HomeMy WebLinkAboutCO 2025-061 - Gentry Brothers, Inc Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
City of Rancho Cucamonga
CONTRACT NUMBER
CITY OF RANCHO CUCAMONGA 2025-061
RANCHO
CUCAMONGA
C ONTRAC T
------------------------ --------------------------- -----------------------------------------------------------------------
Hellman Avenue and Feron Boulevard
Storm Drain Improvement Project
Awarded:
Wednesday, May 21, 2025
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
PROJECT FILE: 800-2024-15
CITY OF RANCHO CUCAMONGA
00 r#rj
RANCHONOTICE INVITING BIDS FOR
PROPOSAL, CONTRACT AND
CUCAMONGASPECIFICATIONS
FOR
"HELLMAN AVENUE AND FERON BOULEVARD
STORM DRAIN IMPROVEMENT PROJECT"
PREPARED BY:
CITY OF RANCHO CUCAMONGA
10500 CIVIC CENTER DRIVE
RANCHO CUCAMONGA, CALIFORNIA 91730
(909) 477-2740
Digitally signed by
Jason C. Welday
Date:2025.04.21
15:43:02-07'00'
JASON C. WELDAY
DIRECTOR OF ENGINEERING SERVICES/CITY ENGINEER
RCE NO. 67514
Hof Err
No. 67,514
ch
A�
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
TABLE OF CONTENTS
NoticeInviting Bids ..................................................................................................... N-1 thru 4
Instructionsto Bidders ................................................................................................ 1-1 thru 7
A. Proposals
B. Delivery of Proposals
C. Withdrawal of Proposals
D. Disqualification of Bidders and Proposals
E. Signature of Contractor
F. Bid Bond
G. Addendum
H. Examination of Plans, Specifications, and Site of Work
I. Estimated Quantities
J. Competency of Bidder
K. Award and Execution of Contract
L. Return of Proposal Guarantee
M. City Business License
N. Equivalent Materials
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
FaithfulPerformance Bond.................................................................................................B-1
Labor and Materials Bond.........................................................................................B-2 thru 3
Compensation Insurance Certificate............................................................................... INS-1
Maintenance Guarantee Bond.........................................................................................MB-1
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
Table of Contents
SPECIAL PROVISIONS
SPECIFICATIONS—Governed by "Green Book" Standard Specifications
AMENDMENTS to "Green Book" Standard Specifications
PART 1 - GENERAL PROVISIONS
Section 1 - General, Terms, Definitions, Abbreviations, Units of Measure and Symbol....GP-1
thru 2
Section 2 - Scope of the Work...............................................................................GP-3 thru 4
Section 3 - Changes in Work.................................................................................GP-5 thru 9
Section 4 - Control of Materials .........................................................................GP-10 thru 12
Section 5 - Legal Relations and Responsibilities ...............................................GP-13 thru 27
Section 6 - Prosecution, Progress and Acceptance of the Work........................GP-28 thru 29
Section 7 - Measurement and Payment.............................................................GP-30 thru 32
Section 8 - Facilities for Agency Personnel....................................................................GP-33
PART 2 -CONSTRUCTION MATERIALS
Section 200- Rock Materials
200-1 Rock Products .............................................................................................MA-1
200-2 Untreated Base Materials.............................................................................MA-1
Section 201— Concrete, Mortar and Related Materials
201-1 Portland Cement Concrete...........................................................................MA-2
Section 203—Bituminous Materials
203-6 Asphalt Concrete .........................................................................................MA-3
Section 207— Gravity Pipe
207-2 Reinforced Concrete Pipe............................................................................MA-3
Section 214— Traffic Striping, Curb and Pavement Markings and Pavement Markers
214-1 General........................................................................................................MA-4
214-4 Paint for Striping and Markings....................................................................MA-4
214-5 Thermoplastic Material for Traffic Striping and Markings..............................MA-4
Section 220— Roadside Signs
220-1 General .......................................................................................................MA-5
220-2 Minimum Requirements...............................................................................MA-6
220-3 Base Metal.................................................................................................MA-11
220-4 Screening Inks and Process Paste ............................................................MA-12
220-5 Sign Panel Fabrication...............................................................................MA-14
220-6 Inspection ..................................................................................................MA-14
220-7 Packaging..................................................................................................MA-15
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
Table of Contents
PART 3 - CONSTRUCTION METHODS
Section 300— Removals and Earthwork
300-1 Clearing and Grubbing.................................................................................ME-1
300-2 Unclassified Excavation ...............................................................................ME-2
300-3 Structure Excavation and Backfill.................................................................ME-2
300-4 Unclassified Fill............................................................................................ME-3
300-7 Earthwork for Channels................................................................................ME-3
Section 301 — Subgrade Preparation, Treated Materials, and Placement of Base
Materials
301-2 Untreated Base............................................................................................ME-3
Section 302- Roadway Surfacing
302-5 Asphalt Concrete Pavement ........................................................................ME-4
302-17 Existing Asphalt Surface Preparation...........................................................ME-5
Section 303 - Concrete and Masonry Construction
303-1 Concrete Structures.....................................................................................ME-8
303-4 Masonry Construction................................................................................ME-10
303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access
Rampsand Driveways...............................................................................ME-10
Section 306— Open Trench Conduit Construction
306-3 Trench Excavation .....................................................................................ME-13
306-6 Bedding .....................................................................................................ME-13
306-12 Backfill .......................................................................................................ME-14
306-13 Trench Resurfacing....................................................................................ME-15
306-14 Measurement.............................................................................................ME-15
306-15 Payment ....................................................................................................ME-16
Section 313— Signs
313-1 Roadside Signs .........................................................................................ME-16
Section 314— Traffic Striping, Curb and Pavement Markings, and Pavement Markers
314-2 Removal of Traffic Striping and Curb and Pavement Markings ..................ME-17
314-3 Removal of Pavement Markers..................................................................ME-17
314-4 Application of Traffic Striping and Curb and Pavement Markings...............ME-17
314-5 Pavement Markers.....................................................................................ME-19
PART 4— EXISTING IMPROVEMENTS
Section 400—Protection and Restoration
400-1 General......................................................................................................... IM-1
Section 401— Removal
401-3 Concrete and Masonry Improvements .......................................................... IM-1
Section 402— Utilities
402-1 Location........................................................................................................ IM-2
402-4 Relocation..................................................................................................... IM-2
402-7 Utility Connection.......................................................................................... IM-2
Section 403—Manhole Adjustment and Reconstruction
403-1 General......................................................................................................... IM-2
403-3 Manholes in Asphalt Concrete Pavement ..................................................... IM-3
000usign Envelope ID:Cz3r1Or7-981O-428a-9A07-OCraO9F1OEor
Table of Contents
403-5 Payment ....................................................................................................... |K4-3
Section 404_ Cold Milling
404-9 Traffic Signal Loop Detectors........................................................................ |M-4
404-11 K8e@Surennerk-------------------------------- |K4-4
Section 88— Reserved
APPENDICES
1. City Working Days Calendar
2. Standard Drawings and Plans
a\ City Standard Plans
3. Other
a\ Public Notice— Storm Drain
000usign Envelope ID:Cz3r1Or7-981O-428a-9A07-OCraO9F1OEor
NOTICE INVITING SEALED BIDS FOR PROPOSALS FOR
"HELLMAN AVENUE AND FER0N BOULEVARD STORM DRAIN IMPROVEMENT
PROJECT"
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
May 0. 2025. sealed bids or proposals for the "HELLMAN AVENUE AND FER(]NBOULEVARD
GTC)RK4 DRAIN IMPROVEMENT PROJECT" in said City. The scope Of work b] be performed in
AeOen8| COOSiSLS of, but ODL limited to, CODSL[UCtiOO of storm drain |8te[@|. catch basin, junction
ntru(ture, repair of curb & gutter, spondna|, pavement resurfooing, and related items of work per
plans. The contract documents Co||for 2Oworking days to complete this construction. Engineer's
Estimate iS $14U.OUU.
Bids will be publicly opened and read in the City Council Chambers, 10500 Civic Center Drive,
Rancho Cucamonga, California 9173O.
Bids must be made on o form provided for the purpose, addressed to the City ofRancho
CUCGOlODg@' California, marked, "Sealed Bid for CODSLrUCLiOD Of HELLK8AN AVENUE AND
FERC)N BOULEVARD STORM DRAIN IMPROVEMENT PROJECT."
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 CODtrGCLO[ is required LO pay DOL
less than the general prevailing rate of per diem wages for work of @ similar character in the
locality in which the public work is p8rfornned, and not less than the general prevailing rate of per
dienl VV@g8S for holiday and overtime VVU[k. In that FeQGnd. the Di[eCiO[ of the Department Of
|DdUSi[i@| Re|@iiODS of the State of California is required to and has determined such Q8D8[@|
prevailing rotes of per dionn wages. As such, @ copy of prevailing vvog9 rates may be found at
. The Contracting Agency also Sh8||
C8USe @ copy of such determinations to be posted at the job site.
No contractor nr subcontractor may be listed on o bid proposal for a public works project unless
registered with the Department Of |DdUSt[i8| R8|8UUDS pU[SU8DL to Labor Code SeCLiOD 1725.5
(with limited eXC8pdUDS from this n8qUin8DleDi for bid pU[pUSeS only under Labor Code SSCiiUD
1771.1/8\).
No CODi[@CLO[ or SUbCODL[GCiO[ may be GVV@Pded @ CODL[@Ci for public VVO[h OD @ public VVU[kS
project unless registered with the C)8p8rtmnmn[ of Industrial Relations pursuant to Labor Code
section 1725.5.
This project iSSUhieCtLUCOrnp|i8ncennOnibJring8ndenf0rCennentbytheOep@rtrnentOf|ndUStri@|
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 d0||8rS ($200.00) for each laborer,
vvOrknn8n' Or mechanic 8nnp|Oy8d for each calendar day Or portion Lh8n8O[ if such |8bOr9r'
N'1
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
workman or mechanic is paid less than the general prevailing rate of wages herein before
stipulated for any work done under the attached contract, by him or by any subcontractor under
him, in violation of the provisions of said Labor Code.
Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code
concerning the employment of apprentices by the Contractor or any subcontractor under him.
Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in
any apprenticable occupation to apply to the joint apprenticeship committee nearest the site of
the public works project and which administers the apprenticeship program in that trade for a
certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will
be used in the performance of the contract. The ratio of apprentices to journeymen in such cases
shall not be less than one to five except:
A. When unemployment in the area of coverage by the joint apprenticeship
committee has exceeded an average of 15 percent in the 90 days prior to the
request of certificate, or
B. When the number of apprentices in training in the area exceeds a ratio of one to
five, or
C. When the trade can show that it is replacing at least 1/30 of its membership
through apprenticeship training on an annual basis statewide or locally, or
D. When the Contractor provides evidence that he employs registered apprentices
on all of his contracts on an annual average of not less than one apprentice to
eight journeymen.
The Contractor is required to make contributions to funds established for the administration of
apprenticeship programs if he employs registered apprentices or journeymen in any
apprenticable trade on such contracts and if other Contractors on the public works site are
making such contributions.
The Contractor and subcontractor under him shall comply with the requirements of Sections
1777.5 and 1777.6 in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules, and other requirements may
be obtained from the Director of Industrial Relations, the Administrator of Apprenticeship, San
Francisco, California, or from the Division of Apprenticeship Standards and its branch offices.
Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the
execution of this contract and the Contractor and any subcontractor under him shall comply with
and be governed by the laws of the State of California having to do with working hours as set
forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as
amended.
The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho Cucamonga,
twenty-five dollars ($25.00) for each worker employed in the execution of the contract by the
respective contractor or subcontractor for each calendar day during which the worker is required
or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar
week in violation of the provisions of this article.
N-2
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
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) or Class "C-
34" License (Pipeline 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.
In an effort to go green and paperless, digital copies of the plans, specifications, and bid
proposal, including any future addenda or revisions to the bid documents, are available by going
to www.virtual-bid.com and signing up, by going to Member Login or Member Signup (it's free),
then choose California, then scroll down to San Bernardino County and click on Browse Cities,
then scroll down to Rancho Cucamonga and click on City Projects, then click on the Project of
interest under the Title and follow directions for download. Note, 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 list(s) and to receive
email updates of any addenda or revisions to the bid documents. Be advised that the information
contained on this site may change over time and without notice to prospective bidders or
N-3
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
registered users. While effort is made to keep information current and accurate and to notify
registered prospective bidders of any changes to the bid documents, it is the responsibility of
each prospective bidder to register with www,virtual-bid.com and to check this website on a
DAILY basis through the close of bids for any applicable addenda or updates.
No proposal will be considered from a Contractor to whom a proposal form has not been
issued by the City of Rancho Cucamonga to registered prospective bidders from
www.virtual-bid.com.
The successful bidder will be required to enter into a contract satisfactory to the City of Rancho
Cucamonga.
In accordance with the requirements of Section 7-3.2 of the General Provisions, as set forth in
the Plans and Specifications regarding the work contracted to be done by the Contractor, the
Contractor may, upon the Contractor's request and at the Contractor's sole cost and expense,
substitute authorized securities in lieu of monies withheld (performance retention).
The City of Rancho Cucamonga, reserves the right to reject any or all bids.
Questions regarding this Notice Inviting Sealed Bids for "HELLMAN AVENUE AND FERON
BOULEVARD STORM DRAIN IMPROVEMENT PROJECT"shall be submitted five(5)days prior
to bid opening and shall be directed to:
Krystal Lai, Associate Engineer
10500 Civic Center Drive, Rancho Cucamonga, CA 91730
(909)477-2740, ext. 4019
ADVERTISE ON: April 22, 2025 and April 29, 2025
N-4
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals under these specifications shall be submitted on the blank forms furnished herewith.
When presented, all forms must be completely made out in the manner and form indicated and
must also meet the following requirements:
1. The bidder shall set forth for each item of work, in clearly legible figures, an item price
and a total for the item in the respective spaces provided for this purpose. In the case of
unit basis items, the amount set forth under the"Total" column shall be the product of the
unit price multiplied by the estimated quantity for the item.
In case of discrepancy between the unit price and the total set forth for the item, the unit
price shall prevail, except however, that if the amount set forth as a unit price is
ambiguous, unintelligible or uncertain for any cause, or if it is omitted, or in the case of
unit basis items, is the same amount as the entry in the "Total" columns, or in the case of
lump sum items, is not the same amount as the entry in the "Total" column, then the
amount set forth in the "Total" column for the item shall prevail in accordance with the
following:
(1) As to lump sum items, the amount set forth in the "Total" column shall be the unit
price.
(2) As to unit basis items, the amount set forth in the "Total" column shall be divided
by the estimated quantity for the item and the price thus obtained shall be the unit
price.
The bidder shall also set forth in both words and clearly legible figures the "Total Bid
Amount" in the spaces provided at the bottom of the Bid Schedule.
2. The proposal must be properly signed by the bidder, whose address, telephone number,
and California Contractor's license number must be shown.
3. The Contractor shall perform with his own organization and with workmen under his
immediate supervision, work of a value not less than 50% of the total value of all work
embraced in the contract, except that any designated "Specialty Items"may be performed
by subcontract and the amount of any such "Specialty Items" so performed may be
deducted from the Contract Price before computing the amount required to be performed
by the Contractor with its own organization. "Specialty Items" will be identified by the
Agency in the Bid or Proposal. Where an entire item is subcontracted, the value of work
subcontracted will be based on the Contract Unit Price. When a portion of an item is
subcontracted, the value of work subcontracted will be based on the estimated
percentage of the Contract Unit Price. This will be determined from information submitted
by the Contractor, and subject to approval by the Engineer.
With the proposal, the Contractor shall list (a) the name, address, and the California
Contractor License Number of each subcontractor who will perform work included in the
contract, and (b) the portion of work which will be done by each subcontractor. All
subcontractors performing work in excess of 1/2% of the total value of the contract or, in
the case of bids or offers for the construction of streets or highways, including bridges, in
1-1
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
excess of 1/2% of the total value of the contract or ten thousand dollars ($10,000.00)
whichever is greater, shall be listed. The successful bidder shall be prohibited from
performing work on this project with a subcontractor who is ineligible to perform work on
the project pursuant to Section 1777.1 or 1777.7 of the Labor Code.
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 HELLMAN AVENUE AND FERON BOULEVARD STORM DRAIN IMPROVEMENT
PROJECT 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
1-2
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
rejecting all proposals in which such bidder is interested.
Proposals in which the prices are obviously unbalanced, and those which are incomplete or show
any alteration of form or contain any additions or conditional or alternate bids that are not called
for or otherwise permitted, may be rejected. A proposal on which the signature of the bidder has
been omitted will be rejected.
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. Other persons may sign for the corporation in lieu of the above;
however, a Certified copy (including the original corporate seal) of a resolution of the corporate
board of directors so authorizing them to do so must also be provided to the City Clerk's office
as part of the Bidder's response.
Partnership
The names of all persons comprising the partnership or copartnership must be stated. The bid
must be signed by all partners comprising the partnership unless proof in the form of a certified
copy of a certificate of partnership acknowledging the signer to be a general partner authorized
to sign the contract on behalf of the partnership is presented to the City Clerk, in which case the
general partner may sign.
Joint Venture
Bids submitted as a joint venture must so state and be signed by each joint venture.
Individual
Bids submitted by an individual must be signed by the bidder, unless a general power of attorney,
not more than 60 days old, must be provided as part of the Bidder's response to 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
1-3
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
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 addendum can be found by going to .virtual-bid.com, Member Login, then
choose California, then scroll down to San Bernardino County and click on Browse Cities, then
scroll down to Rancho Cucamonga and click on City Projects, then click on the project of interest
under the title and follow directions for download.
H. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK
The plans and specifications to which the proposal forms refer are on file and open to inspection
in the office of the City Engineer.
Bidders must satisfy themselves by personal examination of the work site, plans, specifications,
and other contract documents, and by any other means as they may believe necessary, as to
the actual physical conditions, requirements and difficulties under which the work must be
performed. No bidder shall at any time after submission of a proposal make any claim or
assertion that there was any misunderstanding or lack of information regarding the nature of
amount of work necessary for the satisfactory completion of the job. Any errors, omissions, or
discrepancies found in the plans, specifications, or other contract documents shall be called to
the attention of the Resident Engineer and clarified prior to the submission of proposals.
I. ESTIMATED QUANTITIES
The quantities given in the proposal and contract form are approximate, being given as a basis
for the comparison of bids only, and the City does not, expressly or by implication, agree that the
actual amount of work will correspond therewith, but reserves the right to increase or decrease
the amount of any class or portion of the work, or to omit any portion of the work, as may be
deemed advisable or necessary by the Engineer.
However, when the quantity shown in the Proposal has the designation (F)following the Bid Item
in the Schedule of Unit Cost and Lump Sum amounts, that designation indicates the final pay
quantity and/or costs and shall be the final quantity used for which payment will be made, unless
the dimensions of the portion of the work shown on the plans are revised by the Engineer, or
unless the portion of the work is eliminated. if the dimensions of the specific portion of the work
are revised, and the revisions result in an increase or decrease in the estimated quantity of the
portion of the work, the final quantity for payment will be revised in the amount represented by
the changes in the dimensions. If the specific portion of the work is eliminated then the final pay
quantity designated for the specific portion of the work will be eliminated.
The estimated quantity of each specific portion of the work designated on the plans as a final
pay quantity shall be considered as approximate only and no guarantee is made that the
quantities which can be determined by computations, based on the details and dimensions
shown on the plans, will equal the estimated quantities. No allowance will be made in the event
that the quantities based on computations do not equal the estimated quantities.
When portions of an item have been designated on the plan as final pay quantities, portions not
so designated will be measured and paid for in accordance with the applicable provisions of
these specifications and the special provisions.
1-4
000usign Envelope ID:Cz3r1Or7-981O-428a-9A07-OCraO9F1OEor
In C8Se of discrepancy between the quantities shown OD the p|8D as final pay quantities and
the qU8n|kv of the S8[Oe item ShOVVD in the Engineer's ESUOU8Le' payment will be based OO the
final pay quantities shown on the plans.
J. COMPETENCY OF BUDDER
The bidder shall be |inonood under the provisions of Chapter S. 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 iO the general class O[type Of work called for under
this COOL[8Ct. TO 8SSiSL in the determination Of CODlpeteDCy' the COOLr8CtOr Sh8|| COrDp|ehB the
attached "Bidder Information" form.
K. AWARD AND EXECUTION OF CONTRACT
Acceptance or Re*ection
The City OfRancho CUCGDlOOgG. reserves the right to rejectGOy or all bids. The City reserves
the right 1V waive inconsequential errors and/or irregularities.
Award of Contract (USE FOR BASE BID ONLY)
The lowest responsive bidder will be calculated per Section 20103.8 /o\ of the Public Contract
Code as the lowest bid price on the base contract without consideration of additive (or deductive)
items. The award 0fo contract, ifitbe awarded, will be to the above lowest responsive bidder.
Nxx proposal will be considered from aContractor tm whom a proposal form has not been
issued by the City of Rancho Cucamonga to registered prospective bidders from
VVvYvv.virtU@|-bid.CODl.
The award, if made, will be made as expeditiously as possible after the opening of the proposals
and in recognition of Section A.7. above. In no o2nm will an ovvord be made until all nooRnnory
investigations are made into the responsibility of the bidder to whom it is proposed to award the
CUDt[@CL.
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;
inc|uding, but not |inni[od to. o C|8nn "A" License (General Engineering Contractor) or Class ''C-
34" License (Pipeline Contractor) in onnopd@nne with the provisions of the Contractor's License
LGVV (California BUSiDeSS and PnO[eSSiODS Code, 88CtiOD 7000, 8L seq.) and [U|eS and
regulations adopted pursuant thereto at the time this contract iaawarded.
Bonds
The Contractor shall furnish 8 good and sufficient surety bond issued by surety company
authorized to do business in the State Of California in the SUmn equal to 100% of the hJt8| bid'
conditioned for the Faithful Performance by the Contractor of all cVvenanta, aU9u|abona any
agreements contained in said contract; on 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
|-5
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
Section 9554 of the California Civil Code.
Workers' Compensation
Before commencing any work under the contract, the successful bidder must file with the
Engineer a certificate by an insurance carrier authorized under the laws of the State to insure
employers against liability for compensation under the "Worker's Compensation Insurance and
Safety Act," stating that such bidder has taken out for the term for which the contract is to run,
compensation insurance covering his full liability work or labor necessary to carry out the
provisions of this contract, and an agreement to immediately notify said Engineer if said policy
should lapse or be canceled. In the event that such policy should become inoperative at any
time before the completion of the work, all work shall cease immediately until a new policy is
obtained and any time so lost shall not entitle Contractor to any extension of time.
Execution of Contract
The Contract shall be signed by the successful bidder and returned together with the other
required documents, within fifteen (15)days after the bidder has received notice that the contract
has been awarded, unless extended by said City Council in writing. No proposal shall be
considered binding upon the City until the execution of the contract.
Failure to execute a contract and file acceptable documents as provided herein within fifteen (15)
days from receipt of notice of award shall be just cause for the annulment of the award. In the
event of failure to enter into such contract, the lowest bidder's security (cash, cashier's check,
certified check, or bond) shall become the property of the City of Rancho Cucamonga.
If the City of Rancho Cucamonga awards the contract to the next lowest bidder, the amount of
the lowest bidder's security shall be applied by the City of Rancho Cucamonga to the difference
between the low bid and the second lowest bid, and the surplus, if any shall be returned to the
lowest bidder.
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 per day for each
and every calendar day's delay in finishing the work in excess of 20 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.
1-6
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
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 4-6 of the Standard Specifications for Public
Works Construction.
1-7
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
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.
r Schedule of Unit Cost and Lump Sum Amounts
F+ Bidder Agreement
Bidder Information
Subcontractor
Declaration of Eligibility to Contract
E Certificate of Non-Discrimination by Contractors
E 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.
Bidder
P-1 of 11
HELLMAN AVENUE AND FERON
BOULEVARD STORM DRAIN
IMPROVEMENT PROJECT
PROJECT NO. 800-2024-15
Required Bid Proposal Forms
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
PROPOSAL.
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"HELLMAN AVENUE AND FERON BOULEVARD STORM DRAIN IMPROVEMENT PROJECT"
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 fumish 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.
Item Description Reference ty. Unit Unit Price
o. Specification Price
1. ,Mobilization (7-3.4) 1 LS �00d.o 4,o®y.ee.
2. Clearing, Grubbing, (300-1) 'I LS 3 r ®- �q®•°1P
Including Removal
and Disposal
3. Pothole All Existing
Utilities Crossing
Proposed Storm (402-1) 1 LS ®/0• 0,0 6,Opp-.op.
Drain prior to
Excavation
4. Construct Curb
Opening Catch
Basin Per City (300, 400) 1 EA f W.�10 f 0p.
ee-
Standard Drawing
No. 300, W=21'
5. Construct
Monolithic Catch
Basin Connection (300, 400) 1 EA
Per City Standard
Drawing No. 308
GWW BROTHERS 1pf,
Bidder
P-2 of 11
HELLMAN AVENUE AND FERON
BOULEVARD STORM DRAIN
IMPROVEMENT PROJECT
PROJECT NO. 800-2024-15
Required Bid Proposal Forms
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"HELL MAN AVENUE AND FERON BOULEVARD STORM DRAIN IMPROVEMENT PROJECT"
6 Construct Local
Depression Per
City Standard (300,400) 1 EA
Drawing No. 307,
Case A
7. Construct Junction
Structure No. 2 Per (203, 301, 302) 1 EA •° '�,
City Standard
Drawing No. 331
8. Install 36-Inch (207, 303-5) 96 LF o. 1
Diameter RCP
(2000 ). Trench
ackfrll and Paving
per City Standard
9. Striping (306-3' 2/4) 1 L %26 . /0�6_.
10. Traffic Control (601) 1 LS yo®a
TOTAL BASE BID AMOUNT
U T IN NUMBERS: /Sin_920,
TOTAL I T I l/yntR Fr - ® N
Y INC
Bidder
ier
-3 of 11
HELL MAN AVENUE AND FERON
BOULEVARD STORM DRAIN
IMPROVEMENT PROJECT
PROJECT NO. 00-202 -15
Required Bid Proposal Forms
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
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 ( 0) calendar days after the date specified in the Notice to
Proceed and to prosecute said work in such a manner as to complete it within 20 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 BROTHERS 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
"I declare under penalty of perjury of the laws of the State of California the representations made
herein are true and correct in accordance with the requirements of California Business and
Professions Code Section 7028.15."
Z- �2
California State Contractors License Number Expiration ate
GEMYEROTHEpSINC
Bidder
P-4 of 11
HELLMAN AVENUE AND FERON
BOULEVARD STORM DRAIN
IMPROVEMENT PROJECT
PROJECT NO.800-2024-15
Required Bid Proposal Forms
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
Bidder Agreement i
A44i/Ad l6gt4� .5--
itle Date
Signature Namefritle -Date
SignatureName/Title ate
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.
GENTRY BROTHERS IN
Bidder
P-5 of 11
HELLMAN AVENUE AND FERON
BOULEVARD STORM DRAIN
IMPROVEMENT PROJECT
PROJECT NO.800-2024-15
Required Bid Proposal Forms
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
INFORMATIONBIDDER
The bidder shall furnish the following information. Additional sheets may be attached if
ncess
Name of Firm: GEMB)MROTHEMN
Type of Firm: Corporation Individual Partnership
Business Mailing Address: Gentry Brothers frrc
384 Live Oak Ave
rwin a e 6
Place ofBusiness:
Telephone o.: L,
Contractor's License State: License o.:
Public Works DIR No.: Zqo
Names and titles of all _
members of the firm: Q �C
��-
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 Tyne of Proje Completed Address
Person who inspected site of the proposed work for your firm:
Name: Inspection
Date:
NOTE: If requested by the City, the Bidder shall furnish a notarized financial statement,
references,and other information,sufficientl co rehensive to permit an appraisal of his current
financial condition. G B
-THERS KC
kra-r &E rt5, --C
Bidder T�
P-6 of 11
HELLMAN AVENUE AND FON
BOULEVARD STORM DRAIN
IMPROVEMENT PROJECT
PROJECT NO. 800-2024-15
Required Bid Proposal Forms
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
Z c
0 va a a, a �. 5, to
a, U) (D a, d ai E 0 Q) 41 0 m ID
c
An
s Ido) cn ae [Fi q) O O N N N o o A
® N N ® N o
. ` N m
chi r o
s s a s r h O r e e a
r
O O O O O O O p 4) O O CD p N O O N h N O
(V N N N r r h U) o r a r
t0 h r r
$ O O Un ("? O O O O O O O O O O O O O O O
u] N N (h a U) O O O Lq (R O O �? O O N O O
O co 0) m h N O Q) N CO O I-- O O O - N O
la m O U9 N o O N N pp 0 to CO r O m 0
r co P_ 0 f0 O 00 h ��0pp1 6D O) ��Vp (O O N O) G1� Nt O
Uh) h .�- N N 0! 6) 00 SS) Ch O h Ph) � (�? N
h M) O P) N U) CD O O m CP_ h r
40
.. Vk t64 69 69 tN ... �' d4 (A.... U% GR... 09
to in O M M M CI) LO 0 iU 0 � COO m co
`:O a0 CO CO co CO CD 00 aD CO 0)
t .9 M O O q a0, `. GA N X T N O
_ r
m U E c U .�-
d. se E J a a a. uJ `'� �' ® 3 c
0 �' z 0 0 0 a� d
+ 2 � w :: c c w E
.", w c co Uy c c c « o 124 'c m y C7 co
N Q m E V
GO
a
c
e E N cl
c 1 c r m h °' ro E E c
J a E c d ® o 0 ' ® ? m
ti7 W > a wn
0 E 0 n m Ea a aEcmC c a r- 1c .eE
Lm
a
a
a m Y _ vY dcli
O 3 a (moo ai
Cb N E 0. w oC w c 0 2LLI _cc
CL in
m c
ca
} N r ® c v Q o d
a ® 0 w ab C? a «� c I = wE
C%I{il ® r qsto
-
a Cb LL ,' a N U c a) E J g D in
v N E ' J co
N a
•- O U7 O O O U) N co O O I
Uf m N U') to r Q � M V 0 r'�(ppOD D (Ch01 tom rl-. M N N O 6h) h N N N
fr O�p ti) �} N U) � � A O h N A h Ln
,.
co
CO? tOD 90 U? "7 N U) to M j M (7 N
to Gb c) 0 m im m Im co tb to C' 'b
',CL N N O O O O O O (V N (V (V N N
co P) (0 Ch O O9 W Q! C)) 6) cP t0 [O m (P C) Cn a)
Ut O
ta
ca
cc Ca
—tu
c E c > E E 0 c c m15 p' E W a c c
CL m R 0 0 m o oa ® w o o
s'.
s; �
� iiii'� Ilo� ����io�
�'�����IIIIIIIIIIIIIIIII
��
'�� ������in��i��iiiii
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
® ® ® ® ® O ® o a o o �
r
R N N
N �- r- C4 ty AC�VV N N O N N
W O N N N �l3 C C2 g
CD
LO
q�`j
® es�i
4 ® ® sY N O 'O M N ® N ® O O O h O N
g us ® t® as a N N 0 N M M r- as co 0
C r N �. L ( N � G cc M
'a r6 w a: a LO co I: CO 06 do co w w co c) �
p MN N chi M w w N M - oNi e�i a — W
r � ,-
V GO � � w 60 tq to � 6o � w 0" w 40 V w
ca 0 as 0 m w Nm C) m w ONi ON/ m co 0
;'.:.. .. •� w O 0 N Q.
'c� •- c — o
c t w � x 9 .r
c Z o CO Q
3 U 0 E H 1 M Ii w W 0 U V at
w c so c C9 w y a 4A
w = t m m c 0 £ U as d a
Y ecc = Y m s u 0 y
a U J to Ir a Ew mQ y
i' a
� _(O N N ,.m, N
z N
Q goC... N ®
cm
N C C 0 cV CD® 8 N O
;} n a c — U d c E cN
c4 m fa
N m m c c o a c E c d vs N
C N a mow. ' Q ® rA u' C
—
C7 aia ® ad
0 o a 1 w t a> ® pC a a — 7 0 p
w E -� d - N
a a N w cv ioco
."°.
N® w N
( CL
o E tr a °
� a LP
a LO
eQp
V) c N N � w N W
m co c
� �
U —
LL Q
LLLO CD
LO LO
1 ' O O M M CO N CN?N Y7 f® r
h M M�i Ni 1- .p a M coN MM �N
cb cp 1p W (O 44 C> (0 6+fd M t6 6 W 0)
N N N N N N O N N O O O ® o
cL? w to 0 c9 01 6.Q M 09 01 08 011 Q7
O oq W
16 C T ® w W ;p 4M
o0 o E c E e o c z c E ® E $1
a c
U O Q W a- 2 M c
'S U
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
p04 N N M M N N N NN N N M cm N M N N v
N o cov o ® N N CDeo�v o C> ® aov o N
N va m M N M N N
N A
CV M N N cm o; [V N.. N ' M r Mcm N
11. O O O N N N N LV Q NU N N
o en o 0 Co 0 `O o Coo O as N uoa o0
Qa O W w N 0 m O O cm O ® c=? N N
m oN o ii ODco w o c ® o LO coo i o
cn r. ro Ara a M c® r~ y w Ci en o Oa as
r' as a us W) a M ® w 0 Ci a co 0 r or '-
1- o M NN M•a °' � M m n AMn Ic 0
M v .- M
cu r .= N a r a cl
r, v► �, a� AR, v� v3 vs v► Go Go w
w to to CDNm a�i o m o o a co $ 0 4
a
v
C71 W u� a
.,'. O m —
y :Ec U U. L° y m N d
Q m a E c a a v cca v_
-a {g
CL
a c
a N o = E
aci — o cm M IL � c
aEi a � N c 0 � c ,j _ cc
® = c N E
— c u°ns ccqq cm ®.
:x. CL CD t5- a y d
o d _ ¢ N « E a N a E
Cj LL E c m N a E a aU E E EN E
c — E «2 Ix c�v „m > > r v cr _� mrM- u� o
J. a y cm`s dN a`a o ® EN < ca d vA y
., m .- - c ., a y
L m 06
a c o � � m E
� a .613 to V
d
m ¢ sN cd w
CT y a a a
;Z m a�i c o c ma p �
y a m y
a o m #
E m3 o co
c
75
U U N y y U o N U
..
U U U. W
a h con cq co M M M r ram.r
.+' N N 4 N? h LLN'R N Go N n
co •- r
lb
® Q N a N N a N N
` Ch
Q a Co
C
c EU EID
C m ° c c E E
c 0 < a 0 0
a c
m
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
h co ua en v us
o N N ® LO CIA N ® o N N c ® ® N N
o o 0 a a a
riB •-
r - v
v do�ee co qr
N o o ® o o o o c.
Q
c�7 c0v o v N _ N
^• o 0 o a v 0 0 Ca O 0 0 0 O 0 o co o a W co
r O O O O O O Ct O M IA N O C7 (0 f�
r' O V rOr�� O O W 06 O O 0 O 0)
en W O CW�! to O a O
�?. O Q O b ti O y
C7 co N q0) W) I-- w N W m r'.. N w r O�p U') O O v
N l4? q O M to W Q Ln Ci? r O h O W O~1 co
r W r N s-' v- 61 .- N U') 611 M l"8 +� c
49 b'f 69 bi 069 69 b! V3 t!# d4 49 d4 i$ fa 6s. 69 � 69 fink
�p eL9
r r
0O
1i 0
: G
d
ED
G1
40)
d c7
N cOr v
aN ODo c 0 N
a c cn c r o G' r E a E N
o ri
a e9 N N
2r7 u, a qy j ® 6a > m a cw �rn d
a oa r u o :`4 m E N y o
h c o at c E o a r E a R d ® EE
c a ® ip M EFD
cm .0 0 > t 0 c y m
05
c ga 7 r
a
L m da C C7 eca °' Q ® _m } c
Ur Q fl3 m n U C N y m CL L c m C3 v
M G E 9 M c 41 LL ® } "N a }N
N _ a U ¢ m Q ecT a 8 } c 7 [i
cm
2 4 ® 2 °o � m O U a
O O `" N N c m
2- quyo � fn
3: O ® G C G1 Z Q
n �
N
a"C m o E o W W o c E E Z q
O t c� 5 J ca a0 ca
a U a
U U n 0 U U c
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
SUBCONTRACTORS
In compliance with Section 2-3 of the Standard Specifications and the Provisions of the Public
Contract Code Section 4100, the undersigned bidder herewith sets forth the name, location of
the place of business and California Contractors License Number of each subcontractor who will
perform work or labor or render service to the general contractor in or about the construction of
the work or improvement in an amount in excess of onehalf of one percent(112%)of the general
contractor's total bid or, in the case of bids or offers for the construction of streets or highways,
including bridges, in excess of onehalf of one percent(1/2%)of the general contractor's total bid
or ten thousand dollars ($10,000.00), whichever is greater and the portion of the work which will
be done by each subcontractor as follows:
Percent
Subcontractor's Business License DIR Description of (%)of Total
Name Address No No. Work Bid
'4-46 3 v`� s�2.�i.-�f� 5. S'/Q
��(L�ivv bS `�'{ 1 c.A Inaono 14}6
Total % of the work to be performed by Subcontractors listed above: S-S %
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."
ENTRY BROTHERS INC
Bidder
P-7 of 11
ELLMAN AVENUE AND FERON
BOULEVARD STORM DRAIN
IMPROVEMENT PROJECT
PROJECT NO. 800-2024-15
Required Bid Proposal Forms
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
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 tabor 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
177.1 or 1777.7 of the Labor Code, or any other provision of law.
The undersigned declares under penalty of perjury under the layvs of the State of California
that the foregoing is true and correct. Executed this day,,41f ill 414, 20
at (place of execution), California.
Signature
Name:
Title:
Company: �n p�n�cas>ur
G
Bidder
P-8 of 11
HELLMAN AVENUE AND FERON
BOULEVARD STORM DRAIN
IMPROVEMENT PROJECT
PROJECT NO.800-2024-15
Required Bid Proposal Forms
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
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 BRO SING
TITLE OF PERSONS N NG: r
SIGNATURE:
DATE: :. '�,-
Please include additional information available regarding equal opportunity employment
programs now in effect within your firm.
GEOY BROTHERS NO
Bidder
P-9 of 11
HELL AN AVENUE AND FERON
BOULEVARD STORM DRAIN
IMPROVEMENT PROJECT
PROJECT NO, 800-202 -15
Required Bid Proposal Forms
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
NON-COLLUSION CL TI
The undersigned declares:
am the s� '9 f of GENTRY BROTHERS 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 Californla that the foregoing is
true and correct and that this declaration is executed on (date),
at U—Q (city),- (state).
Signa
GENTRY BROTHERS INC
Bidder
P-10 of 11
HELLMAN AVENUE AND FEO
BOULEVARD STORM DRAIN
IMPROVEMENT PROJECT
PROJECT NO. 800-2024-15
Required Bid Proposal Forms
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
California-Acknowledgment Form
ti 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 Los Angeles SS:
On May 6, 2025- fore me, N. Smith, t
personally appeared
Wayne Gentry--- _ ____ (here insert name and title bf the o tcer)-
o proved to me on the basis of satisfactory evidence to be the rso ( os name( is/are subscribed
to the within instrument cno led to me t executed the same in hjsA00Mr
au-trize c s), and that by his signature(s) a instrument the perso ( ),Ar the entity
upon behalf of which the person(4 acted,person( executed the instrument,
I certify under PENALTY OF PERJURY er the laws of the State of California that the foregoing
paragraph is true and correct.
Seal l S y n and o Icil seal
.5 Signature of try
N ry Aa lic• lifornia
- Los An County
Co mine 13 '
My Comm, it Jun ,2o29
WMW
Optional Information
To help prevent fraud,it is recommended that you provide information about the attached document below
•••This is not required under California State notary public]a%%**
Non-Collusion Declaration------- _.-
Document Title. --- #of ages: 1
NQIQS
City of Rancho Cucamonga- Heilman Ave and Feron Blvd.
02014 Golden State Notary,Inc. www Notary net 1888)263-19T7
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
BID BOND
KNOW ALL MEN BY THESE PRESENT. THAT Gentry Brothers,Inc,
as Principals, and Federal Insurance Company_ , as Surety, are held and firmly bound
unto THE CITY OF RANCHO CUCAOA, COUNTY OF SAN BEARDINO, hereinafter
Called the City, in the sum of Ten percent(10%)of the total amount of the 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:
"HELL"HELLMAN AVENUE AND FERON BOULEVARDT IN IMPROVEMENT
OJT"
NOW, THEREFORE, if said Principal is awarded a contract by said City and, within the time and
in the manner required under the headings "Instruction to Bidders" and "Schedule of Unit Cost
and Lump Sum Amounts" bound with said Specifications, enters into a written contract on the
form of agreement bound with said Specifications and furnishes the required bonds, one to
guarantee faithful performance and the other to guarantee payment for labor and materials, then
this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event
suit is brought upon this bond by said City and judgment is recovered, said surety shall pay all
costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the
court.
SIGNED AND LED, this 24th day of April , 20 25
Gentry Brothers,Inc. (Seal) Federal Insurance Company (Seal)
Business N a of Bidder(Principal) Business Name of Surety
By; y.
gntu ( n e
Title: Title: Ryan ButterIas,At#orney-in-Fact
dividual Partnership x Corporation
Other, explain
Gentry Brothers,Inc.
Bidder
P-11 of 11
HELL MAN AVENUE AND FEO
BOULEVARD STORM DRAIN
IMPROVEMENT PROJECT
PROJECT NO. 00-2024-15
Required Bid Proposal Forms
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
CALIFORNIACIVIL
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 }
n APR 2 4 2025 before me, Adelaide C. Hunter, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Ryan Butterfas
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ re
subscribed to the within instrument and acknowledged to me thathe/she/they executed the same in
his/her/their authorized ccity(ies),and that by his/her/their signature(s)on the instrument theperson(s),
or the entity upon behalf of which the person(s)acted, executed the instrument.
certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
its true and correct.
aE rE C WITNESS my hand and official seal.
r.,Mr u
Notary Public-California
Orange
County Signature
Commission#2508152
y Comm.Expires Jan 23,2029 Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of AttachedDocument
Title or Type of Document: Document Date:
Number of Pages; Signer(s) Other Than Named Above:
Capacityfies)Claimed by Signer(s)
Signer's Name: Signer's Name:
Corporate Officer — Title(s): 0 Corporate Officer — Ti l (s):
Partner — ❑ Limited ❑General ❑Partner — 0 Limited ❑General
Individual ❑Attorney in Fact �� Individual ❑Attorney in Fact
Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator
Other: ❑ Other:
Signer is Representing: Signer is Representing:
02014 National Notary Association •www.NationalNotary.org • 1- 0-U NOTARY(1- 0 - 7 - Item #5907
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
Power of Attorney
Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
Know All by These Presents,that FEDERAL INSURANCE COMPANY,an Indiana torporatioq„VIGILANT INSURANCE COMPANY,a New York corporation,PACIFIC INDEMNITY
CO PA Y,a Wisconsincorporation,WESTCHESTERFI INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations ofthe Commonwealth of Pennsylvania,
do each hereby constitute and appoint Ryan Butterfas,Linda 0.Coats,Matthew J.Coats and Summer Reyes of Laguna Hills,California--------__-----_..—----__
each as their true and lawful Attorney6 n-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and an their beha if as surety thereon
or otherwise,bonds and undertakings and other writings obligatory n the nature thereof(other than bail bonds)given or executed in the course of business,and any Instruments
amending or altering the same,and consents to the modification or alteration ofany instrument referred to in said bonds or obligations,
In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY
and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affxed their carpet ate seals on this 12Tu day of April 2024.
'A szk
Rupert HD Swindells,Assistant Se
11'a ..Ekhhtxn.l'Ice President
STATE OF NEW JERSEY
County orHunterdon Ss.
On this 12M day of April,2024 before me,a Notary Public of New Jersey,personally came Rupert HD SWndells and Warren Eichhorn,tome known to he Assistant Secretary and
Vice President,respectively,of FEDERAL INSURANCECO PANY,VIGILANTENSURANCECOMPANY,PACIFICINDE NITYCOMPANY,WESTCHESTERFIREINSURANCECOMPANYand
ACE AMERICAN INSURANCE COMPANY„the companies which executed the foregoing Power of Attorney,and the taid Rupert HD Swindells and Warren Elchhorn,being by me duly
sworn,severally and each for himself dld depose and say that they are Assistant Secretary and Vice President,respecti vely,of FEDERAL INSURANCE COMPANY,VIGILANT]HSU P ANC E
COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof,that the
seals affixed to the foregoing Power of Attorney are such corporate seais and were thereto affixed by authority of said Companies;and that their signatures as such officers were duly
affixed and subscribed by like authority.
Notarial Seal Albert constursi
NOTARY PUBLIC OF NEW JERSEY .
Nana
.. puncteCormasisslian EuphintsNanryPu
CERTIFICATION
Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016;
ESTCHESTER FIRE INSURANCE COMPANY on December 11,2006 and ACE AMERICAN INSURANCE COMPANY on March 20,2009:
'RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,of bends.undertakings,recognizances.contracts and other written commitments of the Company
entered into in the ordinary course of business(each a"written Cummitment",lc
(1) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,undcrtheseal
of the Company or otherwise.
(2) --Eachdulyappointedattorneym-fact of U30 Company Is hereby authorized to execute any Written Commitment for and on behalf oftbe Company,under the seal of the Company or otherwise,
to the extent that such action isauth orisxd by the grant of powers provided for In such persons written appalatmentas such attorney-in-fact,
'(3) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf ofthe Company.to appoint inwriting any person the attorney-in-
fact of the Company with full power and authority to execute,..for and on behalf of the Company„under the seat of the Company or otherwise,such Written Commitments of the Company
as may be specified in such written appointment,which specification may be by general type or class of Written Commitments or by specification of one or more particular Written
Commitments.
(4) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized,for and on behalf of the Company,to delegate in writing to any other officer of the
Company the authority to execute,.:for and on behalf of the Company,under the Company's seal or otherwise such Written Commitments of the Company as are specified in such written -
..delegation,,which specification may he by general type or cl ass of Written Commitments or by specification of one or more particular Written Commitments.
(5) The signature of any officer or other person executing soy Written Commitment oar appointment or delegation pursimat to this Resehiiivnc and the seal of the Company,may be affixed by
facsimile on such Written Commitment or written appointment or delegation.
FURTHER RESOLVED,that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of oRiccrs,employees and other persons to act for and an behalf of the
Company,and such Resolution shall not limit orotherwlse affect Me exerciseof any such power or authority otherwise vafdlygranted urvested'
1,Rupert HD Swindells,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,W ESfCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY(the"Companies-)do hereby certify that
(i) the foregoing Resolutions adapted by the Board of Directors of the Companies are true,correct and in full force and effect,
(H) the foregoing Power of Attorney is true,correct and in fuR force and effect..
Given under my hand and seals of Bald Companies at Whltehouse Station,NJ,this 2th day of April,22 .
0004DO
Rupert DStcindeRs,Assistant Secretary
IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OFTHIS BOND OR NOTIFY US OFANY OTHER MATTER PLEASE CONTACT US AT:
Tele hone L9DBI 903.3493 Fax 908 903.3656 e-mail sure!y@chubb.com
Combined FED•VIG•P#•WFIC-AAIC(rev,11.19)
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
Ualiffornia Acknowledgment Form
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 Los Angeles SS:
On May 6, zoos-------- --- before me, N. Smith.
WayneGentry ___---- (he insert name an-tit s o the o r) ®®_
personally appeared
�` , -------
(hem
insert
proved o me on the basis of satisfactory evidence to be the erson( ose name( is/are is/are subscribed
tote within instrument and acknowledgeda that a executed the same in hisMXMMr
a -t orie cap s), and that by his signature(s) dMe instrument the eron(s),Mr the entity
on behalf of which the person(4 acted, executedthe instrument.
I certify under PENALTY OF PERJURYunder the laws of the State of California that the foregoing
paragraph is true and correct.
Seal IT hn ici I seal.
7
* t4 ry Public- llt l Signature of Notary
Los Anplas CWrftY
commission 12360490
my comm.Expim Jun 9,2025
Optional _ 1
To help prevent fraud,it is recommended that you provide information about the attached document below,
***T'his is not required under California State notary public law***
Document Title:Bi Bond------------------------------- -_ of ages:?
Notes
City of Rancho Cucamonga elfin Ave and FeronIv . ----
02014 Golden State Notary,Inc, www.Notary.net (888)263-1977
000usign Envelope ID:Cz3r1Or7-981O-428a-9A07-OCraO9F1OEor
CONTRACT
AGREEMENT
KNOW ALL MEN BY THESE PRESENT: That the following agreement is mode and entered
into. in Uip|ino&a. as of the deka executed by the City Clerk and the Mayor, by and
between hereinafter referred toos the "C(]NTR/\CT{}R" and
the City ofRancho {}uoomnnge. California, hereinafter referred to as "CITY."
VVHERE/\G' pU[SU8Dt to the Notice |OViLiOg Sealed Bids or PnDpOS8|S, bids were received,
publicly opened, and declared OD the date specified iO said notice; and
WHEREAS, City did accept the bid of Contractor; and
WHEREAS, City has authorized the City Clerk and K8GVO[ to enter into @ written CODLnGCL with
Contractor for furnishing |abor, equipment, and material for the construction of "NELLMAKJ
AVENUE AND FEQC)N BOULEVARD STORM DRAIN IMPROVEMENT PROJECT."
NOW THEREFORE, in consideration of the mutual covenants herein contained, it is agreed:
1. GENERAL SCOPE OF VV{JQP{: Contractor shall furnish all necessary |obnr, tools,
materials, appliances, and equipment for and do the work for the "HELLMAN AVENUE
AND FERON BOULEVARD STORM DRAIN IMPROVEMENT PROJECT." Said N0[k
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 DC)CU7NEN-F8 TO BE CONSIDERED COMPLEMENTARY: The
aforesaid np9niOo8UonS are incorporated herein by reference thereto and mode o 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
ognaennent, nho|| constitute the entire contract between the parties. This contract in
intended to require o complete and finished piece of work and anything necessary to
COnlp|8te the VVO[k properly and in 8CCUPdGDCe with the |GVV and |@wfU| gOVe[D0eOL@|
n8gU|GUUnS Sh8|| be performed by the CUDL[GCiO[ VVh8th8[ set out specifically in the
contract or not. Should it be ascertained that any inconsistency exists between the
aforesaid documents and this written agne8nnon[. the provisions of this written
Ggn8e0SDi Sh@|| CODiFU|.
3. TERMS OF CONTRACT: The undersigned bidder oQnaon 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 20
working days from the date specified in the Notice to Proceed. The bidder agrees
further to the 8SSeSSmenL of liquidated damages in the amount Of $2'800 for each
calendar day the work n*nnaina innorn9|e&a beyond the expiration of the oonn9|eUon
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 Sh8|| not constitute 8 waiver 0fliquidated damages.
4. INSURANCE: The Contractor shall not COnn[neDoe work under this contract until he
has obtained all insurance nBqUinBd hereunder in @ company or companies acceptable
C-1
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
to City nor shall the Contractor allow any subcontractor to commence work on his
subcontract until all insurance required of the subcontractor has been obtained. The
Contractor shall take out and maintain at all time during the life of this contract the
following policies of insurance:
a. Workers Compensation Insurance: Before beginning work,the Contractor shall furnish
to the Engineer a certificate of insurance as proof that he has taken out full
compensation insurance for all persons whom he may employ directly or through
subcontractors in carrying out the work specified herein, in accordance with the laws
of the State of California. Such insurance shall be maintained in full force and effect
during the period covered by this contract.
In accordance with the provisions of Section 3700 of the California Labor Code, every
contractor shall secure the payment of compensation to his employees. Contractor,
prior to commencing work, shall sign and file with the City a certification as follows:
"I am aware of the provisions of Section 3700 of the Labor Code which require every
employer to be insured against liability for worker's compensation or to undertake self-
insurance in accordance with the provisions of that Code, and I will comply with such
provisions before commencing the performance of the work of this contract."
b. For all operations of the Contractor or any subcontractor in performing the work
provided for herein, insurance with the following minimum limits and coverage:
(1) General Liability - Bodily Injury (not auto) $2,000,000 each person; $2,000,000
each accident.
(2) General Liability - Property Damage (not auto) $1,000,000 each accident;
$2,000,000 aggregate.
(3) Contractor's Protective - Bodily Injury$1,000,000 each person; $2,000,000 each
accident.
(4) Contractor's Protective - Property Damage $1,000,000 each accident;
$2,000,000 aggregate.
(5) Automobile - Bodily Injury $2,000,000 each person; $3,000,000 each accident.
(6) Automobile - Property Damage $2,000,000 each accident.
C. Each such policy of insurance provided for in paragraph "b." shall:
(1) Be issued by an insurance company approved in writing by City, which is
qualified to do business in the State of California. The insurance company
shall have a policy holder rating of A or higher and a Financial Class VII or
higher established by A.M. Best Company Rating Guide;
(2) Name as additional insured the City, its elected officials, officers, agents and
employees, and any other parties specified in the bid documents to be so
included;
(3) Specify it acts as primary insurance and that no insurance held or owned by the
designated additional insured shall be called upon to cover a loss under said
policy;
(4) Contain a clause substantially in the following words:
C-2
000usign Envelope ID:Cz3r1Or7-981O-428a-9A07-OCraO9F1OEor
"It iS hereby understood and agreed Lh8LLhiSpO|i not be canceled nor the
amount Of the coverage thereof reduced until thirty /3O\days after i by City
of a written notice of such cancellation or reduction of coverage as evidenced by
receipt of registered letter."
(5) Otherwise be in form satisfactory to City.
d. The policyofinGunanonpnnvidedforinsubporogroph "o."nho||nuntoinonnndorsnnnnnt
(1) VV8iVeS all right of subrogation 8g8iDSL all pe[SODS and eOUUeS specified in
SUbp8[80[8ph 4.C. (2) hereof to be listed as 8ddiLiOD8| iOSUnBd in the policy Of
insurance provided for iD paragraph "b." b« reason Of any claim arising out OfO[
connected with the operations OfCODt[8C1O[ O[ 8OySUbCOOt[8CtO[ iOperfO[DliOg
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 nho|| at the time of the execution of the contract present the nng|no|
policies of insurance required i paragraphs"@."and "b." hereof, or present acertificate
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 LO pay DOL less than the QeOe[@| prevailing rate Of per them VVGQeS for work Of
G Si0i|G[ ChG[8CLer in the |OCG|iLy in holiday and overtime VVO[k. In that regard, the
Director of the Department of Industrial Qn|abonn of the State of California is required
to and has determined such general p[SVGi|iOg rates Of per them VV8g8S. Copies Of
such pF8V8i|iOg rates Of per dieDl VV@geS are UD file in the office of the City Clerk of the
City of Rancho Cucamonga, 10500 Civic Center Drive, Rancho Cucamonga, California,
and are available toany interested party on request. City also Sh8|| nouS8 8 copy of
such determinations LObe posted @L the job site.
Pursuant to provisions of Labor Code Section 1775. the Contractor shall forfei[, as
penalty[O City, not more than two hundred dollars($200.00)for each laborer, workman,
or 0SCh@OiC employed for each CG|eOd8[ day or portion thereof if such |@bUF8[,
VVO[k08D' Or 0eCh@DiC is paid |eSS than the general prevailing [Gie Of VV@geS
hSnainb9fona stipulated for any work done under the attached Contnact, by him Or by
any subcontractor under him, in violation of the provisions of said Labor Code.
0. APPRENTICESHIP EMPLOYMENT: In @CCUPd@DC8 with the pPUViSiODS of Section
1777.5 of the Labor Code as amended by Chapter 971, GL8LUteS of 1939' and in
8CC0nj8nCe with the regU|RU0nS 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 1777.8 of the Labor Code
concerning the employment of apprentices by the Contractor Orany subcontractor
under him.
Section 1777.5, as onnended, naquinaa the Contractor or subcontractor employing
tradesmen in any 8pprenUC8b|e UCcUp8LiUn to apply to the joint apprenticeship
COnnrnitt98 nS8n}St the site Of the public vvOrkS project and which administers the
C-3
000usign Envelope ID:Cz3r1Or7-981O-428a-9A07-OCraO9F1OEor
apprenticeship program in that trade for certificate of approval. The certificate will
also fix the ratio Of apprentices b]journeymen that will be used iDthe performance of
the COOt[8Ct. The ratio of apprentices to jOU[Oey[DeO in such C8SeS Sh8|| not be |eSS
than one to five except:
@. When UOe0p|OymeOL in the area of coverage by the joint apprenticeship committee
has exceeded an average Of 15 percent in the 80 days prior to the request for
certificate, or
b. When the number of apprentices in training in the area exceeds o ratio ofone to five,
or
C. When the trade can show that it is replacing at |e8SL 1/30 of its membership through
apprenticeship training on an annual basis statewide orlocally, or
d. When the Contractor provides evidence that he employs registered apprentices ODall
Of his CODLrGCLS OD GO 8DOU@| GVe[GQe Of DOL |eSS than one apprentice LO eight
journeymen.
The CODt[GCLO[ is required to make COOLribUUODS to funds established for the
Gd[OiDiSt[@UOD of apprenticeship pnDQn8[OS if he eDlp|OyS registered GppneDUCeS or
journeymen in any appnmnUnab|e trade on such contracts and if other contractors On
the public works site are making such contributions.
The Contractor and subcontractor under him ShG|| comply with the requirements Of
Sections 1777.5 and 1777.0in the employment ofapprentices.
7. LEGAL HOURS ClFWORK: Eight (8) hours Of labor shall constitute @ legal d@y'Swork
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 d0 with working hours set forth in Division 2' Part 7, Chapter 1'
Article 3' Of the Labor Code Of the State Of California GSamended.
The CUDir@CLO[ or SUbCODirGCiU[ Sh@|| fOd8iL' as 8 penalty to the City Of RGDChO
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 iO pay travel and subsistence
pay to each vvOrknn8n needed to execute the work required by this contract as such
travel and subsistence payments are defined in the applicable collective bargaining
agreements filed in accordance with Labor Code Section 1773.1.
9. CONTRACTOR'S LIABILITY: The City of Rancho Cucamonga and its elected officials,
officers, agents and employees shall not be answerable or accountable in any manner
for any loss ordamage that may happen tothe work or any part thereof, or for any of
the materials o[ 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
SUbCOntr8[tOrS or the public, Or for d8rn8g8 to adjoining or other pnJp8dv from any
C-4
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
cause whatsoever arising out of or in connection with the performance of the work. The
Contractor shall be responsible for any damage or injury to any person or property
resulting from defects or obstructions or from any cause whatsoever, except the sole
negligence or willful misconduct of the City, its employees, servants, or independent
contractors who are directly responsible to City during the progress of the work or at
any time before its completion and final acceptance.
The Contractor will indemnify City against and will hold and save City harmless from
any and all actions, claims, damages to persons or property, penalties, obligations, or
liabilities that may be asserted or claimed by any person, firm, entity, corporation,
political subdivision, or other organization arising out of or in connection with the work,
operation, or activities of the Contractor, his agents, employees, subcontractors, or
invitees provided for herein, whether or not there is concurrent passive or active
negligence on the part of City, but excluding such actions, claims, damages to persons
or property, penalties, obligations, or liabilities arising from the sole negligence or willful
misconduct of City, its employees, servants, or independent contractors who are
directly responsible to City, and in connection therewith:
a. The Contractor will defend any action or actions filed in connection with any of said
claims, damages, penalties, obligations, or liabilities and will pay all costs and
expenses, including attorneys' fees incurred in connection therewith.
b. The Contractor will promptly pay any judgment or award rendered against the
Contractor or City covering such claims, damages, penalties, obligations, and liabilities
arising out of or in connection with such work, operations, or activities of the Contractor
hereunder or reasonable settlement in lieu of judgment or award, and the Contractor
agrees to save and hold the City harmless therefrom.
C. In the event City is made a party to any action or proceeding filed or prosecuted against
the Contractor for damages or other claims arising out of or in connection with the
project, operation, or activities of the Contractor hereunder, the Contractor agrees to
pay to City any and all costs and expenses incurred by City in such action or
proceeding together with reasonable attorneys' fees.
So much of the money due to the Contractor under and by virtue of the contract as
shall be considered necessary by City may be retained by City until disposition has
been made of such actions or claims for damage as aforesaid.
10. NON-DISCRIMINATION: No discrimination shall be made in the employment of
persons upon public works because of age, disability, race, color, religion, sex, sexual
orientation or national origin of such persons, and every contractor for public works
violating this section is subject to all the penalties imposed for a violation of Division 2,
Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735
of said Code.
11. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the
material and doing the prescribed work per the unit prices set forth in accordance with
Contractor's Proposal.
C-5
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
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#: 397682
Gentry Brothers, Inc.
384 Live Oak Ave. Irwindale, CA 91706
5/21/2025 1 5:54 PM PDT
Da DocuSignedby: Secretary/Treasurer and
By (Parlvx Avj Chief Executive Officer
e Print Name &Title
By �� Vice President
Signa ure Print Name &Title
CITY UAMONGA, CALIFORNIA Signed by:
�. 92�CC
By: BY: "� S
L. ennis ichael, Mayor Im evy, City Clerk
5/23/2025 1 2:28 PM PDT
Date
Contractor's Business Phone Number: (626) 357-9631 Emergency Name and Phone
6,264,822,225.00
Number at which Contractor can be reached at any time:
C-6
000usign Envelope ID:Cz3r1Or7-981O-428a-9A07-OCraO9F1OEor
CONTRACT
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENT: THAT Gentry Brothers, Inc. as PhOCip8|.
and as 8uretv, are held
and firmly bound untoth City nf Rancho Cucamonga, hereinafter ca|| d Citv, in the just and full
amount of (Written)
(Figunes) payment whereof vve hereby bind
ourse|ves, our heirs, executors administrators, successors and ensigns, jointly@nd severally,
firmly by these presents. Given under our hands and sealed with our seal this day Of____,
2O__.
The condition Of the foregoing obligation iS such that,
VVHEQE/\8, the above-named principal in about tn enter into o contract with the City, whereby
said principal agrees to construct "HELLK8AN AVENUE AND FEF{ON BOULEVARD STORM
DRAIN IMPROVEMENT PROJECT" in accordance with the AGREEMENT dated '
which said contract is hereby referred to and made o part hereof to the some 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 perfornned, then this obligation is to be void;
otherwise it will [eDlGiD in fU|| force and effect;
PROVIDED, that for value naoeiwad the undersigned stipulate and oQroo that no amendment,
change, extension of time, alteration or addition to said contract, or agreement, or of any feature
or ii80 Or items of performance required therein O[ thereunder shall in any manner affect the
obligations of the undersigned under this bond; and the surety does hereby waive notice of such
amendment, limitation of time for bringing action on this bond by the City, change, extension of
time, @|i8rGtiOD or addition to said CODt[@CL or agreement and of any feature or time Of
performance required therein U[thereunder.
WITNESS our hands this__day of . 20__.
By: Title:
Surety: By:
— Individual Partnership __. Corporation
__ Other, explain
SIGNATURES OF CONTRACTOR MUST BE ACKNOWLEDGED BEFORE A NOTARY
PUBLIC.
PLEASE ATTACH APPROPRIATE ACKNOWLEDGMENT FORMS
(|NO|V|OU/\L. PARTNERSHIP, CORPORATION, ETC.).
B-1
000usign Envelope ID:Cz3r1Or7-981O-428a-9A07-OCraO9F1OEor
Bond No.:
PAYMENT BOND
(Labor and Materials)
KNOW ALL PERSONS BY THESEPRESENTS that:
WHEREAS theCITY (name of City) (^Cihy) has awarded to
Gentry Brothers, Inc.
384 Live Oak Ave, Irwindale, CA 91706
(Name and address ofContractor)
("Principal"), G COnt[@CL (the ''COOL[GCL''\ for the VVO[k described GS fO||OVVS:
°HELLMAN AVENUE AND FERON BOULEVARD STORM DRAIN IMPROVEMENT
PROJECT"
WHEREAS, Principal is required under the terms of the Contract and the California Civil Code
to secure the payment of claims of laborers, rneohaninn, mnat8rio|nnRn' and other persons as
provided by law.
NOW THEREFORE, we, the undersigned Principal, and
(Name and address OfSurety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto City iD the penal sum Uf
/$ \. this amount being
not |eoo than one hundred percent (100%) of the total contract price, in |8vvfu| money of the
United States of America, for the payment of which SU0 well and truly to be made, we bind
UU[Se|V8S' our heirs, eXeCUtU[S. 8dDliOiSt[@iU[S' SUCCeSSO[S, and @SSigDS' 'OiOi|y and SeVer8||y'
firmly by these presents.
THE CONDITION C]F THIS OBLIGATION IS SUCH THAT, if the hereby bounded P[iOCip8|' his,
her or its heirs, executors, 8dnniniofr8[nnS, successors or assigns, or subcontractors oho|| fail to
pay any of the persons named in Section 9100 of the California Civil Code, or any amounts due
under the Unemployment Insurance Code with respect to work or labor performed under the
Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment
Development Department from the vv@geS Of employees of the Principal and SUbC0ntr8CL0rS
pursuant to Section 13O2Oof the Unemployment Insurance Code, with respect to work orlabor
performed under the Contract, the Surety will pay for the same inan amount not exceeding the
penal sum specified in this bond; otherwise, this obligation shall become null and void.
B-2
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
Payment Bond (continued)
This bond shall insure to the benefit of any of the persons named in Section 9100 of the California
Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon
the bond. In case the suit is brought upon this bond, Surety further agrees to pay all court costs
and reasonable attorneys' fees in an amount fixed by the court.
FURTHER, the Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, addition or modification to the terms of the Contract, or of the work
to be performed thereunder, or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any such change, extension of
time, alteration, addition, or modification to the terms of the Contract or to the work or to the
specifications thereunder. Surety hereby waives the provisions of California Civil Code Sections
2845 and 2849.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall
for all purposes be deemed an original hereof, have been duly executed by Principal and Surety,
on the date set forth below, the name of each corporate party being hereto affixed and these
presents duly signed by its undersigned representative(s) pursuant to authority of its governing
body.
Date:
"Principal" "Surety"
By: By:
Its Its
By: By:
Its Its
(Seal) (Seal)
Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and
evidence of the authority of any person signing as attorney-in-fact must be attached.
B-3
Docusign Envelope ID:C2371077-9910-429B-9A67-OCFB09F10EDF
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.
5/21/2025 1 5:54 PM PDT Gentry Brothers Inc.
Date em;actor)
�a.rlta.t, Gtan�V'y
By:
(Signa ure
Secretary/Treasurer and
Chief Executive Officer
(Title)
Atte signed by:
By.
( Ignature)
Vice President
(Title)
INS-1
Bond No.:K4196716A
Premium:$1,144.00
CONTRACT
FAITHFUL PERFORMANCE O
KNOW ALL MEN BY THESE PRESENT: THAT Gentry Brothers,Inc. as Principal,
and Federal Insurance Company as Surety, are held
and firmly bound unto the City of Rancho Cucamonga, hereinafter called City, in the just and full
amount of ** (Written)
$ 158,890.00 (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 19th day of Ma ,
2025. "One Hundred Fifty Eight Thousand Eight Hundred Ninety and 001100s Dollars
The condition of the foregoing obligation is such that,
WHEREAS, the above-named principal is about to enter into a contract with the City, whereby
said principal agrees to construct "HELLMAN AVENUE AND FERON BOULEVARD STORM
DRAI N IMPROVEMENT PROJECT'in accordance with the AGREEMENT dated ,
which said contract is hereby referred to and made a part hereof to the same extent as if the
same were herein specifically set forth;
NOW, THEREFORE, if the said principal shall well and truly do and perform all things agreed by
the principal in said contract to be done and performed, then this obligation is to be void;
otherwise it will remain in full force and effect;
PROVIDED, that for value received the undersigned stipulate and agree that no amendment,
change, extension of time, alteration or addition to said contract, or agreement, or of any feature
or item or items of performance required therein or thereunder shall in any manner affect the
obligations of the undersigned under this bond; and the surety does hereby waive notice of such
amendment, limitation of time for bringing action on this bond by the City, change, extension of
time, alteration or addition to said contract or agreement and of any feature or time of
performance required therein or thereunder.
WITNESS our hands this 4th day of June , 2025.
Gentry Brot ,Inc.
By: Title: t
u s, ey-in-Fact
Sur . ederal Insurance Company y:
Individual Partnership x Corpora '
® Other, explain
SIGNATURES OF CONTRACTOR MUST BE ACKNOWLEDGED BEFORE A NOTARY
PUBLIC.
PLEASE ATTACH APPROPRIATE ACKNOWLEDGMENT FORMS
(INDIVIDUAL_, PARTNERSHIP, CORPORATION, ETC.).
B-1
CALIFORNIA - I IL CODE§ 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document.
State of California )
County of Orange )
On before me, Adelaide C, Hunter, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Ryan Butterfas
ame(si of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/se/they executed the same in
his/her/their authorized cpcity(ies),and that by hi er/their signature(s)on the instrument the erson(s),
or the entity upon behalf of which the person(s)acted, executed the instrument.
certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
•> AoeulDE C.HUNTER
WITNESS my hand and official seal
Notary Public-California
Orange County
Commission#2506152 Signature
" My Comm.Expires Jan 23°2029
9 .,a. �...:. ..� .
Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration f the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Document Date.
Number of Pages: Signer(s) Other Than Named ove
c° (mes) Claimed by Signer(s)
Signer's Name: Signer'sName:
❑Corporate Officer — Title(s): 0 Corporate Officer — i l ( ):
❑ Partner — ®Limited 11 General Ej Partner — ❑Limited ❑General
El Individual El Attorney in Fact 0 Individual ❑Attorney in Fact
❑Trustee ❑Guardian or Conservator ❑Trustee C I Guardian or Conservator
❑Other: ❑ Other:
Signer Is Representing: Signer Is Representing:
@2014 National Notary Association •www.NationaiNotary.org • 1- 0- S NOTARY(1- 00- 7 - 27) Item#5907
Power of Attorney
Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
Know All by These Presents,that FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,PACIFIC INDEMNITY
COMPANY,a Wisconsin corporation,.WESTCHESTERFI INSURANCE COMPANY and ACE AMERICAN INSURANCE COM PANY corporations ofthe Commonwealth of Pennsylvania,
do each hareby constitute and appoint Ryan Butterfas,Linda D.Coats,Matthew J.Coats and Summer Reyes of Laguna Hills,
each as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behal€as surety thereon
or otherwise,bonds and undertakings and other writings obligatory In the natu re thereof(other than bail bonds)given or executed in the course of business,and any instruments
amenetIng or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations.
In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY
and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 12Tn day of April 2024.
Rupert HD Swindells 'stint S en
11'afTett Bkhhcwn,VicePr derit
*(0
)(D(D
.4
STATE OF NEW JERSEY
County ofHunterdon SS.
On this 12th day of April,2024 before me,a Notary Public of New Jersey,personally came Rupert HD Swindells and Warren Elchhorn,tome known to be Assistant Secretary and
Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and
ACE AMERICAN INSURANCE COMPANY,the companies which executed the foregoing Power of Attorney,and the said Rupert HD Swindells and Warren Eichhorn,being by me duly
sworn,severally and each for himself did depose and say that they are Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE
COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof,that the
seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies;and that their signatures as such officers were duly
affixed and subscribed by like authority.
Notarial Seal Alban Canturid —t
NOTARV 111.115140C Of NEW JERSElf
�tnTAgy Na ,6y
^trmtW mislors ra 0August 22,2=7
Netary
CERTIFICATION
Resolutions adopted by the Hoards of Directors Of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016;
WESTCHESTER FIRE INSURANCE COMPANY on December 11,2006;and ACE AMERICAN INSURANCE COMPANY on March 20,2009:
"RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,of bonds,undertakings,recognizances,contracts and other written commitments of the Company
entered into in the ordinary course of business(each a'written Gnnmltment"):
(1) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and onbehalfofthe Company,under the seat
of the Company or otherwise.
(2) _.Each duly appointed anorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalfof the Company,under the seal of the Company or otherwise,
to the extent that such action is authorized by the grant of powers provided for to such persores written appointment as such attorney-ln-fact,
(3) Each of the Chairman,the President and the Vice Presidents of the Company to hereby authorized,for and on behal f of the Company,to appoint to writing any person the attorney-in-
fact of the Company with full power and authority to execute,for and on behalf ofthe Company,under the seal ofthe Company or otherwise,such Written Commitments nftheCompany
as may be specified in such written appointment which specification may he by general type or class of Written Commitments or by specification of one or more particular Written
Commitments-
. (4) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized for and on behalf of the Company,to delegate in writing to any other officer of the
Company the authority to execute,for and on behalf of the Company,under the Company`s seal or otherwise,such Written Commitments of the Company as are specified in such written
delegation,whichspedficanon may be by general type or dam of Written Commitments or by specification of one or more particular Written Commitments.
(S) The signature of any officer or other person executiog any written Commitment or appointment or delegation pursuant to this Resolution,and the seat of the Company,may be affixed by
facsimile on such written Commitment or written appointment or delegation.
FURTHER RESOLVED,that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers,employees and other persons to act for and on behalf of the
Company,and such Resolution shall not limit or otherwise affed the exerdseof any such power or authority otherwise validly granted or vested'
1,Rupert HD Swindells,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMN ITY COMPANY,WEYMHESTER FIRE INSU RANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY(the"Companies"')do hereby certify that
' (I) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect,
(H) the foregoing Power of Attorney is true,correct and in full force and effect
Given under my hand and seals of said Companies at Whitehouse Station,N),this 4th day of June,2025.
' Rupert NO Swindells,Assi Seemnary
IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS FOND OR NOTIFY US OFANY OTHER MATTER PLEASE CONTACT US AT,
Tele hone goo 903<3443 Pax 90a 903.36S6 a-mail:sur ®chubb.rom
Combined:FED-VIG-PI-WFIC-AAIC(rev.1149'
L'alifornia Acknowledgment Form
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 SS.
County of Los Angeles
n June 9, 20a5w-_-__.---------- before me, It . Notary
Wayne Gentry __ ®®®®®e ire insert name and title o the o tcer) '
------- - - .,m. ---
ersnllre
who proved to me on the basis of satisfactory evidence to be the person( whose name(14 is/are is/are subscribed
to the within instrument and acknowledged to me that he executed the same in hisMOUr
u-thorized cape ), and that by his signature(s) a instrument the rso (s), r the entity
upon behalf of which the person(sf acted, executed the instrument,
l certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
Sea] ,WT ASS my hand and official seal
N. -
N ry Public•CaliforniaSignature of Notary
Las An les C
Commission#2360490
` My Comm,Expires Jun 9,2025
OptionalInformation
To help prevent fraud,iris recommended that you provide information about the attached document below
***This is not required under California State notary public law.***
Faithful Performance Bond-------_-_
Document Title: - e..,.n _- #of Pages: 1
Ndaa
City of Rancho Cucamonga-Hellman Avenue and Feron Boulevard Storm Drain Imp
02014 Golden State Notary,[ne www..Notary,net (888)263-1977
Bond No.: K4196716A
Premium included with performance bond
PAYMENT BOND
(Labor andMaterials)
KNOW ALL PERSONS BY THESE PRESENTS that
WHEREAS the CITY OF RANCHO CUCA ONGA (name of City) ("City") has awarded to
Gentry Brothers,Inc:
384 E.Live Oak Avenue,Irwindale,CA 91706
(Name and address of Contractor)
("Principal"), a contract(the"Contract) for the work described as follows:
"HELL MAN AVENUE ANDFE ON BOULEVARD STORM I IMPROVEMENT
PROJECT"
WHEREAS, Principal is required under the terms of the Contract and the California Civil Code
to secure the payment of claims of laborers, mechanics, materialmen, and other persons as
provided by law.
NOW THEREFORE, we, the undersigned Principal, and
Federal Insurance Company
515 South Flower St.,Suite 2100,Los Angeles,CA 90071
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto City in the penal sum of
One Hundred Fifty Eight Thousand Eight Hundred Ninety and 001100s Dollars($ 158.890.00 ), this amount being
not less than one hundred percent (100%) of the total contract price, in lawful money of the
United States of America, for the payment of which sum well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his,
her or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to
pay any of the persons named in Section 9100 of the California Civil Code, or any amounts due
under the Unemployment Insurance Code with respect to work or labor performed under the
Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment
Development Department from the wages of employees of the Principal and subcontractors
pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor
performed under the Contract, the Surety will pay for the same in an amount not exceeding the
penal sum specified in this bond; otherwise, this obligation shall become null and void.
B-2
Payment Band (continued'
This band shall insure to the benefit of any of the persons named in Section 9100 of the California
Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon
the bond. In case the suit is brought upon this bond, Surety further agrees to pay all court costs
and reasonable attorneys' fees in an amount fixed by the court.
FURTHER, the Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, addition or modification to the terms of the Contract, or of the work
to be performed thereunder, or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any such change, extension of
time, alteration, addition, or modification to the terms of the Contract or to the work or to the
specifications thereunder. Surety hereby waives the provisions of California Civil Code Sections
2845 and 2849.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall
for all purposes be deemed an original hereof, have been duly executed by Principal and Surety,
on the date set forth below, the name of each corporate party being hereto affixed and these
presents duly signed by its undersigned representative(s) pursuant to authority of its governing
body.
Date: June 4th,2025
"Principal 'Surety'
Gentry Brqthers, Federal Insurance Company
„u
By. y, �:
t 1 s ;.in-Fact,Ryan ButterFas
_ y: By:
Its Its
(Seal) (Seal)
Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and
evidence of the authority of any person signing as attorney-in-fact must be attached.
B-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT IL CODE§ 1189
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 }
n , before me, Adelaide C. Hunter, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Ryan Butterfas
Name(s)of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ re
subscribed to the within instrument and acknowledged to me that he/shelthey executed the same in
his/her/their authorized ccity(ies),and that by his/her/their signature(s)on the instrument theperson(s),
or the entity upon behalf of which the person(s)acted, executed the instrument.
certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
`= aDFiD C.auNrE WITNESSmy hand and official seal.
3 ; Notary Public•California
' orange county
Commission#2508152
signature
My Comm.Expires Jan 23. 2029 Signature of Notary Public
Place Notary Sear Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of AttachedDocument
Title or Type of Document: Document Date.
Number of Pages: Signer(s) Other Than Named Above:
Capacity(ees)Claimed y Signer(s)
Signer's me: __- Signer's Name:
❑ Corporate Officer — Title(s): 0 Corporate Officer — Titl (s):
❑Partner — ❑ Limited ❑General ❑ Partner — I❑Limited ❑General
❑ Individual ❑Attorney in Fact El Individual ❑Attorney in Fact
Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator
❑ her: ❑ her:
Signer IsRepresenting: Signer IsRepresenting:
*2014 National Notary Association •www.NationalNotary.org ® 1- -U5 NOTARY(1-800- 7 -6 27) ltem#5907
,
Power of Atto ey
Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
Know All by These Presents,that FEDERAL INSURANCE COMPANY,an Indiana corporation,VIGILANT INSURANCE COMPANY,a New York corporation,PACIFIC INDEMNITY
COMPANY,a Wisconsin corporation,WESTCHESTERF[ INSURANCE COMPANY and ACE AMERICAN INSU NCE COMPANY corporations ofthe Commonwealth of Pennsylvania,
doeach herebyconsdtute andappolnt Ryan Butterfas,Linda D.Coats,Matthew J.Coats and Summer Reyes of Laguna Hills,California--___—_—___________
each as their true and lawful Attorney-In-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon
or otherwise,bonds and undertakings and other writings obligatory in the natu re thereof(other than bail bonds)given or executed in the course of business,and any instruments
amending or altering the same,and consents to the modification or alteration of any instrument referred to in said bonds or obligations.
In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY
and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 12TH day of April 2024.
Rupert HOSwindells.AssistaintSitattrary Warren Eklihrxn,VicePresident
ISO(D(D(5 10(o(a(V C)
STATE OF NEW JERSEY
Countyof Hunterdon ss.
On this 120, day of April,2024 before me,a Notary Public of New Jersey,personally came Rupert HD Swindells and Warren Eichhorn,to me known to be Assistant Secretary and
Vice President,respectively,of FEDERAL I NSU RANCE COMPANY,VIGILANT I NSU RANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSU RANCE COMPANY and
ACE AMERICAN INSURANCE COMPANY,the companies which executed the foregoing Power of Attorney,and the said Rupert HD Swindells and Warren Eichhorn,being by me duly
sworn,severally and each for himself did depose and say that they are Assistant Secretary and Vice President,respectively,of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE
COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof,that the
seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of sold Companies;and that their signatures as such officers were duly
affixed and subscribed by like authority.
Notarial Seal Al
braes NOTARY PUBLIC Of NEW JERSEY
NO 502OZ369
�ra4roCarmadisslain Expires Amisuisti 222OZ7N Pu
CERTIFICATION
Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY on August 30,2016;
WESTCHESTER FIRE INSURANCE COMPANY on December 11,2006;and ACE AMERICAN INSURANCE COMPANY on March 2%2004:
'RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,of bonds,undertakings,recognizances,contracts and other written commitments of the Company
entered into in the ordinary course ofbusiness(each a'Written Commltment'y
(1) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment forand on behalf of the Company,under the seal
of the Company or otherwise
(2) --Eachdulyappointedattorney-to-factof the Companyis herebyauthortud toexecuteany Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise,
to the extent that such action Is authorized by the grant ofpowers provided for In such person°s written appointment as such attorney-In-fact.
(3) Each of the Chairman,the President and the Via Presidents of the Company is hereby authorized,for and on behalf ofthe Company,to appoint in writing any parson the attorney-
in-fact of the Company with full power and authorkytoexecute,for and on behalfofthe Company,under the seal of the Company or otherwise,such Written Commitments of the Company
as may be specified in such written appointment which specification may be by general type or class of Written Commitments or by specification of one or more particular Written
Commitments.
(4) "Each of the Chairman,the President and the vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to delegate In writing to any other officer of the
Company theauthority to execute,for and on behalf of the Company,under the Company's seal or otherwise,such Written Commitments ofthe Company as are specified In such written
.delegation,which specification may be by general typeor class of Written Commitments or byspedncationofoneor more particular Written Commitments.
(5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the Company,may be affixed by
facsimile on such Written Commitment or written appointment ordelegation.
FURTHER RESOLVED,that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officem employees and other persons to ad for and on behalf of the
Company,and such Resolution shall not limit or otherwise affect the exercise ofany such power or authority otherwise validly granted or vested.
I,Rupert HD Swindells,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,PACIFIC INDEMNITY COMPANY,WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY(the"Companies`)do hereby certify that
(I) the foregoing Resolutions adopted by the Board of Directors of the Companies are true,correct and in full force and effect,
(H) the foregoing Power of Attorney is true,correct and in full force and effect
Given under my hand and seals of said Companies at Whitehouse Station,NJ,this 4th day of June,2025.
' Rup@rt HO Swinde,4 AsshuntSeclie
IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OFTHIS BOND OR NOTIFY US OF ANY OTHER MATTER PLEASE CONTACT US AT:
Telephone 9001903.3493 Fax(4QBI4U3.3656 e-mail;:sureVe hubb.rom
Combined:FED-VIG°PI-wFIC-AAIC(rev 11.19)
California Acknowledgment Form
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 Los Angeles ss.
On June 9, 2oas---------------- before me, N. Smilh, of
personally appeared
Wayne Gentry--------------- ( ere insert name-andtitle of the o icer)-®®_
ho proved to me on the basis of satisfactory evidence to be the person( whose name is/are subscribed
to the within instrument and acknowledged to me that he executed the same in hisWaXAMr
au-thorized cot a s), and that by his signature(s) a instrument the per o (s), r 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.
Seal S y hand and official seal.
N.Si Signature of Notary
Not
Public• lifornia
' Lo11 An @I County
COmM1115110MM#2360490
AAy Comm, it Jun 4,20IS
OptionalI
To help prevent fraud,it is recommended that you provide information about the attached document below
***This is not required under California State notary public law***
Document Title: Payment Bond------------------------------ of Pages.
City of Rancho Cucamonga —Heilman Avenue and Feron BoulevardStorm Drain Imp
02014 Golden State Notary,Inc, www Notary.net (888)261 t'177