Loading...
Bidder: Siemens Industry, Inc. SIEMENS April 5th, 2017 BID LETTER City of Rosemead Attn: City Engineer/ Rafael Fajardo 8838 E. Valley Blvd Rosemead, CA 91770 RE: Bid for Traffic Signal Modifications Project art San Gabriel Blvd. & Rush Ave. Project No. 27004 Mr. Fajardo, Siemens ITS would like to express our appreciation for the opportunity to participate in the Bid process for the project listed above. 1. Our Total bid for the Project is $ 92,945.00 per the attached Bid Schedule. 2. Enclosed you will find our bid bond/ guarantee in the amount of 10% of the total equaling $9,245.00. 3. At this time there are no addenda issued for this project therefore we acknowledge none. 4. We found no forms for the incorporation statement therefore we would like to state that we are a corporation incorporated in the State of Delaware. 5. Our Contractor's License number is 758796 and is valid for A, B, C10 and C16 thru February 28`", 2019 We are the industry leader in maintenance services, energy efficiency retrofitting, advanced technology implementations, and service upgrades for traffic signal and streetlight systems. We pride ourselves on delivering personalized customer service and rapid response times through our highly experienced team. Siemens takes pride in providing complete solutions for all of our customers. Providing knowledgeable/ qualified personnel, rapid response times and innovation are the top priorities of our organization. We are excited at the possibility and are looking forward to the opportunity to serve the needs of the City of Rosemead and would like to thank you in advance for your consideration. During the evaluation, if there are any questions regarding this proposal please, feel free to contact either of us using the contact information listed below. Respectfully, Mic el J. Hutchens Area Operations Manager (714) 448-6943 michael.hutchens@Siemens.com CITY OF ROSEMEAD TRAFFIC SIGNAL MODIFICATIONS PROJECT SAN GABRIEL BOULEVARD AT RUSH AVENUE PROJECT No. 27004 CONTRACT BID FORMS BIDDER:,IIgra S Intik qtly Th �. CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE 1 SECTION 2 BID DATA FORMS 5 2.A BID BOND 6 2.B LIST OF PROPOSED SUBCONTRACTORS 7 SECTION 3 NON-COLLUSION AFFIDAVIT 10 BIDDER: ,)IymnrAix tri:t tc. SECTION 1 - BID SCHEDULE CBF - 1 BIDDER: J1 WvvPmSSY�r>[�AS+Di c BID SCHEDULE SCHEDULE OF PRICES FOR TRAFFIC SIGNAL MODIFICATIONS PROJECT SAN GABRIEL BOULEVARD AT RUSH AVENUE PROJECT No. 27004 BASE BID SCHEDULE UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing &Grubbing per plans LS 1 and specifications. so.oc, 850 c"- 2 Disposal of Waste Materials. LS 1A ISCO cz. ISOO 3 Construct Traffic Signal LS I '� Modifications at San Gabriel qo,zJcl5- g0,5q, " Boulevard and Rush Avenue per Plans and Specifications Complete. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 1Z r 9y 5.00 u-..�94,4y'Two T oc.sa..A t, roc N.r,..drea Fonr, �-.J� '9r1 la f5 Dollar arrfount in written form J Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3-2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items,the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project If any of the Alternate Bids are utilized by the Owner,the resulting amount shall be considered the Total Bid Price for the Project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party,whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of 10%x4 Pia D..H,.,..j$ )said amount being not less than ten percent(10%)of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if,upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. CBF- 2 BIDDER: `,t PX`tiF.AnS 1 irk ritksffy , =r`- . If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution,within five(5)Calendar Days following the Letter of Award for the Contract,and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body 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 Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s)in good standing;(2)evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts of five hundred dollars ($500.00) if project is not completed in THIRTY (30) calendar days. The Contract Time will begin to run ten (10)Working Days from the date of the Notice of Proceed and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. N J A The Bidder understands and agrees that the Total E id Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price a;- compensation in full for all Work under the contract. CBF -3 • BIDDER: SItW.zNS Tn rikt41 ,Znc. By: % "-' Zion W wry , mod Art- C 4 .2.10 Sig"Ire Business Street Address \\drat.A . Ruitcvrmc Ofavv e Ca.. '12$(28 Type or Print Name City, Stat and Zip Code SW O1 .J QI .+12. s Han 0.2.-r- fly- 4 56-990 2 Title Te aphone Number Bidder's/Contractor's State of Incorporation: -1)e\ wo ry Partners or Joint Venturers: IIA Bidder's License Number(s): . , - C o • • Department Industrial Relations Registered No. 1000002444 NOTES: 1) By its signature on this Bid,the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF -4 BIDDER: IQM'N?Ark Irr/Au sfiry Inc. SECTION 2 BID DATA FORMS CBF - 5 BIDDER: Siemens Industry Inc. Bond Number.79434433-CHU-17-76 Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT siemens Industry Inc. ,as Principal, and Federal Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of Bid Amount DOLLARS ($ 10%of Amount Bid ), being not less than ten percent (10%)of the Total Bid Price;for the payment of which sum will 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 the OWNER to perform all Work required for the TRAFFIC SIGNAL MODIFICATIONS PROJECT AT SAN GABRIEL BOULEVARD AND RUSH AVENUE as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated April 5th,2017 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and,within the time and in the manner required by the above-referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract,then this obligation shall be null and void;otherwise iF it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this sth day of April 20 17 Siemens Industry Inc. ( AL) Federal Insurance Company (SEAL) Principal ralr Surety - �rat D ((,, Z BY By: Signature ty,r�,_\ W+r=tiers Signature l// Brittany D.Clavin,Attorney-In-Fact • • 4 - CBF-6 j _. ACKNOWLEDGMENT BY SURETY STATE OF Missouri City of St. I.ovis ss. On this 5th day of April 2017 before me personally appeared Brittany D. Clavin , kumvu to me to be the Attorney-tit-Fact of Federal Insurance Company the corporation that executed the within instrument, and acknowledged to me that such copxtratiou executed the same. IN WETNESS WHEREOF, I have hereunto set my Iuvul and affixed my official seal, at my office in the aforesaid County,the day and year in this certificate first above wrillcu. Sandra I.. nun My C'onuuissiuu Expires: 01/18/2021 Notary Public in the State or Missouri (Seal) County of St. Louis Commission #12150177 Notary Pubt c, No ary Seal State of Missouri Commissiion Co124501 77 My Commission Expires January 18, 2041 S-0230/GEEF 2/98 C ChubbPOWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 OMJb Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Pamela A. Beelman, Cynthia L. Choren, Brittany D. Glavin, Joann R. Frank, Sandra L. Ham, Heidi A. Notheisen, Karen L. Raider and Debra C.Schneider of St.Louis,Missouri- ------- --------- each as their true and lawful Attorney-in-Factto execute under suds designation in their names and to affix their corporate seals to and deliver for and on their behalfas surety thereon or otherwise,bonds and undertakings and other wobgs oMlgalay In the nature thereof(odder than bail bonds)given or executed In the course of business,and any instruments amending or altering the same,and consents to the modulation or alRraton of any instrument referred to in said bonds or obligations. In enema Whereof,Said FEDERAL INSURANCE COMEANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested Nese presents and affixed their corporate seals on this let day of March,2016. lit s.Assistant v. Secretary Do :. orris. r'Vice Pr L_L e"' •`'"^ v�(*) F V STATE OF NEW JERSEY as. County of Somerset On this let day of March, 2016 before me,a Notary Putt of New Jersey.personalty Caine Dawn It Chwros,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies wltldl executed the foregoing Power Of Attorney,and the SSM Dawn M. Chbms, being by me duly awom, did depose and say that she Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals Hereof,that the seals affixed to Me foregoing Power of Attorney are such corporate seals and were thereto affixed by authoriy doe By-Laws Of Said Companies:and that she sgned said Power of Atomey as Aasistart Seaetery Of said COmpanire by like autaiy, and that she is acquainted with David B.Norris.Jr.,and knows him to be Y President of said Companies;and that the signature Of David B.Norms,Jr.,subscribed to said Power of Attorney is in the genuine handwriting of David B.Norris.Jr.,and was thereto subscribed by autmy M said By-Laws and In deponent's presence. Notarial Seal .40.a`e \ Al KATHERINE J.ADELAAROTARY - NOTARY PUBLIC OFNEW JERSEY / 1 N0. 5 PUMA � Commission Expires July ta,2o19 Notary Pudic JER°+ CERTIFICATION Extract from the By-Laws Of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY. 'Except as otherwise provided In these By-laws or by law or as otherwise directed by the Board of Directors,the President or any Vice President shall be autonad to execute and deliver,in the name and on behalf of the Corporation.all agreements,bones,contracts,deeds,mortgages.and other instruments,either for the Corporations own account or In a fiduciaryor other capacity.and the seal of the Corporation,it appropriate,shall be awed thereto by any of such officers Or the Secretary or an Assistant Secretary. The Board of Directors,the President or any VO)President desgnaktl by the Board of Directors may authorize any other officer,employee or agent to execute and deliver, in the name and on behalf of the Corporation, agreements,bans, contracts, deeds. morgages.and other Mstrume ts,either for the Corporation's wet account or in a fiduciary or other capacity,and.H appropriate to affix the seal of the Corporation thereto. The grant or aunt authority by the Board or any such Omttr may be general or confined to specific Instances.' I,Dawn M.Chios.Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the'Companies') do hereby cenlf that (B the bregomg extract Of the By-Laws of the Companies is true and Correct. (ii) the Companies are duly licensed and authorized to transact surety business in all SD of the United States OfAnirica and the Dsmct of Columbia and are autonzed by Use V.S.Treasury Department;Neer.Federal end Vigilant are licensed In the U S.Virgin Islands,and Federal Is licensed in Guam,Puerto Rico.and each tithe Provinces of Canada except Pence Edward Island,and (iii) the foregoing Power of Attorney is true,cored and in full force and effect. Given under my hand and seals of said Companies at Warren,NJ this 5th day of April, 2017. (rya) 0 ..r,,,,,j7.4). b � ! �' 1 I 1 , �i Dawn M.Chores,Assistant Secretary s THE EVENT YOU WISH TD NOTIFY US OF A CLAIM,VERIFY THE AUTHENTICrrY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER PLEASE CONTACT US AT ADDRESS iS LISTED ABOVE,OR BY Telephone 1008)WE Max Fax(908)903-TRW amait swetrelo ith cin Form 15-1O-0225B-U GEN CONSENT('ev.07-15) FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis DECEMBER 31,2016 (in thousands of dollars) LIABILITIES AND ASSETS SURPLUS TO POLICYHOLDERS Cash and Short Term Investments $ (86,990) Outstanding Losses and Loss Expenses..... $ 11,482,308 United States Government,State and Unearned Premiums 2,723,875 Municipal Bonds 8,135,311 Ceded Reinsurance Premiums Payable 566,868 Other Bonds 5,471,330 Provision for Reinsurance 29,339 Stocks 130,689 Other Liabilities 1,144,976 Other Invested Assets 1289,903 TOTAL INVESTMENTS 14,940,243 TOTAL LIABILITIES 15,947,366 Investments in Affiliates: Chubb Investment Holdings, Inc 3,727,406 Capital Stock 20.980 Pacific Indemnity Company 2,926,619 Paid-In Surplus 3,106,809 Executive Risk Indemnity Inc 1250,965 Unassigned Funds 8,296,020 Great Northern Insurance Company 504,162 Vigilant Insurance Company 319,505 Chubb European Investment Holdings,SLP. 277,361 SURPLUS TO POLICYHOLDERS 11,423,809 Chubb Custom Insurance Company 214.956 Chubb National Insurance Company 162.929 Chubb Indemnity Insurance Company 163,668 Other Affiliates 70,204 Premiums Receivable 1,510,107 Other Assets 1,303,050 TOTAL LIABILITIES AND SURPLUS TOTAL ADMITTED ASSETS $ 27,371,175 TO POLICYHOLDERS $ 27,371,175 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. At December 31,2016, investments with a carrying value of$565,702,495 were deposited with government authorities as required by law. State,County&City of New York. — ss. Dawn M. Chloros,Assistant Secretary of the Federal Insurance Company being duly sworn, deposes and says that the foregoing Statement of Assets, Liabilities and Surplus to Policyholders of said Federal Insurance Company on December 31,2016 is true and correct and is a true abstract of the Annual Statement of said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31,2016. Subscribed and sworn to before me this March 3,2017. J No.02SE SHIPSEY Assistant Secretary in Nassau Notary Public,State of New York Notary Public 74142 Qualified in NasCounty Commission Expires March 10.2019 Form 15-10-0313A(Rev.3f171 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 Riverside On April 5th, 2017 before me, Candace Gallaher - Notary Public (insert name and title of the officer) personally appeared Michael Hutchens who proved to me on the basis of satisfactory evidence to be the persons) whose name(*islars subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/har their authorized capacity(es), and that by his/her/their signature(e) on the instrument the person(A), or the entity upon behalf of which the person(e) 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. 55 CANDACE GALLAHER E WITNESS my hand and official seal. � ` Commission♦2117338•C ' 7: I : r Notary Public California I v. Orange County / My Comm.Expires Jul 24,2019E Signature # # I I (Seal) BIDDER: Si€M10.mc Tndi.sin, 1AC. 2.6 LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractors total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104,the Owner has determined that it will allow Bidders twenty-four(24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor,other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%)of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractors total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF- 7 BIDDER: SIF-m¢mc Infiacfrij Inc . 2.B LIST OF PROPOSED SUBCONTRACTORS(continued) ("Duplicate Next 2 Pages if needed for listing additional subcontactors."I Name and Location Description of Work of Subcontractor to be Subcontracted Name: N i A Address: License No: Department of Industrial Relation Registration No. Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration Na Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. CBF- 8 BIDDER: 1te,yho-.,.T v.Jl.Sfriif1YnC. 2.0 REFERENCES The following are the names,addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two(2)years: t Cid oc Srd'twa L1413 00C Cavy3\A93 It-o; (=4 `12618 Name and Address of Owner ;J DQVc. C\av\aQ(,n Name and telephon number of person familiar with project $ 1`�9J�0o " TY'S '�af'1ace..te,,,.ts Oagn', r�4 CCCcontract amount Type of Work Date&ComNleted 2- 'i .. '1•..r • , \y\ . . . - ' ' • . ' a . ' 120 . War- and Address of Owner - SarKit Drsoora. . 818 -S`1 o - 3rltoo Name and telephone number of person familiar with project i.53_2.2;5 G0 �.'�,yr 11.�t +install Lel) =sV:] 0n . pqo,nqq Contract mount 1 Pype of Work Date ComtJletedl 3. CvA1 0 4 anona 1 31:10 Centro 1 4,,-. Nameand Address of Owner \) CA'or U - 909- 334- 34L4 Name and telephone number of person familiar with project S29 1-54• cclace. Ltll'' O•rtgDt q Contract amount Type of Work Datee--�tompleted 4. C.;.4-,4 _>< Or.lnr;o_ 3o3 E B .Si . 0K+0.6o Co . `1t3(y4 Name and Address of Owner Ru\O tin Ca Marta As goe - 395- Ub,2 Name and telephone number of person familiar with project Its ono " LC1 2s+to4f Om rq ontract amount Type of Work Date-Completed CBF- 9 BIDDER. RiQ.menS Zvic46LSftj.Inc SECTION 3 NON-COLLUSION AFFIDAVIT CBF - 10 BIDDER: urn ev.S IrnaZwSty.5,In c-. NON-COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid,that the bid is not made in the interest of, or on behalf of, any undisclosed person,partnership,company,association,organization, or corporation;that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner,directly or indirectly,sought by agreement, communication, or conference with anyone to f x 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, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that 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, or paid, and will not pay, any fee • -ny corporation, partnership, company association, organization, bid deposito • ember or agent thereof to effectuate a collusive or sham bid. ralliWre Signat �! . j 14\rhael J- Nw+Ckvv.9 JTyped or Printed Name SW Up wt o„5 hAAojw { Title SLrrex.e I.vrrkueYrl . 2r.e - - Bidder Subscribed and n before me i "-0`� See, This day of , 20 (Seal) Notary Public in and for the State of California My Commission Expires: CBF - 11 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE§8202 rcn-ccre(•Z^.rmcxt-:c-,5stestr. :cteerrcc-,erra<-,cxcrr-c-,O(X e ecx:(0450 c, rsc-Xl,ne Cct.m fi 3ee Attached Document (Notary to cross out lines 1-6 below) fi See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) 111 / 1 fi 3 3 3 Son for of Document Signer No.1 signature of Docum Signer Nu.201 any) 44 OOfi State of Californiali" Subscribed and sworn to (or atfirme efore me County of 9�A\iQMV1-K1 on this en day of rl\ , 20 U] , Dale Month Teo by • p 3 LI (1) 1 „;me u1 Signer.l I i5 CANDACE GALLAHER Commission•2117338 s proved to me on the basis of satisfactory evidence < R Notary Public-California > to be the person who appeared before me (-HO- 7' 40 " Orange County a 20t° ( . 24 z My Comm.Doves Jul 2J (2) Name of Signer proved to me on the basis of satisfactory evidence to be the erson ho ap .`e ?pfor. me.) ,' Signature al t 111 I 1 I f Place Notary Seal Above Signature•1 Nota y Public ICCC OPTIONAL kb -IGHT THUMBPRINT RIGHT THUMBPRINT OF SIGNER At OF SIGNER p2 ,? Though the Ir al on below is not metered by law R may prove. valuable Too of thumb here fat A mw nb here I 1% to personsrelying on the document and could prevent I' d le t removal SII a 1d reattachment of this form to of er document 5 Further Description of Any Attached Document 3 Title or Type of Document. _ _ Document Date. Number of Pages- Pignegsl Other Than Named Above 02w'-NatteoceAaochrui- t-r. :cteheouXOTARtet-800-87G-602 w—tfAAcet'u^u.�uu,t-tett-c.' ,ecItem J1 ®2010 National Notary Association•NelionalNotary erg•1 RIO IIS NOTARY 11800 87668291 Item OA110 • • • • DELEGATION OF APPROVAL AUTHORITY FROM PRESIDENT KEVIN RIDDETT AND VICE PRESIDENT FINANCE&BUSINESS ADMINISTRATION MATTHIAS SCHLELEIN Mobility Management Urban Transport l Mainline Transport Intelligent Traffic Systeme Rall Electrification Customer Services SIEMENS INDUSTRY,INC.—MOBILITY DIVISION A The undersigned Judy Marks, Acting President and Matthias Schfelein,Vice President, Finance and Business Administration of the Mobility DMNslen of Siemens Industry, Inc. (the 'Corporation'), a corporation duly organized and existing under The laws of the State of Delaware,by virtue of the authority vested as President and Vice President Finance&Business Administration to sign or countersign and otherwise execute In the name, or on behalf of the Corporation,any bids, projects,contacts,agreements end any certificates,affidavits or ancillary documents In connection Therewith to the extent the foregoing instruments and aro consistent with the limits of authority granted under LoA guidelines and grants of release for and on behalf of the Corporation,do hereby tlI delegate to and acknowledge that the following person(s)may exercise such authority for end on our behalf up to$10 million. AUTHORIZED SIGNATORIES Business Ooeretions Finance/Central Surma rt Function jName/Posihon) (Name/Positlnnl John PaiJug Marsha Smith VP—MM Senior Director,FBA—MM Michael Cahill, Christopher Halleus, VP—UT&MLT FBA—UT&MLT Robin Stimson Michael Tyler VP -UT&MLT MK&S Senior Director,FBA—CS Chris Maynard Madeline Rodriguez VP—CS Director LM Steffen Goeller Miriam Scheer VP—TPE FBA—TPE Dave Ward James Thornton VP—LM Head of Procurement—MC Marcus Welz Rajarshi Ghosh VP—ITS ITS BA Steffen Hertel Acting FBA—LM 4, [ B. It is further acknowledged that the following Individuals are hereby authorized to elfin or countersign and otherwise execute in the name or on behalf of the Corporation the same documente ae j referenced In paragraph A,up to end including a transactional limit of$5 million.Any ouch delegation extends to but Is limited to the same scope,dominants and subject matter as referenced and granted in paragraph A, limited to the monetary amount slated In this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Poston) maw/Roston) 1 4 Douglas Dreisbach Catherine Wlson Director of Projects, MM Manager,FDA—MM _ Jack Wilson Valerie Conway Sales,MM Senior Director.SCM UT&MLT Steve Glikin Jessica Shalegen Sales Director-ITS Director,Procurement—MM David Gutierrez Thomas VNechert Director,UT Director LR Luis Tench Resta Stefan Fischer Director, Products, MM Finance Manager,MM Matthew Rumbold Manager, Procurement—CS j f C. It is further acknowledged that the following individuals are hereby authorized to sign or countersign and otherwise execute fn the name,or on behalf of the Corporation,the same documents as referenced in paragraph A, up to and including a transactional limit of S3 million. Any such delegation extends to but is limited to the same scope,documents and subject matter es referenced and granted y r In paragraph A,limited to the monetary amount stated in this paragraph. AUTHORIZED SIGNATORIES Business Operations fence/Central Support Function LNamttE201pn1 fNamelPasition} • Tony Ritter Nikki Basal Director, CS Director.UT Reiner Martin Cathie Steele Director CS Segment Controller CS UT Omld Akbarzadeh-Paydar Wm Swain Director,EG Segment Controller,MC I i Mark Bennett Kelly Storin VP,Operations UT&MLT Segment Controller,BG • Raymond Sinned Carrie Hernandez General Project Manager LM&MC Manager,SPR Arnln Kick Michelle Picard Director, HI Director, UT&MLT David Hart Mlrko Giese Manager,TPE Director,HI BA Florian Walter Matihaeus Decker Director CS SPR Steve Teal Crelg Debevolse Director, ITS Service Proecs Commercial,ITS Dimitrios Anddkos David Anderson Director, Bld&Project Management, ITS Project Procurement Manager,TPE D. It is further acknowledged that the following individuate are hereby authorized to sign or countersign and otherwise execute In the name,or on behalf of the Corporation,the same documents es referenced in paragraph A,up to and Including a transactional limit of St million.Any such delegation extends to but is limited to the same scope,documents and subject matter as referenced end granted In paragraph A, limited to the monetary amount stated In this paragraph. AUTHORIZED SIGNATORIES Business Operations Finance/Central Support Function (Name/Position) JName/Positiont Stephan Klein, Tommy Charurat Director, MM Director, Performance Controlling IUT&MLT 2 • . • • Paul Ellen, Sandra KIWheusen, Director MM Commercial Manager, MM David CoeMilo, Gisela Kaumienn Director,MM Controller,MM i Cave Jeanette Rudolf Wagner Manager, MM Perfom,ancelControlling, MO Jim Lyons Constance Kutschki Sr. Manager,MM Manager,Order Management UT Sr MLT i Jeff Balogh Ronald Stags Sr. Director, MM Commercial Project Manager LIT George Long Mary Matos l Director, Engineering UT&MLT Commercial Project Manager,UT I Robert Mariner Vasa Venhinen ' Senior Pro eat Mana•er, LM Commercial Pro ect Meneter,UT • Jeffrey Curran Christine JaW, Project Manager, UT Commercial Prolect Manager,CS Duane Kapp Larry Chan i 3 Project Manager,CS Commercial Project Manager, CS Ron VanHuukslcot Kavlla Petal I ! Project Mahegor,UT Commercial Project Manager,CS • Thomas Stahllk Patrick Blackbume Project Manager, UT Commercial Protect Manager,UT&MLT Vlore!Anr,olu Christaph FIIlgers Project Manager.UT Director, Operations Controlling UT&MLT 1 Carsten Nebe Manuel Schlmheifer • ', Project Manager,UT Commercial Project Manager,LM Mark Anderson Christopher Smith Project Manager, CS Commercial project Manager, UT Aeldrlk Matting Adam Huey ' Project Manager, UT Commercial Project Manager,LM Jachen Woern Thomas Koprowekl Project Manager CS Commercial Project Manager, Be Ih Brad Bonn Gfrish Gupta gJeat ManapBf CS Commercial Project Manager, LM Chander Khanna, Amy Morrison' 1 Sr.Director,Manufacturing Processes Commercial Project Manager,TPE UT&MLT Paul Alchholzer David Spence Project Manager, LM Commercial Protect Manager, ITS Ibrahim Kalender Sabine Andnkos r¢ Project Manager, BG Commercial Service Manager, ITS Berry Sider Natalle Mage Program Manager,CS Commercial Project Manager,MM GI Christopher Romeo Solomon Lee Operations Manager,ITS Commercial Protect Manager.MMr Luis Correia David Series • Project Member,CS Procurement Commodity Manager, MM Trine Baader Jensen Stuart Adler Project Manager,CS __ Project Procurement Manager,MM _ Michael Hutchens Joel Nielsen Operations Manager,ITS Commercial Project Manager,UT William Tucker Carlijn Goldberg Operations Manager,ITS Commercial Project Manager,BG Christopher Mcelroy Matthew Chalmers • Service Account Manager, ITS Finance Manager,MM Gerhard Leitner James Rrynlewior Field Engineering Management,CS Commercial Bid Manager,TPE • 3 1 1 i' I • • Ivan Bukln Darla Lesnyih Project Manager,CS Commercial Project Manager,CS ' Brian Ouch Christopher Giesch Project Manager,CS • Production Civil-oiler,TPE (I Kevin McGrewDonna Lam t { Director,Quality UT&MLT I Commercial Protect Manager,UT Gouthem LIngannagari Noureenn Mitchell 1 I Senior Manager Projects, ITS ProcuremenlProleet Manager,ITS 1 David Scott Rose Saguaro Branch Manager, ITS CommercialroJect Manager, , Field Service UT&MLT fI V damil Naslr ISI Engineering Director, MM Ben Linden i Senior Director Carborne Engineering, _MM Stephan Spred i Project Manager,TPE David Mortimer Protect Manager,TPE Chdslopher Hammett Project Manager,TPE TS Shoop Project Manager TPE Joshua Cardin _IUD Manager,TPE Abhlnev Mitre Project Manager,TPE ' Shalleeh Malgeonker Director of Operetlons TPE Matthew Thomas ! F Project Manager,CS Mason Boswell _ I . y Project Manager,UT 'I Andreas Achhommer r Project Manager.IPE J I ' j Stefan Lauer I ` I Project Manager,TPE Drell Tharp Prolect Manager,WE ! ,I Mark Oodsey Project Manager,WE Shaven McCualg I Director, Field Services UT&MLT i E. It Is further acknowledged that the following Individuals am hereby authorized to sign or countersign end otherwise execute In the name,or on behalf of the Corporation,the same documents as they are I� referenced In paragraph A,up to and Including a trenaectianai Unit of 3250 thousand. Any such delegation extends to but is limited to the same scope,documents and subject matter as referenced and granted in paragraph A,limited to the monetary amount slated In this paragraph. i AUTHORIZED SIGNATORIES BuS=refs OperationsFinan /C tral9 pport Fq gjjgp fNama/Posifionl :NamelPosll' 1 Diana Johnson Claudia Thiele Bid Manager,ITS Commercial*cleat Maria er,ITS 4 1 . , L • .f' John Billings Cole Welker I SW Manager,ITS ,Financial Analyst,WE David Love Sales Manager,ITS i F. It Is further ackncNedged that each of the signatures of the pal one referred to In paragraphs A,B, C,D,and E ere binding upon Ire Corpomtlon. G. It Is furter acknowledged that any document shall require the slignatre of two(2)of the above Authorized Signatories,one each from Business Operations anti from Finance/Central Support Functions,whom shag have the requisite signature authority to 6 legally binding upon the Corporation. I H. It is further acknowledged that each of the persons referred to herein is authorized to delegate such person's authoily heregnder to additional members of his or he management team up to the limit of 1 such person's delegation of authority,provided that such delegation is In written farm signed by the delegator and filed with the Legal Department. I I. It Is further acknowledged that the Secretary or en Assistant Seal re4ay of the Corporation le authorized to Issue certifications attesting to the Incumbency,a thory and status of any of the persons referred to In this resolution. I IN WITNESS WHEREOF,we have hereunto subscribed ournanresiend affixed the corporate seal of the said Corporation,as of the 1st day of January,2017. jl f , jui,liarko-6-1, R. 1 13 1'1 Aar President, i Slemens Industry, Inc I � _, si.4 ,.. Mobility Division p I `c ,r S - � ,.r1r i4r .'IC•j.--- i 13i1 7 ' Matthias Schleleln Vico President,Finance end Business Administration Siemer,Industry, Inc. ! ' Mobility Division I } I l 5 •