HomeMy WebLinkAboutCO 2025-043 - Gentry General Engineering, Inc CITY OF RANCHO CUCAMONGA
PUBLIC WORKS SERVICES DEPARTMENT .
City of Ran:ho(;AFL,.nartga
LLCONTRMO'T NUi111BER
oJ, 025 -04 3
=,� �o
RAN-CHO
CUCAMONGA
CONTRACT
WITH
Gentry General Engineering Inc.
FOR THE
Victoria Park Lane DG Resurfacing
AWARD DATE:
Wednesday, March 19,2025
a
y
>, CITY OF RANCHO CUCAMON,GA
PUBLIC`WORKS SERVICES
DEPARTMENT
NOTICE INVITING BIDS FOR z
�j
RA ,. I H.O 'PROPOSAL CONTRACT AND
CUC.AM ON.G A SPECIFICATIONS .
FOR
VICTORIA PARK LANE DG
RESURFACING
i PREPARED BY:
CITY OF RANCHO CUCAMONGA
10500 CIVIC CENTER DRIVE
RANCHO CUCAMONGA, CALIFORNIA 91730
Neil Plummer
PUBLIC WORKSSERVICES DIRECTOR
a
CITY OF RANCHOsCUCAMONGA
PUBLICVORKS SERVICE DEPARTMENT
SPECIAL PROVISIONS
NOTICE TO CONTRACTORS
PROPOSAL AND CONTRACT
- VICTORIA-PA - - ---L-A-N--E--D-G
RESURFACING
1
CITY OF RANCHO CUCAMONGA
00 Civic Centee i Rancho Cucamonga,CA 91730 i 1-909-477-2700 1 www.CityofRC.us
2/19/2025
ADDENDUM NO.1
VICTORIA PARK LANE DG RESURFACING
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 Cover Sheet, Notice Inviting Bids and Instructions to Bidders. The Cover
Sheet is deleted and replaced with attached Cover Sheet with updated Bid Date shown as March 4th, 2025.
Delete Sheets NI-N4 and-replace with attached sheets N1A-N4A. Delete Sheets I-14-6 and replace with
attached sheets I-1A-I-6A.
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 documents.
Acknowledgement of receipt Fily Reyes,Assistant Engineer
dj Da1te:2025.02.19
Filiberto Reyes_j1":oa19-08,00,
Brenton Gentry, President
1
CITY OF RANCHO
• ♦ • ♦.
10500.Civic Center [Rancho Cuccinonga,CA 91730 1 1-909-477-2700 1 www.GtyofRC.us
�r
2/26/2025
ADDENDUM NO.2
VICTORIA PARK LANE DG RESURFACING
To: All Plan Holders
Pursuant to the Specification,Instruction to Bidders,Section G,Addendurns,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. Pictures from the site have been incorporated into the bid documents.
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 documents.
Acknowledgement of receipt Fily Reyes,Assistant Engineer
r— Filiberto Re II
ye
2025.02.26
17:33 08-08'00 y '
1 '
Brenton Gentry, President
TABLE OF CONTENTS
NoticeInviting Bids.......................................................................................................N-1 thru 4
Instructions to Bidders ..................................................................................................I-1 thru 6
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. Pre-Bid Meeting
Bid Documents to Submit for Proposals
Proposal .................................................................................................................... P-1 thru 11
Schedule of Unit Cost and Lump Sum Amounts
Bidder Agreement
Bidder Information
Subcontractors
Declaration of Eligibility to Contract
Certificate of Non-Discrimination by Contractors
Non-Collusion Declaration
Bid Bonds
Contract Agreement .............................................................. ...............................C-1 thru 6
Faithful Performance Bond......................................................................................I........... B-1
Labor and Materials Bond ................................................................ ... B-2 thru 3
......................
Compensation Insurance Certificate.................................................................................INS-1
Maintenance Guarantee Bond.......................................................................................... MB-1
Table of Contents
SPECIAL PROVISIONS
SPECIFICATIONS-Governed by "Green Book" Standard Specifications
AMENDMENTS to "Green Book" Standard Specifications
PART 1 -GENERAL PROVISIONS
Section 1 - General, Terms, Definitions, Abbreviations, Units of Measure and Symbols...........GP-3
Section 2- Scope of the Work........................................................................................GP-4 thru 5
Section 3- Control of the Work....................................................................................GP-6 thru 10
Section 4- Control of Materials .................................................... ...........GP-1 1 thru 12
Section 5- Legal Relations and Responsibilities........................................................GP-13 thru 20
Section 6- Prosecution and Progress of the Work .....................................................GP-21 thru 22
Section 7- Measurement and Payment.....................................................................GP-23 thru 25
Section 8- Facilities for Agency Personnel........................................................................:....GP-26
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-3
...........................
PART 3-CONSTRUCTION METHODS
Section 300-Removals and.Earthwork
300-1 Clearing and Grubbing.......................................................................................ME-1
300-2 Unclassified Excavation.....................................................................................ME-1
300-3 Structure Excavation and Backfill.......................................................................ME-1
300-4 Unclassified Fill..................................................................................................ME-2
Section 301 - Subgrade Preparation, Treated Materials, and Placement of Base
Materials
301-1 Subgrade Preparation........................................................................................ME-3
301-2 Untreated Base..................................................................................................ME-3
Section 303-Concrete and Masonry Construction
303-1 Concrete Structures...........................................................................................ME-4
303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps
andDriveways...................................................................................................ME-5
PART 4- EXISTING IMPROVEMENTS
Section 400-Protection and Restoration
400-1 General............................................................................................................... IM-1
Section 401 -Removal
401-3 Concrete and Masonry Improvements................................................................ IM-1
Section 402-Utilities
402-1 Location.............................................................................................................. IM-2
�
� ~ Table mfContents
� 402'4 Relocation........................................................................................................... IN1'2
402-7 Utility Connection................................................................................................ |W4'2
�
�
-
�
�
Table of Contents
APPENDICES
1. City Working Days Calendar
2. Map of Victoria Park Ln
NOTICE INVITING.SEALED
1310S FOR PROPOSALS FOR
"VICTORIA PARK LANE DG
RESURFACING"
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
Tuesday, March 4, 2025, sealed bids or proposals for the "VICTORIA PARK LANE DG
RESURFACING" in said City. The scope of work to be performed consists of, but not limited to,
DG trail removal and grading; DG trail installation`with-fine grading and compaction, concrete
header curb removal, concrete header curb installation, surface adjustments including but not
limited to rock removal and root pruning or shaving. The contract documents call for 35 working
days to complete this construction. Engineer's Estimate is $179,000.
Contractors should attend ONE mandatory pre-bid meeting and site tour. The meetings
will be held on Tuesday, February 18,2025, beginning at 11:00 am &Tuesday, February 25,
2025.The pre-bid,meetings are.located at 8794 Lion.Street,.Rancho Cucamonga, CA 91730
. Refer.to item "O. 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.
Bids will be publicly opened and read.in the City Council Chambers, 10500 Civic Center Drive,
Rancho Cucamonga, California'91730.
Bids must be made on a form provided for the purpose, addressed to the City of Rancho
Cucamonga, California, marked, "SEALED.BID FOR CONSTRUCTION of VICTORIA PARK
LANE DG RESURFACING."
PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California
Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not
less than the general prevailing rate of per diem wages for work of a similar character in the
locality in which the public work'is performed, and not less than the general prevailing rate of per
diem wages for holiday and overtime work. In that regard, the Director of the Department of
Industrial Relations of the State of California is required to and has determined such general
prevailing rates of per diem wages. As such, a copy'of prevailing wage rates may be found at
https://Www.dir.ca.gov/Public-Works/Prevailing-Waoe.htmi. The Contracting Agency also shall
cause a copy of such determinations to be'posted at the job site.
No contractor or subcontractor may be listed on a bid proposal for a public works project unless
registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5
(with limited exceptions from this requirement for bid purposes only under Labor Code section
1771.1(a)).
No contractor or subcontractor may be awarded a contract for public work on a public works
NAA
project unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
For all projects, the contractors and subcontractors must furnish electronic certified payroll
records to the Labor Commissioner.
Pursuant to provisions of Labor Code Section 1775, the Contractor shall forfeit, as penalty to the
City of Rancho Cucamonga, not more than two hundred dollars ($200.00) for each laborer,
workman, or mechanic employed for each calendar day or portion thereof, if such laborer,
workman or mechanic is paid less than the general prevailing rate of wages herein before
stipulated for any work done under the attached contract, by him or by any subcontractor under
him, in violation of the provisions of said Labor Code.
Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code concerning
the employment of apprentices by the Contractor or any subcontractor under him.
Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in
any 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
five, or
C. When the trade can show that it is replacing at least 1/30 of its membership through
apprenticeship training on an annual basis statewide or locally, or .
D. When the Contractor provides evidence that he employs registered apprentices on
all of his contracts on an annual average of not less than one apprentice to eight
journeymen.
The Contractor is required to make contributions to funds established for the administration of
apprenticeship programs if he employs registered apprentices or journeymen in any
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.
N-2A
Eight (8) hours of labor shall constitute'a legal day's work for all workmen employed in the
execution of this contract and the Contractor and any subcontractor under him shall comply with
and be governed by the laws of the State of California having to do with working hours as set forth
in Division 2, Part 7, Chapter 1,Article 3 of the Labor Code of the State of California as amended.
The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho Cucamonga,
twenty-five dollars ($25.00) for each worker employed in the execution of the contract by the
respective contractor or subcontractor for each calendar day during which the worker is required
or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar
week in violation of the provisions of this article.
Contractor agrees to pay travel and subsistence pay to each workman needed to execute the
work required by this contract as such travel and subsistence payments are defined in the
applicable collective bargaining agreement filed in accordance with Labor Code Section 1773.1.
The bidder must submit with his proposal, cash, cashier's check, certified check, or bidder's bond,
payable to the City of Rancho Cucamonga for an amount equal to at least 10% of the amount of
said bid as a guarantee that the bidder will enter into the proposed contract if the same is awarded
to him, and in event of failure to enter into such contract said cash, cashiers' check, certified
check, or bond shall become the property of the City of Rancho Cucamonga.
If the City of Rancho Cucamonga awards the contract to the next lowest bidder, the amount of
the lowest bidder's security shall be applied by the City of Rancho Cucamonga to the difference
between the low bid and the second lowest bid, and the surplus, if any shall be returned to the
lowest bidder.
The amount of the bond to be given to secure a faithful performance of the contract for said work
shall be 100% of the contract price thereof, and an additional bond in an amount equal to 100%
of the contract price for said work shall be given to secure the payment of claims for any.materials
or supplies furnished for the performance of the work contracted to be done by the Contractor, or
any work or labor of any kind done thereon, and the Contractor will also be required to furnish a
certificate that he carries compensation insurance covering his employees.upon work to be done
under contract which may be entered into between him and the said City of Rancho Cucamonga
for the construction of said work.
Contractor shall possess any and all contractor licenses, in form and class as required by any
and all applicable laws with respect to any and all of the work to be performed under this contract;
including, but not limited to, a Class "A" License (General Engineering Contractor) and 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 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.
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.
N-3A
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 Sign Up (Website IS FREE TO USE),
then click"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, hard 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 lists)and to receive
email updates of any addenda or'revisions to the bid documents.,Be advised that the information
contained on this site may change over time and without notice to prospective bidders or
registered users. While effort is.made to keep information-current and accurate and to notify
registered prospective bidders of any changes to the bid documents, it is the responsibility of each
prospective bidder to register with www.virtual-bid.com and to check this website on a DAILY
basis through the close of bids for any applicable addenda or updates.
No proposal will be considered from a Contractor to whom a proposal form has not been
issued by the City of Rancho Cucamonga to registered prospective bidders from
www.virtual-bid.com.
The successful bidder will be required to enter into a contract satisfactory to the City of Rancho
Cucamonga.
In accordance with the requirements of Section 7-3.2 of the General Provisions, as set forth in
the Plans and Specifications regarding the work contracted to be done by the Contractor, the
Contractor.may, upon the Contractor's request and at the Contractor's sole cost and expense,
substitute authorized securities in lieu of monies withheld (performance retention).
The City of Rancho Cucamonga reserves the right to reject any or all bids.
All questions regarding this. Notice Inviting Sealed Bids for "VICTORIA.PARK LANE DG
RESURFACING' must be in writing(e-mail preferred,and received by the City no later than
4:00 pm on Tuesday, February 25, 2025. The City is not responsible for questionsle-mails
undeliverable. Questionsle-mails shall be directed to:
Sonny Rodriguez, Fily Reyes
Maintenance Coordinator Associate Engineer
8794 Lion Street 8794 Lion Street
Rancho Cucamonga, CA 91730 (909)477-2740, ext. 4026
(909)477-273U, ext. 4114 e-mail address: fily.reyes@cityofrc.us
E-mail address: sonny.rod riguez@cityofrc.us
ADVERTISE ON: Friday, February 21, 2025 &Wednesday, February 26, 2025
N-4A
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-3 of the Bid Proposal to help the representative from the City Clerk's office find
the Total Base Bid 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, except that any designated "Specialty Items" may be performed by subcontract and
the amount of any such "Specialty Items" so performed may be deducted from the Contract
Price before computing the amount required to be performed by the Contractor with its own
organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. Where
an entire item is subcontracted, the value of work subcontracted will be based on the Contract
Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will
be based on the estimated percentage of the Contract Unit Price. This will be determined from
information submitted by the Contractor, and subject to approval by the Engineer.
With the proposal,the Contractor shall list(a)the name, address, and the California Contractor
License Number of each subcontractor who will perform work included in the contract, and (b)
the portion of work which will be done by each subcontractor. All subcontractors performing
work in excess of 1/2% of the total value of.the contract or, in the case of bids or offers for the
construction of streets or highways, including bridges, in excess of 1/2% of the total value of
MA
the contract or ten thousand dollars ($10,000.00) whichever is greater, shall be listed. The
successful bidder shall be prohibited from performing work on this project with a subcontractor
who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the
Labor Code.
4. Bid must be accompanied by cash, cashier's check, certified check, or surety bond in an
amount not less than(10%)of the total amount of bid. Checks and bond shall be made payable
to the City of Rancho Cucamonga.
5. The correction of any discrepancies in or omission from the drawings, specifications or other
contract documents or any interpretation thereof during the bidding period will be made only
by written addendum. See Item G, Addendum, for further information and instructions.
6. Bids shall not contain any recapitulation, inserted by the Bidder, of work to be done. Alternative
proposals will not be considered unless specifically requested. No oral or telephone
modifications will be considered.
7. ...........Each bid shall be valid for no less than 30 days after the opening of the proposals.
8. No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all
amounts bid will be deemed and held to include any such taxes which may be applicable.
B. DELIVERY OF PROPOSAL
Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID FOR
VICTORIA PARK LANE DG RESURFACING 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.
I-2A
Proposals in which the prices are obviously unbalanced, and those which are incomplete or show any
alteration of form or contain any additions or conditional or alternate bids that are not called for or
otherwise permitted, may be rejected. A proposal on which the signature of the bidder has been
omitted will be rejected.
E. SIGNATURE OF CONTRACTOR
Corporation
The signature must contain the name of the corporation, must be signed by the President and
Secretary or Assistant Secretary, and the corporate seal must be affixed. Other persons may sign for
the corporation in lieu of the above if a Certified copy of a resolution of the corporate board of directors
so authorizing them to do so, is on file in the City Clerk's office.
Partnership
The names of all persons comprising the partnership or 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 10% of the total amount of bid. Checks and bond shall be made payable to the City of
Rancho Cucamonga.
G. ADDENDUM .
The correction of any discrepancies in or omission from the drawings, specifications or other contract
documents or any interpretation thereof during the bidding period will be made only by written
addendum. A copy of each such addendum will be posted on the internet, and it shall be the bidder's
responsibility to download and print each and every posted addendum and a signed copy of the
addendum shall be returned to the City,prior to bid opening or attached to the bid documents.
Failure to do so may result in bid rejection. Said addendum shall be made part of the contract.
Any other interpretation or explanation of such documents will not be considered binding. The
1-3A-
addendum can be found by going to www.Virtual-bid.com,then click"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, then click on the project of interest under the,title and follow directions for
download.
H. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK
The plans and specifications to which the proposal forms refer are on file and open to inspection in
the office of the City Engineer.
Bidders must satisfy themselves by personal examination of the work site, plans, specifications, and
other contract documents, and by any other means as they may believe necessary, as to the actual
physical conditions, requirements and difficulties under which the work must be performed. No bidder
shall at any time after submission of a proposal make any claim or assertion that there was any
misunderstanding or lack of information regarding the nature of amount of work necessary for the
satisfactory completion of the job. Any errors, omissions, or discrepancies found in the plans,
specifications, or other contract documents shall be called to the attention of the Resident Engineer
and clarified prior to the submission of proposals.
I. ESTIMATED QUANTITIES
The quantities given in the proposal and contract form are approximate, being given as a basis for the
comparison of bids only, and the City does not, expressly or by implication, agree that the actual
amount of work will correspond therewith, but reserves the right to increase or decrease the amount
of any class or portion of the work, or to omit any portion of the work, as may be deemed advisable or
necessary by the Engineer.
However, when the quantity shown in the Proposal has the designation (F) following the Bid Item in
the Schedule of Unit Cost and Lump Sum amounts, that-designation indicates the final pay quantity
and/or costs and shall be the final quantity used for which payment will, be made, unless the
dimensions of the portion of the work shown on the plans are revised by the Engineer, or unless the
portion of the work is eliminated. If the dimensions of the-specific portion of the work are revised, and
the revisions result-in an increase or decrease in the estimated quantity of the portion of the work, the
final quantity for payment will be revised in the amount represented by the changes in the dimensions.
If the specific portion of the work is eliminated, then the final pay quantity designated for the specific
portion of the work will be eliminated.
The estimated quantity of each specific portion of the work designated on the plans as a final pay
quantity shall be considered as approximate only and no guarantee is made that the quantities which
can be determined by computations, based on the details and dimensions shown on the plans, will
equal the estimated quantities., No allowance will be made in the event that the quantities based on
computations do not equal the estimated quantities.
When portions of an item have been designated on the plan as final pay quantities, portions not so
designated will be measured and paid for in accordance with the applicable provisions of these
specifications and the special provisions.
In case of a discrepancy between the quantities shown on the plan as final pay quantities and the
quantity of the same item shown in the Engineer's Estimate, payment will be based on the final pay
1-4A
quantities shown on,the plans.
J. COMPETENCY OF BIDDER
The bidder shall be licensed under the provisions of Chapter 9, Division 3,'of the Business and-
Professions Code of the State of California to do the-type'of work contemplated in the contract and
shall be skilled and regularly engaged in the general class or type of work called for under this contract.
To assist in the determination of competency, the Contractor shall complete the attached "Bidder
Information"form.
K. AWARD AND EXECUTION OF CONTRACT
Acceptance or Resection
The City of Rancho Cucamonga, reserves the right to reject any or all bids. The City reserves the
right to waive inconsequential errors and/or irregularities.
Award of Contract
The lowest responsive bidder will be calculated per Section 20103.8 (a) of the Public Contract Code
as the lowest bid price on'the, base contract with consideration of additive (or deductive) items.
The award of a contract, if it be awarded, will be to the above lowest responsive bidder.
No proposal will be considered from a Contractor to whom a proposal form has not been issued
by the City of Rancho Cucamonga to registered prospective bidders from www.virtual-bid.com.
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 Civilr 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
1-5A
documents, within fifteen (15) days after the bidder has received notice that the contract has been
awarded, unless extended by said City Council in writing. No proposal shall be considered binding
upon the City until the execution of the contract.
Failure to execute a contract and file acceptable documents as provided herein within fifteen (15)days
from receipt of notice of award shall be just cause for the annulment of the award. In the event of
failure to enter into such contract, the lowest bidder's security (cash, cashier's check, certified check,
or bond) shall become the property of the City of Rancho Cucamonga.
If the City of Rancho Cucamonga awards the contract to the next lowest bidder, the amount of the
lowest bidder's security shall be applied by the City of Rancho Cucamonga to the difference between
the low bid and the second lowest bid, and the surplus, if any shall be returned to the lowest bidder.
Liquidated Damages and Working Days
Attention is directed to the provisions of Section 6-9 of the Specifications.
The Contractor shall pay to the City of Rancho Cucamonga the sum of 2,800.00 per day for each and
every calendar day's delay in finishing the work in excess of 35 working days.
L. RETURN OF PROPOSAL GUARANTEE
The cash, check or bond of a bidder to whom the contract has been awarded will be returned to him
after all of the acts, for the performance of which said security is required, have been fully performed.
The cash, checks or bonds of the remaining qualified bidders will be returned when the bidder to whom
the contract has been awarded has properly executed and returned all of the required Contract
Documents. Cash, checks or bid bonds of other bidders will be returned when their proposals are
rejected or in any event at the expiration of 30 days from the date of award of contract.
M. CITY BUSINESS LICENSE
Municipal Ordinances requires the issuance of a City Business License as a condition precedent to
being engaged as a Contractor within the City.
N. EQUIVALENT MATERIALS
Attention is directed to the provisions of Section 4-1.6 of the Standard Specifications for Public Works
Construction.
O. PRE-BID MEETING
Contractors should attend ONE of the mandatory pre-bid meetings and site tour for VICTORIA PARK
LANE DG RESURFACING. The meetings will be held on Tuesday, February 18, 2025, beginning at
11:00 am &Tuesday, February 25, 2025, beginning at 11:00 am. The pre-bid meetings are located at
the Rancho Cucamonga Public Works Services Center, 8794 Lion Street, Rancho Cucamonga, CA
91730. This meeting is to inform the scope of work, location and requirements.
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.
1-6A
d
BID DOCUMENTS TO SUBMIT FOR PROPOSAL
Only the following listed documents, identified in the lower right corner as "Bid Forms" shall be
fully executed and submitted with the Bid at the time of opening of Bids.
€ Schedule of Unit Cost and Lump Sum Amounts
€ Bidder Agreement
€ Bidder Information
€ Subcontractor
€ Declaration of Eligibility to Contract
€ Certificate of Non-Discrimination by Contractors
€ Non-Collusion Declaration
€ Bid Bond
Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render
a Bid as non-responsive and subject to rejection.
Gentry General Engineering, Inc.
Bidder
P-1 of 11
VICTORIA PARK LANE DG
RESURFACING
PROJECT NO.Click or rap here rr,�ntr
text.
Required Bid Proposal Forms
PROPOSAL
SCHEDULE OF COST AND LUMP SUM.AMOUNTS
"VICTORIA PARK LANE DG RESURFACING"
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 the Plans, Special Provisions and Specifications, in the time and manner therein
prescribed for the unit cost and lump sum amounts set forth in the schedule on the following
Proposal.
BASE BID:
Item Description Reference Oty. Unit Unit Price
No. Specification Price
1. Remove/Grade DO (300, 301,400, 402) 42,000 SF I e 2f b 3.g 40.°"
2. DO Resurfacing (200, 201), 42,000 SF 3 00 126,000.
CITY OF RANCHO
CUCAMONGA STD
PLAN 1001
3. Remove Header (300, 301,400, 402) 760 LF
Curb
4. Replace Header (300, 303), 760 LF 5 , Od.00
Curb CITY OF RANCHO
CUCAMONGA STD
PLAN 534
5. Surface Adjustments (300) 25 EA
Gentry General Engineering, Inc.
Bidder
P-2 of 11
VICTORIA PARK LANE DO
RESURFACING
PROJECT NO.C liol<or tap here to enter
text.
Required Bid Proposal Forms
1
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"VICTORIA PARK LANE DG RESURFACING"
TOTAL BASE BID AMOUNT IN NUMBERS: 201 ,88 2 .00
TOTAL BASE BID AMOUNT IN WORDS: I IN U r`and re d seen �6 oU CU 4
fiOt h�r►OW -eiahfi - two dollars and Zerp Genf, ,
In case of discrepancy between the written price/amount and the numerical price/amount the
written price/amount shall prevail
Gently General Engineering, Inc.
Bidder
P-3 of 11
VICTORIA PARK LANE DG
RESURFACING
PROJECT No.Click or tap here 14 enter
text.
Required Bid Proposal Forms
BIDDER AGREEMENT
The undersigned also agrees as follows:
FIRST: Within 15 calendar days from the receipt of the Notice of Award of Contract, to execute
the contract, and to furnish to the City of Rancho Cucamonga, two (2) satisfactory bonds in the
amounts specified in the Notice Inviting Bids guaranteeing the faithful performance of the work
and payment of bills.
SECOND: To begin work,within,ten (10) calendar days after the date specified in the Notice to
Proceed and to prosecute said work in such a mannerras to complete it within 35 working days
after such specified date.
Accompanying this proposal is cash, a cashier's check,or a certified check of a bidder's bond for
not less than 10% of the total amount of the bid payable to the City which is to be forfeited, as
liquidated damages, if, in the event the contractor does not execute the contract and furnish
satisfactory bonds under the conditions and within the time specified in this proposal, otherwise
said cash, cashiers'check,certified check, or bidders'bond is to be returned to the undersigned.
Within 15 calendar days after award of the contract, the City of Rancho Cucamonga will return
the bidder's bond accompanying such proposal not considered in making the award. All other
bidders' bonds will be held until the expiration of 30 days from the date of the award of contract.
They will then be returned to the respective bidders whose proposals they accompany.
BIDDER:
Gentry General Engineering,,Inc.
IMPORTANT NOTICE: If bidder is a corporation, state legal name of corporation and names of
the president, secretary, treasurer, and manager; co-partnership, state true name of firm and
names of all individual copartners composing firm; or an individual, state first and last names in
full.
N declare under penalty of perjury of the laws of the State of California the representations made
herein are true and correct in accordance with the requirements of California Business and
Professions Code Section 7028.15."
974279 06/30/26
California State Contractors License Number Expiration Date
Gentry General Engineering, Inc.
Bidder
P-4 of 11
VICTORIA PARK LANE DG
RESURFACING
PROJECT NO.Click or tai)hereto enter
Required Bid Proposal Forms
e r
Bidder Agreement(continued)
�-- Brenton Gentry - President/CEO February 25, 2025
Signature Namefritle Date
Signature Name/Title Date
Signature Name/Title Date
Signature Name/Title Date
Signature and title of the officer(s) set forth above shall be authorized to sign contracts on behalf
of the corporation, co-partnership or individual. If signature is by an agent, other than an officer
of the corporation or a member of a partnership, a Power of Attorney must be on file with the City
of Rancho Cucamonga prior to or at time of bid opening; otherwise the bid will be subject to
rejection by the.City of Rancho Cucamonga.
Gents: GPnPral Fnqinp _ring, Inc.
Bidder
P-5 of 11
VICTORIA PARK LANE DG
RESURFACING
PROJECT NO.Click or tap here to enter
text.
Required 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 FAnAaN 2 ;12025 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 name0s) is/ar-
subscribed to the within instrument and acknowledged to me that he/slieftheyexecuted the same in
his/herAWr authorized capacity({es), and that by his/Hefftheir signatureQQ-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.
`s, .�!,ryF S.ALICIA SANCHEZ
WITNESS my hand and official seal. /'~ = Notary Public•Cadforn;a
San Bernardino County
Commission;2409874
My Comm.Expires Jul 29,2026
Signature (Seal)
a z
BIDDER INFORMATION
The bidder shall furnish the following information. Additional sheets may be attached if necessary.
Name of Firm: Gentry General Engineering, Inc.
Type of Firm: X Corporation Individual Partnership
Business Mailing Address: 320 W Tropica Rancho Rd. Colton, Ca 92324
Place of Business: 320'W Tropica Rancho Rd. Colton, Ca 92324
909.330.1128
Telephone No.:
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,Treasurer, and Manager
Number of years as a contractor in construction work of this type:
Three projects of this type recently completed:
Date Owner's Name &
Contract Amount Type of Project _Completed Address
Please see attached
Person who inspected site of the proposed work for your firm:
Name: Inspection
Brenton Gentry&Dean Bates Date:
NOTE: If requested by the City, the Bidder shall furnish a notarized financial statement,
references,and other information,sufficiently comprehensive to permit an appraisal of his current
financial condition.
Gentry General Engineering, Inc.
Bidder
P-6 of 11
VICTORIA PARK LANE DG
RESURFACING
PROJECT NO.Click or tap here.to enter
to t.
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.3`d 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
940113ainter Ave Alleyway Street/Sidewalk Asphalt&Concrete
Whittier,Ca 90605 5111 Benito St
Karla Embry:.I<arla.Embrv@WUHSD.org Montclair,Ca 91763
562.332.9303 Steve Stanton:SStanton@CityofMontclair.ore
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: MSaraIya@CityofPasadena.net
Santa Ana,Ca 92701 626.744.3703
Victor So:Vso@Santa-Ana.ors
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.sov
Barry Ghaemi:Barrv.Ghaemi@Coronaca.eov 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. KodyTopkins:KTopkins@BarstowCa.eov
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 jwinterburn@balfourbeattyus.com
Torrance,Ca 90503 (949)502-4000
Shin Furukawa:SFurukawa@TorranceCa.sov
310.618.3073 2019-$714,000
City of Hermosa Beach
8tn Street Improvements Project
8th Street
Hermosa Beach,CA 90254
Reed Salan:rsalan@hermosabch.orp,
.(310)318-0229
320 W Tropica Rancho Rd off:909.330.1128
Colton,CA 92324 fax:909.330.1129
gentrygeneral@gmaii.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:josem@cityoffullerton.com Shin Furukawa:sfurukawa@torranceca.gov
(714)738-6863 (310)781-6900
2019=$141,312.($139,573 original bid;work 2020-$19,546
limits increased) City of Fontana
City of Irvine San Bernardino at Cypress Driveway
Ranch Park Bike Trail Rehabilitation Improvements
Irvine,CA 92618 Fontana,CA 92335
Anthony Caraveo:acaraveo@cityofirvine.ors Christopher Smethurst:
(949)724-7365 csmethurst@fontana.ors
(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.ore Butterfield Park Trail Rehabilitation
(805)449-2477 21201 La Puente Rd
Walnut,CA 91789
2019-$14,800.00 Tony Lopez:tlopez@rkasroup.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.orR
(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'Sa ntos-G u into—
Elizabeth Rodriguez— asantos@lagunabeachcity.net
erddriguez@irwindaleca.gov (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
erodriguez@irwindaleca.gov (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.kl2.ca.us
Dannv.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 Amo
290 Paularino Ave Torrance,CA 90501
Costa Mesa,CA 92626 Ryan Palmer—
Michael Benesh— Palmer.rvan@tusd.org
mlbenesh@robhamers.com (310)972-6240
(949)548-1192
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
715.13 Street Laurel Ave/Randall Ave Drainage Improvement
Sacramento,CA 94296 825 E V St
Michelle Humphrey— San Bernardino,CA 92415
Michelle.humphrev@parks.ca.gov Carlos Sea nez—
(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@lagunabeachcitv.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@citvoforange.org
(714)744-5562
„o
320 W Tropica Rancho Rd off:909.330.1128
Colton,CA 92324 fax:909.330.1129
gentrygeneral@gmail.com
2022-$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.sov Phillin'.Ortega@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 3`d St
Phillip Ortega — San Bernardino,CA 92415
Phillip.Orteea@citvofrc.us Carlos Seanez—
(909).477-2730 carlos.seanez@dpw.sbcounty.sov
(909)486-0227
2022-$206,496($200,010 original bid;design
revisions) 2022-$481606
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@.cityofrc.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@lagunabeachcitv.net
iflath@balfourbeattvus.com (949)497-0729
(951)501-9594
320 W Tropica Rancho Rd off:909.330.1128
Colton,CA 92324 fax:909.330.1129
gentrygeneral@gmaii.com
2022-$529,424($489,075 bid value; 2022-.$8,922
quantities/limits increased) City of Rancho Cucamonga
City 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 91730
John Rico— Phillip Ortega —
irico@elmonteca.sov Phillip.Ortesa@citvofrc.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.eov eperez@cityoforanse.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@cityofrc.us Jenny.Hanlon@cityofrc.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@citvofrc.us Carlos Seanez—
(909)774-4107 carlos.seanez@dpw.sbcountv.eov
(909)486-0227
I
320 W Tropica Rancho Rd off:909.330.1128
Colton,CA 92324 fax:909.330.1129
gentrygeneral@gmail.com
2022-$240,528($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
8353 Sierra Ave Rancho Cucamonga,CA 91730
Fontana,CA 92335 Sonny Rodriguez —
Estephany Monroy sonny.rodrisuez@cityofrc.us
emonrov@fontana.ore (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 0pascual@hermosabeach.sov
imetz@cityoflasunaniguel.ors (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
of-Hermosa BeacI — 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 jpascual@hermosabeach.eov
Jonathan Pascual — (310)318-0252
inascual@hermosabeach.eov
(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 17th St Water Main Replacement and Street
11111 Brookshire Ave Rehabilitation
Downey,CA 90241 460 N Euclid Ave
Brian Aleman — Upland,CA 91786
baleman@downeyca.ore Kirk Swanner—
(562)904-7110 kswanner@uplandca.sov
(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;
locations added to scope)
City of Hermosa Beach
City Sidewalk Improvements
1315 Valley Dr
Hermosa Beach,CA 90254
Jonathan Pascual —
ipascual@hermosabeach.gov
(310)318-0252
2023-$298,889(original bid$194,500;
significant redesigns and scope increases)
City of South Gate
Citywide Valve Replacement
8650 California Ave
South Gate,CA 90280
Ana Ananda—
aananda@sogate.org
(323)563-5769
320 W Tropica Rancho Rd off:909.330.1128
Colton,CA 92324 fax:909.330.1129
gentrygeneral@gmail.com
. f
SUBCONTRACTORS
In compliance with Section 2-3 of the Standard Specifications and the Provisions of the Public
Contract Code Section 4100,the undrsigned bidder herewith sets forth the name, location of the
place of business and California Contractors License Number of each subcontractor who will
perform work or labor or render service to the general contractor in.or about the construction of
the work or improvement in an amount in excess of one-half of one percent(1/2%):of the general
contractor's total bid or, in.the case of bids or offers for the construction of streets or highways,
including bridges, in excess of one-half of one percent(1/2%)of the general contractor's total bid
or ten thousand dollars ($10,000.00), whichever is greater and the portion of the work which will
be done by each subcontractor as follows:
Subcontractor's Business License DIR Description of Percent {%)
Name Address No No. Work of Total Bid
n/on t
Total%of the work to be performed by Subcontractors listed above:_(Z%
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-7 of 11
VICTORIA PARK LANE DG
RESURFACING
PROJECT NO.Clink or t.-tI;here to enter
text.
Required Bid Proposal Forms
DECLARATION OF ELIGIBILITY TO CONTRACT
(Labor Code Section 1777.1; Public Contract Code Section 6109)
The undersigned contractor,certifies and declares that:.
1. The undersigned contractor is aware of Sections 1777.1 and 1777.7 of the California
Labor Code,which prohibit a contractor or subcontractor who has been found by the Labor
Commissioner or the Director of Industrial Relations to be in violation of certain provisions
of the Labor Code,from bidding on,.being awarded,or performing work as a subcontractor
on a public works project for specified periods of time.
2. The undersigned contractor is not ineligible to bid on, be awarded or perform work as a
subcontractor on a public works project by virtue of the foregoing provisions of Sections
1777.1 or 1777.7 of the California Labor Code or any other provision of law.
3. The undersigned contractor is aware of California Public Contract Code Section 6109,
which states:
"(a) A public entity, as defined in Section 1100 (of the Public Contract Code), may not
permit a contractor or subcontractor who is ineligible to'bid or work on, or be awarded, a public
works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or,
perform work as a subcontractor on, a public works project. Every public works project shall
contain a provision prohibiting a contractor from performing work on a public works project with a
subcontractor who is ineligible to perform work on the public works project pursuant to Section
1777.1 or 1777.7 of the Labor Code.
(b)Any contract on a public works project entered into between a contractor and a debarred
subcontractor is void as a matter of law. A debarred subcontractor may not receive any public
money for performing work as a subcontractor on a public works contract,and any public money
that may have been paid to a debarred subcontractor, by a contractor on the project shall be
returned to the awarding body. The contractor shall be responsible for the payment of wages to
workers of a debarred subcontractor who has been allowed to work on the project."
4. The undersigned contractor has investigated the eligibility of each and every subcontractor
the undersigned contractor intends to use on this public works project, and determined
that none of them is ineligible to perform work as a subcontractor on a public works project
by virtue of the foregoing provisions of the Public Contract Code, Sections 1777.1 or
1777.7 of the Labor Code, or any other provision of law.
The undersigned declares under penalty of perjury under the laws of the State of California
that the foregoing is true and correct. Executed this 25th day of Februaru 2025,
at Colton (place of execution), California.
Signature
Name: ' Brenton Gentry
Title: President/CEO
Company: Gentry General Engineering, Inc.
Gentry General Engineering, Inc.
Bidder
P-8 of 11
VICTORIA PARK LANE DG
RESURFACING
PROJECT NO.Clink or tap here to enter
tex.7.
Required 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 FebruAry 2 5,2 02 5 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 name0s) is/afe
subscribed to the within instrument and acknowledged to me that he/sWthWexecuted the same in
his/herftheir authorized capacity(aes)., and that by his/herAheir signatureQ4) on the instrument the
person0), 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.
WITNESS my hand and official seal. I S.ALICIA SANCHEZ
`' Notary Public-California
' 4 San Bernardino County
Commission 2409674
':�•04"'`µy Comm.Expires Ju4 29,2026
Signature (Seal)
CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS
As suppliers of goods or services to the City of Rancho Cucamonga,the firm listed below certifies
that it does not discriminate in its employment with regard to age, disability, race,color, religion,
sex, sexual orientation or national origin, that it is in compliance with all federal, state and local
directives and executive orders regarding non-discrimination in employment;and that it agrees to
demonstrate positively and aggressively the principle of equal opportunity in employment.
We agree specifically:
1.To establish or -observe employment policies which affirmatively promote opportunities for
minority persons at all job levels.
2.To communicate this policy to all persons concerned, including all company employees, outside
recruiting services, especially those serving minority communities, and to the minority
communities at large.
3.To take affirmative steps to hire minority employees within the firm.
FIRM: Gentry General Engineering, Inc.
TITLE OF PERSON SIGNING: President/CEO
SIGNATURE:
DATE: February 25, 2025
Please include any additional information available regarding equal opportunity employment
programs now in effect within your firm.
Gentry General Engineering, Inc.
Bidder
P-9 of 11
VICTORIA PARK LANE DG
RESURFACING
PROJECT NO.Click or lap here to enter
text.
Required Bid Proposal Forms
•, 1
NON-COLLUSION DECLARATION
The undersigned declares:
I am the President/CEO of Gentry 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
sham bid. The bidder has not directly or indirectly colluded,conspired,connived, or agreed with
any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in
any manner, directly or indirectly, sought by agreement, communication, or conference with
anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost
element of the bid price, or of that of any other bidder. All statements contained in the bid are
true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown
thereof,or the contents thereof,or divulged information or data relative thereto,to any corporation,
partnership, company, association, organization, bid depository, or to any member or agent
thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or
entity for such purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership,joint
venture, limited liability company, limited liability partnership, or any other entity, hereby
represents that he or she has full power to execute, and does execute this declaration on behalf
of the bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is
true and correct and that this declaration is executed on February 25,2025 (date),
at Colton (city), Ca (state).
Signature
Gentry General Engineering,Inc.
Bidder
P-10 of 11
VICTORIA PARK LANE DG
RESURFACING
PROJECT NO.Click cr'rap here to enter
text.
Required 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 �2�rUrnh✓ 25, 2025 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) whose name0s) is/are
subscribed to the within instrument and acknowledged to me that hefsheftheyexecuted the same in
his/hffitheir authorized capacity(ies), and that by his/heffthek signatureQQ on the instrument the
person0), or the entity upon behalf of which the person%) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS m hand and official seal. �� r� S. SANCHEZ
y `'��= Notary Pubdubiic•California z
4 -�'- San Bemarcino County >
Commission,2409874
a' My Comm,Expires Jul 29.2026
Signature (Seal)
• j �
Bond No. CSBA-29965
BID BOND
KNOW ALL MEN BY THESE PRESENT:THAT Gentry General En4ineerina, Inc. ,
as Principals, and The Ohio.Casualty Insurance Company , as Surety, are held and firmly bound unto
THE CITY OF RANCHO CUCAMONGA, COUNTY OF.SAN BERNARDINO, hereinafter called
the City, in the sum of Ten Percent(10%)of the Amount Bid
dollars (not less than ten percent of the total amount of..,the bid), for the payment of which sum
well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors,
and assigns,jointly and severally,firmly by these presents.
WHEREAS, said Principal has submitted a bid to said City to perform,all work required under the
Contract Documents entitled:
"VICTORIA PARK LANE DG RESURFACING"
NOW, THEREFORE, if said Principal is awarded a contract by said City and, within the time and
in the manner required under the headings "Instruction to Bidders" and "Schedule of Unit Cost
and Lump Sum Amounts" bound with said Specifications, enters into a written contract on the
form of agreement bound with said Specifications and furnishes the required bonds, one to
guarantee faithful performance and the other to guarantee payment for labor and materials, then
this obligation shall be null and void,otherwise it shall remain in full force and effect. In the event
suit is brought upon this-bond by said City and judgment is recovered, said surety shall pay all
costs incurred by said City in such suit, including a reasonable attorney's fee to be fixgq by,the
court.
SIGNED AND SEALED,this 21stday of February ,2025 .
Gentry General Engineering, Inc.(Seal) The Ohio Casualty Insurance Compahv(Seal)
Business Name of Bidder (Principal) Business Name of Surety
B,..— _k By:
(Signature) (Signature)Dwight Reilly
�. is C E y Attorne in-Fact
Title: ?r�,1 •�. Title: v-
Individual Partnership x Corporation
f 1 .
Other, explain
Gentry General Engineering, Inc.
Bidder
P-11 of 11
VICTORIA PARK LANE DG
RESURFACING
PROJECT NO.Click or tap here to enter
text,
Required 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 f e rJ r uo ry 21, 2025 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¢@)whose name0s) is/ar-e
subscribed to the within instrument and acknowledged to me that he/sheftheyexecuted the same in
his/herfthefr authorized capacity(aes), and that by his/hffithek signatureQ4) on the instrument the
person%), or the entity upon behalf of which the person%) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
-ZUNI, 5.ALICIA SANCHEZ
WITNESS my hand and official seal. tNotary Public Caiircrnia
_,�e_� _ San 6ernarcino County >
- Commi m ssion;2409874
- `My Com.Expires Jul 29,2026
Signature (Seal)
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 Orange )
On 02/21/2025 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.
MELISSA ANN VACCARO
COMM.#2401942
WITNESS my hand and official seal. 0 .=^+ Notary Public-California z
ORANGE COUNTY a
N My Comm.Expires May 12,2026�
Signature r ®-.� (Seal) S'
Melissa Ann Vaccaro
F
Bond No.CSBA-29965
Liberty POWER OF ATTORNEY
mutuil a Liberty Mutual Insurance Company Certificate No: 8213134-969561
SURETY The Ohio Casualty Insurance Company
West American Insurance Company
KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Adrian
Langrell;Arturo Ayala;Ben Stong;Benjamin Wolfe;Chelsea Liberatore;Dwliel Huckabay;Dwight Reilly;Frank Morones;Magdalena R.Wolfe;Michael D.Stong;
R.Nappi•Shaunna Rozelle Ostrom
all of the city of Orange state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make,
execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 13th day of February 2025
Liberty Mutual Insurance Company
tNSUR '11 INS& a tNSU� The Ohio.Casualty Insurance Company
`JPGORPOp, 1p yJP°o °Rgr�y `uP�oRP°Rv> yp West American Insurance Company
J3 Foot v� 3 o m 4 3 Focn
vi TS1912 o a21919� „ a 1991 0 �E
o /
C rd9Sj�,In*. 1`a.4 yp ( - Us� sBy'41 m
m
Nathan J.Zangerle,Assistant Secretary 6
`m State of PENNSYLVANIA ss e E
am a1 County of MONTGOMERY o �,
On this lath day of February 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Co m
f Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes`72
therein contained by signing on behalf of the corporations by himself as a duly authorized officer. GJ
o IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. ;�
c.F� .aST, a 0_
Q4ivh,jOr7lVe < Commonwealth of Pennsylvania-Notary Seal T_
O ;� c,, C Teresa Postella,Notary Public d'lp
4) Montgomery county
O OF My commission expires March 28.2029 By: � � O
commission number 1126044
•tjsvV4 \6 lttambef,Pennsylvania 455anauon0?Nota:ies eresaPastella,NotaryPublic Q o
@Ar?1 PUS" OL oV
a? 00
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3
O-S; Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: aCZ
ARTICLE IV—OFFICERS:Section 12.Power of Attorney. `o r
o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the a o
-0 President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as suretyCU C°
M C: any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall c cc
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
Z coi Cn
instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the-n cc
provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. Ii o
ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,
bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation—The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle,Assistant Secretary to appoint such
attomeys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and
other surety obligations.
Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with
the same forcu and'effect as though manually affixed.
I,Rehee.C.Llewellyn;fhe undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do
hereby certify jhat the origins!power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and
has not been revoked. _1 .
IN TESTIMONY WHEREOF,I have`hereunto set my hand and affixed the seals of said Companies this 21st day of February ,2025
4 1NSUR UZY INS& a 1NSU/?
- Or�•�yC+ �iJY•c°RPOJ�grR9y °PPORq Q•Y
J � TFo t�+ Q ? Fo C, � a° rFo�
1912 a 1919 0 V 1991
z a o s By:
d�ssq°NU'��da S� r R4µPsaa le '"DIANP as Renee C.Llewellyn,Assistant
Y , Secretary
LMS-12873 LMIC OCIC WAIL Mull]Co 02/24
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"VICTORIA PARK
LANE DG RESURFACING."
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"VICTORIA PARK LANE
DG RESURFACING." Said work to be performed in accordance with specifications and
standards on file in the office of the City Engineer and in accordance with bid prices
hereinafter mentioned and in accordance with the instruction of the City Engineer.
2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The
aforesaid specifications are incorporated herein by reference thereto and made a part
hereof with like force and effect as if all of said documents were set forth in full herein.
Said documents, the Resolution Inviting Bids attached hereto, together with this written
agreement, shall constitute the entire contract between the parties. This contract is
intended to require a complete and finished piece of work and anything necessary to
complete the work properly and in accordance with the law and lawful governmental
regulations shall be performed by the Contractor whether set out specifically in the
contract or not. Should it be ascertained that any inconsistency exists between the
aforesaid documents and this written agreement, the provisions of this written agreement
shall control.
3. TERMS OF CONTRACT: The undersigned bidder agrees to execute the contract within
fifteen (15) days from the date of notice of award of the contract or upon notice by City
after-the fifteen (15) days, and to complete his portion of the work within 35 working days
from the date specified in the Notice to Proceed. The bidder agrees further to the
assessment of liquidated damages in the amount of 2,800.00 for each calendar day the
work remains incomplete beyond the expiration of the completion date. City may deduct
the amount thereof from any monies due or that may become due the Contractor under
this contract. Progress payments made after the scheduled date of completion shall not
constitute a waiver of liquidated damages.
4. INSURANCE: The Contractor shall not commence work under this contract until he has
obtained all insurance required hereunder in a company or companies acceptable to City
nor shall the Contractor allow any subcontractor to commence work on his subcontract
C-1
until all.insurance required of the subcontractor has been obtained. The Contractor shall
take out and maintain at,all time during the life of this contract the following policies of
insurance;
a. Workers Compensation Insurance: Before beginning work,the Contractor shall furnish
to the Engineer a certificate of insurance as proof that he has taken out full
compensation insurance for all persons whom he may employ directly or through
subcontractors in carrying out the work specified herein, in accordance with the laws of
the State of California. Such insurance shall be maintained in full force and effect during
the period covered by this contract.
In accordance with the provisions of Section 3700 of the California Labor Code, every
contractor shall secure the payment of compensation to his employees. Contractor,
prior to commencing work, shall sign and file with the City a certification as follows:
"I am aware of the provisions of Section 3700 of the Labor Code which require every
employer to be insured against liability for worker's compensation or to undertake self-
insurance in accordance with the provisions of that Code, and I will comply with such
provisions before commencing the performance of the work of this contract."
b. For all operations of the Contractor or any subcontractor in performing the work
provided for herein, insurance with the following minimum limits and coverage:
(1) General Liability - Bodily Injury (not auto) $2,000,000 each person; $2,000,000
each accident.
(2) General Liability - Property Damage (not auto) $1,000,000 each accident;
$2,000,000 aggregate.
(3) Contractor's Protective - Bodily Injury $1,000,000 each person; $2,000,000 each
accident.
(4) Contractor's Protective -Property Damage$1,000,000 each accident;$2,000,000
aggregate.
(5) Automobile - Bodily Injury $2,000,000 each person; $3,000,000 each accident.
(6) Automobile - Property Damage$2,000,000 each accident.
C. Each such policy of insurance provided for in paragraph "b." shall:
(1) Be issued by an insurance company approved in writing by City,which is qualified
to do business in the State of California. The insurance company shall have a
policy holder rating of A or higher and a Financial Class VII or higher
established by A.M. Best Company Rating Guide;
(2) Name as additional insured the City, its elected officials, officers, agents and
employees, and any other parties specified in the bid documents to be so
included;
(3) Specify it acts as primary insurance and that no insurance held or owned by the
designated additional insured shall be called upon to cover a loss under said
policy;
(4) Contain a clause substantially in the following words:
"It is hereby understood and agreed that this policy may not be canceled nor the
C-2
amount of the coverage thereof reduced until thirty (30) days after receipt by City
of a written notice of such cancellation or reduction of coverage as evidenced by
receipt of a registered letter."
(5) Otherwise be in form satisfactory to City.
d. The policy of insurance provided for in subparagraph "a." shall contain an endorsement
which:
(1) Waives all right of subrogation against all persons and entities specified in
subparagraph 4.c. (2) hereof to be listed as additional insured in the policy of
insurance provided for in paragraph "b." by reason of any claim arising out of or
connected with the operations of Contractor or any subcontractor in performing
the work provided for herein;
(2) Provides it shall not be canceled or altered without thirty (30) days' written notice
thereof given to City by registered mail.
e. The Contractor shall at the time of the execution of the contract present the original
policies of insurance required in paragraphs "a."and "b." hereof, or present a certificate
of the insurance company, showing the issuance of such insurance, and the additional
insured and other provisions required herein.
5. PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of
California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is
required to pay not less than the general prevailing rate of per diem wages for work of a
similar character in the locality in holiday and overtime work. In that regard, the Director
of the Department of Industrial Relations of the State of California is required to and has
determined such general prevailing rates of per diem wages. Copies of such prevailing
rates of per diem wages are on file in the office of the City Clerk of the City of Rancho
Cucamonga, 10500 Civic Center Drive, Rancho Cucamonga,California, and are available
to any interested party on request. City also shall cause a copy of such determinations to
be posted at the job site.
Pursuant to provisions of Labor Code Section 1775, the Contractor shall forfeit, as penalty
to City, not more than two hundred dollars ($200.00) for each laborer, workman, or
mechanic employed for each calendar day or portion thereof if such laborer, workman, or
mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for
any work done under the attached contract, by him or by any subcontractor under him, in
violation of the provisions of said Labor Code.
6. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5
of the Labor Code as amended by Chapter 971, Statutes of 1939, and in accordance with
the regulations of the California Apprenticeship Council, properly indentured apprentices
may be employed in the prosecution of the work.
Attention is directed to the provisions in Section 1777.5 and 1777.6 of the Labor Code
concerning the employment of apprentices by the Contractor or any subcontractor under
him.
C-3
g
Section 1777.5, as amended, requires the Contractor or subcontractor employing
tradesmen in any apprenticable occupation to apply to the joint apprenticeship committee
nearest the site of the public works project and which administers the apprenticeship
program in that trade for a certificate of approval. The certificate will also fix the ratio of
apprentices to journeymen that will be used in the performance of the contract. The ratio
of apprentices to journeymen in such cases shall not be less than one to five except:
a. When unemployment in the area of coverage by the joint apprenticeship committee has
exceeded an average of 15 percent in the 90 days prior to the request for certificate, or
b. When the number of apprentices in training in the area exceeds a ratio of one to five,
or
C. When the trade can show that it is replacing at least 1/30 of its membership through
apprenticeship training on an annual basis statewide or locally, or
d. When the Contractor provides evidence that he employs registered apprentices on all
of his contracts on an annual average of not less than one apprentice to eight
journeymen.
The Contractor is required to make contributions to funds established for the
administration of apprenticeship programs if he employs registered apprentices or
journeymen in any apprenticable trade on such contracts and if other contractors on the
public works site are making such contributions.
The Contractor and subcontractor under him shall comply with the requirements of
Sections 1777.5 and 1777.6 in the employment of apprentices.
7. LEGAL HOURS OF WORK: Eight(8) hours of labor shall constitute a legal day's work for
all workmen employed in the execution of this contract, and the Contractor and any
subcontractor under him shall comply with and be governed by the laws of the State of
California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article
3, of the Labor Code of.the State of California as amended.
The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho
Cucamonga,twenty-five dollars ($25.00)for each worker employed in the execution of the
contract by the respective contractor or subcontractor for each calendar day during which
the worker is required or permitted to work more than 8 hours in any one calendar day
and 40 hours in any one calendar week in violation of the provisions of this article.
8. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and subsistence pay
to each workman needed to execute the work required by this contract as such travel and
subsistence payments are defined in the applicable collective bargaining agreements filed
in accordance with Labor Code Section 1773.1.
C-4
9. CONTRACTOR'S LIABILITY: The City of Rancho Cucamonga and its elected officials,
officers,agents and employees shall not be answerable or accountable in any manner for
any loss or damage that may happen to the work or any part thereof, or for any of the
materials or other things used or employed in performing the work;or for injury or damage
to any person or persons, either workmen, employees of the Contractor or his
subcontractors or the public, or for damage to adjoining or other property from any cause
whatsoever arising out of or in connection with the performance of the work. The
Contractor shall be responsible for any damage or injury to any person or property
resulting from defects or obstructions or from any cause whatsoever, except the sole
negligence or willful misconduct of the City, its employees, servants, or independent
contractors who are directly responsible to City during the progress of the work or at any
time before its completion and final acceptance.
The Contractor will indemnify City against and will hold and save City harmless from any
and all actions,claims,damages to persons or property, penalties, obligations, or liabilities
that may be asserted or claimed by any person, firm, entity, corporation, political
subdivision, or other organization arising out of or in connection with the work, operation,
or activities of the Contractor, his agents, employees, subcontractors, or invitees provided
for herein, whether or not there is concurrent passive or active negligence on the.part of
City, but excluding such actions, claims, damages to persons or property, penalties,
obligations, or liabilities arising from the sole negligence or willful misconduct of City, its
employees,servants,or independent contractors who are directly responsible to City, and
in connection therewith:
a. The Contractor will defend any action or actions filed in connection with any of said
claims, damages, penalties, obligations, or liabilities and will pay all costs and
expenses, including attorneys' fees incurred in connection therewith.
b. The Contractor will promptly pay any judgment or award rendered against the
Contractor or City covering such claims, damages, penalties, obligations, and liabilities
arising out of or in connection with such work, operations, or activities of the Contractor
hereunder or reasonable settlement in lieu of judgment or award, and the Contractor
agrees to save and hold the City harmless therefrom.
C. In the event City is made a party to any action or proceeding filed or prosecuted against
the Contractor for damages or other claims arising out of or in connection with the
project, operation, or activities of the Contractor hereunder, the Contractor agrees to
pay to City any and all costs and expenses incurred by City in such action or proceeding
together with reasonable attorneys'fees.
So much of the money due to the Contractor under and by virtue of the contract as shall
be considered necessary by City may be retained by City until disposition has been
made of such actions or claims for damage as aforesaid.
10. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons
upon public works because of age, disability, race, color, religion, sex, sexual orientation
or national origin of such persons, and every contractor for public works violating this
section is subject to all the penalties imposed for a violation of Division 2, fart 7, Chapter
1 of the Labor Code in accordance with the provisions of Section 1735 of said Code.
C-5
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#: �1�•21
Npri 13 2D25
Date
By: ✓�'`'( �-1 YP�►�OY1 �I Y�SI dPXb�`f.Eo
Signature Print Name 9,Title
By: g /�, �Yorlftn contro - Vra'14ut (xb
Signature Print Name 8tTitle
CITY OF RANCHO CUCAMONGA, A ORNIA
By: ? BY:
L. Gennis Michae, MagoV , City Clerk
41141202,5
'•"� Vy
Date
Contractor's Business Phone Number: Emergency Name and Phone
Number at which Contractor can be reached at any time: n GImtyo
C-6
THE FINAL PREMIUM IS This bond was issued in two (2)
PREDICATED ON THE original counterparts
FINAL CONTRACT AMOUNT
k Bond No. 024283920
C`O N T R A C T Premium: $2,395.00
FAITHFUL PERFORMANCE`BOND
KNOW ALL MEN BY,THESE PRESENT: THAT Gentry General Engineering Inc. as
Principal,; and The Ohio Casualty Insurance Company as. :Surety are held
and firmlybound unto the Cityaf Rancho Cucamonga,, hereinafter called City,.in,"the just and full
amount of two hundred seven thousand eight hundred eighty two dollars
(Written)'.
:$ 207,882 00 (Figures) payment whereof we hereby.
bind ourselves;our heirs,.executors administrators,successors and assigns;jointly and severally,
firmly by:these presents.. Given under our hands and sealed with our seal this.3rd day of April
'20 25.
The condition Of the,foregoing obligation is such that.
WHEREAS,the above-named principal"is about,to e.nter'into.a contract vvith'the.City,<whereby said principal
agrees to construct "VICTORIA PARK LANE DG RESURFACING" .in accordance with the
AGREEMENT dated ,.which said contract is hereby referred to and made a part hereof
to the same extent as:if the same were herein specifically:set.forth;
NOW, THEREFORE, if the said principal shall well and:truly do and perform all things:agreed by
the principal in said contract to be done and performed,then this obligation is to be void; otherwise
it will'remain in full force:and effect;
PROVI.QED,.that for value received the.undersigned stipulate and agree that.no amendment,
change, exten.sior of'time,-aIteration or addition to said contract, or agreeI ent,,or ofanyfeature
or item or items of performance required therein or thereunder shall in any manner affect the
obligations"of the undersigned under this*bond; -andthe surety does.hereby waive notice of such
amendment,. limitation of time for'bring ng action on this bond by,the City;.change, extension of.
time;;alteration or'additionto said contractor agreement and of any featuresor time of.performance
required therein or thereunder..
WITNESS ourbands this 3rd day of April 2025,
Gent General Engineering, Inc. I l//��n/
By: Title! F Mi
Surety: The Ohio Casualty Insurance Company gy;;
Dwight Reilly, Attorney-in-Fact
Individual Partnership X Corporation
Other,`explain -
SIGNATURES:OFCONTRACTOR MUST BE ACKNOWLEDGED BEFORE:A NOTARY_'PU;BUC:-
PLEASE ATTACH APPROPRIATE ACKNOWLEDGMENT FORMS
(INDIVIDUAL;-PARTNERSHIP, CORPORATION ETC.),:
13=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 2,07 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 name0q) is/ar-e
subscribed to the within instrument and acknowledged to me that he/eWther executed the same in
his/hefAheir authorized capacity(4es), and that by his/Iefftheir signature(g) on the instrument the
person%), or the entity upon behalf of which the person(o) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal. *MY
5.ALICIA SANCHEZ
Notary Public•California
San Bernardino CountyCommission K 2409874
Comm.Expires Jul 29,2026 r
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 April 3rd, 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.
)! MELISSA ANN VACCARO
WITNESS my hand and official seal. / `
M ,.,! COMM..#2401942
N r R •..ii N
Notary Public-California �
u ?,zk>•;'. ORANGE COUNTY
„.,. My Comm.Expires May 12,2026
Signature (Seal)
Melissa Ann Vaccaro
I
Bond No.024283920
Lihertv POWER OF ATTORNEY
mutuAl Liberty Mutual Insurance Company
Certificate No: 8213134-969561
SURETY The Ohio Casualty Insurance Company
West American Insurance Company
KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Adrian
Langrell;Arturo Ayala;Ben Stong;Benjamin Wolfe;Chelsea Liberatore;Daniel Huckabay;Dwight Reilly;Frank Morons;Magdalena R.Wolfe;Michael D.Stong;
R.Nappi;Shaunna Rozelle Ostrom
all of the city of Orange state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make,
execute,seal;acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 13th day of February 2025
Liberty Mutual Insurance Company
ttast,�,a PytY`tNV tt�sU � The Ohio Casualty Insurance Company
y3 cp�P-1- y�, yJ�o Ogrr y �uPGo�°q� y West American Insurance Company
g �' Fa � U4 � �D sns� to � `moo �.
Y�ps1992 �3 s 1919`¢ 1991 a° �"/0l� o
d�S �AcaiiS� Sb a kaMav ryas r� �Nnrnxt- ab B : tr
� 9z7 � eta yl * 1ta Y
(a Nathan J.Zangerle,Assistant Secretary 5
C3 State of PENNSYLVANIA ss — 0
County of MONTGOMERY 0
On this 13th day of February 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance to
o0i-Fa Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes
a
a•> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >
IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O
cN
a) 0-0 Q ! Comrmmieatth ct Parmsyivsnia Natazy.S'a! >_
Odra� `��,��° Teresa:Pastena,Notary Public N C6
Mn
ery0aunty .,
_ k F M.y annmiSsiM expWeS hiarch28:20?9 B ., � N
ai` �sr�lctPn ta�Pen�an€a ssa r�uonortotz es Y•Teresa Pastella,Notary Public Q `0.
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual �ago
O•S Insurance Company,and West American Insurance Company which resolutions are now in.full force and effect reading as follows: l0
ARTICLE IV-OFFICERS:Section 12.Power of Attorney. o
0 Any officer or other official of the Corporation authorized for that ptirpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the�C:)
Cc CD
President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety C0
any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall a �
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 0 am
ZL) instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the- cc
provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. t0 a
ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,
bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation-The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle,Assistant Secretary to appoint such
attomeys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and
other surety obligations.
Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do
hereby certify that'tho original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attomey executed by said Companies,is in full force and effect and
has not been revoked..
IN TESTIMONY WHEREOF,-1 have hereunto set my hand and affixed the seals of said Companies this 3rd day of April 2025
0,
1t*SSUR 1.�Y IN$p �1tiSUh,-0
�J wrnrr� 2c; yam?be°o'yiRi `�+rcoRaoa� y, _
19(2 " 1919 1991
a
�� �sacH+sya °: `Nies�`�aaQ rf, 'aorntxt as By.Renee C.Llewellyn,Assistant Secretary
LMS-12873 LMIC OCIC V1 AIC Multi Co 02124
THE FINAL PREMIUM IS This bond was issued in two (2)-
PREDICATED ON THE original counterparts
FINAL CONTRACT AMOUNT
Bond No,: 024283920
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 Erf ineer►n Inc:
320 W.Troaica Rancho Road Colton CA 92324
(Name and addreess of Contractor}
"`Principal"), a contract(the"Contract")forthe work described as follows;
VICTORIA PARK LANE. DG RESURFACING
WHEREAS, Principal is requlred under the terms of the Contract-and the California Civil Code-to
secure the payment of claims of laborers; mechanics, materialnien, and other persons as.
provided by law,
NOW THEREFORE; we,the undersigned Principal,,arid:.
The Ohio Casualty Insurance Company
- 790 The City Drive South, Suite 200, Orange CA 92868
{Name and address of Surety
("Surety") a duly admitted surety insurer under. thelaws,of the State of California, a's Surety,.are
held Arid firmly bound unto.City in the penal s 'm of Two hundred seven thousand eig t:hundred
eight rV two dollars (p 207,882.04 ); this amount being not less than,one hundred percent(1001%)I
of the'total contract price, in lawful money.of the.United States' of America, for the payment of
which suit Well and truly to:be made, we bind-ourselves; our heirs, executors; administrators,
successors, a'Id assigns,jointly and severally;,firmly by these presents.
THE CONDITION O- THI'S OBLIGATION lS SUCH THAT; if the hereby bounded Principal, his,.
her or its heirs, executors,;admi'nistrators, successors or assigns, or subcontractors shall"fail to
pay any'of the.persons married In Section 91 Q0>of the California Civil Code, or arty,amounts due
under the Unemployment Insurance Code with respect to work of labor performed under the
Contract, or fo"r anyamounts required'to be deducted,iwithheld, and paid over to the Employment
Development`,Department from, the wages of employees of the Principal and subcontractors
pursuant to.Section f3020;of the Unemployment Insurance Code, with respect to work or labor'
performed under the Contract, the Surety. will;pay for the same'in an amount not exceeding the
penal sum specified in this bond;'otherwise, this obligation shall become null and'
void.
R-2
Payment Band (continued)
This bond shall insure to the benefit of any of the persons narned in Section 91,00 of the California
Civil Cbde so as to give a right of action to such persons or their assigns.in any suit brought upon.
the bond. In case the suit is brought upon this'bond,,Surety further agrees to pay all court costs
and reasonable attorneys`fees in an amount fixed by the court.
FURTHPk, the Surety, .for value received, .hereby stipulates and agrees that no change,
extension of time, alteration, addition or modification.to the terns of the.Contract, or of the work:
to be 'performed thereunder, or the specifications. for the sar ie, shall in any way affect. its
obligations under this bond;, and if does hereby waive notice of any such change, extension'of
time,, alteration, addition, or modification to the terms of the Contractor to :fhe work or to the
spacifications•thereunder Surety hereby waives.the provisions of Califori7ia Civil'Cade Sections
2845'and 2848.
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,°ari
the date set forth below,the name of each corporate party being hereto affixed and these presents
duly signed by its undersigned representatives) pursuant to authority of its governing body..
Date: April 3rd, 2025
"Principal" "surety"
Gentry General Engineering, Inc. The Ohio Casualty Insurance Company
y:
By: `' i'resid�n�' B its Its; Dwight Reilly, Attorney-in-Fact
BY By:
Its
its _ ,_...._..�.
( ea1)
Note., This bond must be executed in duplicate and adated, all,signatures must be notarized;,and
evidence of the aUtl7t717t}/Of c'2r7jrWsOn signing as attor77qy4n-fact Must be raitached
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 �✓, 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 name04) is/ar-e
subscribed to the within instrument and acknowledged to me that he/eWtheyexecuted the same in
his/her/their authorized capacity(aes), and that by his/Itefthetr signatureQ4) on the instrument the
person(A), 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.WITNESS my hand and official seal. 16my
ary Pu I is-CCHEZ
Notary Public•California
San Bernardino County
Commission#2409874
Comm.Expires Jul 29,2026
Signature (Seal)
r
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 April 3rd, 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. -
N MEUSSA A^�NN VACCARO
COMM.#2401942 n
WITNESS my hand and official seal. ; Notary Public-California y
ORANGE COUNTY a
1-11 ., My Comm.Expires May 12,2026
Signature (Seal)
Melissa Ann Vaccaro
Bond No.024283920
L1bE'A X.
POWER OF ATTORNEY
m0� utuX Liberty Mutual Insurance Company Certificate No: 8213134-969561
SURETY The.Ohio Casualty Insurance Company
West American Insurance Company
KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a.corporation duly organized under the laws of the State of New Hampshire,that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Adrian
Langrell-Arturo Ayala;Ben Stong;Benjamin Wolfe,Chelsea Liberatore;Daniel Huckabay;Dwight Reilly;Frank Morones;Magdalena R.Wolfe;Michael D.Stong;
R.Nappi;Shaunna Rozelle Ostrom
all of the city of Orange state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make,
execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 13th day of February 2025
Liberty Mutual Insurance Company.
tNSUR �ZY;tN � a 1M34 The Ohio Casualty Insurance Company
West American Insurance Company
V,
19 UJ
t2
ui 6E
lo
y� ActiaS � I+aMpg b Narnat a Q v
cLo Nathan J.Zangerle,Assistant Secretary C
State of PENNSYLVANIA ss -
� County of MONTGOMERY o 5,
4 On this 13th day of February 2025 before me personally appeared Nathan J.Zangerle,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance cmi
o 5 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized'so to do,execute the foregoing instrument for the purposes E
a) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. a)@
a)� IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. 0
w a 0
m
Co �'����a�%o���`� Cbmmam•T�aktta o6 Peansyivsma Notary SzaJ� �2
�t.���' �� TessaPasta9allotap/Pn4k(c. � 47 m
Atontqu erycowly`
A9ycommisimho ie524arch28.2029. By
Cmmnilss an oninber.,1126044. L
I� �, hi�n�xr.�e�.�+sysvankx,ass�c�arior�ar�o�:;�s-' Teresa Pastella,Notary Public Q o
a3 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3
0 Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: a
L ARTICLE IV—OFFICERS:Section 12.Power of Attorney. `0 00
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the:r
CD
. President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety CU
> a- any and all undertakings,bonds,recognizances"and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall c cLUi
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
Z0 instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the . co
provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ti o
ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,
bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company, authorizes Nathan J.Zangerle,Assistant Secretary to appoint such
attorneys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and
other surety obligations.
Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with.
the same force and effect as though manually affixed.
I,Rene'e'C.Lleuwallyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do
_'hereby certify that fhe original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and
has got been revciced: '-1- .
If;TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 3rd day of April 2025
y INSUR Z t lNSU 1NSURq
J
1912 n a �1.919� 4 1991' o
4 By:
d� s4Ctitf�"as O `1?ytQS�aas !� rroaraei� a ;< Renee C.Llewell n,AssistantSecreta
* Y Secretary
LMS-12873 LMIC CCIC WAIC Multi Co 02124
CONTRACT
WORKER'S COMPENSATION INSURANCE CERTIFICATE
The Contractor shall execute the following form as required by the California Labor Code,
Sections 1860 and 1861:
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.
W 1,1 1 Gentry Gcnerid
Date (Contractor)
By: � -.,A(Signature)
PtBSldleh� �t d
(Title)
Attest:
By:
(Signat e)
(lOn 51 tY
(Title)
INS-1