Loading...
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