Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CO 2025-022 - Gentry General Engineering, Inc
CITY OF RANCHO CUCAMONGA PUBLIC WORKS SERVICES DEPARTMENT iR i �mwm.m:.Y.9a-� .re..as��� i City of Taneho C�carnonga CONTRACT NUMBER _ J Zo25 -oz?- cffycLMK CONTRACT WITH GENTRY GENERAL ENGINEERING INC. FOR THE CDBG CONCRETE REHABILITATION PROJECT FY 24=25 AWARD DATE: Tuesday,February 4, 2025 r t } : CITY-.OF RANCHO,CUCAMONGA 1/3/2025 ADDENDUM NO. 1 CDBG CONCRETE REHAB PROJECT FY 24-25 PROJECT To: All Plan Holders 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 SPECIAL PROVISIONS, appendix item 2 Addendum 1 replaces section "Federal Wage Rates"of the bid package with Attachment A "Revised Applicable Federal Wage Decision per Addendum 1. Pursuant to the Instruction to Bidders, Section G,Addendums, a signed copy of this addendum acknowledging receipt shall be returned to the City prior to bid opening or attached to bid docurnents. Acknowledgement of receipt: Fily Reyes,Assistant Engineer ANCHO CUCAMONGA CITY OF RANCHO CUCAMONGA PUBLIC WORKS SERVICES DEPARTMENT NOTICE INVITING BIDS FOR PROPOSAL, CONTRACT AND SPECIFICATIONS FOR CDBG CONCRETE REHABILITATION PROJECT FY 24-25 PREPARED BY: - - CITY OF RANCHO CUCAMONGA 8794 LION ST RANCHO CUCAMONGA, CALIFORNIA 91730 (909) 477-2730 NEIL PLUMMER i DEPUTY DIRECTOR OF PUBLIC WORKS SERVICES TABLE OF CONTENTS Notice Inviting Bids.............................................................................................................N-1 thru 6 Instructionsto Bidders .......................................................................................................I-1 thru 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 O. Relief of Bidders P. MBE/WBE and Federal Labor Standards Q. Pre-Bid Meeting Bid Documents to Submit for Proposals Proposal .......................................................................................................................... P-1 thru 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 Affidavit 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 -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-2 PART 3 - CONSTRUCTION METHODS Section 300—Removals and Earthwork 300-1 Clearing and Grubbing........................................................................................... ME-1 300-2 Unclassified Excavation............................................................................... ME-1 thru 2 300-4 Unclassified Fill...................................................................................................... ME-2 Section 301—Subgrade Preparation, Treated Materials, and Placement of Base Materials 301-2 Untreated Base...................................................................................................... ME-3 Section 302-Roadway Surfacing 302-5 Asphalt Concrete Pavement........................................................................ ME-4 thru 5 Section 303 - Concrete and Masonry Construction 303-1 Concrete Structures..................................................................................... ME-6 thru 7 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps and Driveways.................................................................................................... ME-7 thru 9 PART 4— EXISTING IMPROVEMENTS Section 400—Protection and Restoration 400-1 General............................................................................................................... ME-10 Table of Contents Section 401 —Removal 401-3 Concrete and Masonry Improvements................................................................. ME-11 Section 402— Utilities 402-1 Location............................................................................................................... ME-12 402-4 Relocation ....................................................:...................................................... ME-12 402-7 Utility Connection................................................................................................. ME-12 Section 403—MANHOLE ADJUSTMENT AND RECONSTRUCTION 403-1 General................................................................................................................ ME-13 403-5 Payment.................................................................................................. ME-13 thru 14 Table of Contents APPENDIX ITEMS 1. Federally Assisted Project Requirements U.S. Department of Housing and Urban Development 2. Federal Wage Rates 3. Map of Section A: Victoria Park Lane— Fairmont Way to Rochester Avenue project locations (for removal & replacement) 4. Map 'of Section B: Victoria Park Lane — Rochester Avenue to Base Line Road project locations (for removal & replacement) 5. Map of Section C: Fairmont Way— Milliken Avenue to Victoria Park Lane project locations (for removal & replacement) 6. Map of Section D: Kenyon Way—Victoria Park Lane to Pacific Electric Trail project locations (for removal & replacement) 7. Map of Section E: Victoria Park Lane / Victoria Windrows Loop ADA Ramps locations (for removal & replacement/Standard Drawings Details) 8. City Working Days Calendar 9. Sample of Previously Approved Certificates of Insurance 10.Permits a) Application for Construction Permit b) Temporary Street and Lane Closure Permit Note: City Permits may be obtained on-line via the City's website, www.citvofrc.us or in person_at City Hall (10500 Civic Center Drive, Rancho Cucamonga, CA 91730). NOTICE INVITING SEALED BIDS FOR PROPOSALS FOR "CDBG CONCRETE REHABILITATION PROJECT FY 24-25" 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 January 14, 2024, sealed bids or proposals for the "CDBG CONCRETE REHABILITATION PROJECT FY 24-25" in said City. Bids must be made on a form provided for the purpose, addressed to the City of Rancho Cucamonga, California, marked, "Sealed Bid for the Construction of CDBG CONCRETE REHABILITATION PROJECT FY 24-25". Bids will be publicly opened and read on the front steps of City Hall, 10500 Civic Center Drive, Rancho Cucamonga, California 91730. Bids shall be valid for ninety (90) calendar days after the bid opening date. DESCRIPTION OF WORK: The scope of work to be performed consists of, but not limited to, removal and replacement of existing concrete sidewalk, curb and gutters, drive approaches and other related work within the project limits. The Engineer's estimate for the Base Bid is $480,665.00. TIME OF COMPLETION: The contract documents call for 54 working days to complete the Base Bid items of work/construction. Working days will be added to the contract length if the Additive Bid is awarded. PRE-BID MEETING: A mandatory pre-bid meeting will be held on Tuesday, December 17, 2024, beginning at 10:00 AM. The pre-bid meeting location will be at the Public Works Services Center at 8794 Lion Street, Rancho Cucamonga, CA 91730. Refer to item"Q. Pre- Bid Meeting" of the "Instructions to Bidders" section of the bid documents for the appropriate directions. Attendees are required to sign in at the Pre-Bid meeting. Bids from companies that did not have a representative sign in at the Pre-Bid Meeting will be rejected. This project is being funded by the Department of Housing and Urban Development (HUD)- Federal Community Development Block Grant (CDBG) funds. Federal requirements for wages, work conditions, etc. must be followed by all parties on this project. PREVAILING WAGE RATES: Notice is hereby given that this contract will be funded in whole or in part with federal housing and community development funds. The Federal Labor Standards Provisions, including prevailing wage requirements of the Davis-Bacon and Related Acts will be enforced upon all contractors performing work on the project. A copy of the Federal Wage Decision applicable to this project is included in Appendix Item 2 of the Special Provisions. The Contracting Agency also shall cause a copy of such determination to be posted at the job site. This is a public work in the State of California, funded in whole or in part with public funds. Therefore,the higher of the two applicable prevailing wage rates,federal or state,will be enforced. The Contractor's duty to pay State prevailing wages can be found under Labor Code Section 1770 et seq. Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and to employ apprentices, including forfeitures and debarment. The State Wage Decision is on file at the City Clerk's office, and is available online at http://www.dir.ca.gov/disr/. Pursuant to provisions of Labor Code Section 1775, the Contractor shall forfeit, as penalty to the City of Rancho Cucamonga, not more than two hundred dollars ($200.00) for each laborer, workman, or mechanic employed for each calendar day or portion thereof, if such laborer, N-1 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. PUBLIC WORKS CONTRACTOR REGISTRATION: Pursuant to Labor Code sections 1725.5 (with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)), all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No bid will be accepted, nor any contract entered into without proof of the contractor's and subcontractors' current registration with the Department of Industrial Relations to perform public work. If awarded a Contract, the Bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this Project, it shall be the Bidder's sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this Contract and applicable law in its bid. SUBMISSION OF ELECTRONIC CPRs: For all projects,the contractors and subcontractors must furnish electronic certified payroll records to the Labor Commissioner. DEBARMENT: In accordance with 2 CFR 200, these provisions restrict Federal awards, subawards and contracts with certain parties that are debarred, suspended or otherwise excluded from or ineligible for participation in Federal programs or activities. In addition, in accordance with the provisions of the Labor Code, contractors or subcontractors may not perform work on a public works project with a subcontractor who is ineligible to perform work on a public project pursuant to section 1777.1 or section 1777.7 of the Labor Code. 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. Any public money that is paid to a debarred subcontractor by the Contractor shall be returned to the City. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor used on the Work. APPRENTICESHIP PROGRAM: Attention is directed to the provisions in Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code and Title 8, California Administrative code, Section 200 et seq. 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 apprenticeable 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 N-2 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, D. Assignment of an apprentice to any work performed under a public works contract that would create a condition that would jeopardize his or her life or the life, safety, or property of fellow employees or the public at large, or the specific task to which the apprentice is to be assigned is of a nature that training cannot be provided by a journeyman; or E. 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 five 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 apprenticeable 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. MINORITY AND WOMEN OWNED BUSINESSES: Bidders will be required to document their status as a Minority Business Enterprise (MBE), a Women-owned Business Enterprise (WBE) or a non-MBE/WBE firm. All bidders will be required to make a good faith effort, and to document their efforts to include MBE and/or WBE firms as part of the contract bid, if applicable. SECTION 3 STATEMENT: This is a HUD Section 3 construction contract. Contractors and Subcontractors must address the Section 3 employment work hours benchmarks for Section 3 Workers and Targeted Section 3 Workers as established by the U.S. Department of Housing and Urban Development at 24 CFR Part 75. Contractors and Subcontractors shall address this matter utilizing applicable forms under Federal documents (found in Appendix Item 1). CONFLICT OF INTEREST: In the procurement of supplies, equipment, construction, and services, the conflict-of-interest provisions in 2 CFR 200.318 shall apply. No employee, officer or agent may participate in selection, award or administration of a contract supported by Federal award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract. The officers, employees, and agents of the non-Federal entity may neither solicit or accept gratuities, favors, or anything of monetary value from contractors or parties to subcontractors. BUILD AMERICA BUY AMERICA: The construction services performed pursuant to this contract are subject to the Build America, Buy America Act (BABA) requirements under Title IX of the N-3 Infrastructure Investment and Jobs Act ("IIJA"), Pub. L. 177-58. Absent an approved waiver, all iron, steel, manufactured products, and construction materials used in this project must be produced in the United States, as further outlined by the Office of Management and Budget's Memorandum M-22-11, Initial Implementation Guidance or Application of Buy America Preference in Federal Financial Assistance Programs for Infrastructure, April 18, 2022. By submitting a bid, Contractor hereby certifies they are familiar with all laws and regulations that may affect cost, progress, and performance of the work, including BABA requirements. A copy of the contractor self-certification form is included in the Bid Document. WORK HOURS: 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, thirty-two dollars ($32.00) 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. TRAVEL AND SUBSISTENCE: 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. BID GUARANTEE: 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 5% 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. PERFORMANCE AND PAYMENT BONDS: 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. SUBSTITUTE SECURITIES FOR RETENTION MONIES: The City will retain five percent (5%) of each progress payment as security for completion of the balance of the work. In accordance with the requirements of Section 9-3.2 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, N-4 upon the Contractor's request and at the Contractor's sole cost and expense, substitute authorized securities in lieu of monies withheld (performance retention). CONTRACTOR'S LICENSE: 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 "C-8" (Concrete Contractor) in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000 et. seq.) and rules and regulation adopted pursuant thereto. The Contractor, pursuant to the "California Business and Professions Code," Section 7028.15, 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. WORKMANSHIP: 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. AVAILABILITY OF CONTRACT DOCUMENTS: 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 Sign in or Signup (Website IS FREE TO USE), then choose "BID SEARCH", search by project name or search "Rancho Cucamonga" and click on "View Bid" on the Project of interest 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 AWARD OF CONTRACT: The City of Rancho Cucamonga shall award the Contract for the Work to the lowest responsive, responsible bidder as determined by the City for the Base Bid plus Additive Bid 1. The City reserves the right to reject any or all bids, to accept any bid or portion thereof or to waive any irregularities or informalities in any bids or in the bidding process. 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 9-3.2 of the General Provisions, as set forth in the Bid Proposal and the Special Provisions 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. N-5 All questions regarding this Notice Inviting Sealed Bids for "CDBG CONCRETE REHABILITATION PROJECT FY 24-25" must be in writing (e-mail preferred) and received by the City no later noon on Tuesday, December 24, 2024. The City is not responsible for questions/e-mails undeliverable. Questions/e-malls shall be directed to: Richard Favela and Fily Reyes Streets, Storm Drains and Fleet Superintendent Assistant Engineer 8794 Lion Street 8794 Lion Street Rancho Cucamonga, CA 91730 Rancho Cucamonga, CA 91730 (909)477-2730, ext. 4108 (909) 774-4026 E-mail address: richard.favelaa-cityofrc.us e-mail address: fily.reyes(a)-cityofrc.us ADVERTISE ON: Tuesday, December 3, 2024 and Tuesday, December 10, 2024 N-6 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. Bidder shall place a "Post It" note (1.5" X 2" minimum size) at the upper right corner of sheet P-5 of 13 of the Bid Proposal to help the representative from the City Clerk's office find the Total Base Bid plus Additive Bid 1 Amount. 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. 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, California Contractor License Number, Federal Employer Identification Number (FEIN), UEI, DUNS#, and DIR Registration 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 on the project, shall be listed. The successfuY 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. I-1 4. Bid must be accompanied by cash, cashier's check, certified check, or surety bond in an amount not less than (5%)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 90 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 CDBG CONCRETE REHABILITATION PROJECT FY 24-25 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. 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 1-2 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 co-partnership 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 5% 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 will result in bid rejection. Said addendum shall be made part of the contract. Any other interpretation or explanation of such documents will not be considered binding. The addendum can be found by going to www.virtual-bid.com and signing up, by going to Sign in or Signup (Website IS FREE TO USE), then choose "BID SEARCH", search by project name or search "Rancho Cucamonga" and click on "View Bid" on the Project of interest and follow directions for download. 1-3 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. 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. Award of Contract The lowest responsive bidder will be calculated per Section 20103.8 (c) of the Public Contract Code as the lowest of either: 1. BASE BID +ADDITIVE BID 1 AMOUNT. A proposal will not be considered if it does not include the Base Bid and Additive Bid 1. No proposal will be considered from a Contractor to whom a proposal form has not been issued by the City of Rancho Cucamonga. - No proposal will be considered from a Contractor to whom a proposal form has not been issued 1-4 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 "C-8" License (Concrete Contractor) in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000, et. seq.) and rules and regulations adopted pursuant thereto at the time this contract is awarded. Bonds The Contractor shall furnish a good and sufficient surety bond issued by a surety company authorized to do business in the State of California in the sum equal to 100% of the total bid, conditioned for the Faithful Performance by the Contractor of all covenants, stipulations any agreements contained in said contract; an addition, the Contractor shall furnish a Labor and Materials Bond and a sum equal to 100% of the contract price, as required by the provisions of Section 9554 of the California Civil Code. Workers' Compensation Before commencing any work under the contract, the successful bidder must file with the Engineer a certificate by an insurance carrier authorized under the laws of the State to insure employers against liability for compensation under the "Worker's Compensation Insurance and Safety Act," stating that such bidder has taken out for the term for which the contract is to run, compensation insurance covering his full liability work or labor necessary to carry out the provisions of this contract, and an agreement to immediately notify said Engineer if said policy should lapse or be canceled. In the event that such policy should become inoperative at any time before the completion of the work, all work shall cease immediately until a new policy is obtained and any time so lost shall not entitle Contractor to any extension of time. Execution of Contract The Contract shall be signed by the successful bidder and returned together with the other required documents, within fifteen (15) days after the bidder has received notice that the contract has been awarded, unless extended by said City Council in writing. No proposal shall be considered binding upon the City until the execution of the contract. 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. 1-5 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 $3,600.00 per day for each and every calendar day's delay in finishing the work in excess of 54 working days for the Base Bid. The number of working days will be increased for each Additive Bid awarded, if any, as specified in Proposal form, Section E Sheet P-4. 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 90 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 to being engaged as a Contractor within the City. N. EQUIVALENT MATERIALS Attention is directed to the provisions of Section 4 of the Standard Specifications for Public Works Construction. O. RELIEF OF BIDDERS Attention is directed to the provisions of Government Code Sections 14350 to 14355, inclusive, (State Contract Act) concerning relief of bidders and in particular to the requirement therein, that if the bidder claims a mistake was made in his bid, the bidder shall give the City written notice within five days after the opening of the bids of the alleged mistake, specifying in the notice in detail how the mistake occurred. P. MINORITY BUSINESS ENTERPRISE / WOMEN BUSINESS ENTERPRISE (MBE/WBE) AND FEDERAL LABOR STANDARDS Reference is also directed to "Wage Rates," "Federal Requirements," and for HUD Federal Aid Projects to "Federal Labor Standards Provisions," attached herein as Subsection 5-8.5, 5-8.6 and 7- 16.7, respectively. Q. PRE-BID MEETING A mandatory pre-bid meeting is scheduled on Tuesday, December 17, 2024, beginning at 10:00 AM at the Rancho Cucamonga Public Works Services Center, 8794 Lion Street, Rancho Cucamonga, CA 91730. 1-6 Approximate Directions: Exit the 1-10 Freeway at Vineyard Avenue. Proceed north on Vineyard Avenue. After crossing the railroad tracks, turn east onto 8tn Street. Proceed east on 8t" Street until reaching Lion Street. Turn south onto Lion Street. Proceed to the south terminus (cul-de-sac) which is 8794 Lion Street. Public Parking is located west of the building entrance. Enter building through double glass doors. Complete the "Sign In" sheet. The meeting will be held at the conference room. Attendees are required to sign in on the "Sign In" sheet. Bids from companies that did not have a representative sign in at the pre-bid meeting will be rejected. 1-7 BIB 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. 0 Schedule of Unit Cost and Lump Sure Amounts 0 Bidder Agreement 0 Bidder Information 0 Subcontractors ® Declaration of Eligibility to Contract B Certificate;of lion-Discrimination by Contractors B Non-Collusion Declaration .0 Bid Bond ® A.pperift Item 1: Federally Assisted project Requirements Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non7ne_sgsgnsive and subject to rejection. Gentry General Engineering, Inc. Bidder P-1 of 13 CDBG CONCRETE REHABILITATION PROJECT EY 24-25 Required Bits Proposal Forms PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "CDBG CONCRETE REHABILITATION PROJECT FY 24-25" 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 do all the work required to complete the said work in accordance with thy;"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 follovAng Proposal. BASE BID: SECTIONS A, B, C and D (VICTORIA PARK LANE, FAIRMONT WAY, AND KENYON) Item Description Reference Qlty� Unit Unit Price No. Specification Price Section A: VICTORIA PARK LANE—FAIRMONT WAY TO ROCHESTER AVENUE isee 'Appendix Item 3 for Map and Project Locations), 30 Working Day 1 Mobilization I LS $8,682.03 $8,682.03 2. Remove Existing 4" P.C.C. Sidewalk (300-1) 16,974 SF $3.59 $60,936.66 3. Construct New 47 P.C.C. (201, 303-5) Sidewalk 16,974 SF $7.95 $134,943.30 Total Section A Amount(in Numbers). $204,561.99 Section 13: VICTORIA PARK LANE — ROCHESTER AVENUE TO BASE LINE ROAD (See Appendix Item 4 for Map of Project Locations), 16 Working Days 4. Remove Existing 4" P.G.G. (300-1) 9,255 SF $3.59 $33,225.45 Sidewalk Gentry General Engineering, Inc. Bidder P-2 of 13 CDBG CONCRETE REHABILJTATION PROJECT FY 24-25 Required Bid Proposal Forms PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "CDEG CONCRETE REHABILITATION PROJECT FY 24-26" Item Reference Unit No. Description Specification Qty. Unit . Price Price . 5. Construct New 4° P.C.C. (201, 303-5) 9,255 SF $7.95 $73,577.25 Sidewalk Total Section B Amount(in Numbers): $106,802.70 Section ,C: FAIRIII'iONT WAY — MILLIKEN AVENUE TO VICTORIA PARK LANE (see Appendix Item 5 for Flap of Project Locations),5'Dorking Days 6. Remove Existing 4�P.C.C. (300-1) 2,472 SF $3.59 $8,874.48 Sidewalk 7. Construct New 4� P.C.C. (201,303-5) 2,472 SF $7.95 $19,652.40 Sidewalk Total Section C Amount(in Numbers) $28,526:88 Section D KENYON WAY — VICTORIA PARK LANE TO PACIFIC ELECTRIC TRAIL (see Appendix Item 6 for Map of Project Locations),4 Working Days 8. Remove Existing 4'P.C.C. Sidewalk (300-1) 2,010 SF $3.59 $7,215.90 9. Construct New 4„ P.C.-C. Sidewalk (201, 303-5) 2,010 SF $7.95 $15,979.50 Total Section D Amount(in Numbers): $23,195.40 Gentry General Engineering, Inc. Bidder P-3 Of 13 CDBG CONCRETE REHABILITATION PROJECT FY 24-25 Required Bid Proposal Forms PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "CDBG CONCRETE REHABILITATION PROJECT FY 24-26,• Item Description Reference Unit Price No. Specification sty. Unit Unit TOTAL BASE BID(SECTIONS A,B,C&D)AMOUNTS IN NUMBERS: $363,086.97 TOTAL BASE BID(SECTIONS A,B,C,&D)AMOUNTS IN WORDS: three hundred sixty-three thousand eighty-six dollars and ninety-seven cents ADDITIVE BID NO 1: Section E VICTORIA PARK LANE I VICTORIA 1 ANDRC>WS LOOP ADA RAMPS(see Appendix Item 7 for Map of ADA Ramp Locations), 4 Working Days: 10. Remove EAsting P.C.C. ADA Ramp and Replace with TypeA3 P.C.C.ADA Ramp at Southwest Corner (201,303-5) 1 EA $14,620.75 $14,620.75 11. Remove Existing P.C.C. ADA Ramp and Replace with Type A3 P.C.C.ADA Ramp at Southeast Corner (201,303-5) 1 EA $13,920.79 $13,920.79 12. Remove Existing P.C.C. ADA Ramp and Replace with Type Al P.C.C.ADA Ramp at Northeast Corner (300-1) 1 EA $14,549.98 $14,549.98 13. Remove Existing P.C.C. ADA Ramp and Replace with Type A3 P.C.C.ADA (203-6, 302-5) Ramp at Northwest Corner 1 EA $12,916.36 $12,916.36 Total Section E Amount(in Numbers,: $56,007.88 Gentry General Engineering, Inc. Bidder P-4 of 13 CDBC CONCRETE REHABILITATI0N PROJECT FY 24-25 Required Bid Proposal Forms PROPOSAL. SCHEDULE OF COST AND LUMP SUM AMOUNTS "CDBG CONCRETE REHABILITATION PROJECT FY 24-252' Item Description Reference City. Unit Leif, Price No. Specification Price TOTAL.BASE BID+ADDITIVE BID°I AMOUNTS IN NUMBERS: $419,094.85 TOTAL:BASE BID+ADDITIVE BID 1 AlI,i9OUNTS IN WORDS: four hundred nineteen thousand ninety-four dollars and eighty-five cents In case of discrepancy between the written pricelarnount and the numerical cricelamount,the written price/amount shall prevail Gentry General Engineering, Inc. Bidder P-5 of 13 CDBG CONCRETE REHABILITATION PROJECT FY 24-25 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 an, to prosecute said work in such a manner as to complete it within 54 Working days for the Base Bid plus additional working clays for each Additive Bid awarded, if any, 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 51% of the total amount of the bid payable to the City which is to be fo feited, 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 90 days from the date of the award of contract. They will then be returned to the respective bidders whose proposals they accompany. BIDDER: Gentry General Engineering, Inc Brenton Gentry, President/Secretary/Treasurer, Manager 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 naives of all individual copartners composing firm; or an individual, state first and last names in full 1 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 ProfessionsCode Section 7028.15." 974279 06/30/26 California State Contractors License Number .Expiration Date Gentry General Engineering, Inc. Bidder P-6 of 13 CDBG CONCRETE REHABILITATION PROJECT FY 24-25 Required Bid Proposal Farms Bidder,Agreement(continued) Brenton Gentry - President/CEO 01/14/2025 Signature Name/Title Date Brenton Gentry - Secretary, 01/14/2025 Signature Name/Title Date Brenton Gentry -Treasurer 01/14/2025 Signature Name/Title Date �-- Brenton Gentry - Manager 01/14/2025 Signature Narne/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, ether than an officer of the corporation or a member of a partnership, a Power of Attorney merit 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. Gentry General Engineering, Inc. Bidder P-7 of 13 C©BG CONCRETE REHABILITATION PROJECT FY 24-25 Required Bid Proposal Forms :.:A ilOWL�ENT kriotft p.pbliC or.;otitier officer compie ng this certncab:vwfts:-Only.the:identity oftho'k"uat who'signed the documept to which this certificate_is u3ttas dt;and:ndt:tl e:bUhfulness;accuiteyi.or valiftf of that d iMant:. Stag.of CalirFahtia County of San:Bernardino On 1�V1 Ui G�:V11 l'I` 0 7•�`.before me, Andrea Scarbrough, Notary Public (insert tame and titre of the officer) personally appeared .:Brenton Gentry' .who proved to:me on the basis of satisiectory evldence to be the peon(A)whose name subscribed to them6thin instrument and acknowledged to me that hemhOXey executed same in hislhor eir authorized capac lty(lp),and that by hisi'l r it signature(a).on the instrument the person ;or the entity upon behalf of which-the perw* acted,exerted the instrument. I car*--tinder PENALTY OF PERJURY under the ors of.the State of CaMomia that the foregoing paragraph isarue and.cotrect. ANDREA NICOLE SCARBROUGH Notary Public-Cadfor b WITNESS my hand and official seal. San Bernardino Cafty Commission#2397494 My Comm.Expires Mar 17,2M Signature. BIDDER INFORMATION The bidder shall tarnish the following information, Additional sheets may be attached if necessary. Dame of Firm: Gentry General Engineering, Inc. Type of Firm: X Corporation Individual Partnership Business flailing Andress: 320 W Tropica Rancho Rd. Colton, Ca 92324 Place of Business: 320 W Tropica Rancho Rd. Colton, Ca 92324 Telephone No.: 909.330.1128 Contractor's License: State: CA License No.: 974279 Public Works DIR No.: 1000024189 Names and titles of all members of the firm: Brenton Gentry - President/CEO , Secretary, I reasurer, and Manager Number of years as a contractor in construction work of this type: 12 years Three projects of this type recently completed: Date Owner's Name & Contract Amount Tarps of Project Completed Address See attached Person who inspected site of the proposed work for your firm.- Name: Inspection Brenton Gentry & Dean Bates Date; 01/13/2025 NOTE: if requested by the City, the Bidder shall furnish a n6tarized financial statement, references, and other information, sufficiently comprehensive to permit an appraisal of his current financial condition. Gentry General Engineering, Inc. Bidder P-8 of'13 CDBG CONCRETE REHABIUTATION PROJECT FY 24-25 Required Bid Proposal Forms GENTRY GENERAL ENGINEERING Prior Projects 2013—$34,500.00 2016—$504,420 City of Fontana City of Baldwin Park Damaged Street/Sidewalk Alleyway Street/Sidewalk Asphalt&Concrete R&R Asphalt&Concrete R&R 8353 Sierra Ave 14403 Pacific Ave Fontana, Ca 92335 Baldwin Park, Ca 91706 Jason Jojola:No Email Address Chase Fidler:CFidler@baldwinPark.com 909.350.6636 626.960.4011 2014—$30,000.00 2016—$619,075 City of Rancho Cucamonga City of Bloomington Solar Shade Structure ADA Ramp—Repair/Maintenance/Replaced 8794 Lion St. 825 E.Yd Street Rancho Cucamonga,Ca 91730 San Bernardino, CA 92415 909.477.2730(No Email Address) Haile Ford:HFord@DPW.SBCount.gov 909.387.7936 2015—$495,000 City of Whittier 2016—$173,604 Fire Loop/Fire Sprinkler Repair City of Montclair 9401Painter Ave Alleyway Street/Sidewalk Asphalt&Concrete Whittier,Ca 90605 5111 Benito St Karla Embry:Karla.Embry@WUHSD.org Montclair,Ca 91763 562.332.9303 Steve Stanton:SStanton@CitvofMontclair.org 909.625.9444 2015—$41,000 City of Glendora 2017—$325,000 Water Improvement City of Upland 116 E. Foothill Blvd. Damaged Street/Sidewalk Glendora, Ca 91741 Asphalt&Concrete R&R Carlos Cigneros: No Email Address 1370 North Benson Ave 626.786.1285 Upland,Ca 91785 Tony Trejo:TTreio@CI.Upland.Ca.Us 909.631.3918 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 2017—$624,688 2018—$547,950 Santa Ana City of Pasadena Repair Maintenance/Replaced Miscellaneous Concrete Repair Damaged Street/Sidewalk 100 Garfield Ave Asphalt&Concrete R&R Pasadena,Ca 91101 20 Civic Center Plaza Morley Saralya:MSaralva@CitvofPasadena.net Santa Ana,Ca 92701 626.744.3703 Victor So:Vso@Santa-Ana.org' 714.647.5076 2018—$2.2 Million City of Torrance 2017—$694,000 Downtown Torrance Active Transportation City of Corona Improvements Miscellaneous Concrete Repair 20500 Madrona Ave 400 S.Vicentia Ave,Ste. 210 Torrance,Ca 90503 Corona, Ca 92882 Justin Gatza:JGatza@TorranceCa.gov Barry Ghaemi:Barry.Ghaemi@Coronaca.gov 310.618.3032 951.739.4961 2019—$288,974 2017—$30,000. City of Barstow City of San Diego Water Treatment Plant Dewatering Pad&Wall Demo/Backfill/Compact Existing 2200 Riverside Dr. Vault Location Barstow,Ca 92311 422 W.Washington St. Kody Topkins:KTookins@BarstowCa.gov San Diego, Ca.92103 760.252.2538 Matt Cavan:MCavan@HARCOInc.Us 951.684.1909 2019-$544,342 Torrance Unified School District 2018—$1.2 Million Anza,Arnold and Hickory ES Site Drainage City of Torrance 21400 Ellinwood Dr Damaged Street/Sidewalk Torrance,CA 90503 Asphalt&Concrete R&R Joe Winterburn: 20500 Madrona Ave jinterburn@balfourbeattyus.com Torrance, Ca 90503 (949) 502-4000 Shin Furukawa:SFurukawa@TorranceCa.gov 310.618.3073 2019-$714,000 City of Hermosa Beach 8th Street Improvements Project 8tn Street Hermosa Beach,CA 90254 Reed Salan:rsalan@hermosabch.orR (310)318-0229 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 2019-$267,000 2019-$210,000 Costa Mesa Sanitary District Lynwood Middle School(USD) Indus Sewer Main Replacement Storm Drain Improvements 20122 Santa Ana Ave 11321 Bullis Road Newport Beach,CA 92660 Lynwood,CA 90262 Rob Hamers:rhamers@robhamers.com Manuel Jaramillo:Miaramillo@delterra.com (949)548-1192 (323)447-0996 2019-$285,744 2020-$1,369,000 City of Fullerton City of Torrance Curb/Gutter and Sidewalk Reconstruction Sidewalk Repair for Handicap Accessibility Fullerton, CA 92831 Torrance, CA 90505 Jose Medina:iosem@cityoffullerton.com Shin Furukawa:sfurukawa@torranceca.eov (714)738-6863 (310)781-6900 2019-$141,312 ($139,573 original bid;work 2020-$19,546 limits increased) City of Fontana i City of Irvine San Bernardino at Cypress Driveway Ranch Park Bike Trail Rehabilitation Improvements Irvine,CA 92618 Fontana,CA 92335 Anthony Caraveo:acaraveo@cityofirvine.org Christopher Smethurst: (949)724-7365 cmmethurst@fontana.org (909)350-6649 2019-$644,763 City of Thousand Oaks Concrete Replacement and Sidewalk Repair 2020-$158,338.($149,835 original bid; Program additional grading work performed) Thousand Oaks,CA 91320 City of Walnut Michelle McCarty:mmccarty@toaks.org Butterfield Park Trail Rehabilitation (805)449-2477 21201 La Puente Rd Walnut,CA 91789 2019-$14,800.00 Tony Lopez:tiopez@rkagroup.com Whittier Unified School District(Whittier CHS) (909) 594-9702 Refurbish Long Jump Pits 9401 S. Painter Ave., Whittier,CA 90605 Danny True— Danny.true@wuhsd.org (562) 237-0795 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 2020-$29,820 2021-$366,732 City of Irwindale City of Laguna Beach Peppertree Bus Shelter Removal and Foothill Zones 2 and 3 Street Concrete Improvements Column 505 Forest Ave 5050 N Irwindale Ave Laguna Beach,CA 92651 Irwindale, CA 91706 Alpha Santos-Guinto— Elizabeth Rodriguez.- asantos@laeunabeachcity.net erodriguez@irwindaleca.sov (949)497-0729 (626)430-2211 2021—$221,318($211,965 original bid;extra work added) 2020-$5,565 City of Laguna Beach City of Irwindale Ramona Alley Decorative Paving Replacement Arrow Bus Shelter Roof Repair 505 Forest Ave 5050 N Irwindale Ave Laguna Beach,CA 92651 Irwindale,CA 91706 Alpha Santos-Guinto— Elizabeth Rodriguez— asantos@lagunabeachcity.net erodriRuez@irwindaleca.Rov (949)497-0729 (626)430-2211 2021-$198,420 2021-$22,000 Chino Valley Unified School District Whittier Unified School District Briggs K-8 Waterline Upgrades Collapsed Storm Drain Repair 11880 Roswell Ave 9401 S. Painter Ave., Chino,CA 91710 Whittier, CA 90605. .. Sam Sousa— Danny True— sam sousa@chino.k12.ca.us Danny.true@wuhsd.org (909) 628-1201 x1490 (562) 237-0795 2021-$125,400 2021-$29,999 Torrance Unified School District Costa Mesa Sanitary District Seaside Elementary Site Drainage Improvement Manhole Surface Repairs Phase 7 2335 Plaza Del Arno 290 Paularino Ave Torrance,CA 90501 Costa Mesa,CA 92626 Ryan Palmer— Michael Benesh— Palmer.ryan@tusd.org mlbenesh@robhamers.com (310) 972-6240 (949)548-11.92 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 2021-$252,796 City of Rancho Cucamonga 2022-$88,066 Citywide Concrete Repair - Cucamonga Valley Water District 10500 Civic Center Dr Nitrate Facility Retaining Wall Rancho Cucamonga,CA 91730 10440 Ashford St Ernie Ruiz— Rancho Cucamonga,CA 91730 Ernie.ruiz@cityofrc.us Tyler Bui— (909)774-4108 tylerbui@cvwdwater.com (909)483-7455 2021-$41,750 State of California 2022-$148,029 Moro State Deck and ADA Access County of San Bernardino 715 P Street Laurel Ave/Randall Ave Drainage Improvement Sacramento,CA 94296 825 E 311 St Michelle Humphrey— San Bernardino,CA 92415 Michelle.humphrey@parks.ca.gov Carlos Seanez— (949)366-8533 carlos.seanez@dpw.sbcounty.gov (909)486-0227 2021-$1,924,055 City of Anaheim 2022—$98,050 Alley Sanitary Sewer Improvement City of Laguna Beach 200 S Anaheim Blvd Citywide Guardrails Anaheim,CA 92805 505 Forest Ave Scott Yanagihara— Laguna Beach,CA 92651 syanagihara@anaheim.net Alpha Santos-Guinto— (714) 231-4696 asantos@lagunabeachcity.net (949)497-0729 2022-$9,010,551($8;449,000 original bid; plans/specs revised post-award) 2022-$121,318($111,000 original bid;work State.of California limits extended) Doheny State Beach Projects A, B and C City of Orange 715 P Street Chapman Ave Alley Improvement Sacramento, CA 95832 300 E Chapman Ave Ryan McBride— Orange, CA 92866 rmcbride@41eafinc.com Karl Schmidt— (714) 833-1792 kschmidt@cityoforange.org (714)744-5562 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 0 -$1,085,610.50 City of Torrance 2022-$5,700 Citywide Sidewalk Repair for Disabled City of Rancho Cucamonga Accessibility Way Finder Monument Sign Replacement 3031 Torrance Blvd 8794 Lion St Torrance,CA 90503 Rancho Cucamonga,CA 91730 Marc Simons— Phillip Ortega — msimons@torranceca.eov Phillip.Orteea@citvofrc.us (424)399-3193 (909)477-2730 2022-$7,997 2022-$426,472 ($508,372 original bid;some City of Rancho Cucamonga bid schedule items deleted from work) Citywide Fence Repair County of San Bernardino 8794 Lion St Ridgecrest Rd Sidewalk and Ramps Rancho Cucamonga,CA 91730 825 E 3rd St Phillip Ortega — San Bernardino,CA 92415 Phillip.Ortega@cityofrc.us Carlos Sea nez— (909)477-2730 carlos.seanez@dpw.sbcounty.gov (909)486-0227 2022-$206,496($200,010 original bid;design revisions) 2022-$48,606 City of El Segundo City of Rancho Cucamonga W Mariposa Ave and.W Pine Ave Sidewalk Calle Carabe Sidewalk Repair Construction 8794 Lion St 350 Main St Rancho Cucamonga,CA 91730 El Segundo,CA 90245 Richard Favela — Floriza Rivera— Richard.Favela@citvofrc.us frivera@elsegundo.org (909) 774-4107 (310)524-2361 2022—$128,695 2022-$413,420 City of Laguna Beach Temecula Valley Unified School District Peppertree Parking Lot Rehabilitation Vintage Hills Elementary School Modernization 505 Forest Ave 31350 Rancho Vista Rd Laguna Beach,CA 92651 Temecula,CA 92592 Alpha Santos-Guinto— Jim Flath— asantos@lagunabeachcity.net iflath@balfourbeattyus.com (949)497-0729 (951) 501-9594 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 2022 529,424 48 115J id value; 2022-$8,922 q nti ' emits increased) City of Rancho Cucamonga ' y of El Monte Guardrail Replacement at Woodruff and Sidewalk and Curb Ramp Reconstruction Highland 11333 Valley.Blvd 8794 Lion St El Monte,CA 91731 Rancho Cucamonga,CA 9173.0 John Rico— Phillip Ortega — irico@elmonteca.gov Phillip.Ortega@cityofrc.us (626) 258-8833 (909)477-2730 2022-$47,522 ($44,236 bid value;additional 2022—$176,450 ($138,925 bid value; signage added to scope) limits/quantities increased) City of El Monte City of Orange City Hall Parking Lot ADA Improvements Chapman and Yorba Sidewalk Construction 11333 Valley Blvd 300 E Chapman Ave El Monte,CA 91731 Orange,CA 92866 Kevin Ko— Eric Perez— kko@elmonteca.gov eperez@cityoforange.org (626) 580-2058 (714)744-4107 2022-$142,591 2022-$109,208($99,420 bid value;scope of City of Rancho Cucamonga work increased Heritage Community Park Pedestrian Trail City of Rancho Cucamonga Rehabilitation Construction of Pickleball Courts at Redhill Park 8794 Lion St 8794 Lion St Rancho Cucamonga, CA 91730 Rancho Cucamonga,CA 91730 Richard Favela — Jenny Hanlon — Richard.Favela@citvofrc.us Jenny.Hanlon@citvofrc.us (909)774-4107 (909)774-2343 2022-$15,600 2022-$181,909.90(original bid$186,155; City of Rancho Cucamonga actual quantities less than bid schedule) Carnelian Block Wall Repair County'of San Bernardino 8794 Lion St City Creek Guardrails Rancho Cucamonga, CA 91730 825 E 3`d St Richard Favela — San Bernardino,CA 92415 Richard.Favela@cityofrc.us Carlos Seanez— (909)774-4107 carlos.seanez@dpw.sbcounty.gov (909)486-0227 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 2022-$240,S28 ($233,440.68 bid value; limits 2022-$101,192.76 extended) City of Rancho Cucamonga City of Fontana Emergency Trail Repairs Foothill-Alder Curb Ramp 8794 Lion St 83S3 Sierra Ave Rancho Cucamonga,CA 9.1730 Fontana,CA 92335 Sonny Rodriguez — Estephany Monroy sonny.rod riguez@cityofrc.us emonrov@fontana.org (909)477-2730 (909)350-6642 2023-$46,793.44 2023-$163,771.34($200,000 bid value;on-call City of Hermosa Beach contract) Clark Field Restroom Plumbing Upgrades and City of Laguna Niguel Site Improvements Citywide Concrete Infrastructure Repair 1315 Valley Dr 30111 Crown Valley Pkwy Hermosa Beach,CA 90254 Laguna Niguel,CA 92677 Jonathan Pascual — Jeff Metz ipascual@hermosabeach.gov imetz@cityoflagunaniguel.org (310)318-0252 . (949) 362-4344 2023-$26,800.00 2023-$281,019 ($207,793 bid value;locations City of Hermosa Beach added and scope of work increased) South Park Restroom Plumbing Upgrades and City of Hermosa Beach Site Improvements Prospect Ave Curb Ramps, Longfellow Sidewalk 1315 Valley Dr Improvements and ADA Improvements Hermosa Beach,CA 90254 1315 Valley Dr Jonathan Pascual — Hermosa-Beach,CA 90254 Pascua I@ hermosabeach.gov Jonathan Pascual — (310)318-0252 0pascual@ hermosabeach.gov (310) 318-0252 2023-$2,664,896.83 (original bid $2,696,271.90;actual quantities less than bid 2023-$646,577.87(original bid$552,252) schedule) City of Downey City of Upland Annual Miscellaneous Concrete Repairs 171h St Water Main Replacement and Street 11111 Brookshire Ave Rehabilitation Downey,CA 90241 460 N Euclid Ave Brian Aleman — Upland,CA 91786 baleman@downeyca.org Kirk Swanner— (562) 904-7110 kswanner@uplandca.gov (909)291-2938 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 2023 -$206,328.96(original bid$194,031; 2024-$19,768.98 locations added to scope) City of Hemet City of Hermosa Beach Mow Curb at Corporate Yard City Sidewalk Improvements 445 E Florida Ave. 1315 Valley Dr Hemet,CA 92543 Hermosa Beach,CA 90254 Candace Sunds Jonathan.Pascual — csunds@hemetca.gov ipascual@hermosabeach.gov (951)765-2348 (310)318-0252 2023 -$298,889(original bid$194,500; 2 4-$78,700 significant redesigns and scope increases) City of Orange City of South Gate CDBG ADA Wheelchair Access Ramp Project Citywide Valve Replacement 300 E. Chapman Ave. 8650 California Ave Orange CA 92866 South Gate,CA 90280 Salvador Jordan Munoz Ana Ananda— smunoz@CityofOrange.org aananda@sogate.org (714)744-5547 (323)563-5769 2024—$617,512.55 2024-$860,000 (original bid$694,327) City of Rancho Cucamonga City of Downey Concrete Rehabilitation Project FY 23-24 Annual Miscellaneous Concrete Repairs 10500 Civic Center Dr 11111 Brookshire Ave Rancho Cucamonga,CA 91730 Downey, CA 90241 Shelley Hayes Brian Aleman — Shelley.hayes@cityofrc.us baleman@downeyca.org (909)477-2740 (562)904-7110 2024-$2,914,000(original bid$2,696,271.90) 2024-$113,403.50 City of Upland Fullerton Joint Union High School District 171h Street Roadway and Utility Improvements SHHS Ag Water Improvement for Fire 1370 N. Benson Avenue Service Line Upland, Ca 91786 1051 W Bastanchury Road Bob Critchfield Fullerton,CA 92833 bcritchfield@ci.upland.ca.us Kate Kwon (909)291-2946 ykwon@fiuhsd.org (213)500-9215 320 W Tropica Rancho Rd off:909.330.1128 Calton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 2 4-$264,473 2024—$649,726 (original bid$851,790.78) City of West Hollywood City of Baldwin Park Concrete Repair Program Phase XIII Calino Avenue Street Improvements 8300 Santa Monica Blvd 14403 E Pacific Avenue West Hollywood,CA 90069 Baldwin Park,CA 91706 John Rico Romany Basilyous ico weho.org RBasilyous@baldwinpark.com (323 (626)960-4011 2024-$58,128 2024-$883,050 Desert Arc City of Fontana Sidewalk Improvement Project Cherry Ave at Live Oak Signal Mofification 73255 Country Club Drive Palm Desert,CA 92260 Estephany Monroy Nick Prudehomme emonrov@fontana.org Nprudhomme@desertarc.org (909)350-6642 (760)346-1611 2024—$1,160,110.018 2024-$88,420 City of Upland Desert Arc Parking Lot and Alley Rehabilitation at Rehabilitation of Parking Lot and A St. &15t Ave. Access ways at Main Campus 1370 N. Benson Avenue 73255 Country Club Drive Upland,Ca 91786 Palm Desert,CA 92260 Kirk Swanner Nick Prudehomme nswanner@uplandca.gov nprudehomme@desertarc.ore (909)291-2938 (760)346-1611 2024-$139,500 City of Rancho Cucamonga Heritage Park Pedestrian Trail Renovation 10500 Civic Center Dr Rancho Cucamonga,CA 91730 Kenneth Fung Kenneth.fung@citvofrc.us 320 W Tropica Rancho Rd off:909.330.1128 Colton,CA 92324 fax:909.330.1129 gentrygeneral@gmail.com 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 and DIR Registration 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 and the portion of the work which will be dbne by each subcontractor as follows: Subcontractors Business License DIR Description of Percent Name Address No No. Work of Total Bid Total %of the work to be performed by Subcontractors listed above: % Effective July 1, 2014,the bidder shall provide the California Contractor License Number of each subcontractor listed. New Section 4104 contains the following language: "An inadvertent error in listing the California contractor license number provided pursuant to paragraph (1) shall not be grounds for filing a bid protest or grounds for considering the-bid nonresponsive if the corrected contractor's license number is submitted to the public entity by the prime contractor within 24 hours after the bid opening and provided the.corrected contractor's license number corresponds to the submitted name and location for that subcontractor! Gentry General Engineering, Inc. Bidder P-9 of 13 CDBG CONCRETE REHABILITATION PROJECT FY 24-25 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 lave. 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 wdh 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 14th day of January 202 at Colton (place of execution), California. Signature Name: Brenton Gentry Title: President/CEO Company: Pnfry (�ene[al-EnainP�__�;_.Pring, Inc. Gentry General Engineering, Inc. Bidder R-1B of 13 CDBG CONCRETE REHABILITATION PROJECT FY 24-25 Required Bid Proposal Farms ...:AC t�101At t >�IENT . ': A notary pt bti or o#w offroer compt+ Ing. his:.• .: certfffoatts:vec as;octiy.the.identity;of tts-ir ividuat who sipod tyro documept to.which-this eeci Wis attached;and`:not theaFuthfulness;accuracy,.or .vali ' oof-tht document:. Static of Calitotnia County.6f :Sen:Bernardino On I, 7.0?, before me, Atidr�ea Scarbr+o gh,Notary Public (Insert naive and We of the officer) personally apRearid .:Brent'bn Gently-' ..who name(proved to:me on the tr�sls of e�Y evidence to be the person )whose W9(re su ed to them Athin instrument and acknowledged to me that executed the samein hisfh it authorized capacity(' ),and that by hisl�fer/tl#ir sign=iy n the instrument the penmen( or.the entity upon-behdJf of which the )acted,executed the instrument. I certify under PEW7k 'OF PERJURY under the-laws of.the Stafie of Califomia that the foregoing :paragraph is.true and.cocrect. r '.• ANOM NICOLE SCAMOL" WITNESS my hand and official seat. Notary Public-CatKornia San Bernardino Crusty Commission#2397494 My Comm.Expires Mar 17,2026 Signature (g�� 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 ail 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: Gentry General Engineering Inc. TITLE OF PERSON SIGNING: President/CEO SIGNATURE: -- DATE: January 14, 2025 Prase include any additional information available regarding equal opportunity employment programs now in effect vvithin your firm. Gentry General Engineering, Inc. Bidder P-11 of 13 CDBG CONCRETE REHABILITATION PROJECT FY 24-26 Required Bid Proposal Forms NON-COLLUSION DECLARATION The undersigned declares: 1 am the President/CEO ofGentry General Engineering, 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 share 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 mariner, directly or indirectly, sought by agreement, communication, or conference v�ith 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 iidbility 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. l declare under penalty of penury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on January 14, 2025 (date), at Colton (city),California (state). Gentry General Engineering, Inc. Name of Bidder/Company Signature Brenton Gentry Name (written) President/CEO Title Gentry General Engineering, Inc. Bidder P-12 of 13 CDBG CONCRETE REHABILITATION PROJECT FY 24-25 Required Bid Proposal Forms ACItOWL �G�IIENT A notary pubho or.:other officer compiedng fh#s ceW:v :onfy.fhe.identiiy:of the ind`nrWua( who signer the doc jment to.which#his te_is ' atttediedi and'not-the accurocy;.Or Valli ' of-dw doaiiinent. State of.CalifOrmil CouRtyof :Sa rna n:Berdino On SGf n Ul(1 N. ��{ ,.Zb 2 S" .before me, Aridr+ea Scarbrough,:Notary Public (insert name and We of the officer) personally appeared .:Brenton Gentry' ..Who,proved to me on the basis of satisffaclory evidence to be the persop(o whose name le9te subscribed to the:within instrument and acknowtedgedto me that heJ y executed the same in his/tt rft�eir authorized capacity(os),and that by hialh�rftf it sgnature( 'on the instrument the person);.or the entity upon behaif of which-the person(p)acted,emoted the instrument. 1 certifyiinder PENALTY OF PERJURY under the taws of the Sfiate of Califomia that the foregoing :paragraph istrue and,aonw. ANOREA NICOLE SCARBROUGH WITNESS M hand and official seal.' Notary Public Cadtornia San Bernardino Cmj* Commission Z 2397494 oxmy Comm.Expires Mar 17,206 Signature. (Sego Bond No. CSBA-29437 81D BOND KNOW ALL MEN.BY THESE,PRESENT:THAT Gentry General Engineering, Inc. as Princ4pals., and The Ohio Casualty Insurance Company ,as:Surety,.are.held and firmly.bound unto THE CITY OF RANCRO. CUCAMONGA, COUNTY OF SAN BERNARDINO, hereinafter.;called the City. , in.the sum of Ten Percent(10%)of the Amount Bid doflars '('not less:than ten,p Y for the payment of which sum. percent of,thb.total amount.of:.the bid) well and truly to be made.,,We bind ourselves,. our heirs executors;,admintstrators., successors, :pnd assignsi jointly end qey.erally,jirm.ly by these presents. WHEREAS, said.Principal has submitted•a bid to said.City to perform 611 work required:under the. C6nfradt-Documents entitled.. 1vCDBG0QNCR.ETE REHABILITATION,PROJECT RQJECT IFY 24-26" NOW,THEREFORE, if said.Principal is awarded.a.contract by said City and,.within:the time and in the.manner required under tine headings "Instruction to Bidders" and�'Sched�,ife of Unit Cost and Lump: Sun.I Amounts" bound With said. Specifications;,enters into a writtah.contract.on the form, of agreement bound with said, Spepificati.ons and, furnishes the.required bon-.ds,, one to PP rfor-m0ncean.d guarantee faithful: t.he other to guarantee'Payment.for I�Ibdrand materials.,:then . otherwise it'shall ;remain irifUll.force:-ah.d.-effdbt., In the event Suit is brought ht upon this bond by said City-an.d.Judgment is recovered, said 9U.r6ty shall pay all costs incurred bV said City.in such suit; including a reasonable attorney'sifee to bef-Ndo,i✓y;thq court. SIGNED AND SEALED,,this day of January Gentry General En_qineering,Inc.(Seal) The Ohio Casualty Insurance Compa y(Siiw.) Business Name of Bidder(Principal) Business.Name.of Surety, By: By* ........................................................... • (S.ignature) .'(SignqtOrp) Dwight Reilly q Tiffe-,. 'kr a sl d ew ac C EO Title: Attorney-in-Fact thdividU81 :PortnefshiP' . . x Corporation Other, explain Gentry General Engineering, Inc. Bidder P-1 3 of 13 C DBG CONCRETE REHABlUTAT10N PROJECT FY'14-25 Reclulred Bid Proposal:Forms 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 TOY1111414 2.025 before me, S. Alicia Sanchez, Notary Public (insert name and title of the officer) personally appeared Brenton Gentry who proved to me on the basis of satisfactory evidence to be the person¢o)whose name(o) is/ar-e subscribed to the within instrument and acknowledged to me that he/s�they-executed the same in his/hwithetr authorized capacity(4ea), and that by his/4efitheir signatureQ4) on the instrument the person%), or the entity upon behalf of which the personN) 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. ' u WITNESS my hand and official seal. *my S.ALICIASANCHEZ Notary Public-California San Bernardino County Commission;2409874 Comm.Expires Jul 29,2026 Signature (Seal) 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 Orange ) On 01/08/2025 before me, Melissa Ann Vaccaro, Notary Public (insert name and title of the officer) personally appeared Dwight Reilly 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 instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MEuSsA ANN vaccARo M ,! COMM.#2401942 r, ... N m= Notary Public-California a ?• '_?:F ORANGE COUNTYIL ), wy My Comm.Expires May 12,2026� Signature " (Seal) Melissa Ann Vaccaro Bond No.CSBA-29437 This Power of Aifarney limits the acts of those named herein;and they have no authority to. filnd the Company except in the mannerandto the extent herein stated, Liberly. Liberty Mutdat tnsuran:ce Company ° The,Ohia.Casuaitj Insurance,Cornpany CoMcate No;8209029469561 West::Amenican Insurance Company, SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE"PRESENTS:That T'he Obi o:.Casualty fnsuranca Company is'a corporation.duly otganiiedsudderlhe laws of"the Stalepf Nevi Hampshiree lbat 64ertg wdal Insuranra company is a corporation duty a aniza}under The"laWe otiha Staten#Massachusetts,aricf V4+estArnencan tnsuranse G©cnp8i:y fs a�rpa at on ditty orgatrtzed under tfre"faws:of tt e$tate at IOd arra.(ttstam;co'tecti ely callati tfra`C9mpar fii°j,putsdant la'aM by outhorityherrari set f6nh,does hereby name!Onsiilpta and appoln,."wo .Ayala,banielI3uckabay;Adrian Langn;Il.;Ghciso:4.Libi�tatoi'o,.Eraitk Maranes;Rs ilapoi;Phvi•ht RitiflYv Stiaunha RazeRe E?;tmsn;F3en Stanr;;l�tictxael:T).Sfon �: 130jarnfn Wolife Sifoftheelty.raf` 'Cranee state of CA each 1ndMduallyff More be more ftri goo named.*.its tme-and IawfLI'aqomey4*R-Wjo rnaka; execute;seat;_aekncwtedge and.defiver;forand:on.IS tiettalf asstrraEyaad as its act.artddrsbdm aly:andatl undertakirs,,tionrts,recognizaAS and oL'ier.surety gbGgatrans.ln pursuar� ofihese'presents aM shaft t e as binding upon the,Companies.a. if they Have been duly signed,by the president and;alfested by tt e se rotary nf'iha Companle>in their own;,ptopat :persons IN UYfTNt:SS YdtiEREaF,.thts Foie€df Attorney has bEerr"subscrlbad bj an auihoitted Q#hcer Qr o(ficiat of the:f�impantes'.aad th ociiAE e seat$.of the Comparites have been affixed. therslothis. ?:Est daycf htiivember, 2023 , Liberty Mutuai tnsuranrnCompany The rah o Casualty Insirancx Company We.,Amerii an lnsr.'Mca Coriipaay:. �.sf' � � �.t• �.m a � o ¢1912. 1919 0 1991' N �y� 1°N1tye.,b>r. Oamvg aY nlD1ANA A ' ,* By,, as Oavuf M,.Carey Assist an Secretary R.State6fIDENt+SYLVANt4 ..tM County ¢AONT.GgMEk3Y ' o E o. t)n This ?T"st qay of Novs mbar 2023 .hefars me persenatly;appeared Dayiti Carey,}rho sckna�utedgad tiimselfta be the AssrstankEecretary gf Lihsrty?�utuat trisuraor GampDny 311a:t7hto.Casualty.Company,and'Nest Amedcan1nsurance Garltpany,and:that he as:such,tidi a I �L z = a?� ttteiein co,�itained by sfgnirg'on tietiatf cf tfta corp6raUons byliirt�aif as attuty authorizes cittaeer, `y�" 7 1N WITNESS WHEREgF,I have hereuntosubscribad my Monte and aftrxedmy.nolaidal seal.at Plymouth Meeting,Pennsyfvehia,pn the;day and year firs!abovewiitteh.. 4 CIS r.tr d0 �,.7 a +3 �' Camawr,+.aahR4rkSyvaraa tra :5a.Y �0 '�. r13St�P.iW,4 . C?N OB I Qj•a.. ^s• ",je ctcMmre.ce'Cr.Dt+lofirfr+n#mt9ro+3x1n.C-s aDtilskafi'tx9g$a scp'acm:z,crm65eWa lay:' m TBresaPastella;t3olafyPEhC: :O i. " £ O C 0?Ibis'Power:z f Attorney ts;made and executed pursuant to ar d.by eukiiority of the follow ngAy-fAs arut Aythonzatiaiss:of"The O ila Casually l:uurance Company,-1-berry Mutual o� lrisyranceCampany and:lnJi:stAmcrfcaritnsurznce,�ampanyitihtcitr2soiutign�ai�riovuinhsittorceandeff�iteadingasfotlows; ARTICLE IV-OFFICERS SeChcnf2PowerofAttatney: -CO o It Any atria er ar other ofrcral of Eris.,Corpvratiariauthonzetf:for that"purpose m^arfiag by"he:,Cfiarrman or tt a Pre§idbrn artd subfkt lo.such ti nrtat+on':as the Cnalman or the a� v Presaderlt:may prescribe,sttal€appoint such:attorneys to fad;as may tie necessary:to act la behalf a the:Gorpraration:to make,execute;Beet,,acknowledge and del yer as surety {° .: anyar<d I undertakings,bonds;twG nlz*es and other surety.obllgattons Sual anomeysdnA*;sub,ectto tfie:Bmitatims set forth to their respsct[ve.povrers of attorney,shall°�a:� o 4 ilevovil power.to bind the.carp;irallon by their signature and execulionof""any suen instruments and ta;atlaeh thereto the seat of ttia Cpfporat;on.When so exeww,such_0.0 v instsumenfs shaCl tie—as.bindG7g as.it s gnecf.by:th,a Ptesioent and adesfed to by.ttfe"5eGretDry Any povre a�authority granted to aiii reprasenialn "or attQmey rn fact art tha `:0) pmvlstons of Itus ahtcle may Tie eewked"atany t me by the 6oaat,the Chairman,the Presidgpfor by the off car orgfficerS:grant ng such power or atrtltarlly." °' 4 .CL ARTICLE XIi1-ExeeutiQri of Contracts,Ssetfon&Surely Horlds and Uad.606kings. Any i3fticec of Ito.Company authD ized for fhat tip pose In wri fing by the chairman of the president arrd.sutilact to such.tlmdalrons as Ire chaitman:ar the president may preS rlGe, strati:appdnt such alto rieys,,n fact a�may tie necessary act to ba}alC.gf the Cbmpapy to rdake,axeoi3te sea?,.arkilowiadga and dell aras:suraty anyland?,T rtnderiakirigs; bonds;teeogrrzar ices and ather,surety obisgat ons Such attorneys to hoot sublaci'to the limitations edtfott in their res hva powers of attorney;shall have fulf power to bind trip;" Company by(heir stgriature aiid,execut on of any.such Instrrimenls<atld w:attaclt Jhereta'the seal of the.Caitpany:When 0,&c.euted such"instNtr?nts.stiaii:be as..bindirig`as f signers Esy the psesltlerltand attestasf tiythe secrete"ry." Certrticafe of OesignaV0- fie acting pursuant to the 6plaiis of the Cnmpmy,aulhorizes DA[d M.Carey Assistant Secretaryto appevntsuch attoinays.in- lad as may be recesszry'to:act tialfaC the Company tti;make,exei it{e;seal;ackr wf�dge'arid itetrvar as sgfe y'atiy_arKf;ail rurdar(akirGej liofids,re ognsiances acid otf et surety oCilgatP�ns: AlrthdrizatrOn-By u mi:mous consent of tkoe CbmpanA Eoaft!V tricolors:the Company c6nsente ttiat facsimile or iribhaniaaify taprcdured signature bf any assistant secietary..of:the Camparnr:wharavvac apprranhg upon a cartlried copy ofariy power ofattbmey issurid by tha'Camo.anyiil craiti dW*n�witffsursty fiords;shall I*-uattd`and binding uporrtite Carripanywini the same fctceand effect as thougri marrualtp afiliied. I,Rena C,Llewellyn,the undersigned,Assistant$@creiaty„7he4itrtE Gasna,ty tn,uraice Company."titiertyisitu�i lnsuranta Campariy,and yVes+Ana�ran tr±Surat r e.Cbnlpany:dn lher�b�cteraffyy diet ih4 ong{hat pavrerof attorney of.wtiicti thaforegoing is a furl,tsva and carrertctipyof.a Povrer or Atladiey:execated.Dysa d Companies is in fuEtlrarce and etfecEanti .eta nbt t;��it stiloked." iNYEsjf NfM,lyEl Ei? ,ftiave,t?aisuntQseirriyltanpanda;ftxedMe:sezleoftble natparires:ttits; 8th dayof January .2025 , l O� d O 8 "a� Y.: neeC.ltawelyn,.:.! stantSecreta Ass`. .. . tt9S>r20'r�,L�ArC'rrClCytfAfc:Mv7rtCae2r21 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 Gentry General Engineering 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 "CDBG CONCRETE REHABILITATION PROJECT FY 24-25" 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 "CDBG CONCRETE REHABILITATION PROJECT FY 24-25". 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 Notice 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 54 working days for the Base.Bid from the date specified in the Notice to Proceed. However, if Additive Bids are awarded, the number of working days will be increased. The bidder agrees further to the assessment of liquidated damages in the amount of $3,600.00 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 C-1 obtained all insurance required hereunder in a company or companies acceptable to City nor shall the Contractor allow any subcontractor to commence work on his subcontract until all insurance required of the subcontractor has been obtained. The Contractor shall take out and maintain at all time during the life of this contract the following policies of insurance: a. Workers Compensation Insurance: Before beginning work, the Contractor shall furnish to the Engineer a certificate of insurance as proof that he has taken out full compensation insurance for all persons whom he may employ directly or through subcontractors in carrying out the work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract. In accordance with the provisions of Section 3700 of the California Labor Code, every contractor shall secure the payment of compensation to his employees. Contractor, prior to commencing work, shall sign and file with the City a certification as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract." b. For all operations of the Contractor or any subcontractor in performing the work provided for herein, insurance with the following minimum limits and coverage: (1) General Liability - Bodily Injury (not auto) $2,000,000 each person;.$2,000,000 each accident. (2) General Liability - Property Damage (not auto) $1,000,000 each accident; $2,000,000 aggregate. (3) Contractor's Protective - Bodily Injury $1,000,000 each person; $2,000,000 each accident. (4) Contractor's Protective-Property Damage$1,000,000 each accident; $2,000,000 aggregate. (5) Automobile - Bodily Injury $2,000,000 each person; $3,000,000 each accident. (6) Automobile - Property Damage $2,000,000 each accident. C. Each such policy of insurance provided for in paragraph "b." shall: (1) Be issued by an insurance company approved in writing by City,which is qualified to do business in the State of California. The insurance company shall have a policy holder rating of A or higher and a Financial Class VII or higher established by A.M. Best Company Rating Guide; (2) Name as additional insured the City, its elected officials, officers, agents and employees, and any other parties specified in the bid documents to be so included; (3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under said policy; C-2 (4) Contain a clause substantially in the following words: "It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City of a written notice of such cancellation or reduction of coverage as evidenced by receipt of a registered letter." (5) Otherwise be in form satisfactory to City. d. The policy of insurance provided for in subparagraph "a."shall contain an endorsement which: (1) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c. (2) hereof to be listed as additional insured in the policy of insurance provided for in paragraph "b." by reason of any claim arising out of or connected with the operations of Contractor or any subcontractor in performing the work provided for herein; (2) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to City by registered mail. e. The Contractor shall at the time of the execution of the contract present the original policies of insurance required in paragraphs"a." and "b." hereof, or present a certificate of the insurance company, showing the issuance of such insurance, and the additional insured and other provisions required herein. Refer to Appendix Item 9 of the Special Provisions for an example of an approved set of Certificates of Insurance. The "Name(s), Organization(s) and/or Political Subdivision(s)" in the "Additional Insured..." endorsement form(s) and in the "Waiver..." endorsement form(s) must be worded exactly as shown in the example. Generic "Blanket" endorsements are not acceptable. 5. PREVAILING WAGE: Notice if hereby given that this contract will be funded in whole or in part with federal housing and community development funds. The Federal Labor Standards Provisions, including prevailing wage requirements of the Davis-Bacon and Related Acts will be enforced upon all contractors performing work on the project. A copy of the Federal Wage Decision applicable to this project is included in the Contractor Agreement. City also shall cause a copy of such determination to be posted at the job site. Notice is hereby further given that this project is a public work in the State of California, funded in whole or in part with public funds. Therefore, the higher of the two applicable prevailing wage rates, federal or state, will be enforced. 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. As such, a copy of prevailing wage rates may be found at https:/Iwww.dir.ca.gov/Public-Works/Prevailing-Wage.html. 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 f C-3 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, 1777.6 and 1777.7 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 apprenticeable 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. Assignment of an apprentice to any work performed under a public works contract that would create a condition that would jeopardize his or her life or the life, safety, or property of fellow employees or the public, at large, or the specific task to which the apprentice is to be assigned is of a nature that training cannot be provided by a journeyman; or e. 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 five 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 apprenticeable 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, 1777.6 and 1777.7 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. C-4 The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho Cucamonga, thirty-two dollars ($32.00) 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. 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. C-5 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 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. 11. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the material and doing the prescribed work per the unit prices set forth in accordance with Contractor's Proposal. IN WITNESS WHEREOF, the parties hereto have caused these present to be duly executed with all the formalities required by law on the respective dates set forth opposite their signatures. State of California Contractor's License#: T10101 01. 01. 2o2.5 Date By:�jI -- verwil Can- pYesir tvl► IC90 Signature Print Name &Title Signature Print Name &Title CITY OF RANCHO CUCAMONGA CAL RNIA By: BY: APJb, en 's Michael ayor iCim_f�gj , City Clerk 2 20 2025 Date Contractor's Business Phone Number: 330 . 112b . Emergency Name and Phone Number at which Contractor can be reached at any time: 1�r �h �JIQ�11� — Presid�ntlo C-6 1 THE FINAL PREMIUM IS This bond was issued in three (3) PREDICATED ON THE original counterparts FINAL CONTRACT AMOUNT Bond No. 024282365 Premium: $4,828.00 GONTRACT FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENT:. THAT Gentry General: Engineering Inc. as Principal, and The Ohio Casualty Insurance Company , :as. Surety, are held and firmly bound unto the City of Rancho Cucamonga, hereinafter called City,, in th1 .e just and full "amount of Four hundred nineteen thousand ninety-four. dollars and eighty,-five cents' (Written)$ $419.094:85 (Figures) paymentwhereof 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 7th day.0 February. 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 "CDBG CONCRETE REHABILITATION. PROJECT FY-24-25" in accordance with the AGREEMENT dated _JF 1bYV ANI 1016 ._ , 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 contractto be done and performed,;then this obligation isfo be void; otherwise it will.remain in full force and effect; PROVIDED, that for value: received the undersigned stipulate a`nd 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 and:ersigried under this bond; and the surety doses herebywvaive notice of such amendment, limitation of time for bringing:action on this bond :by the,City, change, .extension of time, alteration or addition to"said contract or,agreement and of any feature or,time of performance required therein or thereunder. WITNESS our hands:this 7th day of February , 2025. Gent General ngineering, Inc. By-: - Title: : vurety; The Ohio Casualty Insurance Company By:JAZL rell,Attorney-in-Fact _ Individual _ Partnership Corporatio Other, explain SIGNATURES OF CQNTRACTOR MUSTBEACKNOW;EDGED BEFORE A,NOTARY PUBLIC; [.LASE,ATTACH:APPROPRIATE ACKNOWLEDGMENT FORMS (INDIVIDUAL„ PARTNERSHIP, CORPORATION, ETC,), B-1 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 E OY AOTI I-1 ,2,07b before me, S. Alicia Sanchez, Notary Public (insert name and title of the officer) personally appeared Brenton Gentry who proved to me on the basis of satisfactory evidence to be the persons)whose name06) is/af-e subscribed to the within instrument and acknowledged to me that he/sWthe*rexecuted the same in his/Fief heir authorized capacity(4es), and that by his/hfff their signatureQ§) on the instrument the person%), or the entity upon behalf of which the personQs) 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. S.ALICIA WITNESS m hand and official seal. *my Notary Public y � Notary Public-CaliforniaSan Bernardino CountyCommission#2409874 Comm.Expires Jul 29,2026 Signature (Seal) 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 Orange ) On. 02/07/2025 before me, Laura R.M. Conlon, Notary Public (insert name and title of the officer) personally appeared Adrian Langrell , 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 instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. tN LAURA R.M.CONLON Notary Public•California Z_ Orange County y Commission 9 2362011 `' �•" My COMM.Expires Jun 20,2025 Signature ' ` ' L (Seal) Laura R.M. Conlon Bond No.024282365 This Powerof Attorney limits the acts of those named herein,and they have no authority to ,,, bind th m eCompanyexceptinthea n nnerandtotheextentherefstated, Libei. Liberty Mutual Insurance Company mutuilo Ttte Ohio Casualty Insurance Company Certificate ftio,0209029-969561 SURETY West.American Insurance Company POWER OF ATTORNEY KNOWN ALL'PERSONS BY THESE PRESENTS:That The Ohio Casually Insurance Compariy,is a corporation duty organized under the laws of the State of New Hampshire;dial Liberty Mutual f0sutance Company is a cprporaGan.duty organ€zed under the laws of th'e.Sta;e of Massachusetts,and WestA.merican I6 ran`ee Company is a corporation duly organized Under the laws of the State of Indliena.therein collectivelycaileo the"Companies"),pursuant to"arid by authcrityherelri set fortis,does hereby name;constitute and appoint, Arruro Ayala,Daniel Huckabay;Addan Langrell,;Gheisea Liberatore-.Frank.''Morones:R;N-appi;Dwight Roilly Shammi Rozelle Ostrom;Ben Stong-,Michael:D-Stong;r Benjamin Wolfe all of the city of Omnize state of CA each individualfy.if there be more than one named-Its[me and lawful atiomeytnafact to make, execute,seal,actrncwledge,and dsli r for and—on its behalf as surety ark as its aU and did,any and all uridartakttigs,broads,recognjzances and cheer:sarety cbligaGuns,an puisuaricce of these presents ard.shelt:be as b,ndirg,upon the:Companies:as:if they Have peen duty signed,by the president and attested by 6"se6tetary of the Companies in their own;proper. persons. . . IN WITNESS WHEREOF,.this PowerdfAtlomayhas;baen:subsghbedlby an authdrired o Fr er'or official of th@;Companaes'an0 file corporate`seals:o#the Corapatiles have been affixed iherelothis 21st dayof l`ovember 3023... Lberty Ms tuatlnsurance Company ��iwsop tizv uvs& %HSI]pq The Ohio Casualty lnst'rance Company AJ aP , Yn yJ Canaan,,soy .G'`°"r°�'rc rn Nest American Insurance Canpany., Y�1912.p o " 1919 1991 QI Q By. David M,Carey'Assistant Sec a 3 StateafPE144SYLVANtyi w cm County of MONTGOMERY 55` o E + = 04 this 21st day of November 2023 before me personally appeared David M Corey,who acknowledged himself to be"AssislantSecrelaryof LibertyMutual insurance s aa) Tss Company—The Ohio Casualty.Company,and West Amenn insurnce Company,and,thy:ho;a"s'sirch,being authorized so..to"do,.execute;the foregoing instrumentfor the purposes_`n .2 therein contained by signing on behalf of the corporations by himself as adult'authorized officer; >ro a —D IN WITNESS WHEREOF;I have hereunto subscribed my nanie;and affixed my notarial seal'at Plymouth Meeling,Peniisylyifnia,,onthe day ant year frstabove written. m ar PA*� O � QzAwl m,vofpv sr— NOW0SW .3� ��fi. �°° �� s sdrarnssamt es�. dTuN.r .E Ef lnsa a'artr�a,td d%y L As cn 29 2;Yl5. By: ,gO d C,:c �' Camressca taart�192 .-ter. � vs�;� ' tdameocFenmKrrams,Acsxs?a�orauueas TErBSaPaStetlB,Nolary'Ptlbli �'_.Gt 00 Tbis Power-:ofAltomey is-:made and eisecuied pursuanito and by,authority of the following sy-lays and Authorezations of The Ohio Casualty Insurance Company,Liberty Mutual lnsurance Company,and.West Amercan lnsurance Company which rexlut ohs are now in frill force and affect reading:as foiWws; a M ARTICLE IV-OFFICERS,Section12 PonerofAttorney: 6- Any officet'or ether official cf"the Corporation auttierized.for that purpose rn wntino by Ili Chairman or th'a Presfd6n('and`"subJta:f to such€imitation as the Chairman.or the to President may prescribe,shalt appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver.as surety m > any and at undertakings,tx}nds,tact gn€zancas and other surety obtigatfons Such attgmeys•ir.-fact,sub;ecl'to the:tirr frets set foNa fn theirrespective powers:of attorney,shall a: o have full 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 o.m 2 U instruments;shall be as binding as if signed.by.the President:and attested,la by the Secretary.Any power or authority grented to any reprasenlabu a or attorney in-fact undertha�m provisions of this agile maybe revoked at any.time by the board,u;e Chairman,the President or by the officer or o9cers.yanitng such power or aulhnrity, u CL ARTICLE XIII Execution of Contracts,Sections,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 Jimitattons as", chairman:br the president may prescribe, shall appont such attorneys hdact;.as may 0"necessary to actin.behalf at he Conpanyto make,oxecute;seat,ackridwiedge and delitiar.as surety anyard all undertakings bonds,rec9gnizances'and oihersurety obligat oris Such ail©mays in foot subject to the limitations set forth in their respective powers of attorney,"shall kart full power to birid the, Company 0y their sgnature and execution of any such instruments:and to,attach thereto the;seai gf the Company:Alien Sq executed such irstnitrenis shaii.be as t)inding as if signed by the president and attested by the secleta`ry.. Certificate of Designation_The President of the"Cumpauy,acting pursuahtta the Bylaws.of the Company,authorizes De k Carey Assistant Secretary to apodt tsueh attorneys=in-. W.t:as may tie necessary to;act on behalf of the'Company to make,execute,seal,ackrvAIcfge and deriver as surety any and;all undegalungs,Bonds,recpgn¢ances and other surely :S3t+lig2tiotis. Authorization?By unanimous consent of the Company's Board of erectors,the Company consents that facsimile or mechanically reprafarasd signature of:anyassislant secretary,of the Company w.fierever appeong upon a certified copy.gtany power of attorney issued by.ttie Company,in connection with surety bards,shall be uaVil:aid binding'pbnfiig Comipanywi h •the same force and effect as though manuallyafxed. 1,Renee C.Llewellyn,the undersigned,Assistant Secretary The Ohio Casualty tnsuranue_Caattpany;liberty Mutual Insurance Company.and Wee Amedoan Insurance Company,do hereby certify that ths.arigihal power.of attamey of.w?tich the foregotdg is a full,uua and correct copy:of{he Power of Attarnt=y execute.tiysa d"Co'mpanies,i§in full farce and,effecFan3 has hot bee revoked. tNTESTiA9QNYWHERE4F;.Pliavehereuratosetnyliandand'ofrxedtheseais`otsaidC.tirnpantesili'rs, 7th dayof`Februga .2025 ; .o 0 1919 1991 a 1c�'++Lt"f"^� ~dam+ tc>tiirdb yOnAca49`°4`Lo' r �o,AKP" D By �+ �d Renee a G Ltewelyn,Ass stars Se, tart' LMS-12913:LMIC'CCIC WAG Mufti Go 02r21 _ ` THE FINAL PREMIUM IS This bond was issued in three (3) PREDICATED ON THE original counterparts FINAL CONTRACT AMOUNT Bond No.: 024282365 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. Gentry General Engineering Inc 320 W. Tropica Rancho Road Colton CA 92324 (Name and address of Contractor) ("Principal");-a contract (the"Contract")"for the work described as follows: "CBG:CONCRETE REHABILITATION PROJECT FY 24-25" WHEREAS, Principal is:required under the terms:of the Contract`and the California Civil Code,to .secure the payment of claims of, laborers; mechanics;. materialmeri, and other persons as provided by law. NOW THEREFORE; we, the undersigned Principal, and The Ohio Casualty Insurance Company 79.0 The City Drive South, Suite 200, Orange, CA 92868 (Name,and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California,.as'Surety; are held and firmly:bound unto City in the penal.'sum of Four hundred nineteen thousand ninety-four dollars and eighty five cents ($419;094:85 ), this amount being not less than one hundred percent (100"%0) of.the total contract price, in 'lawfu 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 910.0 of;the Califgrnia 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 req"aired 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"Unemloymet Insurance Ce, with resectp od pt o work 6rlabor performed under the Contract, the:Surety will pay for the same in an amount not exceeding th,e penal sum:specified'in this bond; otherwise,:this:obligationahali 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:tol 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 Day all court costs and reasonable attorneys' fees in an amount fixed by the court FURTHER, the 'Surety, for value =recelv.ed, 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: I 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 d.each corporate'party being hereto afFiked and these presents. duly signed by its urdersigned representatives)pursuant to authority of its governing body. Date: February 7th, 2025 _ "Principal" "Surety'' Gentry General Engineering, Inc. The O o C sualty Insurance Company By: .:::ril B . OAN y Its It ria L ngrell,Attorney-in-Fact By: By:,— Its (Seal) (Seal) Note: This bond must be executed in duplicate and,dated, all signatures must be.n ofan notarized, and evidence of the_authorit y , y Pe n srgnr`ng as attorney=in-fact.rnusf be;aftaehed. B=3 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 �P�YVI411�t/I 1 ZUZS before me, S. Alicia Sanchez, Notary Public (insert name and title of the officer) personally appeared Brenton Gentry who proved to me on the basis of satisfactory evidence to be the persons)whose name¢o) is/ar-e subscribed to the within instrument and acknowledged to me that he/sWthey-executed the same in his/Merfthefr authorized capacity(aes), and that by his/herftheir signatureN) on the instrument the person%), or the entity upon behalf of which the person0s) 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. 40M S.ALICIA SANCHEZ WITNESS my hand and official seal. Notary Public-California San Bernardino CountyCommission R 2409874y Comm.Expires Jul 19,2026 Signature (Seal) 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 Orange ) On 02/07/2025 before me, Laura R.M. Conlon, Notary Public (insert name and title of the officer) personally appeared Adrian Lanqrell , 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 instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. LAURA R.M.CONLON Notary Public•California i Orange County Commission#2362011 My Comm.Expires Jun 20,1025 Signature � (Seal) Laura R.M. Conlon Bond No.024282365 This Paver of Attbmey if mits the acts of those namedl erein,,and they have no authority to. bind the Company in the manner and to the extent herein stated, Liberty Liberty Mutual Insurance Company mutum� The Ohio Casualty Insurance Company Certificate No;8209029-969561 West American Insurance Company, SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS.:That The.Ohio:.Casuaity tnsur6ke Company.is a corporation duty organized under the laws of the Stateof Nary Hampshire,that i.iberty Mutual insurance Cbinparty is a corporation duty organized under the laws of the.State of Massachusetts,arid west:Anieflcan lnsurahce Corrpanyis a cxpar'on dgry organized Order the laws of the Siateof Ind ana(Ferein cnitective ycalted the'Companies.),pursuant toand by authority herein set forth,00es hareby name;constitute and appoint, Arturo Ayala;Daniel Huckabay..A rianLani rill.Chelsea Liberatore:Frank lvforones R:Nappi.Dwight Reilly;Shaunna RozelleCislionn 156 Stani;,Michael i7.Stonp;. Benjamin Wolfe: all of the city.of Orange state of CA each individually if there be more than one named..Its true and iawfut attomeyfn•factto make; execute,seal,acknowledge.and.deliver;Ipt and on its behalf as surety and as its act and deed any:and;all undertakings bonds recagnizancas and eiher surety bblfgalidhs;ill pursuance, of these.presents and shalt be as bind ng upon rhe,Gompan;es.as.if they,firma been;duly signed by the prosldent-and,aliestc1d by tt*sec fafary of 1he.Companles Eh their own pToper Persons- IN WITNESS WHEREOF,this Power of Atlbmey has been subscribed by an authorized ofhcer'ot official of the'Compan'tes'and'the crrpoiate seals of Cbrrpaniss have been affixed Iheretotbis 2Ist dayof November. 2M < :Ltbeity Mutual Insurance Company ¢� tNsu tv wso %Nso, The Ohro Casualty Insurance Company aJ c°�"Oq+rho hJ o°"P0"+r t t+p m"'OR+r yo 'Nest American Insurance C,, P Y an . ��' °sto Y�1912 c o :p1919c 1991 a Ef hAmati'"k '( �MD)ANt a + f i"'.'/`' �.O J S d y ,..r '=V By' David M Carey Assistant Secretary ra Slate ofPENNSYLVANIA m County of thONT.GWERY$s` o E o Orr this 2 i st day of November 20'2 a before me personally appeared David M.Carey,who a,.tmowledged himself to be the Assistant Secretary of Liberty,Mutual insurance rs o `> Company,1.The Ohio Casualty Company;antl West American:Insurance Company and ftrat he,asmich,being:authorized so.to do,exxsute:the faregoii instrument fof the purposes tiit6n cantal6edby stgning on 0ehatfof ite corporations by himself as atluly`authodzed oafi:er, —�IN iNRNESS WHEREOF,f have hereunto'subsuibed my riartieand affixed my:notarial seal:a!Ptymou€h Aleeting,Pennsylvania;on the day:ard year first abdge writteh. OCO VA 0_0 canaxanrt Vd PVA$yAy4AL1-WsrariSaw O Bf 'fix cca issm ax=msAts.'rn 282fft - /"c.ir,".1-) Jra�,i .0._E v Cotem65x+l raatLrs lrZ Ai y' G y. ,. , ' me m4 an arinzwr ssa�a dean ea im Teresa P.astetla,Nolary Public. d O Ccy 4 ° tc ;?This Power-of Attorney is;made and executed pursuant to and by authorityof the following By-laws and:Autnaitizattcns.cf The Ohio.Casually insurance'Company.Liberty Mutual 3: D'S Insurance Company,and West AmoaicanInsurance Company which resolutlansare now in full torce:and;ef f t:readi as fgtlows; a fr - .. .. ng EL Z2 ARTICLE IV-OFFICERS-Sec6ani2PoweretAtlorney: -co o o y-2 Any officer or other official cf the:Corroraiion authonzed.for that'purp.sa m wntmg;by the:Chairman cr the;President:and:subjiict to such limitation as:lne.Chakman'.or the. ,v_ President may prescdbe,shall appointsuch attorrei pinfacl as may tie necessary to act in behalf of the Corporation to make,execute,seal,acknowledge.ani deiiyer as surety Cc 7 have Putt paver to bind the Corporation by me`and other surety ebl gatiocit.Such atfomeysdr..fagt,suti;ect"to tha,timltat rls set torttt'tn their respective powers,ofattoney,shall'`c� any.and all undertakin s.bonds, nrzances irsignature and execuEon of'anysuch instruments and to,attach thereto the seat of the Corporafsan When so executed,such o m Z instruments sha11 be as bindingas:lfssgnatl by tire Presfdent:and attested to,by the Secretary.Any power arauUtority granted to any eprasen!a6ve or atSdrneyln fact un..det the-;m Provisions of this article may be ratioked at any time by the Bawd the Chairman,the President or by the officer or officers granting such'ptxyar or aatta{anty. O u. ARTICLE Xlii-Execution of Contracts.:Sections.Surety Bonds and Undertakings, Any officer of the.Company authorized for that:purpose in writi rq by.the chairman or the president;and subject to such.Iimitations as ttte chairman br the president may prescribe, shall:appoint such altdmeys-lh-facl;,as may li;necessary to'act in behalf,of the Company to make,execute;seat,acknowledge and'dsliver as,surety any.atid'art undertakings, bonds recogrizances artd other.surety obilgafors.Such attcmeysdn-fact'subject to the limitations set forth-ia their re paweis of attorney;sttai9llavi fur[paver to end the Company by there slgriaNure and eRacutron of any such instruments and.to attach thereto the seal pf the Cornpany.When so executed:such'irstruirents:shoti_ba as binding as if signed by the president and attested by the secretary. Certificate of Designation-The Presrda?tt of the Company acting pursuant to the Bylaws of the Company,authorizes David Mi G2rey Assistant Secttetary to appbi6t`such attorn ys-in Fact as may tie necessary lo'act an beheif of the Company to make,exeixiia;seal,acknowledge and deliver as§uta y any ark all.,undartafur tiondg,recogn¢ances and afttersurety obligations Authorization-By unanimous co4sent of tbe.CompanVs Board of IXreclors,the Company consents that facsimile or medtanically reproduced signatura.of any assistant secretaryofthe .Company,Whareeer appearing upon a certified copy of any power of aftomey issued by the Cbmo.anyih connection with`sufety b6r�ds,strait tie vier d and binding upad 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 Oompanydo here4y Certify that the original power of attdmey of,wflictt the foregoing is a ruff;true and ctirtect copy of the Power of Attarney executed by said Corpanies,is in full force and effect:and has not tteenrevbltee. iN TESTIMONY WNEREOF,I have.hereunto,set my hand and,atflzedtheseatsotsaidCompanies[his 7th day of°Februm ,2025 , P��rgNpS�tIR9 pyt't iNS&p 1NSU 7 $1912.0 o �1919° 0 1991 Y gel a+°5 -0b p NnnP a r'S� oMa��,ya gy Renee C,Llewellyn,AOstain!Secretary -- LiAS-l3373 UAIG OCIC WAIC:PAA Co a2r2t CONTRACT WORKER'S COMPENSATION INSURANCE CERTIFICATE The Contractor shall execute the following form as required by the California Labor Code, Sections 1860 and 1861: 1 am aware of the provision of Section 3700 of the Labor Code which requires every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. 01 .01.tio2J5 6, W4 General E'InWIA5 ,�nG. e Date ( ontractor By: (Signature) president- � cEo (Title) Attest: By: (Signature) (Title) INS-1