in the sum of Ten Percent of Amount-Bid (10%j 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.- "Advanced Traffic Management System Phase II" NOW, THEREFORE, if said Principal is awarded a contract by said City and, within the time and in the manner required under the headings "Instruction to Bidders" and "Schedule of Unit Cost and Lump Sum Amounts" bound with said Specifications, enters into a written contract on the form of agreement bound with said Specifications and furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said City and judgment is recovered, said surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee.to be fixed by the court. SIGNED AND SEALED, this 21st day of March , 2025 . Elecnor Belco Electric,Inc. (Seal) Liberty Mutual Insurance Company (Seal) Business Name of Bidder(Principal) Business Name of Surety _ / ,John Wong By: (Sign It ure (Signature) Title: '�ice resid t Title: Michelle Anne McMahon Attorney-in-Fact —Individual Partnership X Corporation Other, explain Elecnor Belco Electric,Inc. Bidder P-13 of P-13 Advanced Traffic Management System Phase II PROJECT N0.800-2024-10 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 _C6 .\Fbao o' ) County of StPt,1 tNo ) On JAAe4 t-tZ1,ZoZS before me, 0,3ra tJow" NZL_1L• Date Here Insert Name and Title of the Officer Personally appeared S'l Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrumentthe 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 that the foregoing paragraph is true and correct. oouc McwHoe WITNESS my hand and offial al. Notary Public-California San Bernardino Cowity cammtssi.n#2426775 Signature ,W Comm.E Pft.Nov 15,2026 igncVurAqf A64 Pub is 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 Signers)OtherThan Named Above Capacity(ies) Claimed by Signer(s) Signer's Name Signer's Name 0 Corporate Officer—Titles) 0 Corporate Officer—Title(s) 0 Partner Q Limited 0 General 0 Partner Q Limited E3GeneraI Individual 13 Attorney in Fact Olndividual Q Attorney in Fact 13Trustee O Guardian orConservator OTrustee Q Guardian orConservator 0 Other 13 Other Signer Is Representing Signer Is Representing 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 Connecticut ) County of Hartford ) On March 21st.2025 before me, AW Nardini Notary Public Date Here Insert Name and Title of the Officer Personally appeared Michelle Anne McMahon .Attomev-in-Fact Nome(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 byhis/her/their signature(s)on the in strum entthe person(s),orthe 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 CT that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ALYX NARDINI NOTARY.PUBLIC - #192451 Signature STATE OF CONNECTICUT Sig-atureof Notary Public MY COMMISSION EXPIRES AUG.31,2029 Alyx.Nardini,Notary Public Piave 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 California Notary Acknowledgement Document Date March 21st,2025 Number of Pages Signer(s)OtherThan Named Above Capacity(ies) Claimed by Signer(s) Signer's Name Signer's Name 0 Corporate Officer—Title(s) 0 Corporate Officer—Title(s) 0 Partner 0 Limited [3 General 0 Partner 13 Limited OGeneral Individual xa Attorney in Fact Q Individual 0 Attorney in Fact QTrustee 0 Guardian or Conservator QTrustee QGuardian or Conservator 0 Other 0 Other Signer Is Representing Liberty Mutual Insurance Company Signer Is Representing This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except In the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company mutum. The Ohio Casualty Insurance Company Certificate No: 8210646-9859a9 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies',pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Connor Wolpert,Doritza Mojica,Gentry Stewart,Jennifer Godere Jonathan Gleason Joshua Sanford Kathryn Pryor Kyle Williams Michelle Anne McMahon Nicholas Miller,Richard Hackner,Robyn Salley,Sarah Murtha all of the city of Hartford state of CT each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 22nd day of August , 2023 Liberty Mutual Insurance Company P�tNsugq P�,tv INS& to %NSU&I The Ohio Casualty Insurance Company tiJ G°pPO`�r yp �i`5 4°aPO"�r�y 4P�oNPORar 1 West American Insurance Company J3 Fom Q3 Foc+ � 3 Fob > ;1912y o 0 1919 0 u 1991 tll � ~dJ19 By, Co State of PENNSYLVANIA ss David M.Carey,Assistant Secretary a) tm :3 County of MONTGOMERY -- 3 On this 22nd day of August 2023 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance to Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. N � a IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. !� c•� Cc N SN PAST N,oNW F( Commonwealth of Pennsylvania-Notary Seal p ���� �CZ Teresa Pastella,Notary Public w OF Montgomery County My commission expires March 28,2025 n number 1126044 'Zt.VP4 MemberC,Pennsylvoan a Association o}Notaries By.Teresa Pastella,Notary Public N 4qy pU9 �5 -t a? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance o c Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: oARTICLE N—OFFICERS:Section 12.Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President b V may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all >C: undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full o power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall Z be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE All—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary Of tt,e Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company'with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full farce and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 21st day of March 2025 P�1NSUR9 PVI,t INS& %NSUR9 J O%Toycc� Q 3°°ar°r��'Pgy `4Q' Nr0&rn r���' Y ; 1912 1991 y o 1919 !C 3 iy � o 0 Ydd sSAcxusA.r)a O PbArevs`' D �,p !NotpNP �a3 By.Renee C.Llewellyn,Assistant Secrets ry Aq LMS-12873 LMIC OCIC WAIC Multi Cc 0221 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 Elecnor Belco Electric, Inc. , 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"Advanced Traffic Management System Phase II." 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 " Advanced Traffic Management System Phase Il." 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 180 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$6,700.00 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 obtained all insurance required hereunder in a company or companies acceptable to City C-1 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 i subparagraph 4.c. (2) hereof to be listed as additional insured in the policy of in 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 concerning the employment of apprentices by the Contractor or any subcontractor under C-3 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 travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.1. C-4 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 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 C-5 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code, 111. 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#: 738518 L��le,e,n br CD ret(. ria, Date LU IMA44o r� 5d &bn Frtnw By:. Signatu 'nt Name&Tig Ct` 1 By: S s i We Print Namb&Title CITY OF R CHO CU MON A, CALIFORNIA ByA BY L. Dennis ichael, M y r AimCity Clerk Date Contractor's Business Phone Number:�QO. , gg37 � Emergency Name and Phone Number at which Contractor can be reached at any time: �oJ p k h .a,- C9 5_1;70 —03U C-6 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT 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 04/29/25 before me, Rebecca Wilks, Notary Public , ere insert name an titre o—rt i 6..r personally appeared Leonardo Sancho Frances & Roger DeVito who proved to me on the basis of satisfactory evidence to be the person Dwhose name G is re subscribed to the within instrument and acknowledged to me that he/she executed the same in his/he er uthorized capacity((ED and that by his/her et signatureQ on the instrument the personas , or the entity upon behalf of which the person(T)acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. REBECCA WILKS WITNESS my hand and official seal. r.. Commission#2462475 �. Notary Public-California '- San Bernardino County My Comm.Expires Sep.9,2027 Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed.should be completed and attached to the document.Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary Rancho Cucamonga contract Imp. (Title or description of attached document) • State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. he/she/they,—is/are)or circling the correct forms.Failure to correctly indicate this ❑ Individual(s) information may lead to rejection of document recording. EI Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other Indicate title or type of attached document,number of pages and date. ❑ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). www.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple. J Bond Number: 015228114 Premium: $22,432.00 CONTRACT FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENT: THAT Elecnor Belco Electric. Inc. . as Principal, and Liberty Mutual Insurance Company , as Surety, are held and firmly bound unto the City of Rancho Cucamonga, hereinafter called City, in the just and full amount of Seven Million Six Hundred Forty-seven Thousand Eight Hundred Eighty-eight and 0/100 (Written) $ 7,647,888.00 (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 25th day of Agri!, 2025. 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 " Advanced Traffic Management System Phase II" in accordance with the AGREEMENT dated April 17,2025 ,which said contract is hereby referred to and made a part hereof to the same extent as if the same were herein specifically set forth; NOW,THEREFORE, if the said principal shall well and truly do and perform all things agreed by the principal in said contract to be done and performed,then this obligation is to be void;otherwise it will remain in full force and effect; PROVIDED, that for value received the undersigned stipulate and agree that no amendment, change, extension of time, alteration or addition to said contract, or agreement, or of any feature or item or items of performance required therein or thereunder shall in any manner affect the obligations of the undersigned under this bond; and the surety does hereby waive notice of such amendment, limitation of time for bringing action on this bond by the City, change, extension of time,alteration or addition to said contract or agreement and of any feature or time of performance required therein or thereunder. WITNESS our han s this 25th day of April ,2025. Elecnor Belco I t ic,Inc. By: Title: Lka-uh o n V INSU Surety: LibertyM t al nsur n e�om�any g 7- "�a°°^�.t°yn J36 6A MTichelle Ann McpAahon $ 1912 c Attorney-in-Fact rd.Individual AJ'CHJb�n Partnership _ p �[ Corporation _ Other, explain SIGNATURES OF CONTRACTOR MUST BE ACKNOWLEDGED BEFORE A NOTARY PUBLIC. PLEASE ATTACH APPROPRIATE ACKNOWLEDGMENT FORMS (INDIVIDUAL, PARTNERSHIP, CORPORATION, ETC.). B-1 NOTARY ACKNOWLEDGMENT OF SURETY: State of Connecticut County of Hartford ss. On this the 25th day of April 9025 before me, Ashley Alexis,the undersigned officer,personally appeared Michelle Anne McMahon known to me (or satisfactorily proven)to be the person whose name is subscribed as Attorney-In-Fact for Liberty Mutual Insurance Company and acknowledged that s/he executed the same as the act of his/her principal for the purposes therein contained. In witness whereof I hereunto set my hand. I Signatur Notary Public Date ommission Expires:August 31,2029 ASHLEY.ALEXIS " p NOTARY PUBIIC'- #192450 Ashley Alexis STATE OF CONNECTICUT Printed Name of Notary MY COMMISSION"EXPIRES AUG.31,2029 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT 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 04/29/25 before me, Rebecca Wilks, Notary Public , ere insert name anrcl He of ine o cer personally appeared Leonardo Sancho Frances who proved to me on the basis of satisfactory evidence to be the person(s) whose names-) Is re subscribed to the within instrument and acknowledged to me that e he/they executed the same in Is er/their authorized capacity(ies), and that by Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. +REBECCA WILKS WITNESS my hand and official seal. Commission#242475 Notary Public-CalNomia c� San Bernardino County My Comm.Expires Sep.9,2027 Notary Pubic Signature (Notary Public Seal) INSTRUCTIONS FOR COMPLETING THIS FORM ADDITIONAL OPTIONAL INFORMATION Thisform complies with current California stattrtes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed,should be completed and attached to the document.Acknowledgments from other states may be completed for documents being sent to that slate so long ^ G as the wording does not require the California notary to violate California notary r� law. (Title or description of attached document) • State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. be/she/they,—is/are)or circling the correct forms.Failure to correctly indicate this q Individual(s) information may lead to rejection of document recording. ❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of ❑ Partner(s) the county clerk. ❑ Attorney-in-Fact Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Indicate title or type of attached document,number of pages and date. Other ❑ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). www.NotaryClasses.com 800-873-9865 Securely attach this document to the signed document with a staple. Libe ,r 'ty POWER OF ATTORNEY Mutual® Liberty Mutual Insurance Company Certificate No: 8213384-985949 SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Chad Warren Johnson;Connor Wolpert;Danielle M.Beehard;Doritza Mojiea;Gentry Stewart;Jennifer Godere;Jonathan Gleason;Joshua Sanford;Kathryn Pryor;Kyle Williams; Michelle Anne McMahon;Nicholas Miller;Richard Hackner;Robyn Salley;Sarah Murtha all of the city of Hartford state of CT each individually if there be more than one named,its true and lawful attomey-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 18th day of March 2025 Liberty Mutual Insurance Company oP oaP�RqL JP�oaPOR,GThe OhioPy GPao Porty�y r. c n y c ti a P Casualty`` Company West American Insurance Company �� F� m W 0 �r ui Y;1912y3 =Z1919� o a 1991 0 dj1 SSACHUS�,aL NAMP`'a`.d� By: co State of PENNSYLVANIA Nathan J.Zangerle,Assistant Secretary a) 3 County of MONTGOMERY 40 o On this 18th day of March 2025 before me personally appeared Nathan J.Zangede,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes '— a therein contained by signing on behalf of the corporations by himself as a duly authorized officer. �— IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. 5 O N >N PASTF� ' ` Q� tigoN W Commonwealth of Pennsylvania-Notary Seal O resa �[��� E9txy v Te Pastella,Notary Public Montgomery County OF My commission expires March 28,2029 By. >Z ' Commission number 1126044 N 4- IR Member.Pennsylvania Association of Notaries Teresa Pastella,Notary Public 10 a? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance 15 o Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: oARTICLE IV—OFFICERS:Section 12.Power of Attorney. CU Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President $ = U may prescribe,shaft appoint such attameys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all to > � undertakings,bonds,rewgnizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full o power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall Z be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ILL M. ARTICLE All—Execution of Contracts:Section 5,Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recgnizances and other surety obligations.Such attameys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed_ by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Nathan J.Zangerle,Assistant Secretary to appoint such atoomeys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recgnizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 25th day of April 2025 . INSUq �(V INS& d 1NSUR J 3°o�Q�r�oyncn �Ja°oaPORyr�'Pgy� `GProNPortyToym 1912o c y 1919 co o a 1991 d�sSACHUg ra SD NAtAPs as !y, �NQtAN� da By.Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIL Multi Co 02/24 i i . I Bond No.: 015228114 PAYMENT BOND (Labor and Materials) KNOW ALL PERSONS BY THESE PRESENTS that: WHEREAS the CITY OF RANCHO CUCAMONGA (name of City) ("City") has awarded to Elecnor Belco Electric Inc. 14320 Albers Way, Chino, CA 91710 (Name and address of Contractor) ("Principal"), a contract(the"Contract")for the work described as follows: "Advanced Traffic Management System Phase II" 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 Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held J9d film btu i rr to Ci f in they enal sum of Seven i lion ix un re o even ousand ht 7,647,888.00 Jiundred Elaht- uht and 00l700 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 ' 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. Date: April 25, 2025 "Principal" "Surety" Elecnor Belco EI ptric, Inc. Liberty Mutual Insurance Company / Michelle Anne By: By McMahon I C (� Its�Attorney-li '1_7 �z Brandon B : `r By: / /C Cruz , C 1. p�crjt'�Y�QI�SS} C. Its Witness 1NS(/ A`JPO°PP0 1912 0 >- 3 0 (Seal) (Seal) �1;�s-gcHit 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. w _� B-3 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT 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 04/29/25 before me, Rebecca Wilks, Notary Public , ere insert name ana e or me officer personally appeared Leonardo Sancho Frances & Roger Devito who proved to me on the basis of satisfactory evidence to be the person s( )whose name G is re subscribed to the within instrument and acknowledged to me that he/she executed the same in his/he el uthorized capacity(' and that by his/her el signatureQ on the instrument the persons , or the entity upon behalf of which the person(E)acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. REBECCA WILKS Commission#2462475 WITNESS my hand and official seal. NotaryPublic-California San Bernardino County 4 , / „1;Z `�J P My Comm.Expires Sep.9,2027 Notary Public Signature w (Notary Public Seal) f ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed,should be completed and attached to the document.Acknowledgments from other states may be completed for documents being sent to that state so long Rancho Cucamonga bond as the wording does not require the California notary to violate California notary 9 law. (Title or description of attached document) • State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. he/she/they,is/are)or circling the correct forms.Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. 0 Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. s • Signature of the notary public must match the signature on file with the office of ❑ Partner ( ) the county clerk. ❑ Attorney-in-Fact . Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other Indicate title or type of attached document,number of pages and date. ❑ Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). wvaw.NotaryClasses.corn 800-873-9865 • Securely attach this document to the signed document with a staple. NOTARY ACKNOWLEDGMENT OF SURETY: State of Connecticut County of Hartford ss. On this the 25th day of April 9,025 before me, Ashley Alexis,the undersigned officer,personally appeared Michelle Anne McMahon known to me (or satisfactorily proven)to be the person whose name is subscribed as Attorney-In-Fact for Liberty Mutual Insurance Company ,and acknowledged that s/he executed the same as the act of his/her principal for the purposes therein contained. In witness whereof I hereunto set my hand. Signature otary Public ASHLEY ALEXIS,- Date ommission Expires:August 31,2029 NOTARY PUBLIC- #192450 Ashley Alexis STATE OF CONNEC'TICUT' MY COMMISSION EXPIRES AUG.2!%2629-__. Printed Name of Notary t Liberty POWER OF ATTORNEY Mutual® Liberty Mutual Insurance Company Certificate No: 8213384.985949 SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Chad Warren Johnson;Connor Wolpert;Danielle M.Bechard;Doritza Mojica;Gentry Stewart;Jennifer Godere;Jonathan Gleason;Joshua Sanford;Kathryn Pryor;Kyle Williams; Michelle Anne McMahon;Nicholas Miller;Richard Hackner;Robyn Salley;Sarah Murtha all of the city of Hartford state of CT each individually if there be more than one named,its true and lawful attomey-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons, IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 18th day of March 2025 Liberty Mutual Insurance Company PN,lNsupq PVtv INSV d tNsU The Ohio Casualty Insurance Company °aPO'�arFtip y� °aPORv��y �GP�oNPOpk,rFy� West American Insurance Company J 3 o m J o 1 > ; 1912q o 1919 1991 w, O Q O Yd�9a'r4 CHU-+`a'1 yO NAMP`' `(s �NDIANp' •atl C 9j7 By: m Nathan J.Zangede,Assistant Secretary 1 m State of PENNSYLVANIA ss E Q) a County of MONTGOMERY 8 w On this 18th day of March 2025 before me personally appeared Nathan J.Zangede,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance �to C)m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes � therein contained by signing on behalf of the corporations by himself as a duly authorized officer, N � IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. c V O a) 5� PA&J �' 10NWF 'FC Commonwealth of Pennsylvania-Notary Seal Q 6 �Qc° qt�5 v Teresa Pastella,Notary Public R Montgomery County OP My commission expires March 28,2029 By• Commission number 1126044 yL`tPayG Member,Pennsylvania Association of Notaries Teresa Pastella,Notary Public 4? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance `15!i� o•� Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: "a3 ARTICLE N—OFFICERS:Section 12.Power of Attorney. 12 o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President $ c may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all: ar undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full o power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall Z C) be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority, ILL-a ARTICLE All—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomey-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Nathan J.Zangerie,Assistant Secretary to appoint such attomeys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 25th day of April 2025 . 1NSU& �ZY INS& a\NSU,0 Otroy�i� c 3°°Nr°r�ro�gyo y j � 1912 0 1919 1991 t ~d�sr4CH°��da yDy . y aa�O B NAMpS� Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Cc 02124 CONTRACT WORKER'S COMPENSATION INSURANCE CERTIFICATE The Contractor shall execute the following form as required by the California Labor Code, } Sections 1860 and 1861: I 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 co ract. 42A a5- D to (Con ) By: o S Q,nc�n� (Signatu —! cC� (Title) Atte By (Signature) Cam.--_ � s�-• (Title) INS-1 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT 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 04/29/25 before me, Rebecca Wilks, Notary Public , triere insert name and vile of ine o icer personally appeared Leonardo Sancho Frances , who proved to me on the basis of satisfactory evidence to be the person(s) whose names-) Is re subscribed to the within instrument and acknowledged to me that < he/they executed the same in. Is er/their authorized capacity(ies), and that by Is er/their signature(s) on the instrument the person(s), 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. .,,. REBECCA WILKS WITNESS my hand and official seal. .. Commission#24G � � . " Notary Public-Californiarni � San Bernardino County I My Comm.Expires Sep.9,2027 Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed.should be completed and attached to the document.Acknowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary workers comp ins law. (Title or description of attached document) • State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title(notary public). • Print the names) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. he/she/they—is/are)or circling the correct forms.Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. ❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of ❑ Partner(s) the county clerk. ❑ Attorney-in-Fact . Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other Indicate title or type of attached document,number of pages and date. ❑ Indicate the capacity claimed by the signer.If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). www.NotaryClasses.coni 800-873-9865 • Securely attach this document to the signed document with a staple.