HomeMy WebLinkAboutCO 2025-042 - Elecnor Belco Electric, Inc City of Rancho Zuearnonga `.
CONTRACT NUMBER
CITY OF RANCHO CUCAMONGA 2025 -04Z
CITY CLERK
RANCHO
CUCAMONGA
Cu"' NTRACT
Advanced Traffic Management system
Phase II
Awarded:
Wednesday, April 16, 2025
•JSM1n�;d1tC4SiRffiL
PROJECT FILE: 800-2024-10
CITY OF RANCHO CUCAMONGA
RANCHO NOTICE INVITING BIDS FOR
CUCAMONGA PROPOSAL, CONTRACT AND
SPECIFICATIONS
FOR
"Advanced Traffic Management System
Phase II"
PREPARED BY:
CITY OF RANCHO CUCAMONGA
10600 CIVIC CENTER DRIVE
RANCHO CUCAMONGA, CALIFORNIA 91730
(909) 477-2740
gtally signed by Jason Welday
Date:2025.02.1113:41:38-08'00'
JASON C.WELDAY
DIRECTOR OF ENGINEERING SERVICES/CITY ENGINEER
RCE NO. 67614
Quo,:Ess,oa
� o �
No. 67514 M
a
ClV1%-
QP CPA
TABLE OF CONTENTS
Notice Inviting Bids .......................................................................................................N-1 thru 4
Instructions to Bidders ............................................................................................... 1-1 thru 1-7
A. Proposals
B: . Delivery of Proposals
C. Withdrawal of Proposals
D. Disqualification of Bidders and Proposals
E. Signature of Contractor
F. Bid Bond
G. Addendum
H. Examination of Plans, Specifications, and Site of Work
I. Estimated Quantities
J. Competency of Bidder
K. Award and Execution of Contract
L. Return of Proposal Guarantee
M. City Business License
N. Equivalent Materials
Bid Documents to Submit for Proposals
Proposal ..................................................................................................................P-1 thru P-13
Schedule of Unit Cost and Lump Sum Amounts
Bidder Agreement
* - Bidder Information
Subcontractors
Declaration of Eligibility to Contract
Certificate of Non-Discrimination by Contractors
Non-Collusion Declaration
Bid Bonds
Contract Agreement .................................................................................................C-1 thru 6
Faithful Performance Bond..................................................................................................B-1
Labor and Materials Bond..........................................................................................B-2 thru 3
Compensation Insurance Certificate.................................................................................INS-1
Maintenance Guarantee Bond..........................................................................................MB-1
Table of Contents
SPECIAL PROVISIONS
SPECIFICATIONS—Governed by "Green Book" Standard Specifications
AMENDMENTS to "Green Book" Standard Specifications
PART 1 -GENERAL PROVISIONS
Section 1 - General, Terms, Definitions, Abbreviations, Units of Measure and Symbol...GP-1 thru 2
Section 2- Scope of the Work........................................................................................GP-3 thru 4
Section 3- Changes in Work..........................................................................................GP-5 thru 9
Section 4- Control of Materials ..................................................................................GP-10 thru 12
Section 5—Legal Relations and Responsibilities........................................................GP-13 thru 27
Section 6- Prosecution, Progress and Acceptance of the Work..................................GP-28 thru 29
Section 7—Measurement and Payment.....................................................................GP-30 thru 32
Section 8- Facilities for Agency Personnel.............................................................................GP-33
PART 2 -CONSTRUCTION MATERIALS
Section 200-Rock Materials
200-1 Rock Products ...................................................................................................MA-1
200-2 Untreated Base Materials...................................................................................MA-1
Section 201— Concrete, Mortar and Related Materials
201-1 Portland Cement Concrete.................................................................................MA-2
Section 203—Bituminous Materials .
203-6 Asphalt Concrete...............................................................................................MA-3
203-11 Asphalt-Rubber Hot Mix(ARHM) ......................................................................MA-3
203-17 Asphalt-Rubber Crack and Joint Sealant ...........................................................MA-3
Section 206—Miscellaneous Metal Items
206-6 Chain Link Fence...............................................................................................MA-3
Section 207— Gravity Pipe
207-2 Reinforced Concrete Pipe..................................................................................MA-4
Section 214— Traffic Striping, Curb and Pavement Markings and Pavement Markers
214-1 General..............................................................................................................MA-4
214-4 Paint for Striping and Markings..........................................................................MA-5
214-5 Thermoplastic Material for Traffic Striping and Markings....................................MA-5
Section 218—Roadside Signs
218-1 General .............................................................................................................MA-6
218-2 Minimum Requirements
218-3 Base Metal.......................................................................................................MA-12
218-4 Screening Inks and Process Paste ..................................................................MA-13
218-5 Sign Panel Fabrication.....................................................................................MA-14
218-6 Inspection ........................................................................................................MA-15
218-7 Packaging........................................................................................................MA-15
Table of Contents
PART 3 -CONSTRUCTION METHODS
Section 300—Removals and Earthwork
300-1 Clearing and Grubbing.......................................................................................ME-1
300-2 Unclassified Excavation.....................................................................................ME-1
300-3 Structure Excavation and Backfill.......................................................................ME-2
300-4 Unclassified Fill..................................................................................................ME-2
300-7 Earthwork for Channels......................................................................................ME-2
Section 301 — Subgrade Preparation, Treated Materials, and Placement of Base
Materials
301-2 Untreated Base..................................................................................................ME-3
Section 302-Roadway Surfacing
302-2 Chip Seal...........................................................................................................ME-3
302-4 Slurry Seal Surfacing.........................................................................................ME-4
302-5 Asphalt Concrete Pavement ..............................................................................ME-5
302-7 Pavement Fabric................................................................................................ME-7
302-9 Asphalt Rubber Hot Mix(AHRM) .......................................................................ME-8
302-10 Asphalt Rubber Aggregate Membrane...............................................................ME-9
302-15 Existing Asphalt Surface Preparation.................................................................ME-9
Section 303- Concrete and Masonry Construction
303-1 Concrete Structures.........................................................................................ME-12
303-4 Masonry Construction......................................................................................ME-14
303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps
and Driveways................................. ...................ME-14
.............................................
303-9 Interlocking Concrete Pavers...........................................................................ME-16
Section 304—Metal Fabrication and Construction
304-3 Chain Link Fence.............................................................................................ME-17
Section 306— Open Trench Conduit Construction
306-3 Trench Excavation...........................................................................................ME-18
306-6 Bedding ...........................................................................................................ME-19
306-12 Backfill.............................................................................................................ME-19
306-13 Trench Resurfacing..........................................................................................ME-19
306-14 Measurement...................................................................................................ME-21
306-15 Payment...........................................................................................................M E-21
Section 313— Signs
313-1 Roadside Signs ...............................................................................................ME-22
Section 314— Traffic Striping, Curb and Pavement Markings, and Pavement Markers
314-2 Removal of Traffic Striping and Curb and Pavement Markings........................ME-22
314-3 Removal of Pavement Markers................................:.......................................ME-22
314-4 Application of Traffic Striping and Curb and Pavement Markings.....................ME-23
314-5 Pavement Markers...........................................................................................ME-23
Section 315—Fiber Optic Communication System
315-1 General............................................................................................................ME-23
315-2 Products ..........................................................................................................ME-29
315-3 Execution.........................................................................................................ME-29
315-4 Fiber Optic Cable.............................................................................................ME-29
315-5 Execution.........................................................................................................ME-35
Table of Contents
315-6 Patch Cords.....................................................................................................ME-42
315-7 Conduit............................................................................................................ME-43
315-8 Pull Box N40 Communication ..........................................................................ME-48
315-9 Splice Enclosures ............................................................................................ME-49
315-10 Fiber Distribution Unit ......................................................................................ME-51
315-11 Fiber Optic Patch Panel...................................................................................ME-52
315-12 10 Base-T/100 Base-T Ethernet Switch...........................................................ME-54
315-13 Gigabit Ethernet Switch....................................................................................ME-57
PART 4—EXISTING IMPROVEMENTS
Section 400—Protection and Restoration
400-1 General............................................................................................................... IM-1
Section 401—Removal
401-3 Concrete and Masonry Improvements................................................................IM-1
Section 402— Utilities
402-1 Location.............................................................................................................. IM-2
402-4 Relocation........................................................................................................... IM-2
402-7 Utility Connection................................................................................................IM-2
Section 403—Manhole Adjustment and Reconstruction
403-1 General...............................................................................................................IM-2
403-3 Manholes in Asphalt Concrete Pavement........................................................... IM-3
403-5 Payment.............................................................................................................I M-3
Section 404— Cold Milling
404-9 Traffic Signal Loop Detectors.............................................................................. IM-4
404-11 Measurement...................................................................................................... IM-4
PART 7—STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS
Section 86— General
86-1.01 General...............................................................................................................TS-1
86-1.01A Summary
86-1.01 B Definitions
86-1.01 C Submittals
86-1.01 D Quality Assurance
86-1.02 Materials.............................................................................................................TS-7
86-1.02A General
86-1.02B Conduit And Accessories
86-1.02C Pull Boxes .
86-1.02D Tapes
86-1.02E Piezoelectric Axle Sensors
86-1.02F Conductors and Cables
86-1.02G Equipment Identification Characters
86-1.02H Splicing Materials
86-1.021 Connectors and Terminals
86-1.02J Standards, Poles, Pedestals, and Posts
86-1.02K Luminaires
86-1.021- Reserved
Table of Contents
86-1.02M Photoelectric Controls
86-1.02N Fused Splice Connectors
86-1.020 Grounding Electrodes
86-1.02P Enclosures
86-1.02Q Cabinets
86-1.0213 Signal Heads
86-1.02S Pedestrian Signal Heads
86-1.02T Accessible Pedestrian Signals
86-1.02U Push Button Assemblies
86-1.02V Reserved
86-1.02W Loop Detector Sealants
86-1.02X Electronic Markers and Locators
86-1.02Y Transformers
86-1.02Z Batteries
86-1.03 Construction......................................................................................................TS-55
86-1.04 Payment...........................................................................................................TS-55
Section 87-Electrical Systems
87-1 General .................................................................................................................TS-56
87-1.01 General ............................................................................................................TS-56
87-1.01A Summary
87-1.01 B Definitions
87-1.01 C Submittals
87-1.01 D Quality Assurance
87-1.02 Materials ..........................................................................................................TS-58
87-1.03 Construction .....................................................................................................TS-58
87-1.03A General
87-1.03B Conduit Installation
87-1.03C Installation Of Pull Boxes
87-1.03D Battery Backup System Cabinets
87-1.03E Excavating and Backfilling for Electrical Systems
87-1.03F Conductors And Cable Installations
87-1.03G Equipment Identification Characters
87-1.03H Conductor And Cables Splices
87-1.031 Connectors and Terminals
87-1.03J Standards, Poles, Pedestals and Posts
87-1.03K Piezoelectric Axle Sensors
87-1.03L Utility Service
87-1.03M Photoelectric Controls
87-1.03N Fused Splice Connectors
87-1.030 Grounding Electrodes
87-1.03P Service Equipment Enclosures
87-1.03Q Cabinets
87-1.03R Signal Heads
87-1.03S Pedestrian Signal Heads
87-1.03T Accessible Pedestrian Signals
i
.r
Table of Contents
87-1.031.1 Push Button Assemblies
87-1.03V Detectors
87-1.03W Sealants
87-1.03X Reserved
87-1.03Y Transformers
87-1.03Z Reserved
87-1.04 Payment...........................................................................................................TS-87
87-2 Lighting Systems ..................................................................................................TS-87
87-2.01 General.............................................................................................................TS-87
87-2.01A Summary
87-2.01 B Definitions
87-2.01 C Submittals
87-2.01 D Quality Assurance
87-2.02 Materials...........................................................................................................TS-88
87-2.02A General
87-2.026 High Mast Lighting Assemblies
87-2.02C Soffit and Wall-Mounted Luminaires
87-2.03 Construction......................................................................................................TS-91
87-2.03A General
87-2.0313 High Mast Lighting Assemblies
87-2.03C Soffit and Wall-Mounted Luminaires
87-2.04 Payment...........................................................................................................TS-92`
87-3 Sign Illumination Systems .....................................................................................TS-92
87-3.01 General..............................................................................................................TS-92
87-3.01A Light Emitting Diode (LED) Light Systems
87-3.02 Materials...........................................................................................................TS-95
87-3.03 Construction......................................................................................................TS-95
87-3.04 Payment ...........................................................................................................TS-95
87-4 Signal and Lighting Systems .................................................................................TS-95
87-4.01 General.............................................................................................................TS-95
87-4.02 Materials...........................................................................................................TS-95
87-4.02A General
87-4.02B Railroad Preemption
87-4.03 Construction......................................................................................................TS-96
87-4.03A General
87-4.0313 Railroad Preemption
Table of Contents
87-4.04 Payment...........................................................................................................TS-97
87-5 Ramp Metering Systems .......................................................................................TS-97
87-5.01 General.............................................................................................................TS-97
87-5.02 Materials...........................................................................................................TS-97
87-5.03 Construction......................................................................................................TS-97
87-5.04 Payment...........................................................................................................TS-97
87-6 Traffic Monitoring Station Systems ........................................................................TS-97
87-6.01 General.............................................................................................................TS-97
87-6.02 Materials...........................................................................................................TS-98
87-6.03 Construction......................................................................................................TS-98
87-6.04 Payment ...........................................................................................................TS-98
87-7 Flashing Beacon Systems .....................................................................................TS-98
87-7.01 General.............................................................................................................TS-98
87-7.02 Materials...................................................................:.......................................TS-98
87-7.03 Construction......................................................................................................TS-99
87-7.04 Payment...........................................................................................................TS-99
87-8 Pedestrian Hybrid Beacon Systems ......................................................................TS-99
87-8.01 General.............................................................................................................TS-99
87-8.01A Summary
87-8.01 B Definitions
87-8.01 C Submittals
87-8.01 D Quality Assurance
87-8.02 Materials...........................................................................................................TS-99
87-8.02A General
87-8.02B Pedestrian Hybrid Beacon Face
87-8.03 Construction....................................................................................................TS-100
87-8.04 Payment.........................................................................................................TS-100
87-9-87-11 Reserved..................................................................................................TS-100
87-12 Changeable Message Sign Systems .................................................................TS-100
Table of Contents
87-12.01 General.........................................................................................................TS-100
87-12.02 Materials.......................................................................................................TS-100
87-12.03 Construction..................................................................................................TS-100
87-12.04 Payment........................................................................................................TS-100
87-13 Reserved...........................................................................................................TS-100
87-14 Radar Speed Feedback Sign Systems...............................................................TS-100
87-14.01 General.........................................................................................................TS-101
87-14.01A Summary
87-14.01 B Definitions
87-14.01 C Submittals
87-14.01 D Quality Assurance
87-14.02 Materials.......................................................................................................TS-102
87-14.02A General
87-14.02E Housings
87-14.02C Display Windows
87-14.02D Radar Units
87-14.03 Construction..................................................................................................TS-103
87-14.04 Payment........................................................................................................TS-103
87-15-87-17 Reserved................................................................................................TS-103
87-18 Interconnection Conduit and Cable ...................................................................TS-103
87-18.01 General.........................................................................................................TS-103
87-18.02 Materials.......................................................................................................TS-104
87-18.03 Construction..................................................................................................TS-104
87-18.04 Removal........................................................................................................TS-104
87-18.05 Payment........................................................................................................TS-104
87-19 Fiber Optic Cable Systems ...............................................................................TS-104
87-19.01 General.........................................................................................................TS-104
87-19.01A Summary
87-19.01 B Definitions
87-19.01 C Submittals
87-19.01 D Quality Assurance
87-19.02 Materials.......................................................................................................TS-106
87-19.02A General
Table of Contents
87-19.026 Vaults
87-19.02C Fiber Optic Cable
87-19.02D Fiber Optic Splice Enclosures
87-19.02E Fiber Distribution Units
87-19.02F Patch Cords
87-19.02G Splice Trays
87-19.02H Fiber Optic Markers
87-19.021 Fiber Optic Connectors and Couplers
87-19.03 Construction..................................................................................................TS-109
87-19.03A General
87-19.03B Vaults Installation
87-19.03C Fiber Optic Cable Installation
87-19.03D Fiber Optic Cable Splices
87-19.03E Splice Enclosures Installation
87-19.03F Fiber Optic Distribution Unit Installation
87-19.03G Fiber Optic Markers Installation
87-19.04 Removal........................................................................................................TS-113
87-19.05 Payment........................................................................................................TS-113
87-20 Temporary Electrical Systems ...........................................................................TS-113
87-20.01 General.........................................................................................................TS-113
87-20.02 Materials.......................................................................................................TS-114
87-20.02A General
87-20.02B Generators
87-20.02C Automatic Transfer Switches
87-20.02D-87-20.02G Reserved
87-20.02H Temporary Flashing Beacon Systems
87-20.021 Temporary Lighting Systems
87-20.02J Temporary Signal Systems
87-20.02K Temporary Radar Speed Feedback Sign Systems
87-20.03 Construction..................................................................................................TS-115
87-20.03A General
87-20.03B-87-20.03G Reserved
87-20.03H Temporary Flashing Beacon Systems
87-20.031 Temporary Lighting Systems
87-20.03J Temporary Signal Systems
87-20.03K Reserved
87-20.04 Payment........................................................................................................TS-116
87-21 Existing Electrical Systems ................................................................................TS-116
87-21.01 General.........................................................................................................TS-116
87-21.02 Materials......................................................................................:................TS-116
Table of Contents
87-21.02A Removing and Replacing Improvements
87-21.03 Construction..................................................................................................TS-116
87-21.03A General
87-21.03B Maintaining Existing Traffic Management System Elements During
Construction
87-21.03C Modifying Existing Electrical Systems
87-21.03D Removing Existing Electrical Systems
87-21.04 Payment........................................................................................................TS-118
Section 88—Reserved
PART 8—LANDSCAPING AND IRRIGATION MATERIALS
Section 800—Materials
800-1 Landscaping Materials........................................................................................LA-1
800-2 Irrigation System Materials..................................................................................LA-4
800-3 Electrical Materials..............................................................................................LA-6
Section 801 -Installation
801-1 General..............................................................................................................LA-8
801-2 Earthwork and Topsoil Placement......................................................................LA-8
801-3 Header Installation.............................................................................................LA-9
801-4 Planting.................................................................................:............................LA-9
801-5 Irrigation System Installation............................................................................LA-12
801-6 Maintenance and Plant Establishment.............................................................LA-15
801-9 Guarantee........................................................................................................LA-17
801-10 Charts, Manuals and Drawings........................................................................LA-17
801-11 Equipment........................................................................................................LA-18
Table of Contents
APPENDICES
1. City Working Days Calendar
2. Permits
a) Caltrans Permit
b) City Permits
3. Clean Cabinet Installation Example
NOTICE INVITING SEALED
BIDS FOR PROPOSALS FOR
"Advanced Traffic
Management System Phase II"
NOTICE IS HEREBY GIVEN that the City of Rancho Cucamonga will receive at the Office of the
City Clerk in the offices of the City of Rancho Cucamonga, on or before the hour of 2:00 p.m. on
March 4, 2025, sealed bids or proposals for the "Advanced Traffic Management System Phase
II" in said City. The scope of work to be performed consists of, but not limited to, installation of
CCTV cameras, video detection systems, fiber optic cable and conduit, communication
networking equipment, and upgrading and integrating existing traffic signals into the City's Traffic
Management Center located at City Hall The contract documents call for 180 working days to
complete this construction. Engineer's Estimate is$8,700,000.
Bids will be publicly opened and read in the City Council Chambers, 10500 Civic Center Drive,
Rancho Cucamonga, California 91730.
Bids must be made on a form provided for the purpose, addressed to the City of Rancho
Cucamonga, California, marked, "Sealed Bid for Construction of Advanced Traffic Management
System Phase II."
PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California
Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not
less than the general prevailing rate of per diem wages for work of a similar character in the
locality in which the public work is performed, and not less than the general prevailing rate of per
diem wages for holiday and overtime work. In that regard, the Director of the Department of
Industrial Relations of the State of California is required to and has determined such general
prevailing rates of per diem wages. As such, a copy of prevailing wage rates may be found at
https://www.dir.ca.gov/Public-Works/Prevailing-Wage.htmi. The Contracting Agency also shall
cause a copy of such determinations to be posted at the job site.
No contractor or subcontractor may be listed on a bid proposal for a public works project unless
registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5
(with limited exceptions from this requirement for bid purposes only under Labor Code section
1771.1(a)).
No contractor or subcontractor may be awarded a contract for public work on a public works
project unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
For all projects, the contractors and subcontractors must furnish electronic certified payroll
records to the Labor Commissioner.
Pursuant to provisions of Labor Code Section 1775, the Contractor shall forfeit, as penalty to the
N-1
City of Rancho Cucamonga, not more than two hundred dollars ($200.00) for each laborer,
workman, or mechanic employed for each calendar day or portion thereof, if such laborer,
workman or mechanic is paid less than the general prevailing rate of wages herein before
stipulated for any work done under the attached contract, by him or by any subcontractor under
him, in violation of the provisions of said Labor Code.
Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code concerning
the employment of apprentices by the Contractor or any subcontractor under him.
Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in
any apprenticable occupation to apply to the joint apprenticeship committee nearest the site of
the public works project and which administers the apprenticeship program in that trade for a
certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will
be used in the performance of the contract. The ratio of apprentices to journeymen in such cases
shall not be less than one to five except:
A. When unemployment in the area of coverage by the joint apprenticeship committee
has exceeded an average of 15 percent in the 90 days prior to the request of
certificate, or
B. When the number of apprentices in training in the area exceeds a ratio of one to
five, or
C. When the trade can show that it is replacing at least 1/30 of its membership through
apprenticeship training on an annual basis statewide or locally, or
D. When the Contractor provides evidence that he employs registered apprentices on
all of his contracts on an annual average of not less than one apprentice to eight
journeymen.
The Contractor is required to make contributions to funds established for the administration of
apprenticeship programs if he employs registered apprentices or journeymen in any apprenticable
trade on such contracts and if other Contractors on the public works site are making such
contributions.
The Contractor and subcontractor under him shall comply with the requirements of Sections
1777.5 and 1777.6 in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules, and other requirements may
be obtained from the Director of Industrial Relations, the Administrator of Apprenticeship, San
Francisco, California, or from the Division of Apprenticeship Standards and its branch offices.
Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the
execution of this contract and the Contractor and any subcontractor under him shall comply with
and be governed by the laws of the State of California having to do with working hours as set forth
in Division 2, Part 7, Chapter 1,Article 3 of the Labor Code of the State of California as amended.
The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho Cucamonga,
twenty-five dollars ($25.00) for each worker employed in the execution of the contract by the
respective contractor or subcontractor for each calendar day during which the worker is required
or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar
N-2
week in violation of the provisions of this article.
Contractor agrees to pay travel and subsistence pay to each workman needed to execute the
work required by this contract as such travel and subsistence payments are defined in the
applicable collective bargaining agreement filed in accordance with Labor Code Section 1773.1.
The bidder must submit with his proposal, cash, cashier's check, certified check, or bidder's bond,
payable to the City of Rancho Cucamonga for an amount equal to at least 10% of the amount of
said bid as a guarantee that the bidder will enter into the proposed contract if the same is awarded
to him, and in event of failure to enter into such contract said cash, cashiers' check, certified
check, or bond shall become the property of the City of Rancho Cucamonga.
If the City of Rancho Cucamonga awards the contract to the next lowest bidder, the amount of
the lowest bidder's security shall be applied by the City of Rancho Cucamonga to the difference
between the low bid and the second lowest bid, and the surplus, if any shall be returned to the
lowest bidder.
The amount of the bond to be given to secure a faithful performance of the contract for said work
shall be 100% of the contract price thereof, and an additional bond in an amount equal to 100%
of the contract price for said work shall be given to secure the payment of claims for any materials
or supplies furnished for the performance of the work contracted to be done by the Contractor, or
any work or labor of any kind done thereon, and the Contractor will also be required to furnish a
certificate that he carries compensation insurance covering his employees upon work to be done
under contract which may be entered into between him and the said City of Rancho Cucamonga
for the construction of said work.
Contractor shall possess any and all contractor licenses, in form and class as required by any
and all applicable laws with respect to any and all of the work consisting of, but not limited to,
installation of CCTV cameras, video detection systems, fiber optic cable and conduit,
communication networking equipment, and upgrading and integrating existing traffic signals into
the City's Traffic Management Center located at City Hall, to be performed under this contract;
including, but not limited to, a Class "A" License (General Engineering Contractor) or "Class C-
10" (Electrical Contractor) License in accordance with the provisions of the Contractor's License
Law (California Business and Professions Code, Section 7000 et. seq.) and rules and regulation
adopted pursuant thereto. Contractor shall also obtain at least one technician performing
the work associated with traffic signal, fiber interconnect, video detection systems, and
related equipment certified as an International Municipal Signal Association(IMSA)Traffic
Signal Senior Field Technician Level III.
The Contractor, pursuant to the "California Business and Professions Code," Section 7028.15,
shall indicate his or her State License Number on the bid, together with the expiration date, and
be signed by the Contractor declaring, under penalty of perjury, that the information being
provided is true and correct.
The work is to be done in accordance with the profiles, plans, and specifications of the City of
Rancho Cucamonga on file in the Office of the City Clerk at 10500 Civic Center Drive, Rancho
Cucamonga, California.
In an effort to go green and paperless, digital copies of the plans, specifications, and bid proposal,
including any future addenda or revisions to the bid documents, are available by going to
www.virtual-bid.com and signing up, by going to Member Login or Member Signup(it's free),then
choose California, then scroll down to San Bernardino County and click on Browse Cities, then
N-3
scroll down to Rancho Cucamonga and click on City Projects,then click on the Project of interest
under the Title and follow directions for download. Note, copies of the plans, specifications, bid
proposal, addendums and revisions will not be provided, digital copies must be downloaded from
the above website then printed. Prospective bidders must register for an account on www.virtual-
bid.com to be included on the prospective bidder's list(s) and to receive email updates of any
addenda or revisions to the bid documents. Be advised that the information contained on this site
may change over time and without notice to prospective bidders or registered users. While effort
is made to keep information current and accurate and to notify registered prospective bidders of
any changes to the bid documents, it is the responsibility of each prospective bidder to register
with www.virtual-bid.com and to check this website on a DAILY basis through the close of bids
for any applicable addenda or updates.
No proposal will be considered from a Contractor to whom a proposal form has not been
issued by the City of Rancho Cucamonga to registered prospective bidders from
www.virtual-bid.com.
The successful bidder will be required to enter into a contract satisfactory to the City of Rancho
Cucamonga.
In accordance with the requirements of Section 7-3.2 of the General Provisions, as set forth in
the Plans and Specifications regarding the work contracted to be done by the Contractor, the
Contractor may, upon the Contractor's request and at the Contractor's sole cost and expense,
substitute authorized securities in lieu of monies withheld (performance retention).
The City of Rancho Cucamonga, reserves the right to reject any or all bids.
Questions regarding this Notice Inviting Sealed Bids for"Advanced Traffic Management System
Phase II" shall be submitted five (5) days prior to bid opening and shall be directed to:
Krystal Lai, Associate Engineer
10500 Civic Center Drive, Rancho Cucamonga, CA 91730
(909)477-2740, ext. 4019
ADVERTISE ON: February 11, 2025, February 18, 2025
N-4
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals under these specifications shall be submitted on the blank forms furnished herewith.
When presented, all forms must be completely made out in the manner and form indicated and
must also meet the following requirements:
1. The bidder shall set forth for each item of work, in clearly legible figures, an item price and
a total for the item in the respective spaces provided for this purpose. In the case of unit
basis items, the amount set forth under the"Total" column shall be the product of the unit
price multiplied by the estimated quantity for the item.
In case of discrepancy between the unit price and the total set forth for the item, the unit
price shall prevail, except however, that if the amount set forth as a unit price is
ambiguous, unintelligible or uncertain for any cause, or if it is omitted, or in the case of unit
basis items, is the same amount as the entry in the"Total"columns, or in the case of lump
sum items, is not the same amount as the entry in the"Total" column, then the amount set
forth in the "Total" column for the item shall prevail in accordance with the following:
(1) As to lump sum items, the amount set forth in the"Total" column shall be the unit
price.
(2) As to unit basis items, the amount set forth in the "Total" column shall be divided
by the estimated quantity for the item and the price thus obtained shall be the unit
price.
The bidder shall also set forth in both words and clearly legible figures the "Total Bid
Amount" in the spaces provided at the bottom of the Bid Schedule.
2. The proposal must be properly signed by the bidder, whose address, telephone number,
and California Contractor's license number must be shown.
3. The Contractor shall perform with his own organization and with workmen under his
immediate 'supervision, work of a value not less than 50% of the total value of all work
embraced in the contract, except that any designated "Specialty Items" may be performed
by subcontract and the amount of any such "Specialty Items" so performed may be
deducted from the Contract Price before computing the amount required to be performed
by the Contractor with its own organization. "Specialty Items" will be identified by the
Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work
subcontracted will be based on the Contract Unit Price. When a portion of an item is
subcontracted,the value of work subcontracted will be based on the estimated percentage
of the Contract Unit Price. This will be determined from information submitted by the
Contractor, and subject to approval by the Engineer.
With the proposal, the Contractor shall list (a) the name, address, and the California
Contractor License Number of each subcontractor who will perform work included in the
contract, and (b) the portion of work which will be done by each subcontractor. All
subcontractors performing work in excess of 1/2% of the total value of the contract or, in
the case of bids or offers for the construction of streets or highways, including bridges, in
excess of 1/2% of the total value of the contract or ten thousand dollars ($10,000.00)
-1
whichever is greater, shall be listed. The successful bidder shall be prohibited from
performing work on this project with a subcontractor who is ineligible to perform work on
the project pursuant to Section 1777.1 or 1777.7 of the Labor Code.
4. Bid must be accompanied by cash, cashier's check, certified check, or surety bond in an
amount not less than (10%) of the total amount of bid. Checks and bond shall be made
payable to the City of Rancho Cucamonga.
5. The correction of any discrepancies in or omission from the drawings, specifications or
other contract documents or any interpretation thereof during the bidding period will be
made only by written addendum. See Item G, Addendum, for further information and
instructions.
6. Bids shall not contain any recapitulation, inserted by the Bidder, of work to be done.
Alternative proposals will not be considered unless specifically requested. No oral or
telephone modifications will be considered.
7. ..........Each bid shall be valid for no less than 30 days after the opening of the proposals.
8. No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all
amounts bid will be deemed and held to include any such taxes which may be applicable.
B. DELIVERY OF PROPOSAL
Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID
FOR Advanced Traffic Management System Phase II IN THE CITY OF RANCHO
CUCAMONGA." Proposals may be mailed or delivered by messenger. However, it is the bidder's
responsibility alone to ensure delivery of the proposal to the City Clerk prior to the bid opening
hour stipulated in the Notice Inviting Bids. Late proposals will not be considered.
C. WITHDRAWAL OF PROPOSALS
A proposal may be withdrawn by a written request signed by the bidder. Such request must be
delivered to the City Clerk prior to the bid opening hour stipulated in the Notice Inviting Bids.
Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee. The
withdrawal of the proposal will not prejudice the right of the bidder to submit a new proposal,
providing there is time to do so.
D. DISQUALIFICATION OF BIDDERS AND PROPOSALS
The bidder's attention is directed to the "California Business and Professions Code," Section
7028.15, which requires the Contractor to indicate his or her State License Number on the bid,
together with the expiration date, and be signed by the Contractor declaring, under penalty of
perjury, that the information being provided is true and correct.
"Any bid not containing this information, or a bid containing information which is subsequently
proven false, shall be considered non-responsive and shall be rejected by the public agency."
More than one proposal for the same work from any individual, firm partnership, corporation, or
association under the same or different names will not be accepted; and reasonable grounds for
believing that any bidder is interested in more than one proposal for the work will be cause for
rejecting all proposals in which such bidder is interested.
1-2
Proposals in which the prices are obviously unbalanced, and those which are incomplete or show
any alteration of form or contain any additions or conditional or alternate bids that are not called
for or otherwise permitted, may be rejected. A proposal on which the signature of the bidder has
been omitted will be rejected.
E. SIGNATURE OF CONTRACTOR
Corporation
The signature must contain the name of the corporation, must be signed by the President and
Secretary or Assistant Secretary, and the corporate seal must be affixed. Other persons may
sign for the corporation in lieu of the above if a Certified copy of a resolution of the corporate
board of directors so authorizing them to do so, is on file in the City Clerk's office.
Partnership
The names of all persons comprising the partnership or copartnership must be stated. The bid
must be signed by all partners comprising the partnership unless proof in the form of a certified
copy of a certificate of partnership acknowledging the signer to be a general partner authorized
to sign the contract on behalf of the partnership is presented to the City Clerk, in which case the
general partner may sign.
Joint Venture
Bids submitted as a joint venture must so state and be signed by each joint venture.
Individual
Bids submitted by an individual must be signed by the bidder, unless a general power of attorney,
not more than 60 days old, is on file in the City Clerk's office, in which case the attorney in fact
may sign for the individual.
The above rules also apply in the case of the use of a fictitious business name. In addition,where
a fictitious name is used, it must be so indicated in the signature.
F. BID BOND
Bid must be accompanied by cash, cashier's check, certified check, or surety bond in an amount
not less than 10% of the total amount of bid. Checks and bond shall be made payable to the City
of Rancho Cucamonga.
G. ADDENDUM
The correction of any discrepancies in or omission from the drawings, specifications or other
contract documents or any interpretation thereof during the bidding period will be made only by
written addendum. A copy of each such addendum will be posted on the internet, and it shall be
the bidder's responsibility to download and print each and every posted addendum and a signed
copy of the addendum shall be returned to the City prior to bid opening or attached to the bid
documents. Failure to do so may result in bid rejection. Said addendum shall be made part of
1-3
the contract. Any other interpretation or explanation of such documents will not be considered
binding. The addendum can be found by going to www.virtual-bid.com, Member Login,then choose
California, then scroll down to San Bernardino County and click on Browse Cities, then scroll
down to Rancho Cucamonga and click on City Projects, then click on the project of interest under
the title and follow directions for download.
H. EXAMINATION OF PLANS, SPECIFICATIONS,AND SITE OF WORK
The plans and specifications to which the proposal forms refer are on file and open to inspection
in the office of the City Engineer.
Bidders must satisfy themselves by personal examination of the work site, plans, specifications,
and other contract documents, and by any other means as they may believe necessary, as to the
actual physical conditions, requirements and difficulties under which the work must be performed.
No bidder shall at any time after submission of a proposal make any claim or assertion that there
was any misunderstanding or lack of information regarding the nature of amount of work
necessary for the satisfactory completion.of the job. Any errors, omissions, or discrepancies
found in the plans, specifications, or other contract documents shall be called to the attention of
the Resident Engineer and clarified prior to the submission of proposals.
I. ESTIMATED QUANTITIES
The quantities given in the proposal and contract form are approximate, being given as a basis
for the comparison of bids only, and the City does not, expressly or by implication, agree that the
actual amount of work will correspond therewith, but reserves the right to increase or decrease
the amount of any class or portion of the work, or to omit any portion of the work, as may be
deemed advisable or necessary by the Engineer.
However, when the quantity shown in the Proposal has the designation (F)following the Bid Item
in the Schedule of Unit Cost and Lump Sum amounts, that designation indicates the final pay
quantity and/or costs and shall be the final quantity used for which payment will be made, unless
the dimensions of the portion of the work shown on the plans are revised by the Engineer, or
unless the portion of the work is eliminated. If the dimensions of the specific portion of the work
are revised, and the revisions result in an increase or decrease in the estimated quantity of the
portion of the work, the final quantity for payment will be revised in the amount represented by
the changes in the dimensions. If the specific portion.of the work is eliminated then the final pay
quantity designated for the specific portion of the work will be eliminated.
The estimated quantity of each specific portion of the work designated on the plans as a final pay
quantity shall be considered as approximate only and no guarantee is made that the quantities
which can be determined by computations, based on the details and dimensions shown on the
plans, will equal the estimated quantities. No allowance will be made in the event that the
quantities based on computations do not equal the estimated quantities.
When portions of an item have been designated on the plan as final pay quantities, portions not
so designated will be measured and paid for in accordance with the applicable provisions of these
specifications and the special provisions.
In case of a discrepancy between the quantities shown on the plan as final pay quantities and the
1-4
quantity of the same item shown in the Engineer's Estimate, payment will be based on the final
pay quantities shown on the plans.
J. COMPETENCY OF BIDDER
The bidder shall be licensed under the provisions of Chapter 9, Division 3, of the Business and
Professions Code of the State of California to do the type of work contemplated in the contract
and shall be skilled and regularly engaged in the general class or type of work called for under
this contract. To assist in the determination of competency, the Contractor shall complete the
attached "Bidder Information"form.
K. AWARD AND EXECUTION OF CONTRACT
Acceptance or Resection
The City of Rancho Cucamonga, reserves the right to reject any or all bids.The City reserves the
right to waive inconsequential errors and/or irregularities.
Award of Contract (USE FOR BASE BID ONLY)
The lowest responsive bidder will be calculated per Section 20103.8 (a) of the Public Contract
Code as the lowest bid price on the base contract without consideration of additive(or deductive)
items. The award of a contract, if it be awarded, will be to the above lowest responsive bidder.
No proposal will be considered-from a Contractor to whom a proposal form has not been
issued by the City of Rancho Cucamonga to registered prospective bidders from
www.virtual-bid.com.
The award, if made, will be made as expeditiously as possible after the opening of the proposals
and in recognition of Section A.7. above. In no case will an award be made until all necessary
investigations are made into the responsibility of the bidder to whom it is proposed to award the
contract.
Contractor shall possess any and all contractor licenses, in form and class as required by any
and all applicable laws with respect to any and all of the work to be performed under this contract;
including, but not limited to, a Class"A" License(General Engineering Contractor) or Class"A" in
accordance with the provisions of the Contractor's License Law (California Business and
Professions Code, Section 7000, et. seq.) and rules and regulations adopted pursuant thereto at
the time this contract is awarded.
Bonds
The Contractor shall furnish a good and sufficient surety bond issued by a surety company
authorized to do business in the State of California in the sum equal to 100% of the total bid,
conditioned for the Faithful Performance by the Contractor of all covenants, stipulations any
agreements contained in said contract; an addition, the Contractor shall furnish a Labor and
Materials Bond and a sum equal to 100% of the contract price, as required by the provisions of
Section 9554 of the California Civil Code.
1-5
Workers' Compensation
Before commencing any work under the contract,the successful bidder must file with the Engineer
a certificate by an insurance carrier authorized under the laws of the State to insure employers
against liability for compensation under the "Worker's Compensation Insurance and Safety Act,"
stating that such bidder has taken out for the term for which the contract is to run, compensation
insurance covering his full liability work or labor necessary to carry out the provisions of this
contract, and an agreement to immediately notify said Engineer if said policy should lapse or be
canceled. In the event that such policy should become inoperative at any time before the
completion of the work, all work shall cease immediately until a new policy is obtained and. any
time so lost shall not entitle Contractor to any extension of time.
Execution of Contract
The Contract shall be signed by the successful bidder and returned together with the other
required documents, within fifteen (15) days after the bidder has received notice that the contract
has been awarded, unless extended by said City Council in writing. No proposal shall be
considered binding upon the City until the execution of the contract.
Failure to execute a contract and file acceptable documents as provided herein within fifteen (15)
days from receipt of notice of award shall be just cause for the annulment of the award. In the
event of failure to enter into such contract, the lowest bidder's security (cash, cashier's check,
certified check, or bond) shall become the property of the City of Rancho Cucamonga.
If the City of Rancho Cucamonga awards the contract to the next lowest bidder, the amount of
the lowest bidder's security shall be applied by the City of Rancho Cucamonga to the difference
between the low bid and the second lowest bid, and the surplus, if any shall be returned to the
lowest bidder.
Liquidated Damages and Working Days
Attention is directed to the provisions of Section 6-9 of the Specifications.
The Contractor shall pay to the City of Rancho Cucamonga the sum of$6,700.00 per day for each
and every calendar day's delay in finishing the work in excess of 180 working days.
L. RETURN OF PROPOSAL GUARANTEE
The cash, check or bond of a bidder to whom the contract has been awarded will be returned to
him after all of the acts, for the performance of which said security is required, have been fully
performed. The cash, checks or bonds of the remaining qualified bidders will be returned when
the bidder to whom the contract has been awarded has properly executed and returned all of the
required Contract Documents. Cash, checks or bid bonds of other bidders will be returned when
their proposals are rejected or in any event at the expiration of 30 days from the date of award of
contract.
M. CITY BUSINESS LICENSE
Municipal Ordinances requires the issuance of a City Business License as a condition precedent
I-6
to being engaged as a Contractor within the City.
N. EQUIVALENT MATERIALS
Attention is directed to the provisions of Section 4-1.6 of the Standard Specifications for Public
Works Construction.
1-7
BID DOCUMENTS TO SUBMIT FOR PROPOSAL
Only the following listed documents, identified in the lower right corner as 'Bid Forms" shall be
fully executed and submitted with the Bid at the time of opening of Bids.
€ Schedule of Unit Cost and Lump Sum Amounts
€ Bidder Agreement
€ Bidder Information
€ Subcontractor
€ Declaration of Eligibility to Contract
€ Certificate of Non-Discrimination by Contractors
€ Non-Collusion Declaration
€ Bid Bond
Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render
a Bid as non-responsive and subject to rejection.
Elecnor Belco Electric,Inc.
Bidder
P-1 of P-13
Advanced Traffic Management System
Phase II
PROJECT NO.800-2024-10
Required Bid Proposal Forms
Mayor L.Dennis Michael I Mayor Pro Tern Lynne B.Kennedy
Council Members Ryan A.Hutchison,Kristine D.Scott,Ashley N.Stickler
City Manager John R.Gillison
CITY OF RANCHO
10500 Civic Center I Rancho Cucamonga,CA 91730 1 1-909-477-2700 1 www.CityofRC.us
r
February 26, 2025
ADDENDUM NO. 1
Advanced Traffic Management System Phase II
To: All Plan Holders
ss
Pursuant to the Specification, Instruction to Bidders, Section G, Addendums, holders of bid
proposals, contracts and specifications and project plans of the above project are hereby directed
to make the following corrections, additions, and/or deletions to any and all copies of plans and
specifications in their possession.
1. The bidder's attention is directed to the Specifications, Page N-1:
The Bid Date has been changed to Tuesday, April 1, 2025, at 2:00 PM
2. The bidder's attention is directed to the Specifications, Page N-4, the last
paragraph is deleted and replaced with the following:
All questions regarding Notice Inviting Bids must be in writing (e-mail is
acceptable) and received by the City no later than 5:00 pm on March 26, 2025.
The City is not responsible for questions undeliverable.
Pursuant to the Instructions to Bidders, Section G, Addendums, a signed copy of this
addendum shall be returned to the City prior to bid opening or attached to bid documents.
Acknowledgment of Receipt: Krystaal�l Lai, Project Manager
John Wong/Vice President /12G
Print Name
Si na tyre
Elecnor Bellco Electric,Inc.
Company Name
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"Advanced Traffic Management System Phase II"
TO THE CITY OF RANCHO CUCAMONGA:
The undersigned bidder declares that he has carefully examined the location of the proposed
work, that he has examined the Plans, Special Provisions and Specifications, and read the
accompanying Instruction to Bidders, and hereby proposes and agrees, if this proposal is
accepted,to furnish all material and equipment and do all the work required to complete the said
work in accordance with the Plans,Special Provisions and Specifications, in the time and manner
therein prescribed for the unit cost and lump sum amounts set forth .in the schedule on the
following Proposal.
BASE BID:
Item Description Reference Qty. Unit Unit Price
No. Specification Price
1. Furnish and Install 288- (315-4) 107,500 LF
Strand SMFO Trunk Cable
2. Furnish and Install 12- (315-4) 9,900 LF 2.Sa 2�t�'�-Sb
Strand SMFO Branch Cable
3. Furnish and Install#8 Tracer (315-7) 103,500 LF 2-4C, %ztm 4c5o
Wire
4. Furnish and Install#8 (315-7) 49,300 LF 2•Ud
Ground Wire
5. Furnish and Install 4" PVC (315-7) 47,500 LF *42 3 42d,�a
Schedule 80 Conduit
6. Furnish and Install 3-1.35"
O.D. Schedule 40 HDPE (315-7) 47,500 LF 4.4s 122,la2S
Innerducts
7. Remove Existing SIC (87-18) 40,600 LF k
8. Remove Existing Controller
and Replace with New 1.02Q(2)a(a) 70 EA —4,_� 523,1%0
Cobalt Controller
Elecnor Belco Electric,Inc.
Bidder
P-2 of P-13
Advanced Traffic Management System
Phase II
PROJECT NO.800-2024-10
Required Bid Proposal Forms
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"Advanced Traffic Management System Phase II"
Item Description Reference Qty. Unit Unit Price
No. Specification Price
9. Furnish and Install Etherwan (315-12) 51 EA Ll,� 2e,?',S1c1
Switch
10. Furnish and Install 12-Port (315-11) 49 EA 2,ybo _�ya
Fiber Patch Panel
11, Furnish and Install Splice (315-9) 51 EA %#57t LA "7!7,2 y
Closure
12, Fiber/Splicing Terminations (315-4) 58 EA ,td.00
(Per Intersection)
13. Furnish and Install No. 6E (86-1.02C) 71 EA W275LI S-4"&Ll
Pull Box
14, Replace Existing Pull Box (86-1.02C) 83 EA 1,5g8 LA
with New No. 6E Pull Box
15. Furnish and Install No, N40 (315.8) 32 EA 4iSe%P \t-1L-LoOr->
Pull Box with Extension
16. Replace Existing Pull Box
with New No. N40 Pull Box (315-8) 19 EA boc, `N qoa
with Extension
17. Furnish and Install PTZ
CCTV Camera(Housing, (87-1.03X) 20 EA c teino 1 go,mo
Assembly, Power Injector,
Cabling)
18. Furnish and Install SFP (315-12) 26 EA --2 z2
Modules In Network Switch
19. Remove Existing Fiber Optic (87-19) 11,500 LF t
Cable
20. Remove and Salvage
Existing Master Controller At (86-1.02Q(2)) 1 LS ►rDG�O �ioac
Milliken Ave/Terra Vista Ave
Elecnor Belco Electric,Inc.
Bidder
P-3 of P-13
Advanced Traffic Management System
Phase II
PROJECT NO.800-2024-10
Required Bid Proposal Forms
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"Advanced Traffic Management System Phase II"
Item Description Reference Qty. Unit Unit Price
No. Specification Price
21. Remove and Salvage
Existing Wireless Antenna (87-1.02Q(1)) 9 EA Sod ct,��o
and Mounting
22. Remove and Salvage (315-12) 2 EA 500 l�
Existing Network Switch
23. System Integration and (315-1) 1 LS 22.E 22.ct=;,0
Acceptance Testing
24. Furnish and Install 16 Port
Expansion Module For (315-12) 1 EA 'r5op 2Zod5
Existing Network Switch
25. Furnish And Install Apex
Hybrid Video Detection
Camera With Radar Sensor (87-1.03V(4)) 42 EA -j 434 22 a
(Housing, Assembly,
Cabling)
26. Furnish and Install Apex
Video Detection Camera (87-1.03V(4)) 20 EA 7 1yk,o$d
(Housing, Assembly,
Cabling)
27. Furnish and Install Iteris
Vantage Apex Video (87-1.03V(4)) 16 EA 15.'Sd t �16,o&,y
Detection Processing Unit in
Controller Cabinet
28. Furnish and Install CBS-127
(42"x 24"x 14") Cabinet on (86-1.02Q(4)) 3 EA t_t 2idLocS
Existing Traffic Signal
Cabinet
29. Mobilization (7-3.4) 1 LS 11 1 O l��
30• Traffic Control (5-7.10) 1 LS S54000 G5,00a
Elecnor Belco Electric,Inc.
Bidder
P-4 of P-13
Advanced Traffic Management System
Phase II
PROJECT NO.800-2024-10
Required Bid Proposal Forms
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"Advanced Traffic Management System Phase II"
TOTAL BASE BID AMOUNT IN NUMBERS:-jj�!4&44,2625
TOTAL BASE BID AMOUNT IN WORDS: SPNIen n1',Ili nn .e iX hc�r�\�� �vtz-ka—
Elecnor Belco Electric,Inc.
Bidder
P-5 of P-13
Advanced Traffic Management System
Phase II
PROJECT NO.800-2024-10
Required Bid Proposal Forms
BIDDER AGREEMENT
The undersigned also agrees as follows:
FIRST: Within 15 calendar days from the receipt of the Notice of Award of Contract, to execute
the contract, and to furnish to the City of Rancho Cucamonga, two (2) satisfactory bonds in the
amounts specified in the Notice Inviting Bids guaranteeing the faithful performance of the work
and payment of bills.
SECOND: To begin work within ten (10) calendar days after the date specified in the Notice to
Proceed and to prosecute said work in such a manner as to complete it within 180 working days
after such specified date.
Accompanying this proposal is cash, a cashier's check, or a certified check of a bidder's bond for
not less than 10% of the total amount of the bid payable to the City which is to be forfeited, as
liquidated damages, if, in the event the contractor does not execute the contract and furnish
satisfactory bonds under the conditions and within the time specified in this proposal, otherwise
said cash, cashiers'check, certified check, or bidders' bond is to be returned to the undersigned.
Within 15 calendar days after award of the contract, the City of Rancho Cucamonga will return
the bidder's bond accompanying such proposal not considered in making the award. All other
bidders' bonds will be held until the expiration of 30 days from the date of the award of contract.
They will then be returned to the respective bidders whose proposals they accompany.
BIDDER:
Jeroni Gervilla/Chief Financial Officer John Wong/Vice President
Alberto Garcia De Los Angeles/President Roger DeVito/Assistant Secretary
14320 Albers Way Chino,CA 91710 909-993-5470
IMPORTANT NOTICE: If bidder is a corporation, state legal name of corporation and names of
the president, secretary, treasurer, and manager; co-partnership, state true name of firm and
names of all individual copartners composing firm; or an individual, state first and last names in
full.
"I declare under penalty of perjury of the laws of the State of California the representations made
herein are true and correct in accordance with the requirements of California Business and
Professions Code Section 7028.15."
J
738518 7-31-2025
California State Contractors License Number Expiration Date
Elecnor Belco Electric,Inc.
Bidder
P-6 of P-13
Advanced Traffic Management System
Phase II
PROJECT NO.800-2024-10
Required Bid Proposal Forms
Bidder Agreement(continued)
\/ John Wong/Vice President 3-25-2025
Signatu Name/Title Date
Signature Name/Title Date
Signature Name/Title Date
Signature Name/Title Date
Signature and title of the officer(s)set forth above shall be authorized to sign contracts on behalf
of the corporation, co-partnership or individual. If signature is by an agent, other than an officer
of the corporation or a member of a partnership, a Power of Attorney must be on file with the City
of Rancho Cucamonga prior to or at time of bid opening; otherwise the bid will be subject to
rejection by the City of Rancho Cucamonga.
Elecnor Belco Electric,Inc.
Bidder
P-7 of P-13
Advanced Traffic Management System
Phase II
PROJECT NO.800-2024-10
Required Bid Proposal Forms
BIDDER INFORMATION
The bidder shall furnish the following information. Additional sheets may be attached if necessary.
Name of Firm: Elecnor Belco Electric,Inc.
Type of Firm: X Corporation Individual Partnership
Business Mailing Address: 14320 Albers Way
Chino,CA 91710
Place of Business: 14320 Albers Way
Chino,CA 91710
Telephone No.: 909-993-5470
Contractor's License: State: CA License No.: 738518
Public Works DIR No.: 1000004804
Names and titles of all
members of the firm: Alberto Garcia De Los Angeles President
John Wong Vice President
Roger DeVito Assistant Secretary
Jeroni Gervilla Chief Financial Officer
Number of years as a contractor in construction work of this type: 27 Years
Three projects of this type recently completed:
Date Owner's Name &
Contract Amount Type of Project Completed Address
$3,893,848 Traffic Signal Modification May 2023 City of Glendale/633 E.Bmad%%W Glendale,CA 91206
$3,545,651 Traffic Signal Installation June 2023 City ofBellfoi erl 16600 Civic center Dr.Bellflower,CA 90706
$2,903,298 Traffic Signal August 2022 City of Lang Beach/411 W Ocean Blvd Long Beach,CA 90802
Person who inspected site of the proposed work for your firm:
Name: Inspection
Ralph Antuna Date: 3-24-2025
NOTE: If requested by the City, the Bidder shall furnish a notarized financial statement,
references, and other information, sufficiently comprehensive to permit an appraisal of his current
financial condition.
Elecnor Belco Electric,Inc.
Bidder
P-8 of P-13
Advanced Traffic Management System
Phase II
PROJECT NO.800-2024-10
Required Bid Proposal Forms
i
i
UNANIMOUS WRITTEN CONSENT IN LIEU OF
2024 ANNUAL MEETING OF THE SOLE SHAREHOLDER
OF
ELECNOR BELCO ELECTRIC,INC.
March 1,2024
The undersigned, being the sole shareholder of Elecnor Belco Electric, Inc., a California
corporation(the"Company"),hereby takes the following actions and adopts the following resolutions
by unanimous written consent in lieu of holding a meeting of the Shareholders of the Company:
WHEREAS,the sole Shareholder has determined that it is in the Company's best interests to
appoint a revised slate of Directors of the Company.
NOW, THEREFORE, BE IT RESOLVED, that the following persons be, and hereby are,
elected to serve as Directors of the Company until their respective successors are elected and qualified at
or before the next annual meeting of the Shareholder(s),or until their earlier respective deaths,resignations
or removals:
Jesus Alberto Diez Fernandez
Alberto Garcia De Los Angeles
David Rodriguez
Pablo Sanchez
AND IT IS FURTHER RESOLVED,that all actions heretofore taken by the Directors of the
Company on behalf of and in the name of the Company,relating to the conduct of the business of the
Company,the expenditure of money,the making of contracts and all other acts taken or omitted in the
performance of their duties to the Company be, and the same hereby are, in all respects, approved,
ratified and affirmed,as of the date taken,done or omitted,respectively.
IN WITNESS WHEREOF, the undersigned, being the sole shareholder of Elecnor Belco
Electric,Inc.,has executed these actions by written consent as of the date first written above.
ELECNOR,INC.
r:
Alberto Garcia De Los Angeles,President&CEO
UNANIMOUS WRITTEN CONSENT IN LIEU OF
2024 ANNUAL MEETING OF THE BOARD OF DIRECTORS
OF
ELECNOR BELCO ELECTRIC,INC.
March 1,2024
The undersigned, being all of the members of the Board of Directors (the "Board") of Elecnor Belco
Electric,Inc.,a California corporation(the"Company"),in lieu of holding a meeting of the Board,hereby
take the following actions and adopt the following resolutions by unanimous written consent:
WHEREAS,the Board has determined that it is in the Company's best interests to appoint a revised
slate of Officers of the Company.
NOW,THEREFORE,BE IT RESOLVED,that the following persons be,and hereby are,elected
to the offices set forth opposite their respective names,to hold such offices until their respective successors
are elected and qualified at or before the next annual meeting-of the Board,or until their earlier respective
deaths,resignations or removals:
NAMES OFFICE
Alberto Garcia De Los Angeles President and Chief Executive Officer
Jeroni Gervilla Chief Financial Officer
Roger DeVito Chief Legal Officer, Senior Vice President,
and Assistant Secretary
Pedro Enrile Secretary
Leonardo Sancho Frances Vice President
John Wong Administrative Vice President-Licensing
Pablo Sanchez Administrative Vice President-Licensing
FURTHER RESOLVED,that Alberto Garcia De Los Angeles,Jeroni Gervilla,Leonardo Sancho
Frances and Roger DeVito in their respective capacities(listed above)subject to such supervisory,powers
of the Board of Directors,hereby are authorized and directed to perform all the duties commonly incident
to that office;shall have authority to execute in the name of the Company contracts,leases and other written
instruments to be executed by the Company;and,shall perform such other duties as the Board of Directors
may from time to time determine.
FURTHER RESOLVED,that the President and Chief Executive Officer may delegate authority
to any Chief Financial Officer or Chief Operating Officer or Senior Vice President or Vice President as and
within their authority levels as set forth in the Company's Bylaws,as the same may be amended from time
to time;
AND IT IS FURTHER RESOLVED, that all actions heretofore taken by the officers of the
Company on behalf of and in the name of the Company,'relating to the conduct of the business of the
Company, the expenditure of money,the making of contracts and all other acts taken or omitted in the
performance of their duties to the Company be,and the same hereby are,in all respects,approved,ratified
and affirmed,as of the date taken,done or omitted,respectively.
1
1
i
The actions taken by the Board Consent shall have the same force and effect as if taken by the
undersigned at a meeting of the Board of Directors,duly called and constituted pursuant to the Bylaws of
the Company and the laws of the State of California. This Board Consent may be executed in counterparts,
each of which shall be deemed an original, but all of which together shall constitute one and the same
document.
IN WITNESS WHEREOF,the undersigned,being all of the members of the Board of Directors
of Elecnor Belco Electric,Inc.,have executed these actions by written consent as of the date first written
above.
Jesus Alberto Dfez Fei andez,Director Alberto Garcia De Los Angeles,Director
David Rodriguez,Director Pabl anchez,Director
2
I
i
SUBCONTRACTORS
In compliance with Section 2-3 of the Standard Specifications and the Provisions of the Public
Contract Code Section 4100,the undersigned bidder herewith sets forth the name, location of the
place of business and California Contractors License Number of each subcontractor who will
perform work or labor or render service to the general contractor in or about the construction of
the work or improvement in an amount in excess of onehalf of one percent(1/2%)of the general
contractor's total bid or, in the case of bids or offers for the construction of streets or highways,
including bridges, in excess of onehalf of one percent(1/2%) of the general contractor's total bid
or ten thousand dollars ($10,000.00), whichever is greater and the portion of the work which will
be done by each subcontractor as follows:
Subcontractor's Business License DIR Description of Percent (%)
Name Address No� No. Work of Total Bid
i
Total % of the work to be performed by Subcontractors listed above: %
Effective July 1, 2014, the bidder shall provide the California Contractor License Number of each,
subcontractor listed. New Section 4104 contains the following language:
"An inadvertent error in listing the California contractor license number provided pursuant to
paragraph (1) shall not be grounds for filing a bid protest or grounds for considering the bid
nonresponsive if the corrected contractor's license number is submitted to the public entity by the
prime contractor within 24 hours after the bid opening and provided the corrected contractor's
license number corresponds to the submitted name and location for that subcontractor."
Elecnor Bel co Electric,Inc.
Bidder
P-9 of P-13
Advanced Traffic Management System
Phase II
PROJECT NO.800-2024-10
Required Bid Proposal Forms
DECLARATION OF ELIGIBILITY TO CONTRACT
(Labor Code Section 1777.1; Public Contract Code Section 6109)
The undersigned contractor, certifies and declares that:
1. The undersigned contractor is aware of Sections 1777.1 and 1777.7 of the California
Labor Code,which prohibit a contractor or subcontractor who has been found by the Labor
Commissioner or the Director of Industrial Relations to be in violation of certain provisions
of the Labor Code,from bidding on, being awarded, or performing work as a subcontractor
on a public works project for specified periods of time.
2. The undersigned contractor is not ineligible to bid on, be awarded or perform work as a
subcontractor on a public works project by virtue of the foregoing provisions of Sections
1777.1 or 1777.7 of the California Labor Code or any other provision of law.
3. The undersigned contractor is aware of California Public Contract Code Section 6109,
which states:
"(a) A public entity, as defined in Section 1100 (of the Public Contract Code), may not
permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public
works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or
perform work as a subcontractor on, a public works project. Every public works project shall
contain a provision prohibiting a contractor from performing work on a public works project with a
subcontractor who is ineligible to perform work on the public works project pursuant to Section
1777.1 or 1777.7 of the Labor Code.
(b)Any contract on a public works project entered into between a contractor and a debarred
subcontractor is void as a matter of law. A debarred subcontractor may not receive any public
money for performing work as a subcontractor on a public works contract, and any public money
that may have been paid to a debarred subcontractor by a contractor on the project shall be
returned to the awarding body. The contractor shall be responsible for the payment of wages to
workers of a debarred subcontractor who has been allowed to work on the project."
4. The undersigned contractor has investigated the eligibility of each and every subcontractor
the undersigned contractor intends to use on this public works project, and determined
that none of them is ineligible to perform work as a subcontractor on a public works project
by virtue of the foregoing provisions of the Public Contract Code, Sections 1777.1 or
1777.7 of the Labor Code, or any other provision of law.
The undersigned declares under penalty of perjury under the laws of the State of California
that the foregoing is true and correct. Executed this 25th day of March, 2025,
at chino (place of execution), Cali r is
SignatJJh
NameW ng
Title: sident
Company: Elecnor Belco Electric,Inc.
Elecnor Belco Electric,Inc.
Bidder
P-10 of P-13
Advanced Traffic Management System
Phase II
PROJECT NO.800-2024-10
Required Bid Proposal Forms
CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS
As suppliers of goods or services to the City of Rancho Cucamonga,the firm listed below certifies
that it does not discriminate in its employment with regard to age, disability, race, color, religion,
sex, sexual orientation or national origin, that it is in compliance with all federal, state and local
directives and executive orders regarding non-discrimination in employment; and that it agrees to
demonstrate positively and aggressively the principle of equal opportunity in employment.
We agree specifically:
1.To establish or observe employment policies which affirmatively promote opportunities for
minority persons at all job levels.
2.To communicate this policy to all persons concerned, including all company employees, outside
recruiting services, especially those serving minority communities, and to the minority
communities at large.
3.To take affirmative steps to hire minority employees within the firm.
FIRM:Elecnor Belco Electric,Inc.
TITLE OF PERSON VGN'IN : Vice President
SIGNATURE: ,John Wong
DATE:3-25-2025
Please include any a itional information available regarding equal opportunity employment
programs now in effect within your firm.
N/A
Elecnor Belco Electric,Inc.
Bidder
P-11 of P-13
Advanced Traffic Management System
Phase II
PROJECT NO.800-2024-10
Required Bid Proposal Forms
NON-COLLUSION DECLARATION
The undersigned declares:
I am the Vice President of Elecnor Belco Electric,Inc. , the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company,association,organization, or corporation. The bid is genuine and not collusive or sham.
The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or
sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with
any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in
any manner, directly or indirectly, sought by agreement, communication, or conference with
anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost
element of the bid price, or of that of any other bidder. All statements contained in the bid are
true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown
thereof,or the contents thereof,or divulged information or data relative thereto,to any corporation,
partnership, company, association, organization, bid depository, or to any member or agent
thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or
entity for such purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership,joint
venture, limited liability company, limited liability partnership, or any other entity, hereby
represents that he or she has full power to execute, and does execute this declaration on behalf
of the bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is
true and correct and that this declaration is executed on 3-25-2025 (date),
at Chino (city) California (state).
John Wong/Vice President
Si nat re
Elecnor Belco Electric,Inc.
Bidder
P-12 of P-13
Advanced Traffic Management System
Phase II
PROJECT NO.800-2024-10
Required Bid Proposal Forms
BID BOND
KNOW ALL MEN BY THESE PRESENT: THAT Elecnor Belco Electric. Inc. ,
as Principals, and Liberty Mutual Insurance Comoany , as Surety, are held and firmly bound unto
THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDINO, hereinafter called
the City, in the sum of Ten Percent of Amount-Bid (10%j
dollars (not less than ten percent of the total amount of the bid), for the payment of which sum
well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors,
and assigns,jointly and severally, firmly,by these presents.
WHEREAS, said Principal has submitted a bid to said City to perform all work required under the
Contract Documents entitled.-
"Advanced Traffic Management System Phase II"
NOW, THEREFORE, if said Principal is awarded a contract by said City and, within the time and
in the manner required under the headings "Instruction to Bidders" and "Schedule of Unit Cost
and Lump Sum Amounts" bound with said Specifications, enters into a written contract on the
form of agreement bound with said Specifications and furnishes the required bonds, one to
guarantee faithful performance and the other to guarantee payment for labor and materials, then
this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event
suit is brought upon this bond by said City and judgment is recovered, said surety shall pay all
costs incurred by said City in such suit, including a reasonable attorney's fee.to be fixed by the
court.
SIGNED AND SEALED, this 21st day of March , 2025 .
Elecnor Belco Electric,Inc. (Seal) Liberty Mutual Insurance Company (Seal)
Business Name of Bidder(Principal) Business Name of Surety
_ / ,John Wong By:
(Sign It
ure (Signature)
Title: '�ice resid t Title: Michelle Anne McMahon Attorney-in-Fact
—Individual Partnership X Corporation
Other, explain
Elecnor Belco Electric,Inc.
Bidder
P-13 of P-13
Advanced Traffic Management System
Phase II
PROJECT N0.800-2024-10
Required Bid Proposal,Forms
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document.
State of _C6 .\Fbao o' )
County of StPt,1 tNo )
On JAAe4 t-tZ1,ZoZS before me, 0,3ra tJow" NZL_1L•
Date Here Insert Name and Title of the Officer
Personally appeared S'l
Name(s)of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to
the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies),and that by his/her/their signature(s)on the instrumentthe person(s),or the entity upon behalf of
which the person(s)acted,executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the
State of that the foregoing paragraph is true and
correct.
oouc McwHoe WITNESS my hand and offial al.
Notary Public-California
San Bernardino Cowity
cammtssi.n#2426775 Signature
,W Comm.E Pft.Nov 15,2026
igncVurAqf A64 Pub is
Place Notary Seal Above
'- OPTIONAL------------
Though this section is optional,completing this Information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document Document Date
Number of Pages Signers)OtherThan Named Above
Capacity(ies) Claimed by Signer(s)
Signer's Name Signer's Name
0 Corporate Officer—Titles) 0 Corporate Officer—Title(s)
0 Partner Q Limited 0 General 0 Partner Q Limited E3GeneraI
Individual 13 Attorney in Fact Olndividual Q Attorney in Fact
13Trustee O Guardian orConservator OTrustee Q Guardian orConservator
0 Other 13 Other
Signer Is Representing Signer Is Representing
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document.
State of Connecticut )
County of Hartford )
On March 21st.2025 before me, AW Nardini Notary Public
Date Here Insert Name and Title of the Officer
Personally appeared Michelle Anne McMahon .Attomev-in-Fact
Nome(s)of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to
the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies),and that byhis/her/their signature(s)on the in strum entthe person(s),orthe entity upon behalf of
which the person(s)acted,executed the Instrument.
I certify under PENALTY OF PERJURY under the laws of the
State of CT that the foregoing paragraph is true and
correct.
WITNESS my hand and official seal.
ALYX NARDINI
NOTARY.PUBLIC - #192451 Signature
STATE OF CONNECTICUT Sig-atureof Notary Public
MY COMMISSION EXPIRES AUG.31,2029
Alyx.Nardini,Notary Public
Piave Notary Seal Above
-- -----OPTIONAL--
Though this section is optional,completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document California Notary Acknowledgement Document Date March 21st,2025
Number of Pages Signer(s)OtherThan Named Above
Capacity(ies) Claimed by Signer(s)
Signer's Name Signer's Name
0 Corporate Officer—Title(s) 0 Corporate Officer—Title(s)
0 Partner 0 Limited [3 General 0 Partner 13 Limited OGeneral
Individual xa Attorney in Fact Q Individual 0 Attorney in Fact
QTrustee 0 Guardian or Conservator QTrustee QGuardian or Conservator
0 Other 0 Other
Signer Is Representing Liberty Mutual Insurance Company Signer Is Representing
This Power of Attorney limits the acts of those named herein,and they have no authority to
bind the Company except In the manner and to the extent herein stated.
Liberty Liberty Mutual Insurance Company
mutum. The Ohio Casualty Insurance Company Certificate No: 8210646-9859a9
SURETY West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana(herein collectively called the"Companies',pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Connor
Wolpert,Doritza Mojica,Gentry Stewart,Jennifer Godere Jonathan Gleason Joshua Sanford Kathryn Pryor Kyle Williams Michelle Anne McMahon Nicholas
Miller,Richard Hackner,Robyn Salley,Sarah Murtha
all of the city of Hartford state of CT each individually if there be more than one named,its true and lawful attorney-in-fact to make,
execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 22nd day of August , 2023
Liberty Mutual Insurance Company
P�tNsugq P�,tv INS& to %NSU&I The Ohio Casualty Insurance Company
tiJ G°pPO`�r yp �i`5 4°aPO"�r�y 4P�oNPORar 1 West American Insurance Company
J3 Fom Q3 Foc+ � 3 Fob
> ;1912y o 0 1919 0 u 1991
tll
� ~dJ19
By,
Co State of PENNSYLVANIA ss David M.Carey,Assistant Secretary
a) tm
:3 County of MONTGOMERY
-- 3 On this 22nd day of August 2023 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
to Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
N �
a IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. !�
c•�
Cc N SN PAST
N,oNW F( Commonwealth of Pennsylvania-Notary Seal
p ���� �CZ Teresa Pastella,Notary Public
w OF Montgomery County
My commission expires March 28,2025
n number 1126044
'Zt.VP4 MemberC,Pennsylvoan a Association o}Notaries By.Teresa Pastella,Notary Public
N 4qy pU9 �5
-t a? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance
o c Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows:
oARTICLE N—OFFICERS:Section 12.Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President b
V may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all
>C: undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full
o power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall
Z be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the provisions of this
article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority.
ARTICLE All—Execution of Contracts:Section 5.Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,
bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in-
fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety
obligations.
Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary Of tt,e
Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company'with
the same force and effect as though manually affixed.
I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full farce and effect and
has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 21st day of March 2025
P�1NSUR9 PVI,t INS& %NSUR9
J O%Toycc� Q 3°°ar°r��'Pgy `4Q' Nr0&rn
r���'
Y ; 1912 1991
y o 1919 !C
3 iy � o 0
Ydd sSAcxusA.r)a O PbArevs`' D �,p !NotpNP �a3 By.Renee C.Llewellyn,Assistant Secrets
ry
Aq
LMS-12873 LMIC OCIC WAIC Multi Cc 0221
CONTRACT
AGREEMENT
KNOW ALL MEN BY THESE PRESENT: That the following agreement is made and entered into,
in triplicate, as of the date executed by the City Clerk and the Mayor, by and
between Elecnor Belco Electric, Inc. , hereinafter referred to as the"CONTRACTOR"and
the City of Rancho Cucamonga, California, hereinafter referred to as "CITY."
WHEREAS, pursuant to the Notice Inviting Sealed Bids or Proposals, bids were received, publicly
opened, and declared on the date specified in said notice; and
WHEREAS, City did accept the bid of Contractor; and
WHEREAS, City has authorized the City Clerk and Mayor to enter into a written contract with
Contractor for furnishing labor, equipment, and material for the construction of"Advanced Traffic
Management System Phase II."
NOW THEREFORE, in consideration of the mutual covenants herein contained, it is agreed:
1. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools,
materials, appliances, and equipment for and do the work for the " Advanced Traffic
Management System Phase Il." Said work to be performed in accordance with -
specifications and standards on file in the office of the City Engineer and in accordance
with bid prices hereinafter mentioned and in accordance with the instruction of the City
Engineer.
2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The
aforesaid specifications are incorporated herein by reference thereto and made a part
hereof with like force and effect as if all of said documents were set forth in full herein.
Said'documents, the Resolution Inviting Bids attached hereto, together with this written
agreement, shall constitute the entire contract between the parties. This contract is
intended to require a complete and finished piece of work and anything necessary to
complete the work properly and in accordance with the law and lawful governmental
regulations shall be performed by the Contractor whether set out specifically in the
contract or not. Should it be ascertained that any inconsistency exists between the
aforesaid documents and this written agreement, the provisions of this written agreement
shall control.
3. TERMS OF CONTRACT: The undersigned bidder agrees to execute the contract within
fifteen (15) days from the date of notice of award of the contract or upon notice by City
after the fifteen (15)days, and to complete his portion of the work within 180 working days
from the date specified in the Notice to Proceed. The bidder agrees further to the
assessment of liquidated damages in the amount of$6,700.00 for each calendar day the
work remains incomplete beyond the expiration of the completion date. City may deduct
the amount thereof from any monies due or that may become due the Contractor under
this contract. Progress payments made after the scheduled date of completion shall not
constitute a waiver of liquidated damages.
4. INSURANCE: The Contractor shall not commence work under this contract until he has
obtained all insurance required hereunder in a company or companies acceptable to City
C-1
nor shall the Contractor allow any subcontractor to commence work on his subcontract
until all insurance required of the subcontractor has been obtained. The Contractor shall
take out and maintain at all time during the life of this contract the following policies of
insurance:
a. Workers Compensation Insurance: Before beginning work, the Contractor shall furnish
to the Engineer a certificate of insurance as proof that he has taken out full
compensation insurance for all persons whom he may employ directly or through
subcontractors in carrying out the work specified herein, in accordance with the laws of
the State of California. Such insurance shall be maintained in full force and effect during
the period-covered by this contract.
In accordance with the provisions of Section 3700 of the California Labor Code, every
contractor shall secure the payment of compensation to his employees. Contractor,
prior to commencing work, shall sign and file with the City a certification as follows:
"I am aware of the provisions of,Section 3700 of the Labor Code which require every
employer to be insured against liability for worker's compensation or to undertake self-
insurance in accordance with the provisions of that Code, and I will comply with such
provisions before commencing the performance of the work of this contract."
b. For all operations of the Contractor or any subcontractor in performing the work
provided for herein, insurance with the following minimum limits and coverage:
(1) General Liability - Bodily Injury (not auto) $2,000,000 each person; $2,000,000
each accident.
(2) General Liability - Property Damage (not auto) $1,000,000 each accident;
$2,000,000 aggregate.
(3) Contractor's Protective - Bodily Injury $1,000,000 each person; $2,000,000 each
accident.
(4) Contractor's Protective-Property Damage$1,000,000 each accident;$2,000,000
aggregate.
(5) Automobile- Bodily Injury$2,000,000 each person; $3,000,000 each accident.
(6) Automobile- Property Damage $2,000,000 each accident.
C. Each such policy of insurance provided for in paragraph "b." shall:
(1) Be issued by an insurance company approved in writing by City,which is qualified
to do business in the State of California. The insurance company shall have a
policy holder rating of A or higher and a Financial Class VII or higher
established by A.M. Best Company Rating Guide;
(2) Name as additional insured the City, its elected officials, officers, agents and
employees, and any other parties specified in the bid documents to be so
included;
(3) Specify it acts as primary insurance and that no insurance held or owned by the
designated additional insured shall be called upon to cover a loss under said
policy;
(4) Contain a clause substantially in the following words:
C-2
"it is hereby understood and agreed that this policy may not be canceled nor the
amount of the coverage thereof reduced until thirty (30) days after receipt by City
of a written notice of such cancellation or reduction of coverage as evidenced by
receipt of a registered letter."
(5) Otherwise be in form satisfactory to City.
d. The policy of insurance provided for in subparagraph "a."shall contain an endorsement
which:
(1) Waives all right of subrogation against all persons and entities specified in
i subparagraph 4.c. (2) hereof to be listed as additional insured in the policy of
in provided for in paragraph "b." by reason of any claim arising out of or
connected with the operations of Contractor or any subcontractor in performing
the work provided for herein;
(2) Provides it shall not be canceled or altered without thirty (30) days' written notice
thereof given to City by registered mail.
e. The Contractor shall at the time of the execution of the contract present the original
policies of insurance required in paragraphs"a."and "b." hereof, or present a certificate
of the insurance company, showing the issuance of such insurance, and the additional
insured and other provisions required herein.
5. PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of
California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is
required to pay not less than the general prevailing rate of per diem wages for work of a
similar character in the locality in holiday and overtime work. In that regard, the Director
of the Department of Industrial Relations of the State of California is required to and has
determined such general prevailing rates of per diem wages. Copies of such prevailing
rates of per diem wages are on file in the office of the City Clerk of the City of Rancho
Cucamonga, 10500 Civic Center Drive, Rancho Cucamonga, California, and are available
to any interested party on request. City also shall cause a copy of such determinations to
be posted at the job site.
Pursuant to provisions of Labor Code Section 1775,the Contractor shall forfeit, as penalty
to City, not more than two hundred dollars ($200.00) for each laborer, workman, or
mechanic employed for each calendar day or portion thereof if such laborer, workman, or
mechanic is paid less than the general.prevailing rate of wages hereinbefore stipulated for
any work done under the attached contract, by him or by any subcontractor under him, in
violation of the provisions of said Labor Code.
6. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5
of the Labor Code as amended by Chapter 971, Statutes of 1939, and in accordance with
the regulations of the California Apprenticeship Council, properly indentured apprentices
may be employed in the prosecution of the work.
Attention is directed to the provisions in Section 1777.5 and 1777.6 of the Labor Code
concerning the employment of apprentices by the Contractor or any subcontractor under
C-3
him.
Section 1777.5, as amended, requires the Contractor or subcontractor employing
tradesmen in any apprenticable occupation to apply to the joint apprenticeship committee
nearest the site of the public works project and which administers the apprenticeship
program in that trade for a certificate of approval. The certificate will also fix the ratio of
apprentices to journeymen that will be used in the performance of the contract. The ratio
of apprentices to journeymen in such cases shall not be less than one to five except:
a. When unemployment in the area of coverage by the joint apprenticeship committee has
exceeded an average of 15 percent in the 90 days prior to the request for certificate, or
b. When the number of apprentices in training in the area exceeds a ratio of one to five,
or
C. When the trade can show that it is replacing at least 1/30 of its membership through
apprenticeship training on an annual basis statewide or locally, or
d. When the Contractor provides evidence that he employs registered apprentices on all
of his contracts on an annual average of not less than one apprentice to eight
journeymen.
The Contractor is required to make contributions to funds established for the
administration of apprenticeship programs if he employs registered apprentices or
journeymen in any apprenticable trade on such contracts and if other contractors on the
public works site are making such contributions.
The Contractor and subcontractor under him shall comply with the requirements of
Sections 1777.5 and 1777.6 in the employment of apprentices.
7. LEGAL HOURS OF WORK: Eight(8) hours of labor shall constitute a legal day's work for
all workmen employed in the execution of this contract, and the Contractor and any
subcontractor under him shall comply with and be governed by the laws of the State of
California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article
3, of the Labor Code of the State of California as amended.
The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho
Cucamonga,twenty-five dollars($25.00)for each worker employed in the execution of the
contract by the respective contractor or subcontractor for each calendar day during which
the worker is required or permitted to work more than 8 hours in any one calendar day
and 40 hours in any one calendar week in violation of the provisions of this article.
8. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and subsistence pay
to each workman needed to execute the work required by this contract as such travel and
subsistence payments are defined in the applicable collective bargaining agreements filed
in accordance with Labor Code Section 1773.1.
C-4
9. CONTRACTOR'S LIABILITY: The City of Rancho Cucamonga and its elected officials,
officers, agents and employees shall not be answerable or accountable in any manner for
any loss or damage that may happen to.the work or any part thereof, or for any of the
materials or other things used or employed in performing the work; or for injury or damage
to any person or persons, either workmen, employees of the Contractor or his
subcontractors or the public, or for damage to adjoining or other property from any cause
whatsoever arising out of or in connection with the performance of the work. The
Contractor shall be responsible for any damage or injury to any person or property
resulting from defects or obstructions or from any cause whatsoever, except the sole
negligence or willful misconduct of the City, its employees, servants, or independent
contractors who are directly responsible to City during the progress of the work or at any
time before its completion and final acceptance.
The Contractor will indemnify City against and will hold and save City harmless from any
and all actions,claims, damages to persons or property, penalties, obligations, or liabilities
that may be asserted or claimed by any person, firm, entity, corporation, political
subdivision, or other organization arising out of or in connection with the work, operation,
or activities of the Contractor, his agents, employees, subcontractors, or invitees provided
for herein, whether or not there is concurrent passive or active negligence on the part of
City, but excluding such actions, claims, damages to persons or property, penalties,
obligations, or liabilities arising from the sole negligence or willful misconduct of City, its
employees, servants, or independent contractors who are directly responsible to City, and
in connection therewith:
a. The Contractor will defend any action or actions filed in connection with any of said
claims, damages, penalties, obligations, or liabilities and will pay all costs and
.expenses, including attorneys'fees incurred in connection therewith.
b. The Contractor will promptly pay any judgment or award rendered against the
Contractor or City covering such claims, damages, penalties, obligations, and liabilities
arising out of or in connection with such work, operations, or activities of the Contractor
hereunder or reasonable settlement in lieu of judgment or award, and the Contractor
agrees to save and hold the City harmless therefrom.
C. In the event City is made a party to any action or proceeding filed or prosecuted against
the Contractor for damages or other claims arising out of or in connection with the
project, operation, or activities of the Contractor hereunder, the Contractor agrees to
pay to City any and all costs and expenses incurred by City in such action or proceeding
together with reasonable attorneys'fees.
So much of the money due to the Contractor under and by virtue of the contract as shall
be considered necessary by City may be retained by City until disposition has been
made of such actions or claims for damage as aforesaid.
10. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons
upon public works because of age, disability, race, color, religion, sex, sexual orientation
or national origin of such persons, and every contractor for public works violating this
section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter
C-5
1 of the Labor Code in accordance with the provisions of Section 1735 of said Code,
111. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the
material and doing the prescribed work per the unit prices set forth in accordance with
Contractor's Proposal.
IN WITNESS WHEREOF,the parties hereto have caused these present to be duly executed with
all the formalities required by law on the respective dates set forth opposite their signatures.
State of California Contractor's License#: 738518
L��le,e,n br CD ret(. ria,
Date LU IMA44o r�
5d &bn Frtnw
By:.
Signatu 'nt Name&Tig
Ct` 1
By: S s
i We Print Namb&Title
CITY OF R CHO CU MON A, CALIFORNIA
ByA BY
L. Dennis ichael, M y r AimCity Clerk
Date
Contractor's Business Phone Number:�QO. , gg37 � Emergency Name and Phone
Number at which Contractor can be reached at any time: �oJ p k h .a,-
C9 5_1;70 —03U
C-6
CALIFORNIA ALL- PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
A notary public or other officer completing this,certificate verifies only the identity
of the individual who signed the document to which this certificate is attached, and
not the truthfulness, accuracy, or validity of that document.
State of California }
County of San Bernardino }
On 04/29/25 before me, Rebecca Wilks, Notary Public ,
ere insert name an titre o—rt i 6..r
personally appeared Leonardo Sancho Frances & Roger DeVito
who proved to me on the basis of satisfactory evidence to be the person Dwhose
name G is re subscribed to the within instrument and acknowledged to me that
he/she executed the same in his/he er uthorized capacity((ED and that by
his/her et signatureQ on the instrument the personas , or the entity upon behalf of
which the person(T)acted, executed the instrument.
certify under PENALTY OF PERJURY under the laws of the State of California that
the foregoing paragraph is true and correct.
REBECCA WILKS
WITNESS my hand and official seal. r.. Commission#2462475
�. Notary Public-California
'- San Bernardino County
My Comm.Expires Sep.9,2027
Notary Public Signature (Notary Public Seal)
ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM
This form complies with current California statutes regarding notary wording and,
DESCRIPTION OF THE ATTACHED DOCUMENT if needed.should be completed and attached to the document.Acknowledgments
from other states may be completed for documents being sent to that state so long
as the wording does not require the California notary to violate California notary
Rancho Cucamonga contract
Imp.
(Title or description of attached document) • State and County information must be the State and County where the document
signer(s)personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s)personally appeared which
(Title or description of attached document continued) must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
Number of Pages Document Date commission followed by a comma and then your title(notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e.
he/she/they,—is/are)or circling the correct forms.Failure to correctly indicate this
❑ Individual(s) information may lead to rejection of document recording.
EI Corporate Officer • The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges,re-seal if a
(Title) sufficient area permits,otherwise complete a different acknowledgment form.
❑ Partner(s) • Signature of the notary public must match the signature on file with the office of
the county clerk.
❑ Attorney-in-Fact Additional information is not required but could help to ensure this
❑ Trustee(s) acknowledgment is not misused or attached to a different document.
Other Indicate title or type of attached document,number of pages and date.
❑ Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer,indicate the title(i.e.CEO,CFO,Secretary).
www.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple.
J
Bond Number: 015228114
Premium: $22,432.00
CONTRACT
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENT: THAT Elecnor Belco Electric. Inc. . as Principal,
and Liberty Mutual Insurance Company , as Surety, are held and firmly
bound unto the City of Rancho Cucamonga, hereinafter called City, in the just and full amount of
Seven Million Six Hundred Forty-seven Thousand Eight Hundred Eighty-eight and 0/100
(Written)
$ 7,647,888.00 (Figures) payment whereof we hereby bind ourselves, our heirs, executors
administrators, successors and assigns, jointly and severally, firmly by these presents. Given
under our hands and sealed with our seal this 25th day of Agri!, 2025.
The condition of the foregoing obligation is such that,
WHEREAS, the above-named principal is about to enter into a contract with the City, whereby
said principal agrees to construct " Advanced Traffic Management System Phase II" in
accordance with the AGREEMENT dated April 17,2025 ,which said contract is hereby referred
to and made a part hereof to the same extent as if the same were herein specifically set forth;
NOW,THEREFORE, if the said principal shall well and truly do and perform all things agreed by
the principal in said contract to be done and performed,then this obligation is to be void;otherwise
it will remain in full force and effect;
PROVIDED, that for value received the undersigned stipulate and agree that no amendment,
change, extension of time, alteration or addition to said contract, or agreement, or of any feature
or item or items of performance required therein or thereunder shall in any manner affect the
obligations of the undersigned under this bond; and the surety does hereby waive notice of such
amendment, limitation of time for bringing action on this bond by the City, change, extension of
time,alteration or addition to said contract or agreement and of any feature or time of performance
required therein or thereunder.
WITNESS our han s this 25th day of April ,2025.
Elecnor Belco I t ic,Inc.
By: Title:
Lka-uh o n V INSU
Surety: LibertyM t al nsur n e�om�any g 7- "�a°°^�.t°yn
J36 6A
MTichelle Ann McpAahon $ 1912 c
Attorney-in-Fact rd.Individual AJ'CHJb�n
Partnership
_ p �[ Corporation
_ Other, explain
SIGNATURES OF CONTRACTOR MUST BE ACKNOWLEDGED BEFORE A NOTARY PUBLIC.
PLEASE ATTACH APPROPRIATE ACKNOWLEDGMENT FORMS
(INDIVIDUAL, PARTNERSHIP, CORPORATION, ETC.).
B-1
NOTARY ACKNOWLEDGMENT OF SURETY:
State of Connecticut
County of Hartford ss.
On this the 25th day of April 9025 before me, Ashley Alexis,the undersigned
officer,personally appeared Michelle Anne McMahon known to me
(or satisfactorily proven)to be the person whose name is subscribed as Attorney-In-Fact for
Liberty Mutual Insurance Company and acknowledged that
s/he executed the same as the act of his/her principal for the purposes therein contained.
In witness whereof I hereunto set my hand.
I
Signatur Notary Public
Date ommission Expires:August 31,2029 ASHLEY.ALEXIS "
p NOTARY PUBIIC'- #192450
Ashley Alexis STATE OF CONNECTICUT
Printed Name of Notary MY COMMISSION"EXPIRES AUG.31,2029
CALIFORNIA ALL- PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity
of the individual who signed the document to which this certificate is attached,
and not the truthfulness, accuracy, or validity of that document.
State of California }
County of San Bernardino }
On 04/29/25 before me, Rebecca Wilks, Notary Public ,
ere insert name anrcl He of ine o cer
personally appeared Leonardo Sancho Frances
who proved to me on the basis of satisfactory evidence to be the person(s) whose
names-) Is re subscribed to the within instrument and acknowledged to me that
e he/they executed the same in Is er/their authorized capacity(ies), and that by
Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
certify under PENALTY OF PERJURY under the laws of the State of California that
the foregoing paragraph is true and correct.
+REBECCA WILKS
WITNESS my hand and official seal. Commission#242475
Notary Public-CalNomia c�
San Bernardino County
My Comm.Expires Sep.9,2027
Notary Pubic Signature (Notary Public Seal)
INSTRUCTIONS FOR COMPLETING THIS FORM
ADDITIONAL OPTIONAL INFORMATION Thisform complies with current California stattrtes regarding notary wording and,
DESCRIPTION OF THE ATTACHED DOCUMENT if needed,should be completed and attached to the document.Acknowledgments
from other states may be completed for documents being sent to that slate so long
^ G as the wording does not require the California notary to violate California notary
r� law.
(Title or description of attached document) • State and County information must be the State and County where the document
signer(s)personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s)personally appeared which
(Title or description of attached document continued) must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
Number of Pages Document Date commission followed by a comma and then your title(notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e.
be/she/they,—is/are)or circling the correct forms.Failure to correctly indicate this
q Individual(s) information may lead to rejection of document recording.
❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges,re-seal if a
(Title) sufficient area permits,otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
❑ Partner(s) the county clerk.
❑ Attorney-in-Fact Additional information is not required but could help to ensure this
❑ Trustee(s) acknowledgment is not misused or attached to a different document.
Indicate title or type of attached document,number of pages and date.
Other
❑ Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer,indicate the title(i.e.CEO,CFO,Secretary).
www.NotaryClasses.com 800-873-9865 Securely attach this document to the signed document with a staple.
Libe
,r
'ty POWER OF ATTORNEY
Mutual® Liberty Mutual Insurance Company Certificate No: 8213384-985949
SURETY The Ohio Casualty Insurance Company
West American Insurance Company
KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Chad Warren
Johnson;Connor Wolpert;Danielle M.Beehard;Doritza Mojiea;Gentry Stewart;Jennifer Godere;Jonathan Gleason;Joshua Sanford;Kathryn Pryor;Kyle Williams;
Michelle Anne McMahon;Nicholas Miller;Richard Hackner;Robyn Salley;Sarah Murtha
all of the city of Hartford state of CT each individually if there be more than one named,its true and lawful attomey-in-fact to make,
execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 18th day of March 2025
Liberty Mutual Insurance Company
oP oaP�RqL JP�oaPOR,GThe OhioPy GPao Porty�y r. c n y c ti a P Casualty`` Company
West American Insurance Company
�� F� m W 0 �r
ui Y;1912y3 =Z1919� o a 1991 0
dj1 SSACHUS�,aL NAMP`'a`.d�
By:
co State of PENNSYLVANIA Nathan J.Zangerle,Assistant Secretary
a) 3 County of MONTGOMERY
40 o On this 18th day of March 2025 before me personally appeared Nathan J.Zangede,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
o m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes '—
a therein contained by signing on behalf of the corporations by himself as a duly authorized officer. �—
IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. 5
O N >N PASTF�
'
` Q� tigoN W Commonwealth of Pennsylvania-Notary Seal
O resa
�[��� E9txy v Te Pastella,Notary Public
Montgomery County
OF My commission expires March 28,2029 By. >Z
' Commission number 1126044
N 4- IR Member.Pennsylvania Association of Notaries Teresa Pastella,Notary Public
10
a? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance 15
o Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows:
oARTICLE IV—OFFICERS:Section 12.Power of Attorney.
CU Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President $
= U may prescribe,shaft appoint such attameys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all to
> � undertakings,bonds,rewgnizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full
o power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall
Z be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the provisions of this
article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority.
ILL M.
ARTICLE All—Execution of Contracts:Section 5,Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,
bonds,recgnizances and other surety obligations.Such attameys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if
signed_ by the president and attested by the secretary.
Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Nathan J.Zangerle,Assistant Secretary to appoint such
atoomeys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recgnizances and
other surety obligations.
Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 25th day of April 2025 .
INSUq �(V INS& d 1NSUR
J 3°o�Q�r�oyncn �Ja°oaPORyr�'Pgy� `GProNPortyToym
1912o c y 1919 co o a 1991
d�sSACHUg ra SD NAtAPs as !y, �NQtAN� da By.Renee C.Llewellyn,Assistant Secretary
LMS-12873 LMIC OCIC WAIL Multi Co 02/24
i
i
. I
Bond No.: 015228114
PAYMENT BOND
(Labor and Materials)
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the CITY OF RANCHO CUCAMONGA (name of City) ("City") has awarded to
Elecnor Belco Electric Inc.
14320 Albers Way, Chino, CA 91710
(Name and address of Contractor)
("Principal"), a contract(the"Contract")for the work described as follows:
"Advanced Traffic Management System Phase II"
WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to
secure the payment of claims of laborers, mechanics, materialmen, and other persons as
provided by law.
NOW THEREFORE, we, the undersigned Principal, and Liberty Mutual Insurance Company
175 Berkeley Street
Boston, MA 02116
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held J9d film btu i rr to Ci f in they enal sum of
Seven i lion ix un re o even ousand ht 7,647,888.00 Jiundred Elaht- uht and 00l700 Dollars ($ ), this amount being
not less than one hundred percent(100%)of the total contract price, in lawful money of the United
States of America, for the payment of which sum well and truly to be made, we bind ourselves,
our heirs,executors,administrators,successors,and assigns,jointly and severally,firmly by these
presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his,
her or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to
pay any of the persons named in Section 9100 of the California Civil Code, or any amounts due
under the Unemployment Insurance Code with respect to work or labor performed under the
Contract, or for any amounts required to be deducted,withheld, and paid over to the Employment
Development Department from the wages of employees of the Principal and subcontractors
pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor
performed under the Contract, the Surety will pay for the same in an amount not exceeding the
penal sum specified in this bond; otherwise, this obligation shall become null and void.
B-2
' Payment Bond (continued)
This bond shall insure to the benefit of any of the persons named in Section 9100 of the California
Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon
the bond. In case the suit is brought upon this bond, Surety further agrees to pay all court costs
and reasonable attorneys' fees in an amount fixed by the court.
FURTHER, the Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, addition or modification to the terms of the Contract, or of the work
to be performed thereunder, or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any such change, extension of
time, alteration, addition, or modification to the terms of the Contract or to the work or to the
specifications thereunder. Surety hereby waives the provisions of California Civil Code Sections
2845 and 2849.
IN WITNESS WHEREOF,two(2)identical counterparts of this instrument, each of which shall for
all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on
the date set forth below,the name of each corporate party being hereto affixed and these presents
duly signed by its undersigned representative(s) pursuant to authority of its governing body.
Date: April 25, 2025
"Principal" "Surety"
Elecnor Belco EI ptric, Inc. Liberty Mutual Insurance Company
/ Michelle
Anne
By: By McMahon
I C (� Its�Attorney-li
'1_7 �z Brandon
B : `r By: / /C Cruz
,
C 1. p�crjt'�Y�QI�SS} C. Its Witness
1NS(/
A`JPO°PP0
1912 0
>- 3 0
(Seal) (Seal) �1;�s-gcHit
Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and
evidence of the authority of any person signing as attorney-in-fact must be attached.
w
_� B-3
CALIFORNIA ALL- PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity
of the individual who signed the document to which this certificate is attached, and
not the truthfulness, accuracy, or validity of that document.
State of California }
County of San Bernardino }
On 04/29/25 before me, Rebecca Wilks, Notary Public ,
ere insert name ana e or me officer
personally appeared Leonardo Sancho Frances & Roger Devito
who proved to me on the basis of satisfactory evidence to be the person s( )whose
name G is re subscribed to the within instrument and acknowledged to me that
he/she executed the same in his/he el uthorized capacity(' and that by
his/her el signatureQ on the instrument the persons , or the entity upon behalf of
which the person(E)acted, executed the instrument.
certify under PENALTY OF PERJURY under the laws of the State of California that
the foregoing paragraph is true and correct.
REBECCA WILKS
Commission#2462475
WITNESS my hand and official seal. NotaryPublic-California
San Bernardino County
4 , / „1;Z `�J P My Comm.Expires Sep.9,2027
Notary Public Signature w (Notary Public Seal) f
ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM
This form complies with current California statutes regarding notary wording and,
DESCRIPTION OF THE ATTACHED DOCUMENT if needed,should be completed and attached to the document.Acknowledgments
from other states may be completed for documents being sent to that state so long
Rancho Cucamonga bond as the wording does not require the California notary to violate California notary
9 law.
(Title or description of attached document) • State and County information must be the State and County where the document
signer(s)personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s)personally appeared which
(Title or description of attached document continued) must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
Number of Pages Document Date commission followed by a comma and then your title(notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e.
he/she/they,is/are)or circling the correct forms.Failure to correctly indicate this
❑ Individual (s) information may lead to rejection of document recording.
0 Corporate Officer • The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges,re-seal if a
(Title) sufficient area permits,otherwise complete a different acknowledgment form.
s • Signature of the notary public must match the signature on file with the office of
❑ Partner
( ) the county clerk.
❑ Attorney-in-Fact . Additional information is not required but could help to ensure this
❑ Trustee(s) acknowledgment is not misused or attached to a different document.
Other Indicate title or type of attached document,number of pages and date.
❑ Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer,indicate the title(i.e.CEO,CFO,Secretary).
wvaw.NotaryClasses.corn 800-873-9865 • Securely attach this document to the signed document with a staple.
NOTARY ACKNOWLEDGMENT OF SURETY:
State of Connecticut
County of Hartford ss.
On this the 25th day of April 9,025 before me, Ashley Alexis,the undersigned
officer,personally appeared Michelle Anne McMahon known to me
(or satisfactorily proven)to be the person whose name is subscribed as Attorney-In-Fact for
Liberty Mutual Insurance Company ,and acknowledged that
s/he executed the same as the act of his/her principal for the purposes therein contained.
In witness whereof I hereunto set my hand.
Signature otary Public ASHLEY ALEXIS,-
Date ommission Expires:August 31,2029 NOTARY PUBLIC- #192450
Ashley Alexis STATE OF CONNEC'TICUT'
MY COMMISSION EXPIRES AUG.2!%2629-__.
Printed Name of Notary
t
Liberty POWER OF ATTORNEY
Mutual® Liberty Mutual Insurance Company Certificate No: 8213384.985949
SURETY The Ohio Casualty Insurance Company
West American Insurance Company
KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Chad Warren
Johnson;Connor Wolpert;Danielle M.Bechard;Doritza Mojica;Gentry Stewart;Jennifer Godere;Jonathan Gleason;Joshua Sanford;Kathryn Pryor;Kyle Williams;
Michelle Anne McMahon;Nicholas Miller;Richard Hackner;Robyn Salley;Sarah Murtha
all of the city of Hartford state of CT each individually if there be more than one named,its true and lawful attomey-in-fact to make,
execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons,
IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 18th day of March 2025
Liberty Mutual Insurance Company
PN,lNsupq PVtv INSV d tNsU The Ohio Casualty Insurance Company
°aPO'�arFtip y� °aPORv��y �GP�oNPOpk,rFy� West American Insurance Company
J 3 o m J o 1
> ; 1912q o 1919 1991
w, O Q O
Yd�9a'r4 CHU-+`a'1 yO NAMP`' `(s �NDIANp' •atl
C 9j7 By:
m Nathan J.Zangede,Assistant Secretary
1 m State of PENNSYLVANIA
ss E
Q) a County of MONTGOMERY 8
w On this 18th day of March 2025 before me personally appeared Nathan J.Zangede,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance �to
C)m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes
� therein contained by signing on behalf of the corporations by himself as a duly authorized officer,
N �
IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written.
c V
O a) 5� PA&J
�' 10NWF 'FC Commonwealth of Pennsylvania-Notary Seal Q
6 �Qc° qt�5 v Teresa Pastella,Notary Public R
Montgomery County
OP My commission expires March 28,2029 By•
Commission number 1126044
yL`tPayG Member,Pennsylvania Association of Notaries Teresa Pastella,Notary Public
4? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance `15!i�
o•� Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows:
"a3 ARTICLE N—OFFICERS:Section 12.Power of Attorney. 12
o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President $
c may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all:
ar undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full
o power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall
Z C) be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the provisions of this
article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority,
ILL-a
ARTICLE All—Execution of Contracts:Section 5.Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attomey-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,
bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Nathan J.Zangerie,Assistant Secretary to appoint such
attomeys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and
other surety obligations.
Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 25th day of April 2025 .
1NSU& �ZY INS& a\NSU,0
Otroy�i� c 3°°Nr°r�ro�gyo y
j �
1912 0 1919 1991 t
~d�sr4CH°��da yDy . y
aa�O B
NAMpS� Renee C.Llewellyn,Assistant Secretary
LMS-12873 LMIC OCIC WAIC Multi Cc 02124
CONTRACT
WORKER'S COMPENSATION INSURANCE CERTIFICATE
The Contractor shall execute the following form as required by the California Labor Code, }
Sections 1860 and 1861:
I am aware of the provision of Section 3700 of the Labor Code which requires every employer to
be insured against liability for worker's compensation or to undertake self-insurance in
accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this co ract.
42A a5-
D to (Con )
By: o S Q,nc�n�
(Signatu
—! cC�
(Title)
Atte
By
(Signature)
Cam.--_ � s�-•
(Title)
INS-1
CALIFORNIA ALL- PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity
of the individual who signed the document to which this certificate is attached,
and not the truthfulness, accuracy, or validity of that document.
State of California }
County of San Bernardino }
On 04/29/25 before me, Rebecca Wilks, Notary Public ,
triere insert name and vile of ine o icer
personally appeared Leonardo Sancho Frances ,
who proved to me on the basis of satisfactory evidence to be the person(s) whose
names-) Is re subscribed to the within instrument and acknowledged to me that
< he/they executed the same in. Is er/their authorized capacity(ies), and that by
Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(&) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that
the foregoing paragraph is true and correct. .,,.
REBECCA WILKS
WITNESS my hand and official seal. .. Commission#24G
� � . " Notary Public-Californiarni
�
San Bernardino County
I My Comm.Expires Sep.9,2027
Notary Public Signature (Notary Public Seal)
ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM
This form complies with current California statutes regarding notary wording and,
DESCRIPTION OF THE ATTACHED DOCUMENT if needed.should be completed and attached to the document.Acknowledgments
from other states may be completed for documents being sent to that state so long
as the wording does not require the California notary to violate California notary
workers comp ins law.
(Title or description of attached document) • State and County information must be the State and County where the document
signer(s)personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s)personally appeared which
(Title or description of attached document continued) must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
Number of Pages Document Date commission followed by a comma and then your title(notary public).
• Print the names) of document signer(s) who personally appear at the time of
notarization.
CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e.
he/she/they—is/are)or circling the correct forms.Failure to correctly indicate this
❑ Individual (s) information may lead to rejection of document recording.
❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges,re-seal if a
(Title) sufficient area permits,otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
❑ Partner(s) the county clerk.
❑ Attorney-in-Fact . Additional information is not required but could help to ensure this
❑ Trustee(s) acknowledgment is not misused or attached to a different document.
Other Indicate title or type of attached document,number of pages and date.
❑ Indicate the capacity claimed by the signer.If the claimed capacity is a
corporate officer,indicate the title(i.e.CEO,CFO,Secretary).
www.NotaryClasses.coni 800-873-9865 • Securely attach this document to the signed document with a staple.