Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PW On-Call Electrical Services
CITY OF SAN RAFAEL Department of Public Works 111 Morphew Street San Rafael, CA 94901 Public Works Contract for Projects up to $200,000 This public works contract ("Contract") is entered into by and between the City of San Rafael ("City") and DC Electric Group, Inc. ("Contractor"), a corporation, for work on the City's On -Call Electrical Services ("Project"), and is effective on ("Effective Date"). The parties agree as follows 1. Scope of Work. Contractor will perform and provide all labor, materials, equipment, supplies, transportation, and any and all other items or services necessary to perform and complete the work required for the Project ("Work"), as specified in Exhibit A, Scope of Work, and according to the terms and conditions of this Contract, including all attachments to the Contract and any other documents and statutes incorporated by reference. To the extent that any attachment contains provisions that conflict or are inconsistent with the terms set forth in the body of this Contract, the Contract terms will control. This Project requires a valid California contractor's license for the following classification(s): C-10 Electrical Contractor. 2. Contract Documents. The Contract Documents incorporated into this Contract include and are comprised of all of the documents listed below: 2.1 Notice Inviting Bids; 2.2 Contract; 2.3 Addenda, if any; 2.4 Exhibit A — Scope of Work; 2.5 Exhibit B — Payment, Performance Bonds; 2.6 Exhibit C — Noncollusion Declaration; 2.7 Exhibit D — Bid Schedule; 2.8 Exhibit E — Subcontractor List. 3. Contract Price. As full and complete compensation for Contractor's timely performance and completion of the Work in strict accordance with the terms and conditions of the Contract Documents, City will pay Contractor in accordance with the rates set forth in Exhibit A up to the not -to -exceed amount of $60,000 (the "Contract Price") for all of Contractor's direct and indirect costs to perform the Work, including all labor, materials, supplies, equipment, taxes, insurance, bonds and all overhead costs, in accordance with the payment provisions contained herein. 3.1 Payment. Contractor must submit an invoice on the first day of each month during the Contract Time, defined in Section 4 below, and/or upon completion, for the Work performed during the preceding month, itemizing labor, materials, equipment and any incidental costs incurred. Contractor warrants that title to all work, materials and equipment incorporated into the Work will pass to City free of any claims, liens, or encumbrances upon payment to Contractor. 3.2 Payment and Performance Bonds. If the Contract Price is over $25,000, then Contractor must provide City with a payment bond and a performance bond using the bond forms included in this Contract as Exhibit B, Bond Forms, and submit the bonds with the executed Contract. Each bond must be issued by a surety admitted in California. If an issuing surety cancels a bond or becomes insolvent, Contractor must provide a substitute bond from a surety acceptable to City within seven days after written notice from City. If Contractor fails to substitute an acceptable surety within the specified time, City may, On -Call Electrical Services Up to $200,000 Contract Page 1 Approved by City Attorney, dated 03/28/2022 in its sole discretion and without prior notice to Contractor, purchase such bond(s) at Contractor's expense and deduct the cost from payments otherwise due to Contractor, or terminate the Contract. 4. Time for Completion. This Contract becomes effective upon the date of the last signature below ("Effective Date") and shall remain in effect until the completion of all obligations of both Parties hereto, or one year from the Effective Date, whichever comes first ("Contract Term"), unless terminated as provided herein or as otherwise agreed to in writing by the parties. 5. Liquidated Damages. If Contractor fails to complete the Work within the Contract Time, Contractor must pay liquidated damages in the amount of per day for each day of unexcused delay in completion. 6. Standard of Care. All Work must be provided in a manner that meets or exceeds the standard of care applicable to the same type of work in the City of San Rafael. Contractor must promptly correct, at Contractor's sole expense. any Work that the City determines is deficient or defective. 7. Permits and Licenses. Contractor, at its sole expense, must obtain and maintain during the term of this Contract, all appropriate permits, certificates and licenses including, but not limited to, the required California contractor's license and a City business license. 8. Indemnification. Contractor will indemnify, defend with counsel acceptable to City, and hold harmless to the full extent permitted by law, City, its governing body. officers. agents, employees, and volunteers (the "Indemnitees") from and against any and all liability, demands, loss, damage, claims, settlements, expenses, and costs (including, without limitation, attorney fees, expert witness fees, and costs and fees of litigation) (collectively, "Liability") of every nature arising out of or in connection with the acts or omissions of Contractor, its employees, subcontractors, representatives, or agents in performing the Work of failing to comply with any obligation of Contractor under this Contract, except such Liability caused by the active negligence, sole negligence, or willful misconduct of an Indemnitee. This indemnification obligation is not limited by any limitation on the amount or type of damages or compensation payable under Workers' Compensation or other employee benefit acts, or by insurance coverage limits, and will survive the expiration or early termination of this Contract. City will notify Contractor of any third -party claim pursuant to Public Contract Code section 9201. 9. Insurance. Contractor will, at all times under this Contract, maintain the insurance coverage required in this section to cover the activities of Contractor and any subcontractors relating to or arising from performance of the Work. Each policy must be issued by a company licensed to do business in California, and with a strength and size rating from A.M. Best Company of A-Vill or better. Contractor must provide City with certificates of insurance and required endorsements as evidence of coverage with the executed Contract, or through the PINSAdvantage website https://www.pinsadvantage.com/ upon request by the City, and before the City authorizes Contractor to proceed with the Work. 9.1 Workers' Compensation. Statutory coverage is required by the California Workers' Compensation Insurance and Safety Act. If Contractor is self -insured, it must provide its duly authorized Certificate of Permission to Self -Insure. In addition, Contractor must provide employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. 9.2 Liability. Commercial General Liability ("CGL") insurance issued on an occurrence basis, including coverage for liability arising from Contractor's or its subcontractors acts or omissions in performing the Work, including Contractor's protected coverage, blanket contractual, products and completed operations, broad form property damage, vehicular coverage, and employer's non -ownership liability coverage, with limits of at least $1,000,000 per occurrence and $2,000,000 general aggregate. On -Call Electrical Services Up to $200,000 Contract Page 2 Approved by City Attorney, dated 03/28/2022 9.3 Automotive. Commercial automotive liability coverage for owned, non -owned and hired vehicles must provide coverage of at least $1,000,000 combined single limit per accident for bodily injury, death, or property damage. 9.4 Subrogation Waiver. Each required policy must include an endorsement that the insurer waives any right of subrogation it may have against the City or the City's insurers. 9.5 Required Endorsements. The CGL policy and the automotive liability policy must include the following specific endorsements: (1) The City, including its Council, officials, officers, employees, agents, volunteers and consultants (collectively, "Additional Insured") must be named as an additional insured for all liability arising out of the operations by or on behalf of the named insured, and the policy must protect the Additional Insured against any and all liability for personal injury, death or property damage or destruction arising directly or indirectly in the performance of the Contract. (2) The inclusion of more than one insured will not operate to impair the rights of one insured against another, and the coverages afforded will apply as though separate policies have been issued to each insured. (3) The insurance provided is primary and no insurance held or owned by City may be called upon to contribute to a loss ("primary and non-contributory"). (4) Any umbrella or excess insurance must contain or be endorsed to contain a provision that such coverage will also apply on a primary or non-contributory basis for the benefit of City before the City's own insurance or self-insurance will be called upon to protect it as a named insured. (5) This policy does not exclude explosion, collapse, underground excavation hazard, or removal of lateral support. 10. Labor Code Compliance. Unless the Contract Price is $1,000 or less, the Contract is subject to all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, beginning at section 1720, and the related regulations, including but not limited to requirements pertaining to wages, working hours and workers' compensation insurance. Contractor must also post all job site notices required by laws or regulations pursuant to Labor Code section 1771.4. 10.1 Prevailing Wages. Each worker performing Work under this Contract that is covered under Labor Code section 1720 or 1720.9, must be paid at a rate not less than the prevailing wage as defined in sections 1771 and 1774 of the Labor Code. The prevailing wage rates are on file with the City Engineer's office and are available online at http://www.dir.ca.gov/DLSR. Pursuant to Labor Code section 1775, Contractor and any subcontractor will forfeit to City as a penalty up to $200 for each calendar day, or portion of a day, for each worker paid less than the applicable prevailing wage rate, in addition to paying each worker the difference between the applicable wage rate and the amount actually paid. 10.2 Working Day. Pursuant to Labor Code section 1810, eight hours of labor consists of a legal day's work. Pursuant to Labor Code section 1813, Contractor will forfeit to City as a penalty the sum of $25 for each day during which a worker employed by Contractor or any subcontractor is required or permitted to work more than eight hours during any one calendar day, or more than 40 hours per calendar week, unless such workers are paid overtime wages under Labor Code section 1815. All Work must be carried out during regular City working days and hours unless otherwise specified in Exhibit A or authorized in writing by City. On -Call Electrical Services Up to $200,000 Contract Page 3 Approved by City Attorney, dated 03/28/2022 10.3 Payroll Records. Contractor and its subcontractors must maintain certified payroll records in compliance with Labor Code sections 1776 and 1812, and all implementing regulations promulgated by the Department of Industrial Relations ("DIR"). For each payroll record, Contractor and its subcontractors must certify under penalty of perjury that the information in the record is true and correct, and that it has complied with the requirements of Labor Code sections 1771, 1811, and 1815. Unless the Contract Price is under $25,000, Contractor must electronically submit certified payroll records to the Labor Commissioner as required under California law and regulations. 10.4 Apprentices. If the Contract Price is $30,000 or more, Contractor must comply with the apprenticeship requirements in Labor Code section 1777.5. 10.5 DIR Monitoring, Enforcement, and Registration. This Project is subject to compliance monitoring and enforcement by the DIR pursuant to Labor Code section 1725.5, and, subject to the exception set forth below, Contractor and any subcontractors must be registered with the DIR to perform public works projects. The registration requirements of Labor Code section 1725.5 do not apply if the Contract Price is for under $25,000. 11. Workers' Compensation Certification. Under Labor Code section 1861, by signing this Contract, Contractor certifies as follows: "I am aware of the provisions of Labor Code section 3700 which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the Work on this Contract." 12. Termination. 12.1 Termination for Convenience. City reserves the right to terminate all or part of the Contract for convenience upon written notice to Contractor. Upon receipt of such notice, Contractor must: immediately stop the Work, including under any terms or conditions that may be specified in the notice; comply with City's instructions to protect the completed Work and materials; and use its best efforts to minimize further costs. In the event of City's termination for convenience, Contractor waives any claim for damages, including for loss of anticipated profits from the Project. If City terminates the Contract for convenience, City will only owe Contractor payment for the Work satisfactorily performed before Contract termination, as well as five percent of the total value of the Work performed as of the date of notice of termination or five percent of the value of the Work yet to be completed, whichever is less, which is deemed to cover all overhead and profit to date. 12.2 Termination for Default. The City may terminate this Contract for cause for any material default. Contractor may be deemed in default for a material breach of or inability to perform the Contract, including Contractor's refusal or failure to supply sufficient skilled workers, proper materials, or equipment to perform the Work within the Contract Time; refusal or failure to make prompt payment to its employees, subcontractors, or suppliers or to correct rejected work; disregard of laws, regulations, ordinances, rules, or orders of any public agency with jurisdiction over the Project; lack of financial capacity to complete the Work within the Contract Time; or responsibility for any other material breach of the Contract requirements. If City terminates the Contract for cause, City will only owe Contractor payment for the Work satisfactorily performed before Contract termination. 13. Dispute Resolution. Any dispute arising under or related to this Contract is subject to the dispute resolution procedures of Public Contract Code sections 9401 and 20104 et. seq., which are incorporated by reference. 14. Waiver. A waiver by City of any breach of any term, covenant, or condition in this Contract will not be deemed a waiver of any subsequent breach of the same or any other term, covenant, or condition contained herein, regardless of the character of any such breach. On -Call Electrical Services Up to $200,000 Contract Page 4 Approved by City Attorney, dated 03/28/2022 1s. Warranty. Contractor guarantees and warrants the Work and the materials used or provided for the Project for a period of one year, beginning upon City's acceptance of the Work for the Project as complete ("Warranty Period"). During the Warranty Period, upon notice from the City of any defect in the Work or the materials, Contractor must, at its sole expense, promptly repair or replace the defective Work or materials, including repair or replacement of any other Work or materials that is or are displaced or damaged during the warranty work, excepting any damage resulting from ordinary wear and tear. 16. Worksite Conditions. 16.1 Clean and Safe. Contractor must maintain the Work site and staging and storage areas in a clean and neat condition and must ensure it is safe and secure. On a daily basis the Contractor must remove and properly dispose of debris and waste materials from the Work site. 16.2 Inspection. Contractor will make the Work accessible at all times for inspection by the City. 16.3 Hazardous Materials. Unless otherwise specified in the Contract documents, this Contract does not include the removal, handling, or disturbance of any asbestos or other hazardous materials, as identified by any federal, state, or local law or regulation. If Contractor encounters materials on the Project site that Contractor reasonably believes to be asbestos or other hazardous materials, and the asbestos or other hazardous materials have not been rendered harmless, Contractor may continue Work in unaffected areas reasonably believed to be safe, but must immediately cease Work on the area affected and report the condition to City. No asbestos, asbestos -containing products or other hazardous materials may be used in performance of the Work. 16.4 Utilities, Trenching and Excavation. As required by Government Code section 4215, if, during the performance of the Work, Contractor discovers utility facilities not identified by City in the Contract documents, Contractor must immediately provide written notice to City and the utility. In performing any excavations or trenching work, Contractor must comply with all applicable operator requirements in Government Code sections 4216 through 4216.5. If the trenching or excavation extends deeper than four feet below the surface, then it must also comply with Public Contract Code section 7104. 17. Records. Unless otherwise specified in Exhibit A, Contractor must maintain and update a separate set of as -built drawings while the Work is being performed, showing changes from the Work as planned in Exhibit A, or any drawings incorporated into this Contract. The as -built drawings must be updated as changes occur, on a daily basis if necessary. 18. Conflicts of Interest. Contractor, its employees, subcontractors and agents, may not have, maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or policy or in violation of any California law, including under Government Code section 1090 et seq. and under the Political Reform Act as set forth in Government Code section 81000 et seq. and its accompanying regulations. Any violation of this Section constitutes a material breach of the Contract. 19. Non -Discrimination. No discrimination will be made in the employment of persons under this Contract because of the race, color, national origin, ancestry, religion, gender or sexual orientation of such person. 20. Independent Contractor. City and Contractor intend that Contractor will perform the Work under this Contract as an independent contractor. Contractor is solely responsible for its means and methods in performing the Work. Contractor is not an employee of City and is not entitled to participate in health, retirement or any other employee benefits from City. 21. Assignment of Unfair Business Practice Claims. Under Public Contract Code section 7103.5, Contractor and its subcontractors agree to assign to City all rights, title, and interest in and to all causes of action it may have under section 4 of the Clayton Act (15 U.S.C. section 15) or under the Cartwright On -Call Electrical Services Up to $200,000 Contract Page 5 Approved by City Attorney, dated 03/28/2022 Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the Contract or any subcontract. This assignment will be effective at the time City tenders final payment to Contractor, without further acknowledgement by the parties. 22. Notice. Any notice, billing, or payment required by or pursuant to the Contract documents must be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon delivery unless otherwise specified. Notice for each party must be given as follows: City: Address: 111 Morphew Street City/State/Zip: San Rafael, CA 94901 Phone: (415)258-2641 Attn: Nhat Phan, Traffic Engineer Email: nhatp@cityofsanrafael.org Contractor: Name: DC Electric Group, Inc. Address: PO Box 7525 City/State/Zip: Cotati, CA 94931 Phone: (707)992-0141 Attn: Tim Carter Email: tim@dcelectricgroup.com 23. General Provisions. 23.1 Compliance with All Laws. Contractor will comply with all applicable federal, state, and local laws and regulations including, but not limited to, unemployment insurance benefits, FICA laws, conflict of interest laws, and local ordinances. Work may only be performed by qualified and experienced workers who are not employed by the City and who do not have any contractual relationship with City, with the exception of this Contract. 23.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the Contract is deemed to be inserted, and the Contract will be construed and enforced as though such provision has been included. If it is discovered that through mistake or otherwise that any required provision was not inserted, or not correctly inserted, the Contract will be deemed amended accordingly. 23.3 Assignment and Successors. Contractor may not assign its rights or obligations under this Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's and City's lawful heirs, successors and permitted assigns. 23.4 Third Party Beneficiaries. There are no intended third -party beneficiaries to this Contract. 23.5 Governing Law and Venue. This Contract will be governed by California law and venue will be in the Superior Court of Marin County, and no other place. 23.6 Amendment. No amendment or modification of this Contract will be binding unless it is in a writing duly authorized and signed by the parties to this Contract. 23.7 Integration; Severability. This Contract and the Contract documents incorporated herein, including authorized amendments or change orders thereto, constitute the final, complete, and exclusive terms of the agreement between City and Contractor. If any provision of the Contract documents, or On -Call Electrical Services Up to $200,000 Contract Page 6 Approved by City Attorney, dated 03/28/2022 portion of a provision, is determined to be illegal, invalid, or unenforceable, the remaining provisions of the Contract documents will remain in full force and effect. 23.8 Authorization. Each individual signing below warrants that he or she is authorized to do so by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor is a corporation, signatures from two officers of the corporation are required pursuant to California Corporation Code section 313. [Signatures are on the following page.] On -Call Electrical Services Approved by City Attorney, dated 03/28/2022 Up to $200,000 Contract Page 7 The parties agree to this Contract as witnessed by the signatures below: CITY OF SAN RAFAEL: APRIL MILLER, Director of Public Works APPROVED AS TO FORM: Office of the City Attorney By: GENEVIEVE COYLE, Assistant City Attorney ATTEST: City Clerk Lindsay Lara (Mar 15, 2024 08:54 PDT) LINDSAY LARA, City Clerk Exhibit A: Scope of Work Exhibit B: Bond Forms Exhibit C: Noncollusion Declaration Exhibit D: Bid Schedule Exhibit E: Subcontractor List On -Call Electrical Services CONTRACTOR: 71WoM6 Cadek T m 14,C A,,' . . 70?11. 0]^STI By. DC Electric Group, Inc. Name: Timothy Carter Title: Vice President [If Contractor is a corporation, second corporate officer signature required] lea"2 D+ D'PFrin'l,b 7670741614 aSTI By: DC Electric Group, Inc. Name: Dave D'Elicio Title: CEO Contractor's California License Number(s) and Expiration Date(s) (required under Section 7 of the Contract): END OF CONTRACT Approved by City Attorney, dated 03/28/2022 Up to $200,000 Contract Page 8 On -Call Electrical Services Exhibit A SCOPE OF WORK Approved by City Attorney, dated 03/28/2022 Up to $200,000 Contract Scope of Work Exhibit A - Scope SERVICES TO BE PROVIDED BY CONTRACTOR Traffic Signal Installation Maintenance Tasks The City requires that the Contractor provide monthly, quarterly, semi-annual, and annual maintenance on all signals, flashing beacons, and other related safety lighting as listed below. Maintenance includes emergency, routine, USA Locate & Mark services, and preventative work. The services provided by Contractor will include the following provision: Basic (Monthly, Quarterly, Semi -Annual, and Annual) preventative maintenance services on an ongoing basis. Respond and make corrective action to all daytime service requests within 30 minutes weekdays (7:00 A.M. to 5:00 P.M.) and 60 minutes on weekday evenings (5:00 P.M. to 7:00 A.M.), weekends, and holidays. • Verification to City staff that emergency work has been completed. • Semi-annually vacuum and cleaning of all cabinets. • Monthly daylight (7:00 A.M. to 5:00 P.M.) inspection of all signals and related equipment. • Monthly nighttime (5:00 P.M. to 7:00 A.M.) inspection of all signals and safety lighting. • Repair of replacement of signal control devices. • Prompt response and execution of USA Locate & Mark service requests as coordinated by City representative • Warranty service for any and all equipment supplied by Contractor. • Advance notification to City staff of planned service, which require intersection shutdowns or impacts to traffic. • Submission to City of accurately maintained and detailed inventory records. • Submission to City of monthly, quarterly, semi-annual, and annual preventative maintenance forms. • Submission to City of accurate monthly activity reports and records. The Contractor°s�ialI provigg ondoengoanu regu°lar emergency, rou�enesand preventative maintenance repairs of the City's traffic signal equipment, associated lighting, and other pertinent apparatus by duly trained and qualified personnel. Throughout the term ofthis agreement, the Contractor shall provide and maintain emergency service response on a 24-hour, 365-day cycle, including all holidays. All personnel for Contractor shall be dispatched and have continuous communication access through two-way radio, pager, and/or cellular phone. The responsetime for initial evaluation, safety, and clean-up tasks is thirty (30) minutes from notification on weekdays (7:00 A.M. to 5:00 P.M.), and sixty (60) minutes on weekday evenings (5:00 P.M. to 7:00 A.M.), weekends, and holidays. The 28 outside time limit forfollow-up action is four (4) hours from notification. In cases of major malfunction and/or damage, the Contractor shall contact the Traffic Operations Engineer or their designee to receive further direction. The Contractor shall follow Caltrans standards for traffic control and lane closures at all times while working on any City right-of-way. All vehicles that are used by the Contractor shall have the Contractor's identification markings. In addition, all Contractor's employees while working on a City service call shall wear Contractor's uniform and carry personal identification cards. The Contractor shall not represent the City in matters of policy or procedures under this contract, shall not make any reference to City policy or procedures, and shall refer all questions or inquiries from the public regarding policy and procedures, or terms of this Agreement to the City Traffic Operations Engineer or their designee. Monthly Preventative Maintenance Program The monthly preventative maintenance program will consist of the following tasks: 1. Signal Controller • Visually inspect for proper operation • Controller display working • Proper timing and coordination • All phases on recall 2. Video Detection Cameras • Check the camera display from the cabinet to assure proper alignment of the camera. • Check the vehicle detection of the camera. 3. Detectors and Loops • Because of the video detection not all intersections have detector loops. If present, visually inspect for exposed wires, crack, and/or pot holes • Check and tune detector amplifiers. 4. Signal & Pedestrian Heads • Visually inspect all vehicular and pedestrian signals for proper operation and replace outages • Check overall intersection operation • Check that all pedestrian signals are in good condition and aimed properly • Check all audible and tactile pedestrian signal are in good condition and properly positioned (where applicable) 5. Pedestrian Push Buttons • Visually inspect and note condition • Actuate each button for proper operation 6. Rapid Rectangular Flashing Beacon (RRFB) Sign • Check the pedestrian push button actuation • Visually inspect the operation of the RRFB sign 7. Radio Communication (where applicable) 29 4 • Check operation —is timing clock correct • Visually Inspect cables, antenna, and other hardware 8. Pre-Emption • Actuate pre-empt to check operation • Visually inspect cables, antenna, and other hardware 9. Battery Backup Systems • Test battery charge 10. Miscellaneous • Check PG&E meter seal • Inspect pull box lids • Visually inspect mast arms, signal housings, and other signal hardware 11.Night Inspections • Traffic signal heads • Pedestrian signal heads • Beacons • Luminaires Quarterly Preventative Maintenance Program The quarterly preventative maintenance program will consist of the following tasks: 1. Controller Cabinet • Check ground fault receptacle • General Appearance • Inspect door gasket condition • Inspect door lock operation • Operate and inspect ventilation fan and cabinet light (where applicable) • Inspect for pests, including removing insects and critters that have taken up resident 2. Miscellaneous • Hand hole covers, present & secure • Pull boxes • Condition of splices • Clear of debris Semi-annual Preventative Maintenance Program The semi-annual preventative maintenance program will consist of the following tasks: 1. Controller Cabinet • Visually inspect ventilation filter 30 5 • Check wire schematics and records to make sure they are it he cabinet • Measure voltage level at service entrance in cabinet and record • Vacuum and clean controller cabinet and contents • Inspect terminal blocks • Prior to the start of the rainy season provide winter preparation by checking the cabinet seals and re -sealing where needed to provide a waterproof cabinet. 2. Road/Loop Condition • Loop Sealant 3. Signal Heads • Visually check integrity of splices • Visually check for wear and function on electromechanical controllers • Check overall intersection operation 4. Miscellaneous • Condition of paint (frameworks, heads, cabinet, poles, and other appurtenances) Annual Preventative Maintenance Program The annual preventative maintenance program will consist of the following tasks: 1. Controller Cabinet • Lubricate hinges and lock when necessary • Replace cabinet air filter • Check and replace (if necessary) weatherproof gasket seal 2. Signal System Assessment • Check load switches • Perform conflict monitor test and submit printout to City • Check relays • Check for water accumulation and duct sealant • Check all connectors • Clean and polish all lenses and reflectors • Perform LED intensity evaluation for output compliance and replace LEDs as necessary • Replace up to 10 bent visors and backplates • Paint up to 10 signal and pedestrian heads per year as necessary • Perform integrity test on all hardwire interconnect lines • Inspect and align antennas for remote monitoring 3. Miscellaneous • Anchor bolts tightened 31 L DC Electric Group, Inc. City of San Rafael February, 2024 Traffic Signal Maintenance and Emergency Response Services Rates and List of Locations Technician USA Bucket kow 94 6 'Prices subject to CPI Increase each July 1st for upcoming Fy, per SF Bay Area (San Francisco -Oakland -San Jose( Bureau of Labor Statistics, Feb -Feb. Location Location Type TS-1 2nd & 4th Signalized Intersection T5 -2 2nd & A Si nalized Intersection TS-3 2nd & 8 Stnalized Intersection TS-4 2nd & C Signalized Intersection TS-5 2nd & D Si nalized Intersection TS-6 2nd & E Signalized Intersection TS- 7 2nd & East St Signalized Intersection TS-8 2nd & G Signalized Intersection TS-9 2nd & Grand Signalized Intersection TS-10 2nd & Netherton 91nalized Intersection TS -11 2nd & Imn Signalized Intersection TS-12 2nd & Lincoln Signalized Intersection TS-13 2nd & Llndaro Signalurtel Intersection TS -14 2nd & Shaver Signalized tnlerwi tlon TS-IS 2nd & W. FranctscotTarrialpais Simnalized Intersection TS-16 3rd & A S' nalized Intersection TS-17 3rd & 8 Signalized Intersection TS-19 3rd & C Signalized! Intersection T5 -19 3rd & D Signalized Intersection TS•20 3rd & E Signalized Intersection TS - 21 3rd & Grand Signalized Intersection T5 - 22 3rd & Helhertcn Signalized Intersection TS-23 3rd &Irwin Signalized Intersection TS-24 3rd & Lincoln Stri.lued Intersection TS-25 3rd & Lindaro Signalized Intersection TS-26 3rd &Shaver Signallied Intersection TS.27 3rd &Tama) is nalized Intersection TS-28 3rd & Union 54nalited Intersection TS - 29 3rd St & Brooks St Signalized Intersection 7S.30 3rd St & SRHS (HAWKSignal) 5 nalized Intersection TS-31 4th&A Si nalized Intersection TS - 32 lath & 8 Signalized Intersection TS-33 4th & C Signalized Intersection TS-34 4th &Ci Sinalized Intersection TS -35 4th & Cory Plaza used to be Court Si nalized Intersection TS-36 4th & D Signalized Intersection TS-37 41h & E Signalized Intersection TS-38 4th & Grand Ave, Signalized Intersection TS-39 4th &Greenfield Wralized Intersection TS-40 4th & H Signalized Intersection TS•41 4th & Netherton Signalized intersection TS-42 4th &Irwin Si nalUed Intersection TS-43 411% & Lincoln Signalized Intersection TS-44 41h & Lootens Signalized Intersection TS -45 4th & Ross Valley Signalized Intersection TS-46 4th &Tama) Is S milted intersection TS - 47 Sth & A SI Signalized Intersection TS-48 Slh & 8 Signalized Intersection TS-49 51h & C Signalized Intersection TS-50 Sth &Court Signalized Intersection TS-51 Sth &E Signalized Intersection TS-S2 Sth & H Flash Only) nalized Intersection TS-53 Sth &Hetherton Signalized Intersection TS - 54 Sth & Irwin Signalized Intersection TS-55 Sth & Lincoln Si nalized Intersection TS-56 Sth & Tamal rs Signalized Intersection TS-57 Anderson&Dubois Signalized Intersection TS-58 Andersen & Irwin Signalized Intersection TS-59 Andersen & Llndaro S' nalized Intersection TS-60 Andersen & W. Francisco Signalized Intersection TS•61 Bellam&Andersen Signalized Intersection TS-62 "m&Kerner Signalized Intersection TS-63 Civic Censer&McInnis Signalized lnlersectfon TS-64 Gvic Center&Merrydale Scettrini Si nalized Intersection TS - 65 0 & 8avv.m Si nalized Intersection TS-66 1 E Francisco & Irene Signalized Intersection DC Electric Group, Inc City of San Rafael February, 2024 Traffic Signal Maintenance and Emergency Response Services Rates and List of Locations Location Location TY01! TS-67 E. Francisco &Medway Signalized Intersection TS • 6B E. Francisco & Shoreline Signalized Intersection TS-69 Francisco Blvd W & Rice Or S; nalized Intersection TS.70 Kerner & Irene Signalized Intersection TS-71 Las Gallinas & Del Presidlo Signalized tntarsection TS-72 Lis Gallinas & Mer ale Signalized Intersection TS-73 Las Gallinas & North ate Signalized Intersection TS- 74 Las Gallinas & Nova Albion Si nalized Intersection TS-7S Lincoln & Linden 5gralized Intersection TS-76 Lincoln & Paloma Segnalized Intersection TS-77 lrndaro & Corporate Cie. Signalized Intersection TS-78 Los Ranchrtos & North to Signalized Intersection TS-79 Lucas Valley Rd. & Los Gamos Or Signalized Intersection TS - Bo Mission & Hethorton Signalized Intersection TS-81 Mission & Irwin Signalized Intersection TS - 82 Mission & Lincoln S4nalized Intersection TS - 81 Mission & Tannallaiiis Signalized Intersection TS • 84 MTF & Del Presidia analized Intersection TS • 85 MTF & Las Gallinas Signalized Intersection TS-86 MTF & Northilate Signalized Intersection TS-87 N. San Pedro & Civic Center Sig.alured Intersection TS-88 N. San Pedro & Los Ranchitos Signalized Intersection TS-89 N. San Pedro & Mvryclale Signalized Intersection TS-90 Nova Albion &Arias Signalized Intersection TS-91 Pt. San Pedro & Lochinvar loth Lomond Or Silinalited Intersection TS-92 Redwood Hwy & Mitchell Signalized Intetsection TS-93 Redwood Hwy & Professional Center Signalized Intersection TS-94 Redwood Hwy & Smith Ranch nalized Intersection RRFB • 1 Sth & Cottage RRFB RRFB - 2 Sth Ave & G St RRFB RRFB - 3 Belvedere St & Vivian St RRFB RRFB - 4 lCoric Center Dr & Armory DR RRFB RRFB • S Lincoln Ave & Laurel Pl RRFB RRFB - 6 Mission Ave & Court St RRFB On -Call Electrical Services Exhibit B BONDFORMS Required for contracts over $25, 000, Approved by City Attomey, dated 03/28/2022 Up to $200,000 Contract Bond Forms Payment Bond City of San Rafael ("City") and DC Electric Group, Inc. ("Contractor") have entered into a contract, dated , 20_ ("Contract") for work on the On -Call Electrical Services ("Project"). The Contract is incorporated by reference into this Payment Bond ("Bond"). 1. General. Under this Bond, Contractor as principal and its surety ("Surety"), are bound to City as obligee in an amount not less than $ . under California Civil Code sections 9550, et seq. 2. Surety's Obligation. If Contractor or any of its subcontractors fails to pay any of the persons named in California Civil Code section 9100 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 Contractor and its subcontractors, under California Unemployment Insurance Code section 13020, with respect to the work and labor, then Surety will pay for the same. 3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon this Bond. Contractor must promptly provide a copy of this Bond upon request by any person with legal rights under this Bond. 4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and equipment furnished for use in the performance of the Work required by the Contract, in conformance with the time requirements set forth in the Contract and as required by California law, Surety's obligations under this Bond will be null and void. Otherwise, Surety's obligations will remain in full force and effect. 5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or extensions of time for performance of the Work under the Contract. Surety waives the provisions of Civil Code sections 2819 and 2845. City waives requirement of a new bond for any supplemental contract under Civil Code section 9550. Any notice to Surety may be given in the manner specified in the Contract and delivered or transmitted to Surety as follows: Attn: Address City/State/Zip Phone: Fax: Email: 6. Law and Venue. This Bond will be governed by California law, and any dispute pursuant to this Bond will be venued in the Superior Court of Marin County, and no other place. Surety will be responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond. On -Call Electrical Services Approved by City Attorney, dated 03/28/2022 Up to $200,000 Contract Payment Bond Effective Date; Execution. This Bond is entered into and is effective on 20_. Three identical counterparts of this Bond, each of which is deemed an original for all purposes, are hereby executed and submitted. SURETY: Business Name s/ Name/Title (Attach Acknowledgment with Notary Seal and Power of Attorney) CONTRACTOR Business Name s/ Name/Title s/ Name/Title APPROVED BY CITY: s/ ROBERT F. EPSTEIN, City Attorney On -Call Electrical Services END OF PAYMENT BOND Approved by City Attorney, dated 03/28/2022 Date Up to $200,000 Contract Payment Bond Performance Bond City of San Rafael ("City") and DC Electric Group, Inc. ("Contractor") have entered into a contract, dated 20 ("Contract") for work on the On -Call Electrical Services ("Project"). The Contract is incorporated by reference into this Performance Bond ("Bond"). 1. General. Under this Bond, Contractor as Principal and , its surety ("Surety"), are bound to City as obligee for an amount not less than $ By executing this Bond, Contractor and Surety bind themselves and their respective heirs, executors, administrators, successors and assigns, jointly and severally, to the provisions of this Bond. 2. Surety's Obligations; Waiver. If Contractor fully performs its obligations under the Contract, including its warranty obligations under the Contract, Surety's obligations under this Bond will become null and void upon City's acceptance of the Project, provided Contractor has timely provided a warranty bond as required under the Contract. Otherwise Surety's obligations will remain in full force and effect until expiration of the one year warranty period under the Contract. Surety waives any requirement to be notified of and further consents to any alterations to the Contract made under the applicable provisions of the Contract documents, including changes to the scope of Work or extensions of time for performance of Work under the Contract. Surety waives the provisions of Civil Code sections 2819 and 2845. 3. Application of Contract Balance. Upon making a demand on this Bond for completion of the Work prior to acceptance of the Project, City will make the Contract Balance available to Surety for completion of the Work under the Contract. For purposes of this provision, the Contract Balance is defined as the total amount payable by City to Contractor as the Compensation minus amounts already paid to Contractor, and minus any liquidated damages, credits, or backcharges to which City is entitled under the terms of the Contract. 4. Contractor Default. Upon written notification from City that Contractor is in default under the Contract, time being of the essence, Surety must act within seven calendar days of receipt of the notice to remedy the default through one of the following courses of action: 4.1 Arrange for completion of the Work under the Contract by Contractor, with City's consent, but only if Contractor is in default solely due to its financial inability to complete the Work; 4.2 Arrange for completion of the Work under the Contract by a qualified contractor acceptable to City, and secured by performance and payment bonds issued by an admitted surety as required by the Contract documents, at Surety's expense; or 4.3 Waive its right to complete the Work under the Contract and reimburse City the amount of City's costs to have the remaining services completed. 5. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to recover all costs it incurs due to Surety's default, including legal, design professional, or delay costs. 6. Notice. Notice to Surety must be given or made in writing and sent to the Surety via personal delivery, U.S. Mail, or a reliable overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon delivery unless otherwise specified. Notice for the Surety must be given as follows: On -Call Electrical Services Approved by City Attorney, dated 3/28/2020 Up to $200,000 Contract Bid Bond Attn: Address: _ City/State/Zip: Phone: Fax: Email. 7. Law and Venue. This Bond will be governed by California law, and any dispute pursuant to this Bond will be venued in the Superior Court of Marin County, and no other place. Surety will be responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond. 8. Effective Date; Execution. This Bond is entered into and effective on 20_ Three identical counterparts of this Bond, each of which is deemed an original for all purposes, are hereby executed and submitted. SURETY: Business Name s/ Name/Title [print] (Attach Acknowledgment with Notary Seal and Power of Attorney) CONTRACTOR: Business Name s/ Name/Title s/ Name/Title APPROVED BY CITY s/ ROBERT F. EPSTEIN, City Attorney On -Call Electrical Services END OF PERFORMANCE BOND Approved by City Attorney, dated 3/28/2020 Date Up to $200,000 Contract Bid Bond Exhibit C NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID The undersigned declares. I am the C t= n [title] of [business name], 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. This declaration is intended to comply with California Public Contract Code § 7106 and Title 23 U.S.0 § 112. 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 2 i as ( [date], at C-a I-�: [city], C a°- [state]. i• 5 Name [print] <enter project name> City Project #: <enter prcj no.> END OF NONCOLLUSION DECLARATION Approved by City Attorney, dated 3/28/2022 Up to $200,000 Contract Subcontractor List Exhibit E SUBCONTRACTOR LIST For each Subcontractor that will perform a portion of the Work in an amount in excess of one-half of 1 % of the bidder's total Contract Price,' the bidder must list a description of the Work, the name of the Subcontractor, its California contractor license number, the location of its place of business, its DIR registration number, and the portion of the Work that the Subcontractor is performing based on a percentage of the Base Bid price. DESCRIPTION SUBCONTRACTOR CALIFORNIA LOCATION OF DIR REG. NO. PERCENT OF WORK NAME CONTRACTOR BUSINESS OF LICENSE NO. WORK END OF SUBCONTRACTOR LIST 'For street or highway construction this requirement applies to any subcontract of $10,000 or more. On -Call Electrical Services Up to $200,000 Contract Subcontractor List Approved by City Attorney, dated 3/28/2022 DC Electric On -Call Agreement 2024 Final Audit Report 2024-02-27 Created: 2024-02-26 By: Jonathan Schellin Qonathans@dtyofsanrafael.org) Status: Signed Transaction ID: CBJCHBCAABAAvgjVj-gGIKHamrrtncm0q_AFEfPhSgW "DC Electric On -Call Agreement 2024" History Document created by Jonathan Schellin Qonathans@cityofsanrafael.org) 2024-02-26 - 11:56:08 PM GMT Document emailed to tim@dcelectricgroup.com for signature 2024-02-26 - 11:58:41 PM GMT Email viewed by tim@dcelectricgroup.com 2024-02-26-11:58:47 PM GMT 6a Signer tim@dcelectricgroup.com entered name at signing as Timothy Carter 2024-02-27 - 0:00:42 AM GMT �© Document e-signed by Timothy Carter (tim@dcelectricgroup.com) Signature Date: 2024-02-27 - 0:00:44 AM GMT - Time Source: server . Document emailed to dave@dcelectricgroup.com for signature 2024-02-27 - 0:00:45 AM GMT Email viewed by dave@dcelectricgroup.com 2024-02-27 - 0:00:52 AM GMT d© Signer dave@dcelectricgroup.com entered name at signing as Dave D'Elicio 2024-02-27 - 0:15:54 AM GMT d� Document e-signed by Dave D'Elicio (dave@dcelectricgroup.com) Signature Date: 2024-02-27 - 0:15:56 AM GMT - Time Source: server 0 Agreement completed. 2024-02-27 - 0:15:56 AM GMT gSAN RAFAEL PO Adowered be �Pr Adobe i Acrobat Sign DC Electric On -Call Agreement 2024 Final Audit Report 2024-03-15 Created: 2024-03-14 By: Nataly Torres (nataly.torres@cityofsanrafael.org) Status: Signed Transaction ID: CBJCHBCAABAAYkH1quNuQKWXyCaObmRnYZh-HkZfvscK "DC Electric On -Call Agreement 2024" History Document created by Nataly Torres (nataly.torres@cityofsanrafael.org) 2024-03-14 - 8:58:36 PM GMT P'4 Document emailed to Genevieve Coyle (genevieve.coyie@cityofsanrafael.org) for signature 2024-03-14 - 9:01:54 PM GMT Email viewed by Genevieve Coyle (genevieve.coyle@cityofsanrafael.org) 2024-03-14 - 9:42:46 PM GMT 60 Document e-signed by Genevieve Coyle (genevieve.coyle@cityofsanrafael.org) Signature Date: 2024-03-14 - 9:43:22 PM GMT - Time Source: server P- 4 Document emailed to APRIL MILLER (april.miller@cityofsanrafael.org) for signature 2024-03-14 - 9:43:23 PM GMT Email viewed by APRIL MILLER (april.miller@cityofsanrafael.org) 2024-03-14 - 10:07:52 PM GMT 6© Document e-signed by APRIL MILLER (april.miller@cityofsanrafael.org) Signature Date: 2024-03-14 - 10:08:09 PM GMT - Time Source: server P'4 Document emailed to lindsay.lara@cityofsanrafael.org for signature 2024-03-14 - 10:08:10 PM GMT Email viewed by lindsay.lara@cityofsanrafael.org 2024-03-15 - 3:54:37 PM GMT 6© Signer lindsay.lara@cityofsanrafael.org entered name at signing as Lindsay Lara 2024-03-15 - 3:54:50 PM GMT 6© Document e-signed by Lindsay Lara (lindsay.lara@cityofsanrafael.org) Signature Date: 2024-03-15 - 3:54:52 PM GMT - Time Source: server ��R' by SAN RAFAEL Adobe Power be Acrobat Sign C) Agreement completed. 2024-03-15 - 3:54:52 PM GMT oj$ SAN RAFAEL Adobe %` Acrobat Sign Exhibit B BONDFORMS Required for contracts over $25, 000. <enter project name> City Project #: <enter proj no.> Up to $200,000 Contract Bond Forms Approved by City Attorney, dated 03/28/2022 Performance Bond Bond No: 57BCSJD0821 Premium: $1,769 City of San Rafael ("City") and DC Electric ("Contractor") have entered into a contract, dated TBD ("Contract") for work on the On -Call Electrical Services(" Project"). The Contract is incorporated by reference into this Performance Bond ("Bond"). General. Under this Bond, Contractor as Principal and Hartford Fire Insurance Company , its surety ("Surety"), are bound to City as obligee for an amount not less than $ 150.000.00' By executing this Bond, Contractor and Surety bind themselves and their respective heirs, executors, administrators, successors and assigns, jointly and severally, to the provisions of this Bond. 2. Surety's Obligations; Waiver. If Contractor fully performs its obligations under the Contract, including its warranty obligations under the Contract, Surety's obligations under this Bond will become null and void upon City's acceptance of the Project, provided Contractor has timely provided a warranty bond as required under the Contract. Otherwise Surety's obligations will remain in full force and effect until expiration of the one year warranty period under the Contract. Surety waives any requirement to be notified of and further consents to any alterations to the Contract made under the applicable provisions of the Contract documents, including changes to the scope of Work or extensions of time for performance of Work under the Contract. Surety waives the provisions of Civil Code sections 2819 and 2845. 3. Application of Contract Balance. Upon making a demand on this Bond for completion of the Work prior to acceptance of the Project, City will make the Contract Balance available to Surety for completion of the Work under the Contract. For purposes of this provision, the Contract Balance is defined as the total amount payable by City to Contractor as the Compensation minus amounts already paid to Contractor, and minus any liquidated damages, credits, or back charges to which City is entitled under the terms of the Contract. 4. Contractor Default. Upon written notification from City that Contractor is in default under the Contract, time being of the essence, Surety must act within seven calendar days of receipt of the notice to remedy the default through one of the following courses of action: 4.1 Arrange for completion of the Work under the Contract by Contractor, with City's consent, but only if Contractor is in default solely due to its financial inability to complete the Work; 4.2 Arrange for completion of the Work under the Contract by a qualified contractor acceptable to City, and secured by performance and payment bonds issued by an admitted surety as required by the Contract documents, at Surety's expense; or 4.3 Waive its right to complete the Work under the Contract and reimburse City the amount of City's costs to have the remaining services completed. 5. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to recover all costs it incurs due to Surety's default, including legal, design professional, or delay costs. 6. Notice. Notice to Surety must be given or made in writing and sent to the Surety via personal delivery, U.S. Mail, or a reliable overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon delivery unless otherwise specified. Notice for the Surety must be given as follows: "One hundred fifty thousand and no/100ths--- <enter project name> Up to $200,000 Contract City Project #: <enter proj no.> Bid Bond Approved by City Attorney, dated 3/28/2020 7 8. Attn: Address: _ City/State/Zip: Phone: Keith Lovitt One Pointe Drive, 6th Floor Brea, CA 92821 415-836-4848 Fax: 866-780-9956 Email Keith. Lovitt(Wtheharford.com Law and Venue. This Bond will be governed by California law, and any dispute pursuant to this Bond will be venued in the Superior Court of Marin County, and no other place. Surety will be responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond. Effective Date; Execution. This Bond is entered into and effective on February 14 20 24 . Three identical counterparts of this Bond, each of which is deemed an original for all purposes, are hereby executed and submitted. SURETY: Hartford Fire Insurance Company Business Nape s/ Joan DeLuca, Attorney -in -Fact Name/Title [print] (Attach Acknowledgment with Notary Seal and Power of Attorney) CONTRACTOR: DC Electric Group, Inc Business Name $r, Name/Title s/ IV tI /Goo APPRO ED BY CITY: r s/ RO T F. EPSTEI ity Attorney <enter project name> City Project #: <enter proj no.> 3N 11q Date END OF PERFORMANCE BOND Approved by City Attorney, dated 3/28/2020 Up to $200,000 Contract Bid Bond CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 :r•,rx„cx.�c,�ocrcccc,�ocr� ,cccccc�rc.��occcccrcr�rtx�c�c;ass+vcc��.;ac.�r�cc.�:�<:c.r�ccc,cc.c�,.cx�s A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of t On Marin 1 . � before me, Date personally appeared Joan DeLuca Karen Rhodes, Notary Public Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/era subscribed to the within instrument and acknowledged to me that-140/she/t#ey executed the same in his/her/their authorized capacity(ies), and that by41+s/her/t4eir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my%um& d and official eel. �,�� ?• �� KAREN RHODES Notary C •California /�✓ " • � Merinarin County Commission ;239355t Signature My Comm. Expires Mar 1, 2026 ' Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. / Description of Attached Document Title or Type of Document: Document I Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorne act ❑ Trustee tan or Conservator ❑ Other: Signer I presenting: miner's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ;c1CX1VX.=1Cxr 02014 National Notary Association • www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 Direct Inquiries/Claims to: THE HARTFORD OF ATTORNEY BOND,POWER HartfOne ord, Connecticut 06155 Bond. Clainn sC&thehartford.com call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: WOODRUFF SAWYER & COMPANY Agency Code: 57-554795 0 Hartford Fire Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws ofthe State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws ofthe State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws ofthe State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws ofthe State of Indiana O Hartford Insurance Company of the Southeast, a corporation duly organized under the laws ofthe State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited : Nerissa S. Bartolome, Joan DeLuca, Patrick R Diebel, Lucy M. Dunham, Andrew S. Holloway, Kelly Holtemann, Christopher M. Howell, Thomas E. Hughes, Mark M. Munekawa, Zachary V. Overbay, Christina Parsons, Rossio Polio, Karen Rhodes, Yvonne Roncagliolo, Charles R. Shoemaker, Valerie Takeuchi of SAN FRANCISCO, California their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. j t , ��.lia ,�f 1/f11 J.+,�//y^ci «• 4 � �V. �.,[y �aA - ��"au,a••• a•si+.w► E' Sc 979ro;1279� 1979 Shelby Wiggins, Assistant Secretary Joelle L. LaPierre, Assistant Vice President STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. Jessica Ciccone My Commission HH 122280 Expires June 20, 2025 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foreqoinq is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of February 14, 2024 Signed and sealed in Lake Mary, Florida. ��,,.*�`tr i� .d�� l� , •-ita9 ,�• Mrsu� I�ca c•V� � a°ryw o7?f<' t`q_ 1D79,Y ,4 7979 w • ,, w;;•: S� ,�a ,`'.• �!!! Keith D Dozois, Assistant Vice President 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 Sonoma On February 15th, 2024 before me, Angelo A. Cortes, Notary Public (insert name and title of the officer) personally appeared Dave D'Elicio and Jeffrey Asch 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 k►e/sire/they executed the same in #is/#e /their authorized capacity(ies), and that by 4is/4e.F/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. *my ANGELOA.CORTES Notary Public • California Sonoma County Commission M 2347673 Comm. Expires Feb 18, 2025 Signature (Seal) Payment Bond Bond No: 57BCSJD0821 Premium: Included in Performance Bond City of San Rafael ("City") and DC Electric ("Contractor") have entered into a contract, dated TBD ("Contract") for work on the On -Call Electrical Services(" Project"). The Contract is incorporated by reference into this Payment Bond ("Bond") 1. General. Under this Bond, Contractor as principal and Hartford Fire Insurance Company its surety ("Surety"), are bound to City as obligee in an amount not less than $ 150,000.00" under California Civil Code sections 9550, et seq. 2. Surety's Obligation. If Contractor or any of its subcontractors fails to pay any of the persons named in California Civil Code section 9100 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 Contractor and its subcontractors, under California Unemployment Insurance Code section 13020, with respect to the work and labor, then Surety will pay for the same. 3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon this Bond. Contractor must promptly provide a copy of this Bond upon request by any person with legal rights under this Bond. 4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and equipment furnished for use in the performance of the Work required by the Contract, in conformance with the time requirements set forth in the Contract and as required by California law, Surety's obligations under this Bond will be null and void. Otherwise, Surety's obligations will remain in full force and effect. 5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or extensions of time for performance of the Work under the Contract. Surety waives the provisions of Civil Code sections 2819 and 2845. City waives requirement of a new bond for any supplemental contract under Civil Code section 9550. Any notice to Surety may be given in the manner specified in the Contract and delivered or transmitted to Surety as follows: Attn. Keith Lovitt Address: One Pointe Drive, 6th Floor City/State/Zip: Brea, CA 92821 Phone: 415-836-4848 Fax: 866-780-9956 Email Keith Lovitt(cDthehartford com Law and Venue. This Bond will be governed by California law, and any dispute pursuant to this Bond will be venued in the Superior Court of Marin County, and no other place. Surety will be responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond. "One hundred fifty and no/100ths--- <enter project name> Up to $200,000 Contract City Project #: <enter proj no.> Payment Bond Approved by City Attorney, dated 03/28/2022 7. Effective Date; Execution. This Bond is entered into and is effective on February 14 20 24 Three identical counterparts of this Bond, each of which is deemed an original for all purposes, are hereby executed and submitted. SURETY: Hartford Fire Insurance Company Business Name Joan DeLuca, Attornev-in-Fact Namerritle (Attach Acknowledgment with Notary Seal and Power of Attorney) CONTRACTOR: DC Electric Group, Inc. Business Name s/ Name/Title s/ AA G00 Name/Title APPROVED BY CITY: s/ (--\ f 'e ROBER . E IN, City Attorney END OF PAYMENT BOND Lf / `_"I Date <enter project name> Up to $200,000 Contract City Project #: <enter proj no.> Payment Bond Approved by City Attorney, dated 03/28/2022 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 :r,c�c�erx�.�e�ccc,�rer�rx�xc,�c�:ccczccxcrcc,�c.�ccc��nocacir*rcc�r _ _ .�:c�r 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 Marin Date before me, Karen Rhodes, Notary Public Here Insert Name and Title of the Officer personally appeared Joan DeLuca Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ara subscribed to the within instrument and acknowledged to me that-1ie/she/ti4oy executed the same in 4,i6/her/#w9r authorized capacity(ies), and that by4e/her/t4eir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS min and official seal. *MY KAREN RHODE Notary Public - California i Marin County Commission 2393551 Signature Comm. Expires Mar 1, 2026 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. / Description of Attached Document Title or Type of Document: Document Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorne ' act ❑ Trustee ian or Conservator ❑ Other: Signer I presenting: 3rner's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: :L�c<e,�s%, [eici(.�c cx:e'c:zx ewe�eci%e.�c:e.�:e.�csex:•<.we•�x.�s�e,�e:.�e:e. :<. fee.�e:.'L:e wed;c.: ?4�x:e�.:e. %e.�c ups :hex:<; ."�:e�.^ :�-a�:eu.Y:<, �v 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY BONDectic One Hartford Plaza Hartford, Connecticut 06155 Bond.0 la i ms(a)theha rtford.com call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: WOODRUFF SAWYER & COMPANY Agency Code: 57-554795 Hartford Fire Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws ofthe State of Indiana OHartford Accident and Indemnity Company, a corporation duly organized under the laws ofthe State of Connecticut QHartford Underwriters Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws ofthe State of Indiana OHartford Insurance Company of Illinois, a corporation duly organized under the laws ofthe State of Illinois OHartford insurance Company of the Midwest, a corporation duly organized under the laws ofthe State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws ofthe State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited : Nerissa S. Bartolome, Joan DeLuca, Patrick R Diebel, Lucy M. Dunham, Andrew S. Holloway, Kelly Holtemann, Christopher M. Howell, Thomas E. Hughes, Mark M. Munekawa, Zachary V. Overbay, Christina Parsons, Rossio Polio, Karen Rhodes, Yvonne Roncagliolo, Charles R. Shoemaker, Valerie Takeuchi of SAN FRANCISCO, California their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by E, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Flower of Attorney. 00- "' d ,,.n M.`�; a•tyrN i s I p 7 0 r 9 T 9 �. Shelby Wiggins, Assistant Secretary Joelle L. LaPierre. Assistant Vice President STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority •. `: Jessica Ciccone 7� it My Commission HH 122280 Expires June 20, 2025 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foreqoinq is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of February 14, 2024 Signed and sealed in Lake Mary, Florida. /•suyy ��.��wr•�•� r� •:;itaNh,V,: � ♦OAT ,/••••� 4 `!at•""•'?n?•�� `.•cow•. Imo,•. p �{ t•t •,^� i • • xp It • i • �.� �j1!��/ � �;... of„ 4•uf► +, ;\• Ip7o 1070 y► � � ` �•ii i .i•t • * �'�.''«n•,•'` anus' '�; • Keith D Dozois, Assistant Vice President 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 Sonoma On February 15th, 2024 before me, Angelo A. Cortes, Notary Public (insert name and title of the officer) personally appeared Dave D'Elicio and Jeffrey Asch who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that 4e/ahe/they executed the same in 4is/4e4their authorized capacity(ies), and that by #ims/#ei:/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature 0-Y ANGELO A. CORTESNotary Public • California Sonoma County F Commission * 2347673 (Seal) Comm. Expires Feb 18, 2025