HomeMy WebLinkAboutCO 2026-025 - Gentry General Engineering Inc CITY OF RANCHO CUCAMONGA
CONTRACT
ALMOND STREET IMPROVEMENT
PROJECT FROM VIA VERDE STREET TO
CARNELIAN STREET
Awarded:
Wednesday, March 4, 2026
City of Rancho C ucamonga
CONTRACT NUMBER
202ϲ-ϬϮ5
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
PROJECT FILE: 800-2025-07
CITY OF RANCHO CUCAMONGA
NOTICE INVITING BIDS FOR
PROPOSAL, CONTRACT AND
SPECIFICATIONS
FOR
ALMOND STREET IMPROVEMENT
PROJECT FROM VIA VERDE STREET TO
CARNELIAN STREET
PREPARED BY:
CITY OF RANCHO CUCAMONGA
10500 CIVIC CENTER DRIVE
RANCHO CUCAMONGA, CALIFORNIA 91730
(909) 477-2740
__________________________________________
JASON C. WELDAY
DIRECTOR OF ENGINEERING SERVICES/CITY ENGINEER
RCE NO. 67514
Digitally signed by Jason C.
Welday
Date: 2026.01.20
12:35:35-08'00'
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
i
TABLE OF CONTENTS
TABLE OF CONTENTS ........................................................................................................................................... I
NOTICE INVITING SEALED BIDS FOR PROPOSALS FOR ......................................................................................... 1
INSTRUCTIONS TO BIDDERS ............................................................................................................................... 5
A. PROPOSALS ...................................................................................................................................................... 5
B. DELIVERY OF PROPOSAL .................................................................................................................................. 7
C. WITHDRAWAL OF PROPOSALS ........................................................................................................................ 8
D. DISQUALIFICATION OF BIDDERS AND PROPOSALS .......................................................................................... 8
E. ADDENDUM ..................................................................................................................................................... 9
F. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK .................................................................... 9
G. ESTIMATED QUANTITIES .................................................................................................................................. 9
H. COMPETENCY OF BIDDER .............................................................................................................................. 10
I. AWARD AND EXECUTION OF CONTRACT ....................................................................................................... 10
J. RETURN OF PROPOSAL GUARANTEE ............................................................................................................. 12
K. CITY BUSINESS LICENSE.................................................................................................................................. 12
L. EQUIVALENT MATERIALS ............................................................................................................................... 12
M. PRE-BID MEETING .......................................................................................................................................... 12
N. BID ITEMS PROJECT SPECIFICATIONS REFERENCE SECTION .......................................................................................... 12
C O N T R A C T .................................................................................................................................................. 20
A. AGREEMENT .................................................................................................................................................. 20
B. FAITHFUL PERFORMANCE BOND ................................................................................................................... 26
C. PAYMENT BOND ............................................................................................................................................ 28
D. WORKER'S COMPENSATION INSURANCE CERTIFICATE ................................................................................. 30
E. MAINTENANCE GUARANTEE BOND ............................................................................................................... 31
SPECIAL PROVISIONS ......................................................................................................................................... 33
PART 1 .............................................................................................................................................................. 33
SECTION 1 – GENERAL, TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS ................... 33
SECTION 2 – SCOPE OF THE WORK .......................................................................................................................... 35
SECTION 3 – CONTROL OF THE WORK ..................................................................................................................... 36
SECTION 4 - CONTROL OF MATERIALS ..................................................................................................................... 41
SECTION 5 – LEGAL RELATIONS AND RESPONSIBILITIES .......................................................................................... 43
SECTION 6 – PROSECUTION AND PROGRESS OF THE WORK .................................................................................... 51
SECTION 7 – MEASUREMENT AND PAYMENT ......................................................................................................... 53
SECTION 8 – FACILITIES FOR AGENCY PERSONNEL .................................................................................................. 55
PART 2 .............................................................................................................................................................. 57
SECTION 200 - ROCK MATERIALS ............................................................................................................................. 57
SECTION 201 - CONCRETE, MORTAR AND RELATED MATERIALS ............................................................................. 58
SECTION 203 - BITUMINOUS MATERIALS ................................................................................................................ 59
SECTION 206 – MISCELLANEOUS METAL ITEMS ...................................................................................................... 59
SECTION 207 – GRAVITY PIPE .................................................................................................................................. 59
SECTION 214 – TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS ...................... 60
SECTION 220 – ROADSIDE SIGNS ............................................................................................................................. 62
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
ii
PART 3 .............................................................................................................................................................. 71
SECTION 300 – REMOVALS AND EARTHWORK ........................................................................................................ 71
SECTION 301 – SUBGRADE PREPARATION, TREATED MATERIALS, AND PLACEMENT OF BASE MATERIALS ............ 74
SECTION 302 – ROADWAY SURFACING ................................................................................................................... 7 4
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION ................................................................................... 80
SECTION 304 – METAL FABRICATION AND CONSTRUCTION ................................................................................... 84
SECTION 306 – OPEN TRENCH CONDUIT CONSTRUCTION ...................................................................................... 86
SECTION 313 – SIGNS .............................................................................................................................................. 89
SECTION 314 – TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND PAVEMENT MARKERS ...................... 90
PART 4 .............................................................................................................................................................. 93
SECTION 400 – PROTECTION AND RESTORATION ................................................................................................... 93
SECTION 401 – REMOVAL ........................................................................................................................................ 93
SECTION 402 – UTILITIES ......................................................................................................................................... 94
SECTION 403 – MANHOLE ADJUSTMENT AND RECONSTRUCTION ......................................................................... 95
SECTION 404 – COLD MILLING ................................................................................................................................. 96
PART 7 .............................................................................................................................................................. 97
SECTION 700 - MATERIALS ...................................................................................................................................... 97
SECTION 701-1 - CONSTRUCTION ......................................................................................................................... 98
APPENDICES .................................................................................................................................................... 102
APPENDIX 1 - CITY WORKING DAYS CALENDAR ................................................................................................ 103
APPENDIX 2 – STRUCTURE TECHNICAL PROVISIONS ......................................................................................... 104
APPENDIX 3 – CVWD TECHNICAL PROVISIONS ................................................................................................. 105
APPENDIX 4 – CVWD SPECS ............................................................................................................................. 106
APPENDIX 5 – CVWD STANDARD DRAWINGS .................................................................................................. 107
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
1
NOTICE INVITING SEALED BIDS FOR PROPOSALS FOR
"ALMOND STREET IMPROVEMENT PROJECT FROM VIA VERDE STREET TO
CARNELIAN STREET"
NOTICE IS HEREBY GIVEN that the City of Rancho Cucamonga will receive through the City’s
online bid management system (“Planet Bids”), on or before the hour of 2:00 p.m. on February
10, 2026, 2:00 pm, sealed bids or proposals for the "ALMOND STREET IMPROVEMENT
PROJECT FROM VIA VERDE STREET TO CARNELIAN STREET" in said City. The scope of
work to be performed consists of, but not limited constructing approximately 800 linear feet of
new local roadway between Carnelian Street and Via Verde Street. Other improvements include
curb and gutter, sidewalk, equestrian trail, driveways, retaining walls, storm drain infrastructure,
temporary waterlines bypass, street lighting, signing, and striping and additive bid includes the
replacements of existing waterlines, installation of fire hydrants, water valves and services. The
contract documents call for (140) Working Days working days to complete this construction.
Engineer’s Estimate is $2,800,000.
A non-mandatory pre-bid meeting is scheduled for 10:00 AM on January 28, 2026, at 10500
Civic Center Drive. This meeting is to discuss project details and coordination.
Bids must be submitted on the City’s bid forms as discussed within this document. A Bidder
(“Bidder”) may obtain a copy of the Contract Documents from Planet Bids.
The schedule of events for this bid is listed in the following table.
Schedule of Events
Event Description Date & Time
Bid Posted on Planet Bids January 20, 2026 and January 27,
2026
Pre-Bid Meeting January 28, 2026, 10:00 am
Questions Due February 4, 2026, 9:00 am
Addendum Issued February 5, 2026, 5:00 pm
Bid Response Due Date February 10, 2026, 2:00 pm
After said bid closing time, Bids will be publicly released on Planet Bids.
PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California
Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not
less than the general prevailing rate of per diem wages for work of a similar character in the
locality in which the public work is performed, and not less than the general prevailing rate of per
diem wages for holiday and overtime work. In that regard, the Director of the Department of
Industrial Relations of the State of California is required to and has determined such general
prevailing rates of per diem wages. As such, a copy of prevailing wage rates may be found at
https://www.dir.ca.gov/Public-Works/Prevailing-Wage.html. The Contracting Agency also shall
cause a copy of such determinations to be posted at the job site.
No contractor or subcontractor may be listed on a bid proposal for a public works project unless
registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
2
(with limited exceptions from this requirement for bid purposes only under Labor Code section
1771.1(a)).
No contractor or subcontractor may be awarded a contract for public work on a public works
project unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
For all projects, the contractors and subcontractors must furnish electronic certified payroll
records to the Labor Commissioner.
Pursuant to provisions of Labor Code Section 1775, the Contractor shall forfeit, as penalty to the
City of Rancho Cucamonga, not more than two hundred dollars ($200.00) for each laborer,
workman, or mechanic employed for each calendar day or portion thereof, if such laborer,
workman or mechanic is paid less than the general prevailing rate of wages herein before
stipulated for any work done under the attached contract, by him or by any subcontractor under
him, in violation of the provisions of said Labor Code.
Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code
concerning the employment of apprentices by the Contractor or any subcontractor under him.
Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in
any apprenticable occupation to apply to the joint apprenticeship committee nearest the site of
the public works project and which administers the apprenticeship program in that trade for a
certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will
be used in the performance of the contract. The ratio of apprentices to journeymen in such cases
shall not be less than one to five except:
A. When unemployment in the area of coverage by the joint apprenticeship
committee has exceeded an average of 15 percent in the 90 days prior to the
request of certificate, or
B. When the number of apprentices in training in the area exceeds a ratio of one to
five, or
C. When the trade can show that it is replacing at least 1/30 of its membership
through apprenticeship training on an annual basis statewide or locally, or
D. When the Contractor provides evidence that he employs registered apprentices
on all of his contracts on an annual average of not less than one apprentice to
eight journeymen.
The Contractor is required to make contributions to funds established for the administration of
apprenticeship programs if he employs registered apprentices or journeymen in any
apprenticable trade on such contracts and if other Contractors on the public works site are
making such contributions.
The Contractor and subcontractor under him shall comply with the requirements of Sections
1777.5 and 1777.6 in the employment of apprentices.
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
3
Information relative to apprenticeship standards, wage schedules, and other requirements may
be obtained from the Director of Industrial Relations, the Administrator of Apprenticeship, San
Francisco, California, or from the Division of Apprenticeship Standards and its branch offices.
Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the
execution of this contract and the Contractor and any subcontractor under him shall comply with
and be governed by the laws of the State of California having to do with working hours as set
forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as
amended.
The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho Cucamonga,
twenty-five dollars ($25.00) for each worker employed in the execution of the contract by the
respective contractor or subcontractor for each calendar day during which the worker is required
or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar
week in violation of the provisions of this article.
Contractor agrees to pay travel and subsistence pay to each workman needed to execute the
work required by this contract as such travel and subsistence payments are defined in the
applicable collective bargaining agreement filed in accordance with Labor Code Section 1773.1.
The bidder must submit with his proposal, cash, cashier's check, certified check, or bidder's bond,
payable to the City of Rancho Cucamonga for an amount equal to at least 10% of the amount of
said bid as a guarantee that the bidder will enter into the proposed contract if the same is awarded
to him, and in event of failure to enter into such contract said cash, cashiers' check, certified
check, or bond shall become the property of the City of Rancho Cucamonga. The Bid Security
must be submitted in original hard copy directly to the City prior to the specified date and time for
bid opening as set forth in the Instructions to Bidders.
If the City of Rancho Cucamonga awards the contract to the next lowest bidder, the amount of
the lowest bidder's security shall be applied by the City of Rancho Cucamonga to the difference
between the low bid and the second lowest bid, and the surplus, if any shall be returned to the
lowest bidder.
The amount of the bond to be given to secure a faithful performance of the contract for said work
shall be 100% of the contract price thereof, and an additional bond in an amount equal to 100%
of the contract price for said work shall be given to secure the payment of claims for any materials
or supplies furnished for the performance of the work contracted to be done by the Contractor,
or any work or labor of any kind done thereon, and the Contractor will also be required to furnish
a certificate that he carries compensation insurance covering his employees upon work to be
done under contract which may be entered into between him and the said City of Rancho
Cucamonga for the construction of said work.
Contractor shall possess any and all contractor licenses, in form and class as required by any
and all applicable laws with respect to any and all of the work to be performed under this contract;
including, but not limited to, a Class "A" License (General Engineering Contractor) in accordance
with the provisions of the Contractor's License Law (California Business and Professions Code,
Section 7000 et. seq.) and rules and regulation adopted pursuant thereto.
The Contractor, pursuant to the "California Business and Professions Code," Section 7028.15,
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
4
shall indicate his or her State License Number on the bid, together with the expiration date, and
be signed by the Contractor declaring, under penalty of perjury, that the information being
provided is true and correct.
The work is to be done in accordance with the profiles, plans, and specifications of the City of
Rancho Cucamonga on file in the Office of the City Clerk at 10500 Civic Center Drive, Rancho
Cucamonga, California.
Digital copies of the plans, specifications, and bid proposal, including any future addenda or
revisions to the bid documents, are available on Planet Bids. It is the responsibility of each
prospective Bidder to download and print all Contract Documents for review and to verify the
completeness of Contract Documents before submitting a Bid. - Note, hard copies of the plans,
specifications, bid proposal, addendums and revisions will not be provided, digital copies must
be downloaded from the above website. Prospective bidders must register for an account
on Planet Bids to be included on the prospective bidder’s list(s) and to receive email
updates of any addenda or revisions to the bid documents. Be advised that the information
contained on this site may change over time and without notice to prospective bidders or
registered users. While effort is made to keep information current and accurate and to notify
registered prospective bidders of any changes to the bid documents, it is the responsibility of
each prospective bidder to register with Planet Bids and to check this website on a DAILY basis
through the close of bids for any applicable addenda or updates.
The successful bidder will be required to enter into a contract satisfactory to the City of Rancho
Cucamonga.
In accordance with the requirements of Section 7-3.2 of the General Provisions, as set forth in
the Plans and Specifications regarding the work contracted to be done by the Contractor, the
Contractor may, upon the Contractor's request and at the Contractor's sole cost and expense,
substitute authorized securities in lieu of monies withheld (performance retention).
The City of Rancho Cucamonga, reserves the right to reject any or all bids.
Questions regarding this Notice Inviting Sealed Bids for "ALMOND STREET IMPROVEMENT
PROJECT FROM VIA VERDE STREET TO CARNELIAN STREET" shall be submitted five (5)
days prior to bid opening through Planet Bids, per the schedule of events. All written questions, if
answered, will be answered in writing, conveyed to all interested Bidders, and posted through
Planet Bids. Oral statements regarding this Bid by any persons should be considered unverified
information unless confirmed in writing.
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
5
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals under these specifications shall be submitted through Planet Bids on the blank forms
furnished as part of the contract documents. When presented, all forms must be completely made
out in the manner and form indicated and must also meet the following requirements:
1. The proposal must be properly signed by the bidder, whose address, telephone number,
and California Contractor's license number must be shown. Electronic signatures are
acceptable on all forms except for the Bidder’s Bond.
2. The Contractor shall perform with his own organization and with workmen under his
immediate supervision, work of a value not less than 50% of the total value of all work
embraced in the contract, except that any designated “Specialty Items” may be performed
by subcontract and the amount of any such “Specialty Items” so performed may be
deducted from the Contract Price before computing the amount required to be performed
by the Contractor with its own organization. “Specialty Items” will be identified by the
Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work
subcontracted will be based on the Contract Unit Price. When a portion of an item is
subcontracted, the value of work subcontracted will be based on the estimated percentage
of the Contract Unit Price. This will be determined from information submitted by the
Contractor, and subject to approval by the Engineer.
With the proposal, the Contractor shall list (a) the name, address, and the California
Contractor License Number of each subcontractor who will perform work included in the
contract, and (b) the portion of work which will be done by each subcontractor. All
subcontractors performing work in excess of 1/2% of the total value of the contract or, in
the case of bids or offers for the construction of streets or highways, including bridges, in
excess of 1/2% of the total value of the contract or ten thousand dollars ($10,000.00)
whichever is greater, shall be listed. The successful bidder shall be prohibited from
performing work on this project with a subcontractor who is ineligible to perform work on
the project pursuant to Section 1777.1 or 1777.7 of the Labor Code.
3. The correction of any discrepancies in or omission from the drawings, specifications or
other contract documents or any interpretation thereof during the bidding period will be
made only by written addendum. See Item E, Addendum, for further information and
instructions.
4. Bids shall not contain any recapitulation, inserted by the Bidder, of work to be done.
Alternative proposals will not be considered unless specifically requested. No oral or
telephone modifications will be considered.
5. Each bid shall be valid for no less than 30 days after the opening of the proposals.
6. No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all
amounts bid will be deemed and held to include any such taxes which may be applicable.
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
6
BID BOND
Bid must be accompanied by cash, cashier's check, certified check, or surety bond in an amount
not less than 10% of the total amount of bid. Checks and bond shall be made payable to the City
of Rancho Cucamonga. The bid security must be submitted in original hard copy directly to the
City Clerk’s office prior to specified time and date for the Bid opening.
BID SCHEDULE
The Bid Schedule is available on Planet Bids through the “Line Items” tab. Bidders must insert
and submit their Bid prices directly through Planet Bids by selecting “Place eBid” under the “Line
Items” tab. The Bid Schedule will be incorporated into the Contract Documents. Failure to submit
the Bid Schedule will render a bid nonresponsive. Bidders must provide pricing for every bid item.
The costs of any Work shown or required in the Contract Documents, but not specifically identified
as a Pay Item are to be included in related Pay Items and no additional compensation shall be
due Contractor by virtue of Contractor’s compliance with the Contract Documents. The estimated
quantities for unit price items are for purposes of comparing bids only and City makes no
representation that the actual quantities of Work performed will not vary from the estimates. Final
payment shall be determined by the Engineer from measured quantities of work performed based
upon the Unit Price.
COMPLETION OF BID FORMS
Bids shall only be prepared using copies of the Bid Forms which are included in the Contract
Documents posted on Planet Bids. The use of substitute Bid Forms other than clear and correct
photocopies of those provided by the City will not be permitted. Bids shall be executed by an
authorized signatory as described in these Instructions to Bidders. Electronic signatures are
acceptable on all forms except for the Bidder’s Bond. In addition, Bidders shall fill in all blank
spaces (including inserting “N/A” where applicable), and initial all interlineations, alterations, or
erasures to the Bid Forms. Bidders shall neither delete, modify, nor supplement the printed matter
on the Bid Forms nor make substitutions thereon. USE OF BLACK OR BLUE INK, INDELIBLE
PENCIL, OR A TYPEWRITER IS REQUIRED. Deviations in the Bid Forms may result in the Bid
being deemed non-responsive.
The following listed documents includes all bid forms that are required to be submitted for the
Bidder to be considered responsive. These forms are identified in the lower right corner as “Bid
Forms” and shall be fully executed and submitted at the time of opening of Bids. All forms can be
submitted electronically through Planet Bids directly with the exception of the Bid Bond as
discussed above. Details for submitting the Bid Schedule via Planet Bids are discussed above.
Bid Schedule – Line Item Pricing (Through Planet Bids)
Bidder Agreement
Bidder Information
Subcontractor Information
Declaration of Eligibility to Contract
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
7
Certificate of Non-Discrimination by Contractors
Non-Collusion Declaration
Bid Bond
Signed Addendum Forms (If Necessary) – Submitted as one combined PDF
Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render
a Bid as non-responsive and subject to rejection.
SIGNATURE OF CONTRACTOR
Corporation
The signature must contain the name of the corporation, must be signed by the President and
Secretary or Assistant Secretary, and the corporate seal must be affixed. Other persons may
sign for the corporation in lieu the above; however, a Certified copy (including the original
corporate seal) of a resolution of the corporate board of directors so authorizing them to do so
must also be provided to the City Clerk’s office as part of the Bidder’s response.
Partnership
The names of all persons comprising the partnership or copartnership must be stated. The bid
must be signed by all partners comprising the partnership unless proof in the form of a certified
copy of a certificate of partnership acknowledging the signer to be a general partner authorized
to sign the contract on behalf of the partnership is presented to the City Clerk, in which case the
general partner may sign.
Joint Venture
Bids submitted as a joint venture must so state and be signed by each joint venture.
Individual
Bids submitted by an individual must be signed by the bidder, unless a general power of attorney,
not more than 60 days old, is on file in the City Clerk's office, in which case the attorney in fact
may sign for the individual.
The above rules also apply in the case of the use of a fictitious business name. In addition, where
a fictitious name is used, it must be so indicated in the signature.
B. DELIVERY OF PROPOSAL
Bids shall be submitted electronically through the Planet Bids as individual attachments. No other
method of submitting Bids will be accepted. Bidders may not submit Bids by fax, email, telephone,
mail, or other means; any Bids received through any means other than Planet Bids will be returned
unopened.
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
8
It is the responsibility solely of Bidder to see that its Bid is properly submitted to Planet Bids in
proper form and prior to the stated closing time. THE ELECTRONIC BID MANAGEMENT
SYSTEM WILL NOT ACCEPT LATE BIDS. City will only consider Bids that have transmitted
successfully and have been issued a confirmation number with a time stamp from Planet Bids
indicating that the Bid was submitted successfully. Bidders shall be solely responsible for
informing themselves with respect to the proper utilization of the online bid management system,
for ensuring the capability of their computer system to upload the required documents, and for
the stability of their internet service. Failure of the Bidder to successfully submit an electronic Bid
shall be at the Bidder’s sole risk, and no relief will be given for late and/or improperly submitted
Bids.
Bidders experiencing any technical difficulties with the bid submission process may contact Planet
Bids Support at (818) 992-1771. Neither the City nor Planet Bids make any guarantee as to the
timely availability of assistance or assurance that any given problem will be resolved by the bid
submission date and/or time.
C. WITHDRAWAL OF PROPOSALS
Any Bid may be withdrawn through Planet Bids, incurring no penalty, at any time prior to the
scheduled closing time for receipt of bids. Requests to withdraw Bids shall be worded so as not
to reveal the amount of the original Bid. Withdrawn Bids may be resubmitted until the time and
day set for the receipt of bids, provided that resubmitted Bids are in conformance with the
instructions herein.
D. DISQUALIFICATION OF BIDDERS AND PROPOSALS
The bidder's attention is directed to the "California Business and Professions Code," Section
7028.15, which requires the Contractor to indicate his or her State License Number on the bid,
together with the expiration date, and be signed by the Contractor declaring, under penalty of
perjury, that the information being provided is true and correct.
"Any bid not containing this information, or a bid containing information which is subsequently
proven false, shall be considered non-responsive and shall be rejected by the public agency."
More than one proposal for the same work from any individual, firm partnership, corporation, or
association under the same or different names will not be accepted; and reasonable grounds for
believing that any bidder is interested in more than one proposal for the work will be cause for
rejecting all proposals in which such bidder is interested.
Proposals in which the prices are obviously unbalanced, and those which are incomplete or show
any alteration of form or contain any additions or conditional or alternate bids that are not called
for or otherwise permitted, may be rejected. A proposal on which the signature of the bidder has
been omitted will be rejected.
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
9
E. ADDENDUM
The correction of any discrepancies in or omission from the drawings, specifications or other
contract documents or any interpretation thereof during the bidding period will be made only by
written addendum. A copy of each such addendum will be posted on Planet Bids, and it shall be
the bidder’s responsibility to download all posted addenda and a signed copy of the addendum
shall be submitted as part of the bid documents through Planet Bids. Failure to do so may result
in bid rejection. Said addendum shall be made part of the contract. Any other interpretation or
explanation of such documents will not be considered binding. Please Note: Bidders are
responsible for ensuring that they have received any and all Addenda. To this end, each Bidder
should visit Planet Bids to verify that it has received all Addenda issued, if any, prior to the Bid
opening. The Bidder shall indicate the Addenda received prior to bidding in the space provided
in the Bid Form. Failure to indicate all Addenda may be sufficient cause for rejecting the Bid.
F. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK
The plans and specifications to which the proposal forms refer are on file and open to inspection
in the office of the City Engineer.
Bidders must satisfy themselves by personal examination of the work site, plans, specifications,
and other contract documents, and by any other means as they may believe necessary, as to
the actual physical conditions, requirements and difficulties under which the work must be
performed. No bidder shall at any time after submission of a proposal make any claim or
assertion that there was any misunderstanding or lack of information regarding the nature of
amount of work necessary for the satisfactory completion of the job. Any errors, omissions, or
discrepancies found in the plans, specifications, or other contract documents shall be called to
the attention of the Resident Engineer and clarified prior to the submission of proposals.
G. ESTIMATED QUANTITIES
The quantities given in the proposal and contract form are approximate, being given as a basis
for the comparison of bids only, and the City does not, expressly or by implication, agree that the
actual amount of work will correspond therewith, but reserves the right to increase or decrease
the amount of any class or portion of the work, or to omit any portion of the work, as may be
deemed advisable or necessary by the Engineer.
However, when the quantity shown in the Proposal has the designation (F) following the Bid Item
in the Schedule of Unit Cost and Lump Sum amounts, that designation indicates the final pay
quantity and/or costs and shall be the final quantity used for which payment will be made, unless
the dimensions of the portion of the work shown on the plans are revised by the Engineer, or
unless the portion of the work is eliminated. If the dimensions of the specific portion of the work
are revised, and the revisions result in an increase or decrease in the estimated quantity of the
portion of the work, the final quantity for payment will be revised in the amount represented by
the changes in the dimensions. If the specific portion of the work is eliminated then the final pay
quantity designated for the specific portion of the work will be eliminated.
The estimated quantity of each specific portion of the work designated on the plans as a final
pay quantity shall be considered as approximate only and no guarantee is made that the
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
10
quantities which can be determined by computations, based on the details and dimensions
shown on the plans, will equal the estimated quantities. No allowance will be made in the event
that the quantities based on computations do not equal the estimated quantities.
When portions of an item have been designated on the plan as final pay quantities, portions not
so designated will be measured and paid for in accordance with the applicable provisions of
these specifications and the special provisions.
In case of a discrepancy between the quantities shown on the plan as final pay quantities and
the quantity of the same item shown in the Engineer’s Estimate, payment will be based on the
final pay quantities shown on the plans.
H. COMPETENCY OF BIDDER
The bidder shall be licensed under the provisions of Chapter 9, Division 3, of the Business and
Professions Code of the State of California to do the type of work contemplated in the contract
and shall be skilled and regularly engaged in the general class or type of work called for under
this contract. To assist in the determination of competency, the Contractor shall complete the
attached "Bidder Information" form.
I. AWARD AND EXECUTION OF CONTRACT
Acceptance or Rejection
The City of Rancho Cucamonga, reserves the right to reject any or all bids. The City reserves
the right to waive inconsequential errors and/or irregularities.
Award of Contract
The lowest responsive bidder will be calculated per Section 20103.8 (b) of the Public Contract
Code as the lowest bid price on the base contract and those additive (or deductive) items that
may be used to determine the lowest bid price. An alternate bid item is considered as additive
(or deductive) and may be substituted from the base bid if alternate materials and methods are
selected. The award of a contract, if it be awarded, will be to the lowest responsive bidder for
base bid plus additive bid.
A proposal will not be considered if it does not include both the Base Bid and the Alternate Bid(s)
and no proposal will be considered from a Contractor to whom a proposal form has not been
issued by the City of Rancho Cucamonga.
The Cucamonga Valley Water District (CVWD) will decide if the additive bid will be accepted after
bid submissions. If CVWD decides not to pursue with construction of the additive bid, then a
contract of base bid and alternate will be awarded with base bid and additive still being the basis
of lowest bid price. The alternate includes a line item for an additional mobilization and de-
mobilization as the contractor will have to mobilize to construct the waterline bypass system and
then de-mobilize while CVWD constructs the new waterlines. Once the new waterlines are
constructed, the contractor will be required to re-mobilize and continue with the project. Payment
for such remobilization is to be included in the alternate bid item. Eighty (80) days will be
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
11
awarded for the Base Bid and an additional sixty (60) days will be awarded for the Additive
Bid. If Base Bid and Additive Bid are awarded, then the Contractor will have one hundred
and forty (140) Working Days.
No proposal will be considered from a Contractor who is not registered as a prospective
bidder on the City’s Planet Bids website.
The award, if made, will be made as expeditiously as possible after the opening of the proposals
and in recognition of Section A.7. above. In no case will an award be made until all necessary
investigations are made into the responsibility of the bidder to whom it is proposed to award the
contract.
Contractor shall possess any and all contractor licenses, in form and class as required by any
and all applicable laws with respect to any and all of the work to be performed under this contract;
including, but not limited to, a Class "A" License (General Engineering Contractor) in accordance
with the provisions of the Contractor's License Law (California Business and Professions Code,
Section 7000, et. seq.) and rules and regulations adopted pursuant thereto at the time this
contract is awarded.
Bonds
The Contractor shall furnish a good and sufficient surety bond issued by a surety company
authorized to do business in the State of California in the sum equal to 100% of the total bid,
conditioned for the Faithful Performance by the Contractor of all covenants, stipulations any
agreements contained in said contract; an addition, the Contractor shall furnish a Labor and
Materials Bond and a sum equal to 100% of the contract price, as required by the provisions of
Section 9554 of the California Civil Code.
Workers' Compensation
Before commencing any work under the contract, the successful bidder must file with the
Engineer a certificate by an insurance carrier authorized under the laws of the State to insure
employers against liability for compensation under the "Worker's Compensation Insurance and
Safety Act," stating that such bidder has taken out for the term for which the contract is to run,
compensation insurance covering his full liability work or labor necessary to carry out the
provisions of this contract, and an agreement to immediately notify said Engineer if said policy
should lapse or be canceled. In the event that such policy should become inoperative at any
time before the completion of the work, all work shall cease immediately until a new policy is
obtained and any time so lost shall not entitle Contractor to any extension of time.
Execution of Contract
The Contract shall be signed by the successful bidder and returned together with the other
required documents, within fifteen (15) days after the bidder has received notice that the contract
has been awarded, unless extended by said City Council in writing. No proposal shall be
considered binding upon the City until the execution of the contract.
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
12
Failure to execute a contract and file acceptable documents as provided herein within fifteen (15)
days from receipt of notice of award shall be just cause for the annulment of the award. In the
event of failure to enter into such contract, the lowest bidder’s security (cash, cashier’s check,
certified check, or bond) shall become the property of the City of Rancho Cucamonga.
If the City of Rancho Cucamonga awards the contract to the next lowest bidder, the amount of
the lowest bidder’s security shall be applied by the City of Rancho Cucamonga to the difference
between the low bid and the second lowest bid, and the surplus, if any shall be returned to the
lowest bidder.
Liquidated Damages and Working Days
Attention is directed to the provisions of Section 6-9 of the Specifications.
The Contractor shall pay to the City of Rancho Cucamonga the sum of $5,200 per day for each
and every calendar day's delay in finishing the work in excess of contract working days. Eighty
(80) days will be awarded for the Base Bid and an additional sixty (60) days will be awarded
for the Additive Bid. If Base Bid and Additive Bid are awarded, then the Contractor will
have one hundred and forty (140) Working Days. If Base Bid and Alternate are awarded,
then the Contractor will have eighty (80) working days.
J. RETURN OF PROPOSAL GUARANTEE
The cash, check or bond of a bidder to whom the contract has been awarded will be returned to
him after all of the acts, for the performance of which said security is required, have been fully
performed. The cash, checks or bonds of the remaining qualified bidders will be returned when
the bidder to whom the contract has been awarded has properly executed and returned all of the
required Contract Documents. Cash, checks or bid bonds of other bidders will be returned when
their proposals are rejected or in any event at the expiration of 30 days from the date of award
of contract.
K. CITY BUSINESS LICENSE
Municipal Ordinances requires the issuance of a City Business License as a condition precedent
to being engaged as a Contractor within the City.
L. EQUIVALENT MATERIALS
Attention is directed to the provisions of Section 4-6 of the Standard Specifications for Public
Works Construction.
M. PRE-BID MEETING
A non-mandatory pre-bid meeting is scheduled for 10:00 AM on January 28, 2026, at 10500
Civic Center Drive. This meeting is to discuss project details and coordination.
N. Bid Items Project Specifications Reference Section
BASE BID:
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
13
Bid Item Description Reference
Section
1 MOBILIZATION 7-3.4
2 UNCLASSIFIED EXCAVATION 300-2
3 UNCLASSIFIED FILL 300-2
4 REMOVE AND DISPOSE OF EXISTING CURB 401
5 REMOVE AND DISPOSE OF EXISTING CURB
AND GUTTER.
401
6 REMOVE AND DISPOSE OF EXISTING PCC
DRIVEWAY.
401
7 REMOVE AND DISPOSE OF ASPHALT
CONCRETE PAVEMENT AND BASE COURSE.
401
8 REMOVE AND DISPOSE OF EXISTING CHAIN
LINK FENCE, POST, AND FOUNDATION
401
9 CLEAR AND GRUB EXISTING LANDSCAPE
AREA.
300-1
10 REMOVE AND DISPOSE OF EXISTING
BOLLARD(S).
401
11 REMOVE AND SALVAGE OF EXISTING SIGN.
CONTRACTOR SHALL COORDINATE WITH
CITY REGARDING STORAGE LOCATION.
401
12 ADJUST TO GRADE EXISTING WATER VALVE. 402
13 REMOVE AND RELOCATE WATER METER.
CONTRACTOR SHALL COORDINATE WITH
UTILITY PURVEYOR REGARDING THE
CONNECTION.
402
14 REMOVE AND DISPOSE OF EXISTING TREE. 401
15 REMOVE AND DISPOSE OF EXISTING
WARPED WINGWALLS AND CONCRETE
APRON UPSTREAM OF THE EXISTING U-
CHANNEL.
401
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
14
16 REMOVE AND DISPOSE OF EXISTING
ORANGE TREE.
401
17 RELOCATE EXISTING WROUGHT IRON GATE
INCLUDING POST.
401
18 CONSTRUCT 6" CURB AND GUTTER PER CITY
OF R.C. STD PLAN 104 (A2-6).
201, 303-5
19 CONSTRUCT 8" CURB AND GUTTER PER CITY
OF R.C. STD PLAN 104 (A2-8).
201, 303-5
20 CONSTRUCT CONCRETE DRIVE APPROACH
12' MIN PER CITY OF R.C. STD PLAN 101-A.
201, 303-5
21 CONSTRUCT FULL DEPTH ASPHALT
CONCRETE PAVEMENT PER PLAN.
201, 303-5
22 CONSTRUCT TRAIL PER CITY OF R.C. STD
PLAN 1002-B AND 2-RAIL FENCE PER R.C.
STD PLAN 1010-A.
206-8
23 CONSTRUCT CROSS GUTTER PER CITY OF
R.C. STD PLAN 106-A.
201, 303-5
24 CONSTRUCT 3" DG TRAIL, 0.5% MIN AT
WALKWAYS, 2:1 MAX AT SLOPES. PLACE,
COMPACT, AND GRADE NATIVE FILL
MATERIAL TO MEET SUBGRADE
ELEVATIONS.
201, 303-5
25 FURNISH AND INSTALL UNGROUTED CLASS
VII RSP 1 TON 4.4 FEET THICK RIP-RAP WITH
MIRAFI 180NC NON-WOVEN FILTER FABRIC.
Appendices
26 FURNISH AND INSTALL CHAIN LINK FENCE. 206-6, 304-3
27 FURNISH AND INSTALL CHAIN LINK GATE. 206-6, 304-3
28 FURNISH AND INSTALL HYDROSEEDING. Appendices
29 CONSTRUCT RETAINING CURB. 201. 303-5
30 2" MILL & OVERLAY. 203-6, 302-5,
302-17
31 FURNISH AND INSTALL MIDWEST
GUARDRAIL SYSTEM PER CALTRANS STD
Appendices
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
15
PLAN A77P1
32 CONSTRUCT TRANSITION STRUCTURE, 2-
4’x7’ CAST-IN-PLACE REINFORCED
CONCRETE BOX PER CALTRANS STANDARD
PLAN D81, BOX CULVERT WARPED
WINGWALL AND APRON PER CALTRANS
STANDARD PLAN D86A, AND HEADWALL
INCLUDING TRASH RACK PER APWA
STANDARD PLAN NO. 361-2 COMPLETE IN
PLACE.
Appendices
33 STRUCTURE EXCAVATION, BACKFILL, ,
REINFORCING STEEL.
Appendices
34 CONSTRUCT RETAINING WALL AND WALL
GUTTER PER DETAIL
201, 303-5
35 FURNISH AND INSTALL 6" YELLOW MEDIAN
ISLAND WITH TYPE "D" MARKERS PER
CALTRANS STD PLAN A20B, DETAIL 29.
214, 313-1
36 FURNISH AND INSTALL 6" WHITE EDGELINE
PER CALTRANS STD PLAN A20B, DETAIL 27B.
214, 313-1
37 FURNISH AND INSTALL 12" WHITE LIMIT LINE
PER CALTRANS STD PLAN A24G.
214, 313-1
38 INSTALL WHITE "STOP" PER CALTRANS STD
PLAN A24D.
214, 313-1
39 INSTALL 6" YELLOW CENTERLINE. 214, 313-1
40 FURNISH AND INSTALL SIGN AND POST PER
PLAN AND CITY STANDARD PLAN 401-B.
214, 313-1
41 FURNISH AND INSTALL SIGN PER PLAN ON
STREET LIGHT POLE PER CITY STANDARD
PLAN 401-B.
214, 313-1
42 FURNISH AND INSTALL STREET LIGHT
HANDHOLE/PULL BOX (JENSEN NO. 6) PER
CITY OF R.C. STD PLAN 413.
700, 701
43 FURNISH AND INSTALL 3" PVC SCH 40
CONDUIT WITH (2) #8 COPPER
CONDUCTORS AND (1) #8 COPPER GROUND
700, 701
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
16
(XHHW-2).
44 FURNISH AND INSTALL 5800 LUMEN / 39
WATT STREETWORKS VERD-CO16-D-13-4N7-
39W STREET LIGHT AND 1C1-28 POLE PER
CITY OF R.C. STD PLAN 410.
700, 701
45 FURNISH AND INSTALL 3" PVC SCH 40
CONDUIT WITH (4) #8 COPPER
CONDUCTORS AND (1) #8 COPPER GROUND
(XHHW-2).
700, 701
46 FURNISH AND INSTALL NON-METER
SERVICE PEDESTAL WITH 4" STREET
ADDRESS PER CITY OF R.C. STD PLAN 411.
700, 701
47 FURNISH AND INSTALL 3" PVC SCH 40
CONDUIT, EMPTY, TO BE USED FOR FUTURE
FIBER-OPTIC CABLE.
304-2
48 CONSTRUCTION STAKING 303-5
49 SWPPP 3-12
TEMPORARY BYPASS WATER PIPE
50 FURNISH AND INSTALL 16-INCH CML&C
WELDED STEEL PIPE, INCLUDING FITTINGS
AND BACKFILL, AND COMPLETE AS SHOWN
ON THE PLANS AND PER CVWD STD. DWG.
126 & 301A, AND TECHNICAL
SPECIFICATIONS.
Appendices
51 FURNISH AND INSTALL 12-INCH CML&C
WELDED STEEL PIPE, INCLUDING FITTINGS
AND BACKFILL, AND COMPLETE AS SHOWN
ON THE PLANS AND PER CVWD STD. DWG.
126 & 301A, AND TECHNICAL
SPECIFICATIONS.
Appendices
52 FURNISH AND INSTALL 16-INCH TIE-OVERS
AT STA. 10+00 & STA. 11+00.52, INCLUDING
REMOVING INTERFERING PORTIONS OF
PIPE, FITTINGS AND BACKFILL, COMPLETE
AS SHOWN ON THE PLANS AND PER CVWD
STD. DWG. 126 & 301A, AND TECHNICAL
SPECIFICATIONS.
Appendices
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
17
53 FURNISH AND INSTALL 12-INCH TIE-OVERS
AT STA. 0+00 & STA. 0+97.17, INCLUDING
ABANDONING EXISTING PIPE, FITTINGS AND
BACKFILL, COMPLETE AS SHOWN ON THE
PLANS AND PER CVWD STD. DWG. 126 &
301A, AND TECHNICAL SPECIFICATIONS.
Appendices
ADDITIVE BID:
Bid Item Description
GENERAL
1 Mobilization, including construction survey and
demobilization to complete the project.
2 Pothole, existing waterlines, and crossing utilities
as necessary to complete the project.
3 Record drawings, complete per Technical
Specifications.
POTABLE WATER PIPE
4 Furnish and install 16-inch CML&C welded steel
pipe, including fittings, bedding, pipe zone backfill,
pipe’s slurry, trench repair and complete as shown
on the plans and per CVWD Std. Dwg. 126 &
301A, and Technical Specifications.
5 Furnish and install 12-inch CML&C welded steel
pipe from Sta. 50+00.67 to Sta. 50+37.80, including
fittings, bedding, pipe zone backfill, trench repair,
and complete as shown on the plans and per
CVWD Std. Dwg. 126 & 301A, and Technical
Specifications.
6 Furnish and install 16-inch butterfly valve (class
150), complete per CVWD Std. Dwg. 115 &116,
and Technical Specifications.
7 Furnish and install 16-inch tie-over at Sta.
10+00.00, including abandoning existing pipe,
removing interfering portions of pipe, concrete
cap, fittings and trench repair, complete per Detail
“A” as shown on the plans and per CVWD Std.
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
18
Dwg. 126 & 301A, and Technical Specifications.
8 Furnish and install 12-inch tie-over at Sta.
50+00.67, including abandoning existing pipe,
removing interfering portions of pipe, concrete
cap, fittings and trench repair, complete per Detail
“A” as shown on the plans and per CVWD Std.
Dwg. 126 & 301A, and Technical Specifications.
9 Furnish and install 16-inch tie-over at Sta.
20+18.11, including removing interfering portions
of pipe, fittings and trench repair, complete per
Detail “B” as shown on the plans and per CVWD
Std. Dwg. 126 & 301A, and Technical
Specifications.
10 Furnish and install 16-inch tie-over at Sta.
60+27.49, including abandoning existing pipe,
removing interfering portions of pipe, concrete
cap, fittings and trench repair, complete per Detail
“B” as shown on the plans and per CVWD Std.
Dwg. 126 & 301A, and Technical Specifications.
11 Furnish and install 2-inch air-vac release assembly,
including trench repair, and complete per CVWD
Std. Dwg. 120 & 301A, and Technical
Specifications.
12 Furnish and install fire hydrant assembly, including
fittings, appurtenances, trench repair, and replace
landscape in kind, complete as shown on the
plans and per CVWD Std. Dwg. 113 & 301A, and
Technical Specifications.
13 Furnish and install 4-inch blow-off assembly,
including fittings, appurtenances, trench repair,
and replace landscape in kind, complete as shown
on the plans and per CVWD Std. Dwg. 119 &
301A, and Technical Specifications.
14 Furnish and install 2-inch irrigation copper service
with backflow assembly, including tie-in to existing
service line, install District furnished meter &
19.5”x32.25”x12” meter box at new location,
trench repair, complete as shown on the plans and
per CVWD Std. Dwg. 103 & 111, and Technical
Specifications.
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
19
15 Furnish and install 1-inch domestic copper service
with backflow assembly, including tie-in to existing
service line, install District furnished meter &
13.25”x20.25”x12” meter box at new location,
trench repair, complete as shown on the plans and
per CVWD Std. Dwg. 102A & 111, and Technical
Specifications.
16 Furnish and install 2-inch irrigation copper service,
including install District furnished meter and
19.5”x32.25”x12” meter box at new location,
trench repair, complete as shown on the plans and
per CVWD Std. Dwg. 103, and Technical
Specifications.
ALTERNATE BID:
Bid Item Description
GENERAL
1 Additional Mobilization, including construction
survey and demobilization to complete the project.
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
ADDENDUM NO. 1
ALMOND STREET IMPROVEMENTS PROJECT, FROM CARNELIAN STREET TO VIA VERDE STREET
Pursuant to the Q&A, project plans, additional documents, and revised line items of the above project, holders
of bid proposals are hereby directed to make the following corrections, additions, and/or deletions to any and all
copies of plans and specifications in their possession.
1. The bidder’s attention is directed to the Questions and Answers:
Question 1: When is the tentative start date of the project?
Answer 1: Between late March to early April 2026.
Question 2: Is there an allowance?
Answer 2: No allowance.
Question 3: What is the Engineer’s Estimate?
Answer 3: $2,800,000
Question 4: Please reference the Bid Bond form provided as part of the downloaded
documents. The Job Description on the bid bond form is for a different project. Can the
bidding contractor make appropriate changes on the form or will the City provide a new
bid bond form?
Answer 4: Documents have been updated and replaced.
Question 5: Can you please confirm the pre-bid meeting location? It states that it is
“onsite”, but also gives the address of 10500 Civic Center Drive, Rancho Cucamonga,
CA 91730. Is the meeting at the project site or City Hall?
Answer 5: The pre-bid meeting will be held at City Hall.
Question 6: Is there an engineer’s estimate you can share for this project?
Answer 6: $2,800,000
Question 7: Is construction note 4 on the plans conventional or rubber? Note 21 calls for
rubber but note 4 only says “AC”. The specs don’t call out for rubber, please clarify.
Answer 7: Construction note 4 is conventional asphalt. Construction note 21 will
also be conventional asphalt. An addendum will be issued with revised
construction notes.
Question 8: Please confirm whether this project is subject to a PLA (Project Labor
Agreement), a PSA (Project Stabilization Agreement), a CBA (Collective Bargaining
Agreement), a CWA (Community Workforce Agreement), or any other union
agreements of that nature?
Answer 8: This project is not subject to any union agreements.
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
Question 9: Is this project subject to State Prevailing Wage Rates or Federal Davis-
Bacon Wage Rates (or both)?
Answer 9: This project is subject to California Prevailing Wages Rate. There is no
federal funding.
Question 10: What is the basis of award?
Answer 10: The lowest responsive bidder will be awarded on the total addition of
base bid + additive bid.
Question 11: Is an original hard copy of the Bidder’s Bond required to be submitted to the
agency’s office by/before the bid due date and time?
Answer 11: An original hard copy of the Bidder’s Bond is required to be submitted
to Rancho Cucamonga City Clerk before February 10th at 2pm.
Question 12: Is the project going to be a balanced site?
Answer 12: If export is needed, it shall be included in Line Item 2 Unclassified
Excavation.
Question 13: If the export of soil is required, where on the bid schedule will measurement
and payment be added?
Answer: If export is required, it will be accounted for in line item 2, Unclassified
Excavation.
Question 14: Will the City be responsible for the compaction testing?
Answer 14: The City will provide material and soils testing consultant.
Question 15: Are there any fees for the water service?
Answer 15: Yes, a temporary construction meter can be acquired through
Cucamonga Valley Water District. Please go to their office or their website for the
application.
Question 16: Will the City be providing the testing and Geotech Engineer?
Answer 16: Yes, the City will provide a consultant.
Question 17: Will the City be providing a Geotechnical Report?
Answer 17: Yes, the City will provide the Geotechnical Report in an addendum.
Question 18: Is groundwater anticipated?
Answer 18: Geotechnical report will be provided in an addendum.
Recommendations and site conditions will be covered in the report.
Question 19: Is there a geotechnical report available for the project?
Answer 19: The geotechnical report will be posted in the addendum.
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
Question 20: Due to the proximity of the right of way at the proposed retaining wall, shoring
will be required. Can the shoring be left in place upon completion?
Answer 20: Shoring can be used during construction but will need to be removed
upon completion.
Question 21: Reference Bid Item 24 (3” DG). It would appear that the engineers quantity
includes the DG for Bid item 22 as well. Please review and address engineers quantity for
Bid Item 24, as it is presumed that the 4” DG for the trail construction would be paid in Bid
Item 22 based on the Measurement and Payment Section 206 -8.2.
Answer 21: For clarification, placement and payment for the 4” DG will be paid per
bid item #24. The trail fencing, header, foundation, etc shall be paid per bid item
#22.
Question 22: Reference City Standard Plan 1002-B for the trail construction. Please provide
the dimensions for the concrete header or provide the applicable standard.
Answer 22: The concrete header will be 6” x 6” per City Standard Drawing 534.
Question 23: Is a temporary office required? There is conflicting information in the
specifications.
Answer 23: No, a temporary office is not required but may be utilized at the
contractors discretion.
Question 24: Plans and specs call out for a water service, will the water department install
the water meter? Typically, the water department installs the water meter and the contractor
connects to existing from the meter. If so, is the water meter installation fee paid for by the
owner or the contractor. If the contractor is paying for the install fee, what is the fee cost from
the water department?
Answer 24: Refer to bid items 14 and 15 of the CVWD Waterline Project. The
contractor is responsible for installing CVWD-furnished water meters and boxes.
Question 25: What is the bases of award? Base Bid Only or Base Bid with Additive
Alternates?
Answer 24: The lowest responsive bidder will be awarded on the total addition of
base bid + additive bid.
Questions 26: On plans and specs its calling out for water meters, will the water department
install the water meter and perform all demo & excavation, pipe/bedding install, backfill,
compaction, and paving replacement, as necessary? Typically, the water department installs
the water meter and connects to the existing lateral line, and the contractor connects to the
new meter. If so, is the water meter installation fee paid for by the owner or the contractor. If
the contractor is paying for the install fee, what is the fee cost from the water department?
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
Answer 26: The water department will not be conducting any construction. All
water meter removal and relocation will be at the expense of the contractor. The
contractor is responsible for coordination of the relocation and connection per Line
Item #13. The contractor is responsible for installing CVWD-furnished water
meters and boxes.
Question 27: There is existing K-Rail on site that is not shown on the plans. Will this be
removed by others prior to this contract starting or will the contractor have to remove?
Answer 27: The City maintenance crew will pick them up prior to construction.
Question 28: Please provide link to City of Rancho Cucamonga Standard plans or provide
the standard plan details referenced for bid items 42,44, and 46.
Answer 28: Here is the link to the City Standard Drawings:
https://www.dropbox.com/scl/fo/aoutvchbc3v65pde2giut/AMiVY43PatO5799Tpoz
UfcA?dl=0&e=1&preview=Standard+Dwgs+2023.10.10.pdf&rlkey=dptmb7y0jdzjo
woae6il4gms8
Question 29: On plan sheet C-3 AB calls out for 2" Irrigation copper service in the notes. On
plans around station 18+75 shows 1.5" Which size is correct? Please clarify.
Answer 29: The service line shall be 2” copper pipe and shall connect to a 1.5”
water meter using a 2” × 1.5” reducing meter flange. CVWD Standard Drawing 103
will be attached in the addendum.
Question 30: On plan sheet C-2 AB calls out for 2" Irrigation copper service in the notes. On
plans around station 54+40 shows 1.5" Which size is correct? Please clarify.
Answer 30: The service line shall be 2” copper pipe and shall connect to a 1.5”
water meter using a 2” × 1.5” reducing meter flange. CVWD Standard Drawing 103
will be attached in the addendum.
Question 31: Does the decomposed granite require stabilization? Please specify.
Answer 31: Yes, the DG requires stabilization. See note 5 on Standard Drawing
#1001. See the following link to all standard drawings:
https://www.dropbox.com/scl/fo/aoutvchbc3v65pde2giut/AMiVY43PatO5799Tpoz
UfcA?dl=0&e=1&preview=Standard+Dwgs+2023.10.10.pdf&rlkey=dptmb7y0jdzjo
woae6il4gms8
Question 32: Can you please provide us with the specification on the Hydroseed?
Answer 32: Hydroseeding mix design will be reviewed as a submittal prior to
construction. Hydroseed mixes should contain non-invasive California native
plants.
Question 33: Do we have to use CAB or CMB for base? The specs calls for both CAB &
CMB. Plans calls for CAB but city standard calls for CMB. Please clarify.
Answer 33: City allow for CAB or CMB. Material Submittals will be reviewed as a
submittal prior to construction..
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
Question 34: Reference Bid Item #2 (Unclassified Excavation), Bid Item #3 (Unclassified Fill)
and associated specifications Section 300 -2.9/300-4.10 (Payment). Please review and
indicate whether these items are Final Pay Items, as it is not shown to be on the Bid
Schedule.
Answer 34: Bid Item #2 and #3 will be a Final Pay Item.
Question 35: The Inlet TW grades shown on Sheet 10 of 20 (Sta. 1+66.00) differ from those
shown on Sheet 7 of 20 for the same warped wall. Please review and confirm which grades
are to be used.
Answer 35: The section on Sheet 7 of 20 shows the actual elevations of the
wingwall. The profile section on Sheet 10 of 20 shows the centerline elevations
which was interpolated between the proposed top of wingwall. Therefore, the
elevations show on sheet 7 and sheet 10 are the actual elevations to be
constructed.
Question 36: Section 4-4 Testing of the Special Provisions notes, “the City will bear the cost
of testing material and/or workmanship”. However, in the CVWD Technical Provisions,
Section 02223-1.04 Geotechnical Testing states, “The Contractor shall engage the services
of a geotechnical engineering firm…to monitor soil conditions during earthwork, trenching,
bedding, backfill and compaction operations.” Please clarify if the contractor is responsible
for materials testing and to what extent.
Answer 35: The City is responsible for providing all the material and soils testing
services needed for the project.
Question 37: Are .cad files available for use? Our takeoff would indicate a substantial amount
more Unclassified Fill (Bid Item 3)
Answer 36: CAD files will not be provided during the bid phase. Updated quantities
have been provided on the bid schedule.
2. The bidder’s attention is directed to the revised Almond Street Improvement Project – Plans.
See the following sheets:
a. Sheet 2 – Earthwork Quantity Adjustment
b. Sheet 5 – Remove Railing on Top of Transition Structure and Replace with Chain-Link
Fence and Replace ARHM-GG-C-PG 64-16 with Conventional Asphalt PG 64-10
c. Sheet 16 – Remove Railing on Top of Transition Structure and Replace with Chain -Link
Fence
d. Sheet 17 – Added Two Elevation Views to Clarify the Transition Structure Connection
e. Sheet 18 – Update Reinforcement Details For Both Parapets and the Transition Structure
f. Sheet 19 – Minor updates to the RW Elevation
g. Sheet 20 – Clarified Additional Bars to be Placed Per Note 3
3. The bidder’s attention is directed to the additional document – Geotechnical Report
4. The bidder’s attention is directed to the additional document – Pre-Bid Meeting Minutes
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
5. The bidder’s attention is directed to the revised Line Items. See the follow Line Items:
Item Code Original Revision
2 Quantity – 2,080 Quantity – 2,560
3 Quantity – 500 Quantity – 2,100
3 Reference – 300-2 Reference – 300-4
22 Reference – 206-8 Reference – 206-8, 201, 303-5
24 Description - CONSTRUCT 3" DG
TRAIL 0.5% MIN AT WALKWAYS,
2:1 MAX AT SLOPES. PLACE,
COMPACT, AND GRADE NATIVE
FILL MATERIAL TO MEET
SUBGRADE ELEVATIONS.
Description - CONSTRUCT 4" DG
TRAIL 0.5% MIN AT WALKWAYS,
2:1 MAX AT SLOPES. PLACE,
COMPACT, AND GRADE NATIVE
FILL MATERIAL TO MEET
SUBGRADE ELEVATIONS.
24 Reference – 201, 303-5 Reference – 206-8
Pursuant to the Q&A, project plans, additional documents, and revised line items, a signed copy of this
addendum shall be returned to the City prior to bid opening or attached to bid documents.
Acknowledgment of Receipt:
Chris Sorensen, Project Manager
Print Name
Signature
Company Name
Brenton Gentry
Gentry General Engineering, Inc
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
BIDDER AGREEMENT
The undersigned also agrees as follows:
FIRST: Within 15 calendar days from the receipt of the Notice of Award of Contract, to execute
the contract, and to furnish to the City of Rancho Cucamonga, two (2) satisfactory bonds in the
amounts specified in the Notice Inviting Bids guaranteeing the faithful performance of the work
and payment of bills.
SECOND: To begin work within ten (10) calendar days after the date specified in the Notice to
Proceed and to prosecute said work in such a manner as to complete it within 140 working days
after such specified date.
Accompanying this proposal is cash, a cashier's check, or a certified check of a bidder's bond for
not less than 10% of the total amount of the bid payable to the City which is to be forfeited, as
liquidated damages, if, in the event the contractor does not execute the contract and furnish
satisfactory bonds under the conditions and within the time specified in this proposal, otherwise
said cash, cashiers' check, certified check, or bidders' bond is to be returned to the undersigned.
Within 15 calendar days after award of the contract, the City of Rancho Cucamonga will return
the bidder's bond accompanying such proposal not considered in making the award. All other
bidders' bonds will be held until the expiration of 30 days from the date of the award of contract.
They will then be returned to the respective bidders whose proposals they accompany.
BIDDER:
IMPORTANT NOTICE: If bidder is a corporation, state legal name of corporation and names of
the president, secretary, treasurer, and manager; co-partnership, state true name of firm and
names of all individual copartners composing firm; or an individual, state first and last names in
full.
"I declare under penalty of perjury of the laws of the State of California the representations made
herein are true and correct in accordance with the requirements of California Business and
Professions Code Section 7028.15."
___________________________________________________________________
California State Contractors License Number Expiration Date
Gentry General Engineering Inc.
974279 6/30/2026
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
BIDDER AGREEMENT (CONTINUED)
___________________________ ____________________________ _______________
Signature Name/Title Date
___________________________ ____________________________ _______________
Signature Name/Title Date
___________________________ ____________________________ _______________
Signature Name/Title Date
___________________________ ____________________________ _______________
Signature Name/Title Date
Signature and title of the officer(s) set forth above shall be authorized to sign contracts on behalf
of the corporation, co-partnership or individual. If signature is by an agent, other than an officer
of the corporation or a member of a partnership, a Power of Attorney must be on file with the City
of Rancho Cucamonga prior to or at time of bid opening; otherwise the bid will be subject to
rejection by the City of Rancho Cucamonga.
Brenton Gentry CEO/President 02/06/2026
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
BIDDER INFORMATION
The bidder shall furnish the following information. Additional sheets may be attached if necessary.
Name of Firm:
Type of Firm: Corporation Individual Partnership
Business Mailing Address:
Place of Business:
Telephone No.:
Contractor's License: State: License No.:
Public Works DIR No.:
Names and titles of all
members of the firm:
Number of years as a contractor in construction work of this type:
Three projects of this type recently completed:
Contract Amount Type of Project
Date
Completed
Owner's Name &
Address
Person who inspected site of the proposed work for your firm:
Name:
Inspection
Date:
NOTE: If requested by the City, the Bidder shall furnish a notarized financial statement,
references, and other information, sufficiently comprehensive to permit an appraisal of his current
financial condition.
Gentry General Engineering Inc.
X
320 W. Tropica Rancho Rd., Colton, CA 92324
Gentry General Engineering Inc.
909-330-1128
CA 974279
1000024189
Brenton Gentry CEO/President
13
William Hernandez 02/05/2026
$2,968,640.96 Intersection Improvements City of Costa Mesa
$75,000 Storm Drain City of Fontana
$649,726 Street Improvements City of Baldwin Park
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
SUBCONTRACTORS INFORMATION
In compliance with Section 2-3 of the Standard Specifications and the Provisions of the Public
Contract Code Section 4100, the undersigned bidder herewith sets forth the name, location of the
place of business and California Contractors License Number of each subcontractor who will
perform work or labor or render service to the general contractor in or about the construction of
the work or improvement in an amount in excess of onehalf of one percent (1/2%) of the general
contractor's total bid or, in the case of bids or offers for the construction of streets or highways,
including bridges, in excess of onehalf of one percent (1/2%) of the general contractor's total bid
or ten thousand dollars ($10,000.00), whichever is greater and the portion of the work which will
be done by each subcontractor as follows:
Subcontractor's
Name
Business
Address
License
No
DIR
No.
Description of
Work
Percent (%)
of Total Bid
Total % of the work to be performed by Subcontractors listed above: %
Effective July 1, 2014, the bidder shall provide the California Contractor License Number of each
subcontractor listed. New Section 4104 contains the following language:
“An inadvertent error in listing the California contractor license number provided pursuant to
paragraph (1) shall not be grounds for filing a bid protest or grounds for considering the bid
nonresponsive if the corrected contractor’s license number is submitted to the public entity by the
prime contractor within 24 hours after the bid opening and provided the corrected contractor’s
license number corresponds to the submitted name and location for that subcontractor.”
Westbrook Fence Inc.P.O. Box 90310 San
Bernardino, CA 92427
100000
5719 Fencing 5%615318
Chrisp Company 2280 South Lilac Ave.
Bloomington, CA 92316 374600 10000
00306 Striping >1
MSL 2918 E La Jolla St.
Amaheim, CA 92806 Electrical 5%822450 10000005
50
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS
As suppliers of goods or services to the City of Rancho Cucamonga, the firm listed below certifies
that it does not discriminate in its employment with regard to age, disability, race, color, religion,
sex, sexual orientation or national origin, that it is in compliance with all federal, state and local
directives and executive orders regarding non-discrimination in employment; and that it agrees to
demonstrate positively and aggressively the principle of equal opportunity in employment.
We agree specifically:
1.To establish or observe employment policies which affirmatively promote opportunities for
minority persons at all job levels.
2.To communicate this policy to all persons concerned, including all company employees, outside
recruiting services, especially those serving minority communities, and to the minority
communities at large.
3.To take affirmative steps to hire minority employees within the firm.
FIRM:
TITLE OF PERSON SIGNING:
SIGNATURE:
DATE:
Please include any additional information available regarding equal opportunity employment
programs now in effect within your firm.
Gentry General Engineering Inc.
CEO/President
2/6/2026
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
20
C O N T R A C T
A. AGREEMENT
KNOW ALL MEN BY THESE PRESENT: That the following agreement is made and entered
into, in triplicate, as of the date executed by the City Clerk and the Mayor, by and
between , hereinafter referred to as the "CONTRACTOR" and
the City of Rancho Cucamonga, California, hereinafter referred to as "CITY."
WHEREAS, pursuant to the Notice Inviting Sealed Bids or Proposals, bids were received,
publicly opened, and declared on the date specified in said notice; and
WHEREAS, City did accept the bid of Contractor; and
WHEREAS, City has authorized the City Clerk and Mayor to enter into a written contract with
Contractor for furnishing labor, equipment, and material for the construction of "ALMOND
STREET IMPROVEMENT PROJECT FROM VIA VERDE STREET TO CARNELIAN STREET."
NOW THEREFORE, in consideration of the mutual covenants herein contained, it is agreed:
1. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools,
materials, appliances, and equipment for and do the work for the "ALMOND STREET
IMPROVEMENT PROJECT FROM VIA VERDE STREET TO CARNELIAN STREET."
Said work to be performed in accordance with specifications and standards on file in the
office of the City Engineer and in accordance with bid prices hereinafter mentioned and
in accordance with the instruction of the City Engineer.
2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The
aforesaid specifications are incorporated herein by reference thereto and made a part
hereof with like force and effect as if all of said documents were set forth in full herein.
Said documents, the Resolution Inviting Bids attached hereto, together with this written
agreement, shall constitute the entire contract between the parties. This contract is
intended to require a complete and finished piece of work and anything necessary to
complete the work properly and in accordance with the law and lawful governmental
regulations shall be performed by the Contractor whether set out specifically in the
contract or not. Should it be ascertained that any inconsistency exists between the
aforesaid documents and this written agreement, the provisions of this written agreement
shall control.
3. TERMS OF CONTRACT: The undersigned bidder agrees to execute the contract within
fifteen (15) days from the date of notice of award of the contract or upon notice by City
after the fifteen (15) days, and to complete his portion of the work within (140) Working
Days working days from the date specified in the Notice to Proceed. Eighty (80) days
will be awarded for the Base Bid, and an additional sixty (60) days will be awarded
for the Additive Bid. If Base Bid and Additive Bid are awarded, then the Contractor
will have one hundred and forty (140) Working Days. If Base Bid and Alternate are
awarded, then the Contractor will have eighty (80) working days. The bidder agrees
further to the assessment of liquidated damages in the amount of $5,200 for each
calendar day the work remains incomplete beyond the expiration of the completion date.
City may deduct the amount thereof from any monies due or that may become due the
Contractor under this contract. Progress payments made after the scheduled date of
completion shall not constitute a waiver of liquidated damages.
Gentry General Engineering, Inc.
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
21
4. INSURANCE: The Contractor shall not commence work under this contract until he has
obtained all insurance required hereunder in a company or companies acceptable to City
nor shall the Contractor allow any subcontractor to commence work on his subcontract
until all insurance required of the subcontractor has been obtained. The Contractor shall
take out and maintain at all time during the life of this contract the following policies of
insurance:
a. Workers Compensation Insurance: Before beginning work, the Contractor shall furnish
to the Engineer a certificate of insurance as proof that he has taken out full
compensation insurance for all persons whom he may employ directly or through
subcontractors in carrying out the work specified herein, in accordance with the laws
of the State of California. Such insurance shall be maintained in full force and effect
during the period covered by this contract.
In accordance with the provisions of Section 3700 of the California Labor Code, every
contractor shall secure the payment of compensation to his employees. Contractor,
prior to commencing work, shall sign and file with the City a certification as follows:
"I am aware of the provisions of Section 3700 of the Labor Code which require every
employer to be insured against liability for worker's compensation or to undertake self-
insurance in accordance with the provisions of that Code, and I will comply with such
provisions before commencing the performance of the work of this contract."
b. For all operations of the Contractor or any subcontractor in performing the work
provided for herein, insurance with the following minimum limits and coverage:
(1) General Liability - Bodily Injury (not auto) $2,000,000 each person; $2,000,000
each accident.
(2) General Liability - Property Damage (not auto) $1,000,000 each accident;
$2,000,000 aggregate.
(3) Contractor's Protective - Bodily Injury $1,000,000 each person; $2,000,000 each
accident.
(4) Contractor's Protective - Property Damage $1,000,000 each accident;
$2,000,000 aggregate.
(5) Automobile - Bodily Injury $2,000,000 each person; $3,000,000 each accident.
(6) Automobile - Property Damage $2,000,000 each accident.
c. Each such policy of insurance provided for in paragraph "b." shall:
(1) Be issued by an insurance company approved in writing by City, which is
qualified to do business in the State of California. The insurance company
shall have a policy holder rating of A or higher and a Financial Class VII or
higher established by A.M. Best Company Rating Guide;
(2) Name as additional insured the City, its elected officials, officers, agents and
employees, and any other parties specified in the bid documents to be so
included;
(3) Specify it acts as primary insurance and that no insurance held or owned by the
designated additional insured shall be called upon to cover a loss under said
policy;
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
22
(4) Contain a clause substantially in the following words:
"It is hereby understood and agreed that this policy may not be canceled nor the
amount of the coverage thereof reduced until thirty (30) days after receipt by City
of a written notice of such cancellation or reduction of coverage as evidenced by
receipt of a registered letter."
(5) Otherwise be in form satisfactory to City.
d. The policy of insurance provided for in subparagraph "a." shall contain an endorsement
which:
(1) Waives all right of subrogation against all persons and entities specified in
subparagraph 4.c. (2) hereof to be listed as additional insured in the policy of
insurance provided for in paragraph "b." by reason of any claim arising out of or
connected with the operations of Contractor or any subcontractor in performing
the work provided for herein;
(2) Provides it shall not be canceled or altered without thirty (30) days' written notice
thereof given to City by registered mail.
e. The Contractor shall at the time of the execution of the contract present the original
policies of insurance required in paragraphs "a." and "b." hereof, or present a certificate
of the insurance company, showing the issuance of such insurance, and the additional
insured and other provisions required herein.
5. PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of
California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is
required to pay not less than the general prevailing rate of per diem wages for work of a
similar character in the locality in holiday and overtime work. In that regard, the Director
of the Department of Industrial Relations of the State of California is required to and has
determined such general prevailing rates of per diem wages. Copies of such prevailing
rates of per diem wages are on file in the office of the City Clerk of the City of Rancho
Cucamonga, 10500 Civic Center Drive, Rancho Cucamonga, California, and are
available to any interested party on request. City also shall cause a copy of such
determinations to be posted at the job site.
Pursuant to provisions of Labor Code Section 1775, the Contractor shall forfeit, as penalty
to City, not more than two hundred dollars ($200.00) for each laborer, workman, or
mechanic employed for each calendar day or portion thereof if such laborer, workman,
or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated
for any work done under the attached contract, by him or by any subcontractor under
him, in violation of the provisions of said Labor Code.
6. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section
1777.5 of the Labor Code as amended by Chapter 971, Statutes of 1939, and in
accordance with the regulations of the California Apprenticeship Council, properly
indentured apprentices may be employed in the prosecution of the work.
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
23
Attention is directed to the provisions in Section 1777.5 and 1777.6 of the Labor Code
concerning the employment of apprentices by the Contractor or any subcontractor under
him.
Section 1777.5, as amended, requires the Contractor or subcontractor employing
tradesmen in any apprenticable occupation to apply to the joint apprenticeship committee
nearest the site of the public works project and which administers the apprenticeship
program in that trade for a certificate of approval. The certificate will also fix the ratio of
apprentices to journeymen that will be used in the performance of the contract. The ratio
of apprentices to journeymen in such cases shall not be less than one to five except:
a. When unemployment in the area of coverage by the joint apprenticeship committee
has exceeded an average of 15 percent in the 90 days prior to the request for
certificate, or
b. When the number of apprentices in training in the area exceeds a ratio of one to five,
or
c. When the trade can show that it is replacing at least 1/30 of its membership through
apprenticeship training on an annual basis statewide or locally, or
d. When the Contractor provides evidence that he employs registered apprentices on all
of his contracts on an annual average of not less than one apprentice to eight
journeymen.
The Contractor is required to make contributions to funds established for the
administration of apprenticeship programs if he employs registered apprentices or
journeymen in any apprenticable trade on such contracts and if other contractors on
the public works site are making such contributions.
The Contractor and subcontractor under him shall comply with the requirements of
Sections 1777.5 and 1777.6 in the employment of apprentices.
7. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work
for all workmen employed in the execution of this contract, and the Contractor and any
subcontractor under him shall comply with and be governed by the laws of the State of
California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article
3, of the Labor Code of the State of California as amended.
The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho
Cucamonga, twenty-five dollars ($25.00) for each worker employed in the execution of
the contract by the respective contractor or subcontractor for each calendar day during
which the worker is required or permitted to work more than 8 hours in any one calendar
day and 40 hours in any one calendar week in violation of the provisions of this article.
8. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and subsistence
pay to each workman needed to execute the work required by this contract as such travel
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
24
and subsistence payments are defined in the applicable collective bargaining agreements
filed in accordance with Labor Code Section 1773.1.
9. CONTRACTOR'S LIABILITY: The City of Rancho Cucamonga and its elected officials,
officers, agents and employees shall not be answerable or accountable in any manner
for any loss or damage that may happen to the work or any part thereof, or for any of the
materials or other things used or employed in performing the work; or for injury or damage
to any person or persons, either workmen, employees of the Contractor or his
subcontractors or the public, or for damage to adjoining or other property from any cause
whatsoever arising out of or in connection with the performance of the work. The
Contractor shall be responsible for any damage or injury to any person or property
resulting from defects or obstructions or from any cause whatsoever, except the sole
negligence or willful misconduct of the City, its employees, servants, or independent
contractors who are directly responsible to City during the progress of the work or at any
time before its completion and final acceptance.
The Contractor will indemnify City against and will hold and save City harmless from any
and all actions, claims, damages to persons or property, penalties, obligations, or
liabilities that may be asserted or claimed by any person, firm, entity, corporation, political
subdivision, or other organization arising out of or in connection with the work, operation,
or activities of the Contractor, his agents, employees, subcontractors, or invitees provided
for herein, whether or not there is concurrent passive or active negligence on the part of
City, but excluding such actions, claims, damages to persons or property, penalties,
obligations, or liabilities arising from the sole negligence or willful misconduct of City, its
employees, servants, or independent contractors who are directly responsible to City,
and in connection therewith:
a. The Contractor will defend any action or actions filed in connection with any of said
claims, damages, penalties, obligations, or liabilities and will pay all costs and
expenses, including attorneys' fees incurred in connection therewith.
b. The Contractor will promptly pay any judgment or award rendered against the
Contractor or City covering such claims, damages, penalties, obligations, and liabilities
arising out of or in connection with such work, operations, or activities of the Contractor
hereunder or reasonable settlement in lieu of judgment or award, and the Contractor
agrees to save and hold the City harmless therefrom.
c. In the event City is made a party to any action or proceeding filed or prosecuted against
the Contractor for damages or other claims arising out of or in connection with the
project, operation, or activities of the Contractor hereunder, the Contractor agrees to
pay to City any and all costs and expenses incurred by City in such action or
proceeding together with reasonable attorneys' fees.
So much of the money due to the Contractor under and by virtue of the contract as
shall be considered necessary by City may be retained by City until disposition has
been made of such actions or claims for damage as aforesaid.
10. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons
upon public works because of age, disability, race, color, religion, sex, sexual orientation
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
25
or national origin of such persons, and every contractor for public works violating this
section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter
1 of the Labor Code in accordance with the provisions of Section 1735 of said Code.
11. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the
material and doing the prescribed work per the unit prices set forth in accordance with
Contractor's Proposal.
IN WITNESS WHEREOF, the parties hereto have caused these present to be duly executed with
all the formalities required by law on the respective dates set forth opposite their signatures.
State of California Contractor's License #:
Date
By:
Signature Print Name &Title
By:
Signature Print Name &Title
CITY OF RANCHO CUCAMONGA, CALIFORNIA
By: BY:
L. Dennis Michael, Mayor Kim Sevy, City Clerk
Date
Contractor's Business Phone Number: . Emergency Name and Phone
Number at which Contractor can be reached at any time: ___________________________
974279
Gentry General Engineering, Inc.
320 W. Tropica Rancho Rd. Colton, CA 92324
President/CEO
(909) 330-1128
(909) 912-3253
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1
3/11/2026 | 11:51 AM PDT
Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
3/12/2026 | 2:24 PM PDT
26
C O N T R A C T
B. FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENT: THAT . as Principal,
and , as Surety, are held
and firmly bound unto the City of Rancho Cucamonga, hereinafter called City, in the just and full
amount of (Written)
$ (Figures) payment whereof we hereby bind
ourselves, our heirs, executors administrators, successors and assigns, jointly and severally,
firmly by these presents. Given under our hands and sealed with our seal this day of ,
20 .
The condition of the foregoing obligation is such that,
WHEREAS, the above-named principal is about to enter into a contract with the City, whereby
said principal agrees to construct "ALMOND STREET IMPROVEMENT PROJECT FROM VIA
VERDE STREET TO CARNELIAN STREET" in accordance with the AGREEMENT
dated , which said contract is hereby referred to and made a part hereof to the
same extent as if the same were herein specifically set forth;
NOW, THEREFORE, if the said principal shall well and truly do and perform all things agreed by
the principal in said contract to be done and performed, then this obligation is to be void;
otherwise it will remain in full force and effect;
PROVIDED, that for value received the undersigned stipulate and agree that no amendment,
change, extension of time, alteration or addition to said contract, or agreement, or of any feature
or item or items of performance required therein or thereunder shall in any manner affect the
obligations of the undersigned under this bond; and the surety does hereby waive notice of such
amendment, limitation of time for bringing action on this bond by the City, change, extension of
time, alteration or addition to said contract or agreement and of any feature or time of
performance required therein or thereunder.
WITNESS our hands this day of , 20 .
By: Title:
Surety: By:
Individual Partnership Corporation
Other, explain
SIGNATURES OF CONTRACTOR MUST BE ACKNOWLEDGED BEFORE A NOTARY
PUBLIC.
PLEASE ATTACH APPROPRIATE ACKNOWLEDGMENT FORMS
(INDIVIDUAL, PARTNERSHIP, CORPORATION, ETC.).
Gentry General
Engineering, Inc
Two Million Five Hundred Fourty Four Thousand Eight Hundreds Seventy Three (Written)
2,544,873
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
28
Bond No.:
C. PAYMENT BOND
(Labor and Materials)
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the CITY OF RANCHO CUCAMONGA (name of City) (“City”) has awarded to
(Name and address of Contractor)
(“Principal”), a contract (the “Contract”) for the work described as follows:
“ALMOND STREET IMPROVEMENT PROJECT FROM VIA VERDE STREET TO
CARNELIAN STREET”
WHEREAS, Principal is required under the terms of the Contract and the California Civil Code
to secure the payment of claims of laborers, mechanics, materialmen, and other persons as
provided by law.
NOW THEREFORE, we, the undersigned Principal, and
(Name and address of Surety)
(“Surety”) a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto City in the penal sum of
($ ), this amount being
not less than one hundred percent (100%) of the total contract price, in lawful money of the
United States of America, for the payment of which sum well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his,
her or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to
pay any of the persons named in Section 9100 of the California Civil Code, or any amounts due
under the Unemployment Insurance Code with respect to work or labor performed under the
Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment
Development Department from the wages of employees of the Principal and subcontractors
pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor
performed under the Contract, the Surety will pay for the same in an amount not exceeding the
penal sum specified in this bond; otherwise, this obligation shall become null and void.
Gentry General Engineering, Inc.
320 W. Tropica Rancho Rd. Colton, CA 92324
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
29
Payment Bond (continued)
This bond shall insure to the benefit of any of the persons named in Section 9100 of the California
Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon
the bond. In case the suit is brought upon this bond, Surety further agrees to pay all court costs
and reasonable attorneys’ fees in an amount fixed by the court.
FURTHER, the Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, addition or modification to the terms of the Contract, or of the work
to be performed thereunder, or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any such change, extension of
time, alteration, addition, or modification to the terms of the Contract or to the work or to the
specifications thereunder. Surety hereby waives the provisions of California Civil Code Sections
2845 and 2849.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall
for all purposes be deemed an original hereof, have been duly executed by Principal and Surety,
on the date set forth below, the name of each corporate party being hereto affixed and these
presents duly signed by its undersigned representative(s) pursuant to authority of its governing
body.
Date:
“Principal” “Surety”
By: By:
Its Its
By: By:
Its Its
(Seal) (Seal)
Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and
evidence of the authority of any person signing as attorney-in-fact must be attached.
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
30
D. WORKER'S COMPENSATION INSURANCE CERTIFICATE
The Contractor shall execute the following form as required by the California Labor Code,
Sections 1860 and 1861:
I am aware of the provision of Section 3700 of the Labor Code which requires every employer to
be insured against liability for worker's compensation or to undertake self-insurance in
accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this contract.
Date (Contractor)
By:
(Signature)
(Title)
Attest:
By:
(Signature)
(Title)
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
31
E. MAINTENANCE GUARANTEE BOND
FOR
“ALMOND STREET IMPROVEMENT PROJECT FROM VIA VERDE STREET TO
CARNELIAN STREET”
WHEREAS, the City Council of the City of Rancho Cucamonga, State
of California, and (hereinafter designated as “Contractor”) have entered
into an agreement, Contract # , whereby Contractor agrees to install and complete certain
designated public improvements, which said agreement, dated , 20 , and identified as
project located is hereby referred to and made a part
hereof; and
WHEREAS, said Contractor is required under the terms of said
agreement to furnish a bond for the faithful performance of said agreement, guaranteeing all
improvements free of all defects for a period of one (1) year after acceptance of by
the City.
NOW, THEREFORE, we the Contractor and as
surety, are held and firmly bound unto the City of Rancho Cucamonga (hereinafter called “City”),
in the penal sum of Dollars ($ ) lawful money of
the United States, for the payment of which sum well and truly to be made, we bind ourselves,
our heirs, successors, executors and administrators, jointly and severally, firmly by these
presents.
The condition of this obligation is such that if the above bonded Contractor, his or its heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and
well and truly keep and perform the covenants, conditions and provisions in the said agreement
and any alteration thereof made as therein specified, and in all respects according to their true
intent and meaning, and shall indemnify and same harmless City, its officers, agents and
employees, as therein stipulated, then this obligation shall become null and void; otherwise, it
shall be and remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face
amount specified therefore, there shall be included costs and reasonable expenses and fees,
including reasonable attorney’s fees, incurred by City in successfully enforcing such obligation,
all to be taxed as costs and included in any judgment rendered.
The surety hereby stipulates and agrees that no change, extension of
time, alteration or addition to the terms of the agreements or to the work to be performed
thereunder or the specifications accompanying the same shall in any way affect its obligations
on this bond, and it does hereby waive notice of any such change, extension of time, alteration
or addition to the terms of the agreement or to the work or to the specifications.
IN WITNESS WHEREOF, this instrument has been duly executed by
the Contractor and surety above named on , 20 .
CONTRACTOR SURETY
Name Name
Address Address
By: By:
PLEASE ATTACH POWER OF ATTORNEY TO ALL BONDS
SIGNATURES MUST BE NOTARIZED
Gentry General Engineering
Docusign Envelope ID: 91323C1A-4CF8-44CE-964A-503249E422F1Docusign Envelope ID: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4
Electronic Record and Signature Disclosure
Certificate Of Completion
Envelope Id: C28CC171-6694-4BF6-8C72-CF9E3E8A3CE4 Status: Completed
Subject: Complete with Docusign: CO_2026-025_Almond_Street_-_Contract.pdf
Source Envelope:
Document Pages: 53 Signatures: 2 Envelope Originator:
Certificate Pages: 5 Initials: 0 Janae Swaggard
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-08:00) Pacific Time (US & Canada)
janae.swaggard@cityofrc.us
IP Address: 2600:1700:9e50:
Record Tracking
Status: Original
3/12/2026 2:20:28 PM
Holder: Janae Swaggard
janae.swaggard@cityofrc.us
Location: DocuSign
Signer Events Signature Timestamp
L. Dennis Michael
dennis.michael@cityofrc.us
Mayor/President
City of Rancho Cucamonga
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 66.251.117.184
Signed using mobile
Sent: 3/12/2026 2:23:36 PM
Viewed: 3/12/2026 2:24:10 PM
Signed: 3/12/2026 2:24:34 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Kim Sevy
Kim.sevy@cityofrc.us
City Clerk
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 173.40.98.41
Signed using mobile
Sent: 3/12/2026 2:24:35 PM
Viewed: 3/12/2026 2:24:49 PM
Signed: 3/12/2026 2:25:27 PM
Electronic Record and Signature Disclosure:
Accepted: 9/10/2025 11:38:14 AM
ID: dde6d2fe-a7d9-42a3-b983-4fbcf5294135
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
City Clerk Services Department
ClerkContracts@CityofRC.us
City Clerk
City of Rancho Cucamonga
Security Level: Email, Account Authentication
(None)
Using IP Address: 199.201.174.250
Sent: 3/12/2026 2:25:28 PM
Viewed: 3/17/2026 11:36:04 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Carbon Copy Events Status Timestamp
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 3/12/2026 2:23:36 PM
Certified Delivered Security Checked 3/17/2026 11:36:04 AM
Signing Complete Security Checked 3/12/2026 2:25:27 PM
Completed Security Checked 3/17/2026 11:36:05 AM
Payment Events Status Timestamps
Electronic Record and Signature Disclosure
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
From time to time, City of Rancho Cucamonga City Clerk's Office (we, us or Company) may be
required by law to provide to you certain written notices or disclosures. Described below are the
terms and conditions for providing to you such notices and disclosures electronically through the
DocuSign system. Please read the information below carefully and thoroughly, and if you can
access this information electronically to your satisfaction and agree to this Electronic Record and
Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to
‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the
DocuSign system.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available
electronically to you by us. You will have the ability to download and print documents we send
to you through the DocuSign system during and immediately after the signing session and, if you
elect to create a DocuSign account, you may access the documents for a limited period of time
(usually 30 days) after such documents are first sent to you. After such time, if you wish for us to
send you paper copies of any such documents from our office to you, you will be charged a
$0.00 per-page fee. You may request delivery of such paper copies from us by following the
procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time
change your mind and tell us that thereafter you want to receive required notices and disclosures
only in paper format. How you must inform us of your decision to receive future notices and
disclosure in paper format and withdraw your consent to receive notices and disclosures
electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed at which we can complete certain steps in transactions with you and delivering services to
you because we will need first to send the required notices or disclosures to you in paper format,
and then wait until we receive back from you your acknowledgment of your receipt of such
paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to
receive required notices and consents electronically from us or to sign electronically documents
from us.
All notices and disclosures will be sent to you electronically
Electronic Record and Signature Disclosure created on: 2/22/2022 12:08:29 PM
Parties agreed to: Kim Sevy, Kim Sevy
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through the DocuSign system all required notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided or made
available to you during the course of our relationship with you. To reduce the chance of you
inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
How to contact City of Rancho Cucamonga City Clerk's Office:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To contact us by email send messages to: jasmin.oriel@cityofrc.us
To advise City of Rancho Cucamonga City Clerk's Office of your new email address
To let us know of a change in your email address where we should send notices and disclosures
electronically to you, you must send an email message to us at jasmin.oriel@cityofrc.us and in
the body of such request you must state: your previous email address, your new email
address. We do not require any other information from you to change your email address.
If you created a DocuSign account, you may update it with your new email address through your
account preferences.
To request paper copies from City of Rancho Cucamonga City Clerk's Office
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an email to jasmin.oriel@cityofrc.us and in the
body of such request you must state your email address, full name, mailing address, and
telephone number. We will bill you for any fees at that time, if any.
To withdraw your consent with City of Rancho Cucamonga City Clerk's Office
To inform us that you no longer wish to receive future notices and disclosures in electronic
format you may:
i. decline to sign a document from within your signing session, and on the subsequent page,
select the check-box indicating you wish to withdraw your consent, or you may;
ii. send us an email to jasmin.oriel@cityofrc.us and in the body of such request you must state
your email, full name, mailing address, and telephone number. We do not need any other
information from you to withdraw consent.. The consequences of your withdrawing consent for
online documents will be that transactions may take a longer time to process..
Required hardware and software
The minimum system requirements for using the DocuSign system may change over time. The
current system requirements are found here: https://support.docusign.com/guides/signer-guide-
signing-system-requirements.
Acknowledging your access and consent to receive and sign documents electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please confirm that you have
read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for
your future reference and access; or (ii) that you are able to email this ERSD to an email address
where you will be able to print on paper or save it for your future reference and access. Further,
if you consent to receiving notices and disclosures exclusively in electronic format as described
herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before
clicking ‘CONTINUE’ within the DocuSign system.
By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm
that:
You can access and read this Electronic Record and Signature Disclosure; and
You can print on paper this Electronic Record and Signature Disclosure, or save or send
this Electronic Record and Disclosure to a location where you can print it, for future
reference and access; and
Until or unless you notify City of Rancho Cucamonga City Clerk's Office as described
above, you consent to receive exclusively through electronic means all notices,
disclosures, authorizations, acknowledgements, and other documents that are required to
be provided or made available to you by City of Rancho Cucamonga City Clerk's Office
during the course of your relationship with City of Rancho Cucamonga City Clerk's
Office.