HomeMy WebLinkAboutCO 2025-023 - Gentry General Engineering, Inc
CITY OF RANCHO CUCAMONGA
PUBLIC WORKS SERVICES DEPARTMENT CONTRACT
GENTRY GENERAL ENGINEERING
FOR
LMD 2 STAMPED CONCRETE PROJECT
(PW 2025-106)
AWARD DATE: February 24, 2025
City of Rancho Cucamonga
CONTRACT NUMBER
2025-023
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
February 4, 2025
Alicia Sanchez
Gentry General Engineering
320 W. Tropica Rancho Rd.
Colton, CA 92324
(909) 957-1806
SUBJECT: REQUEST FOR OPEN MARKET PUBLIC WORKS BID
LMD 2 Stamped Concrete Project
Project No. PW 2025-106
Dear Alicia,
The City of Rancho Cucamonga invites your proposal for providing LMD 2 Stamped Concrete Project
within the City of Rancho Cucamonga. This is a request for an informal bid made pursuant to Public
Contract Code Section 22032(a) and R.C.M.C Section 3.08.110.B.1. Your proposal must be received in
the City’s Department of Public Works, attention: Steve Relph, 8794 Lion Street, Rancho Cucamonga,
CA, 91730, on or before 2:00 p.m. on Tuesday February 11, 2025. The City’s time stamp shall be
conclusive as to the date and time of receipt. Contractor assumes all risk of untimely or lack of receipt for
bids not personally and timely delivered as required above. Late bids will not be opened and will be
returned.
GENERAL SCOPE OF WORK: Contractor/bidder shall furnish all necessary labor, tools, materials,
appliances, and equipment to complete the Project as described in the Scope of Work and Service
requirements (“Work” or “Services”), including, but not necessarily limited to:
1. Coordination and management of the Services required, including review of the Project site,
improvement plans, specifications, and special provisions, if any.
2. Inspection of the Work on the Project before, during and/or after construction to ensure
conformance with Federal, State and City statutes, regulations, ordinances, guidelines,
applicable standards, specifications, plans, laws and accepted standard construction practices.
3. The keeping of proper records and reports, photographs, and videos, including but not limited
to, certifications of compliance, submittals, shop drawings, materials reports, and other related
documents received. Contractor shall deliver documents to the City when generated, prepared,
or received.
4. Designation of a person or persons fully qualified to perform the Services.
5. Attend any meetings that the City deems necessary.
6. Completion of LMD 2 Stamped Concrete Project per the specifications contained herein.
7. Performance of the Work in compliance with the Standard Plans for Public Works Construction,
Latest Edition with Supplements published by the American Public Works Association; the City
of Rancho Cucamonga Standard Drawings, Latest Edition, and the attached specifications, all
of which are hereby incorporated into this Request for Bid along with the agreement (if any)
that is awarded because of this request.
Any Scope of Services, Contingencies, Special Instructions and/or Terms and Conditions applicable to this
Proposal and any Purchase Order created thereafter, are also incorporated by reference herein, and shall
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
be effective as of the issue date of Purchase Order (the “Effective Date”), and shall remain in full force and
effect until one hundred eighty days after (i) the filing of a notice of completion; or (ii) City has accepted
the Work in writing and has made final payment if a notice of completion is not required to be filed; unless
sooner terminated by the City.
LABOR CODE COMPLIANCE
The Work and Services constitute a public work requiring payment of prevailing wages and compliance
with other provisions of the California Labor Code, as set forth in the attached document entitled “California
Labor Code Compliance.”
LICENSES: At the time of submitting a bid (or contract award if the Project is federally funded), and at all
times during the term of the Agreement if awarded, Contractor shall possess a current, valid Class C-8
Concrete Contractor, License in accordance with the provisions of the Contractor's License Law
(California Business and Professions Code, Section 7000, et seq.) and rules and regulations adopted
pursuant thereto.
Pursuant to Section 7028.15 of the California Business and Professions Code, the Contractor ’s State
contractor’s license number shall be set forth on the bid, together with the expiration date, and the bid shall
be signed by the Contractor declaring, under penalty of perjury, that the information being provided is true
and correct.
SUBCONTRACTORS: In the bid, the Contractor shall list the name, business address, the California
contractor license number, and public works contractor registration number issued pursuant to Section
1725.5 of the Labor Code, of each subcontractor who will perform work or labor or render service to the
bidder in or about the construction of the Work or improvement, or a subcontractor licensed by the State
of California who, under subcontract to the Contractor, specially fabricates and installs a portion of the
work or improvement according to detailed drawings contained in the plans and specifications, in an
amount in excess of one-half of 1 percent of the Contractor’s total bid or, in the case of bids or offers for
the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the
Contractor’s total bid or ten thousand dollars ($10,000), whichever is greater. The Contractor 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.
INSURANCE: If awarded, the Contractor shall not commence work under the contract until the Contractor
has obtained all insurance described and set forth in the attached form of Agreement.
BONDS: If the contract amount exceeds $25,000, California Civil Code Section 9550 requires the
Contractor to provide a payment bond in 100% of the contract amount. If the contract amount is $25,000
or less, the City does not require the foregoing payment bond.
If the contract amount exceeds $25,000, a performance bond in 100% of the contract amount is required.
If the contract amount is $25,000 or less, the City does not require the foregoing performance bond.
AWARD OF CONTRACT: The City will evaluate bids received utilizing any lawful method of scoring. Price
may or may not be the primary selection factor. If awarded, an agreement will be awarded based on the
bid determined to be the most beneficial to the City. The City shall be the sole judge in the ranking process
utilized in making such determination. The City reserves the right, in its sole discretion, to reject any or all
bids, to withdraw this Request for Public Work Bid at any time prior to any award, and to waive any
irregularity in any bid. The City shall not be liable for any costs incurred in preparing and submitting any
bid. If a contract is awarded, then, as a condition of the award, the Contractor shall execute the attached
form of agreement (“Agreement”) and provide insurance coverage in the form and limits set forth in the
Agreement.
CITY BUSINESS LICENSE: The Contractor must have a City Business License as a condition of being
awarded a City contract.
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
COMMENCEMENT OF WORK: Unless otherwise specified in writing, no materials may be ordered, or
work completed prior to the issuance of a written Notice to Proceed by the City.
LIQUIDATED DAMAGES: Liquidated damages are applicable to this procurement. The Contractor agrees
to enter into the Agreement within the earlier of fifteen (15) days from the date the City gives public notice
of award of the contract or upon written notice to the Contractor by City after the fifteen (15) days.
Thereafter, Contractor shall complete the work within 30 working days from the date specified in the City’s
written Notice to Proceed served on the Contractor. The Contractor agrees to the assessment of liquidated
damages in the amount of Two-Hundred Dollars ($200.00) for each calendar day the work remains
incomplete beyond the completion date. City may deduct the amount of any assessed liquidated damages,
from any monies due or that may become due the Contractor under the contract. Progress payments made
after the scheduled date of completion shall not constitute a waiver of liquidated damages.
CONTRACTOR'S LIABILITY: Contractor shall indemnify, defend, and hold the City of Rancho
Cucamonga and its elected officials, officers, agents, and employees free and harmless in accordance
with the indemnity set forth in the Agreement.
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.
CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the material and doing
the prescribed Work per the NOT-TO-EXCEED unit prices and/or lump sum, as applicable, set forth in
Contractor's bid.
SUBMISSION: Contractor may submit bids in a sealed envelope or via email attachment provided bids
are appropriately signed. The envelope shall be marked, or email subject shall be titled “Bid - City of
Rancho Cucamonga” and the name of the Project. The Contractor shall also include a description of the
Contractor’s qualifications relevant to the required Work. Experience working with local public agencies is
a must. Having an office within a 30-mile radius of the City is preferred. Contractor shall also include a
signed acknowledgement of receipt of any addendum(s) to the Request for Public Works Bid issued prior
to the bid submission deadline.
The City shall not be liable for any costs incurred in preparing and submitting any bid, whether a contract
is awarded. Furthermore, the City reserves the right to reject any or all bids without liability for any costs.
Any bid may be withdrawn prior to the date and time set for receipt of bids. Unless timely withdrawn, all
bids will become the property of the City and will be subject to public review pursuant to the California
Public Records Act, regardless of any marking thereon, such as “confidential”, “trade secret”, etc.
If you have any questions, please contact the undersigned at 1-909-774-4116 or email at
Steve.Relph@CityofRC.us.
Sincerely,
PUBLIC WORKS SERVICES
Steve Relph
Maintenance Supervisor
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Attachments:
(1) Bid Proposal Form
(2) Contract Agreement
(3) Specifications
(4) California Labor Code Compliance
(5) Non-Collusion Declaration
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Bidder Name & CSLB No.
P-1
BID PROPOSAL FORM
FOR
" LMD 2 Stamped Concrete 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 information, and hereby proposes and agrees, if this proposal is accepted, to
furnish all material and equipment to 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
No. Description Qty. Unit Unit Price Price
1.Excavate and Construct 4” PCC Stamped
Concrete per attached specifications. NEC/o
Ellena East and Baseline 584 SF
2.Excavate and Construct 4” PCC Stamped
Concrete per attached specifications. NWC/o
Ellena East and Baseline 464 SF
3.Excavate and Construct 4” PCC Stamped
Concrete per attached specifications. NS/o
Baseline @ Mtn. View 846 SF
4.Excavate and Construct 4” PCC Stamped
Concrete per attached specifications. NEC/o
Ellena West and Baseline 639 SF
TOTAL AMOUNT IN NUMBERS: _______________________________________________________________
TOTAL AMOUNT IN WORDS:__________________________________________________________________
$19.40 $11,329.60
$19.40 $9,001.60
$19.40 $16,412.40
$19.40 $12,396.60
$49,140.20
forty-nine thousand one hundred forty dollars and twenty cents
Gentry General Engineering, Inc. 974279
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Bidder Name & CSLB No.
P-2
Bidder Information for LMD 2 Stamped Concrete Project
Company Name:
Company Address:
CSLB No:
DIR No:
Telephone No:
Email Address:
Web Address:
Authorized Representative (Print):
Title:
Signature: Date:
Vendor routing for contract signatures via DocuSign
Name Title Email
Gentry General Engineering, Inc.
974279
1000024189
gentrygeneral@gmail.com
Brenton Gentry
320 W Tropica Rancho Rd. Colton, Ca 92324
909.330.1128
President/CEO
Brenton Gentry President/CEO gentrygeneral@gmail.com
Gentry General Engineering, Inc.974279
February 6, 2025
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Bidder Name & CSLB No.
C-1
AGREEMENT
This Agreement (“Agreement”) is made and entered into as of the date executed by the City Clerk and the
City Manager, by and between Gentry General Engineering, a Concrete Contractor hereinafter referred
to as the "Contractor", and the City of Rancho Cucamonga, California, hereinafter referred to as "City."
WHEREAS, pursuant to the Request for Open Market Public Works Bid, bids were received on or before
the date specified in said notice; and
WHEREAS, City did accept the bid of Contractor; and
WHEREAS, City has authorized the City Manager, or designee, to enter into certain written contracts for
furnishing labor, equipment, and material for the construction of Public Works.
NOW THEREFORE, in consideration of the mutual covenants herein contained, it is agreed:
1. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools, materials,
appliances, and equipment for and do the work necessary to satisfactorily complete the “LMD 2
Stamped Concrete Project.” The foregoing work (“Work”) shall be performed in accordance with
the provisions of this Agreement, specifications and standards referenced in Section 2 of this
Agreement and those on file in the office of the City Engineer, and in accordance with bid prices
hereinafter mentioned and with the instructions of the City Engineer. The Work shall be performed
in compliance with any and all applicable local, State, and federal laws, statutes, and regulations.
2. CONTRACT DOCUMENTS: The documents, specifications, and standards referenced in Section
1, above, the Request for Open Market Public Works Bid dated February4, 2025 and any
addendums thereto, the Standard Plans for Public Works Construction, Latest Edition, with
Supplements published by the American Public Works Association; the City of Rancho Cucamonga
Standard Drawings, Latest Edition, and any and all other provisions, instructions, specifications,
and plans referenced therein and/or attached hereto, and the Contractor’s bid, all of which are
incorporated by reference herein, together with this Agreement, shall constitute the entire
agreement between the parties. This Agreement is intended to require a complete and finished
piece of work and anything necessary to complete the work properly and in accordance with the
law and lawful governmental regulations shall be performed by the Contractor whether set out
specifically in the contract or not. Should it be ascertained that any inconsistency exists between
the individual documents described and this written agreement, the provisions of this Agreement,
then the Request for Open Market Public Works Bid, shall control.
3. LIQUIDATED DAMAGES: Liquidated damages apply to this Agreement. The Contractor agrees to
the assessment of liquidated damages in the amount of Two Hundred Dollars ($200.00) for each
calendar day the Work remains incomplete beyond the expiration of the completion date. City may
deduct the amount thereof from any monies due or that may become due the Contractor under this
Agreement. Progress payments made after the scheduled date of completion shall not constitute a
waiver of liquidated damages.
4. INSURANCE: The Contractor shall not commence work under this Agreement until Contractor has
obtained all insurance required hereunder in a company or companies acceptable to City nor shall
the Contractor allow any subcontractor to commence work on a subcontract until all insurance
required of the subcontractor has been obtained. The Contractor shall take out and maintain at all
times during the life of this contract the following policies of insurance:
Gentry General Engineering, Inc.974279
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Bidder Name & CSLB No.
C-2
a. Workers Compensation Insurance: Before beginning work, the Contractor shall furnish to the
Engineer a certificate of insurance as proof that it has taken out full compensation insurance
for all persons whom it 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 Agreement. The policy
shall be endorsed to waive the right of subrogation.
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 and/or any subcontractor in performing the Work provided
for herein, insurance with the following minimum limits and coverage:
(1) Commercial General Liability - Bodily Injury (not auto) $2,000,000 each person;
$2,000,000 each accident.
(2) Commercial General Liability - Property Damage (not auto) $1,000,000 each accident;
$2,000,000 aggregate.
(4) Automobile (any auto) - Bodily Injury $2,000,000 each person; $3,000,000 each
accident.
(5) Automobile (any auto) - 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 an A.M. Best
Company Rating Guide rating of not less than A:VII;
(2) Name as additional insureds the City, its elected officials, officers, volunteers, agents
and employees, and any other parties specified in the bid documents to be so included;
(3) Specify it acts as primary insurance and that no insurance held or owned by the
designated additional insured shall be called upon to cover a loss under said policy.
(4) Contain a clause substantially in the following words:
"It is hereby understood and agreed that this policy may not be canceled, nor the amount
of the coverage thereof reduced until thirty (30) days after receipt by City of a written
notice of such cancellation or reduction of coverage as evidenced by receipt of a
registered letter."
(5) Otherwise, be in form satisfactory to City.
Gentry General Engineering, Inc.974279
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Bidder Name & CSLB No.
C-3
(6) Waives all right of subrogation against the additional insureds in the policy of insurance
provided for in paragraph "b." by reason of any claim arising out of or connected with
the operations of Contractor or any subcontractor in performing the Work provided for
herein;
(7) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof
given to City by registered mail.
e. The Contractor shall at the time of the execution of this Agreement present the original
policies of insurance required in paragraphs "a." and "b." hereof or present a certificate and
original endorsements of the insurance company, showing the issuance of such insurance,
and the additional insureds and other provisions required herein.
5. LABOR CODE COMPLIANCE: At all times herein, the Contractor shall comply with all applicable
provisions of the California Labor Code including those set forth in the attachment hereto marked
“CALIFORNIA LABOR CODE COMPLIANCE.”
6. CONTRACTOR'S LIABILITY: The City of Rancho Cucamonga and its elected officials, officers,
agents and employees shall not be answerable or accountable in any manner for any loss or
damage that may happen to the work or any part thereof, or for any of the materials or other things
used or employed in performing the work; or for injury or damage to any person or persons, either
workers, employees of the Contractor, his subcontractors, or the public, or for damage to adjoining
or other property, from any cause whatsoever arising out of or in connection with the performance
of the Work. The Contractor shall be responsible for any damage or injury to any person or property
resulting from defects or obstructions or from any cause whatsoever, except the sole negligence
or willful misconduct of the City, its employees, servants, or independent contractors who are
directly responsible to City during the progress of the Work or at any time before its completion and
final acceptance.
To the maximum extent permitted by law, the Contractor will indemnify, defend, and hold the City,
its elected officials, officers, employees, volunteers, and agents serving as independent contractors
in the role of City officials (“Indemnitees”), free and harmless with respect to any and all actions,
claims, damages to persons or property, stop notices, penalties, obligations, and/or liabilities that
may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other
organization, arising out of or incurred in connection with the Work, Services, operations, acts,
omissions, or activities of the Contractor, its owners, agents, employees, subcontractors, and/or
invitees, whether or not there is concurrent passive or active negligence on the part of any of the
Indemnitees, but excluding such actions, claims, damages to persons or property, penalties,
obligations, or liabilities arising from the sole negligence or willful misconduct of any of the
Indemnitees, 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
any of the Indemnitees covering such claims, damages, penalties, obligations, and liabilities
arising out of or in connection with the 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 Indemnitees harmless therefrom.
Gentry General Engineering, Inc.974279
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Bidder Name & CSLB No.
C-4
c. In the event any of the Indemnitees 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 or any of the Indemnitees in such
action or proceeding together with reasonable attorneys' fees.
So much of the money due to the Contractor under and by virtue of this Agreement 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 provided above.
7. MANDATORY TERMS:
a. The City shall pay Contractor for its services in accordance with the agreed-upon rates as set
forth in Section 9, described in Exhibit “A” and incorporated herein by this reference. Pursuant
to Public Contract Code Section 20104.50, the City shall make any progress payment within
thirty (30) days after receipt of an undisputed and properly submitted payment request from
Contractor. Upon receipt of a payment request, the City shall review the payment request as
soon as practicable to determine whether the payment request is proper, and if any payment
request is determined not to be suitable for payment, the City shall return the payment request
to the Contractor as soon as practicable, but not later than seven (7) days after receipt, with
a document setting forth in writing the reasons why the payment request is not proper.
b. In the event of any dispute or controversy with the City over any matter whatsoever, the
Contractor shall not cause any delay or cessation in or of Work but shall proceed with the
performance of the Work in dispute. The Contractor shall retain any and all rights provided
that pertain to the resolution of disputes and protests between the parties. The Disputed Work
will be categorized as an “unresolved dispute” and payment, if any, shall be as later
determined by agreement or a court of law. The Contractor shall keep accurate, detailed
records of all Disputed Work, claims and other disputed matters. All claims arising out of or
related to the Contract Documents or this Project, and the consideration and payment of such
claims, are subject to the Government Claims Act (Government Code Section 810 et seq.)
with regard to filing claims. All such claims are also subject to the dispute procedures set forth
in Public Contract Code Section 9204 and Public Contract Code Section 20104, et seq.
(Article 1.5), to the extent each is applicable. This Contract hereby incorporates those
provisions as though fully set forth herein. Thus, the Contractor or any Subcontractor must
file a claim in accordance with the Government Claims Act as a prerequisite to filing a
construction claim in compliance with Section 9204 and Section 20104 et seq. (if applicable),
and must then adhere to Section 20104, et seq. and Section 9204, as applicable, pursuant to
the definition of “claim” as individually defined therein.
c. Pursuant and subject to Public Contract Code Section 22300, the substitution of securities for
any moneys withheld by the City to ensure performance under a contract is permitted.
d. The City or its representative shall have the option of inspecting and/or auditing all records
and other written materials used by Contractor in preparing its billings to the City as a
condition precedent to any payment to Contractor. Contractor will promptly furnish documents
requested by the City. Additionally, pursuant to Government Code Section 8546.7, if this
Agreement involves the expenditure of public funds in excess of ten thousand dollars
($10,000), Contractor shall be subject to State Auditor examination and audit at the request
of the City or as part of any audit of the City, for a period of three (3) years after final payment
under this Agreement.
Gentry General Engineering, Inc.974279
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Bidder Name & CSLB No.
C-5
e. Pursuant to Public Contract Code Section 7103.5, Contractor offers and agrees to assign to
the City all rights, title, and interest in and to all causes of action it may have under Section 4
of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing
with Section 16700) of Part 2 of Division 7 of the California Business and Professions Code)
arising from purchases of goods, services, or materials pursuant to the Agreement. This
assignment shall be made and become effective at the time the City tender’s final payment
to Contractor without further acknowledgment by the parties.
f. Pursuant to Public Contract Code Section 9201, the City has full authority to compromise or
otherwise settle any claim relating to this Contract at any time. The City shall timely notify
Contractor of the receipt of any third-party claim relating to the Contract. The City shall be
entitled to recover its reasonable costs incurred in providing the notification required by Public
Contract Code Section 9201(b).
8. 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.
9. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the material
and satisfactorily performing the Work, the unit and/or lump sum prices, as applicable, set forth in
the Contractor's bid.
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 #:
Contractor:
Address:
By:
Signature Name &Title
Date:
By:
Signature Name &Title
Date:
CITY OF RANCHO CUCAMONGA, CALIFORNIA
By:
Neil Plummer, Public Works Director
Date:
Gentry General Engineering, Inc.974279
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Brenton Gentry
2/25/2025 | 11:16 AM PST
President & CEO
320 West Tropica Rancho Rd Colton CA 92324
Gentry General Engineering Inc
974,279.00
2/25/2025 | 3:17 PM PST
Bidder Name & CSLB No.
C-6
Contractor's Business Phone Number: ___________________________________________________.
Emergency Name and Phone Number at which Contractor can be reached at any time: ____________
__________________________________________________________________________________
909.330.1128
Brenton Gentry 909.330.1128
Gentry General Engineering, Inc.974279
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
LC-1
SPECIFICATIONS
General
• Any variance from the standard drawings shall be requested in writing from the Public Works Services
Director (or his agent) prior to implementation. Variances in materials will require submittal a
minimum of one week prior to installation and delivery.
• The project start date will be an agreed update in writing between the contractor and the City. A
written notice to proceed will be issued prior to the agreed upon date.
• The contractor will have 30 working days to complete this project. Working days are Monday – Friday
non-holiday from 7:00am – 4:00pm. Construction work exceeding 30 days without a valid reason and
a written extension could be subject to Liquidated Damages at the cost of $200 per day.
• If the contractor wishes to work on Saturday, Sunday, or a holiday, prior written approval from the
Public Works Services Director (or his agent will be required).
• Materials, equipment, signs, cones, etc. shall be cleaned-up at the end of each workday. All hazards
shall be properly delineated, and sidewalks/roadways kept clear.
• Workers on this project will be required to wear a class III safety vest when working on this project.
• Open Market Bids such as this shall not exceed $75,000. This means the maximum amount that can
be spent on this project is $75,000.
• When the project is complete, a notice of completion will be sent to the contractor.
Traffic Control
A traffic control permit may be required for some areas of this project. These no-fee permits must be
approved by Engineering prior to construction. Contractor shall provide and install barricades,
delineators, advanced warning devices, and construction signs in accordance with the current California
Joint Utility Traffic Control Manual published the California Inter-Utility Coordinating Committee, The
Work Area Traffic Control Handbook (WATCH) and the current Cal Trans Manual of Traffic Controls for
Construction and Maintenance Work Zones unless otherwise approved by the Engineer. All personnel
working on the median shall wear an approved class III vest.
Work Schedule
Work hours are 7:00am – 4:00pm Monday – Friday Non-Holiday. No work, or delivery of materials are to
be performed on Saturday, or Sunday. Saturday can be arranged, if necessary, with pre-approval from
City Public Works Director, or his agent.
Dumping of unwanted soil and debris
The contractor is responsible for the legal disposal of removed soil and debris. With prior approval, the
contractor may dump soil and debris from this project at the City Yard transfer site located at 8794 Lion
Street, Rancho Cucamonga CA 91730.
Irrigation Equipment
• Contractor will be required to properly cap off laterals where required and remove heads. All
removed heads shall be returned to the City.
• Once everything is capped as required, the City will test the adjacent irrigation to make sure there
are no leaks or wire breaks and verify that the remaining irrigation is in good working order prior to
any hardscape installation.
• Valve boxes in hardscape shall be set to finish grade. All damaged and/or worn valve boxes in the
new hardscape shall be replaced unless approved (in writing) by the Public Works Services
Director (or his agent) prior to hardscape installation.
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
LC-2
Root Pruning & Tree Buffer Zone
Any root pruning required on this job that is within five (5) feet of the trunk or for any reason could
weaken the tree and present a future hazard will require an inspection by City staff. Unless authorized in
writing, by City staff, a five (5) foot buffer zone shall be maintained next to all trees on this project.
Sidewalk Specifications
4” Sidewalk replacement shall be removed and replaced per City of Rancho Cucamonga Standard
Drawing # 103.
Flatwork Specifications
City of Rancho Cucamonga Standard Drawing # 103
Header Specifications
City of Rancho Cucamonga Standard Plan # 534
Stamped Concrete Specifications
• The City will provide the Matcrete River Rock stamps until the Contractor can provide their own.
• Please contact PW Staff to retrieve the Matcrete River Rock Stamps
• Contractor will need to provide their own Grout Wheel, S-Tool Set, Impact Tamper and Releasing
Agent (liquid)
• Release Agent (liquid) must be applied before use on stamps and concrete.
• Finished Concrete will remain at its natural color.
• Stamps will need to be cleaned after every use.
• Stamps will need to be returned to PW Staff when Contractor can provide their own or after work
is completed.
• Any damaged stamps provided by the City, will need to be replaced by the Contractor.
GUIDE SPECIFICATION
SECTION 03360
CONCRETE FINISHES
DRY-SHAKE COLORED HARDENER
[STAMPED/IMPRINTED CONCRETE PAVEMENT]
PART 1 - GENERAL
SUMMARY
A. Drawings and general provisions of Contract, including General and Supplementary Conditions and
Division 1 Specification sections, apply to Work of this Section.
B. Section Includes:
Dry-shake colored hardener applied to [slabs-on-grade,] [sidewalks,] [driveways,] [patios,] [roads,] [parking
lots,] [_______,] [and] [other exterior concrete pavements].
1. [Stamping/Imprinting.]
2. Curing of colored [and imprinted] concrete.
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
LC-3
C. Related Sections:
Division 3 Section "Cast-In-Place Concrete for general applications of concrete [and for cementitious or epoxy
mortar, underlayments, or toppings].
1. Division 7 Section "Joint Sealants" for colored sealants for joints.
1.2 REFERENCES
A. American Concrete Institute (ACI):
ACI 301 "Specification for Structural Concrete for Buildings."
1. ACI 302 IR "Recommended Practice for Concrete Floor and Slab Construction."
2. ACI 303.1 "Standard Specification for Cast-In-Place Architectural Concrete."
3. ACI 304 "Recommended Practice for Measuring, Mixing, Transporting and Placing of Concrete."
4. ACI 305R "Recommended Practice for Hot Weather Concreting."
5. ACI 306R "Recommended Practice for Cold Weather Concreting."
B. American Society of Testing and Materials (ASTM):
ASTM C309 "Standard Specifications for Liquid Membrane-Forming Compounds for Curing Concrete."
1. ASTM C494 "Standard Specification for Chemical Admixtures for Concrete."
1.3 SUBMITTALS
Product Data: Submit manufacturer’s complete technical data sheets for the following:
1. Dry-shake colored hardener.
2. [Powder antiquing release agent] or [Liquid clear release agent.]
3. Imprinting/Texturing tools.
4. Curing compound.
B. Design Mixes: For each type of concrete.
C. Samples for Initial Selection: Manufacturer's color charts showing full range of colors available.
D. Qualification Data: For firms indicated in "Quality Assurance" Article, including list of completed projects.
1.4 QUALITY ASSURANCE
Manufacturer Qualifications: Manufacturer with 10-years experience in manufacture of specified products.
A. Installer Qualifications: An installer with [5-] [________] years experience with work of similar scope and
quality.
B. Comply with the requirements of ACI 301.
C. Obtain each specified material from same source and maintain high degree of consistency in workmanship
throughout Project.
D. Notification of manufacturer's authorized representative shall be given at least 1-week before start of Work.
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
LC-4
E. Colored Concrete [Mockups] [Field Samples]:
Provide under provisions of Division 1 Section ["Quality Control."] [________.]
1. At location on Project selected by [Architect] [Landscape Architect] [Engineer], place and finish
[10 feet by 10 feet (3 by 3 m)] [4 feet by 4 feet (1.2 by 1.2 m)] [________] area.
2. Construct [mockup][sample panel] using processes and techniques intended for use on permanent
work, including curing procedures. Include samples of control, construction, and expansion joints in
sample panels. [Mockup] [Field sample] shall be produced by the individual workers who will perform
the work for the Project.
3. Accepted [mockup] [field sample] provides visual standard for work of Section.
4. [Mockup] [Field sample] shall remain through completion of the work for use as a quality standard for
finished work.
5. Remove [mockup] [field sample] when directed.
1.5 DELIVERY, STORAGE, AND HANDLING
Deliver products in original factory unopened, undamaged packaging bearing identification of product, manufacturer,
batch number, and expiration data as applicable.
A. Store the product in a location protected from damage, construction activity, and precipitation in strict
accordance with the manufacturer's recommendations.
1.6 PROJECT CONDITIONS
Schedule placement to minimize exposure to wind and hot sun before curing materials are applied.
A. Avoid placing concrete if rain, snow, or frost is forecast within 24-hours. Protect fresh concrete from
moisture and freezing.
B. Comply with professional practices described in ACI 305R and ACI 306R.
1.7 PRE-JOB CONFERENCE
One week prior to placement of concrete, a meeting shall be held to discuss the Project and application methods.
A. It is suggested that the [Architect,] [Landscape Architect,] [Engineer,] General Contractor, [Construction
Manager,] Subcontractor, Ready-Mix Concrete Representative, and a Manufacturer's Representative be
present.
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
LC-5
PART 2 - PRODUCTS
ACCEPT ABLE MANUFACTURER
A. MATCRETE; 1495 Hudson Avenue, Ontario, California 91761, USA. Toll Free: (800) 777-7063. Tel: (909)
635-0160. Fax: (909) 635-0165. Email: info@matcrete.com.
Web: www.matcrete.com.
2.2 MATERIALS
Dry-Shake Colored Hardener: MATCRETE Dustone Color Hardener™; factory proportioned, mixed, and packaged,
ready-to-use surface hardener.
A. [Stamping/Imprinting Tools and Materials:] MATCRETE Decorative Concrete Stamps™.
B. [Powder Antique Release Agent:] MATCRETE Dustone Antique Release Agent™. Release agent shall
be compatible with stamping/imprinting tools and with dry-shake colored hardener.
C. [UV-Sealer:] MATCRETE Diamond Seal™ Lacquer Sealer. Sealer shall be compatible with powder
antique release agent.
2.3 COLORS [AND PATTERNS]
Dry-Shake Color Hardener
1. Color as selected by [Architect] [Landscape Architect] [Engineer] from MATCRETE Dustone Color
Chart.
2. Custom color as selected by [Architect] [Landscape Architect] [Engineer].
B. [Imprinting patterns as selected by [Architect] [Landscape Architect] [Engineer] from MATCRETE
Decorative Concrete Stamps™ Pattern Bulletins.]
C. [Powder Antique Release Agent:] Color as selected by [Architect] [Landscape Architect] [Engineer] from
MATCRETE Dustone Color Chart.
2.4 CONCRETE MIX DESIGN
Minimum Cement Content: [5] [________] sacks per cubic yard of concrete.
A. Slump of concrete shall be consistent throughout Project at 4-inches or less. At no time shall slump exceed
5-inches. [If super plasticizers are allowed, slump shall not exceed 8-inches.]
B. Do not add calcium chloride to mix as it causes mottling and surface discoloration.
C. Supplemental admixtures shall not be used unless approved by manufacturer.
D. Do not add water to the mix in the field.
E. Maximum air content shall not exceed 5 percent.
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
LC-6
PART 3 - EXECUTION
CONCRETE PLACEMENT
A. Move concrete into place with square-tipped shovels or concrete rakes.
B. Vibrators, when used, shall be inserted and withdrawn vertically.
C. Concrete shall be struck to specified level with wood or magnesium straight edge or mechanical vibrating
screed.
D. The concrete surface shall be further leveled and consolidated with highway magnesium straight edge
and/or magnesium bull float.
E. Mechanically float concrete surfaces as soon as concrete surface has taken its initial set and will support
weight of a power float machine equipped with float shoes or combination blades and operator.
3.2 INSTALLATION
Apply 2/3 of dry-shake color hardener at specified application rate to freshly floated concrete surface. Bleed water
shall not be present during or following application of first and second shake.
A. Do not throw dry-shake material; distribute evenly by hand.
B. As soon as dry-shake material has absorbed moisture, indicated by uniform darkening of surface,
mechanically float concrete surface a second time, just enough to bring moisture from base slab through
dry-shake color hardener.
C. Immediately following second floating, apply remaining 1/3 of specified application rate. If applied by hand,
broadcast in opposite direction of first application for a more uniform coverage. If a mechanical spreader
is used, apply the same manner as previously described.
D. As soon as dry-shake material has absorbed moisture, mechanically float concrete surface a third time.
E. Do not add water to the surface.
F. Monitor concrete set time carefully. When concrete is set adequately to support worker's weight, broadcast
powder antique release agent evenly over the slab surface at the rate of approximately 3 to 4 pounds per
100 square feet.
G. Begin imprinting operations immediately after applying powder antique release agent.
H. After the imprinted concrete surface has hardened sufficiently, the remaining unembedded antique release
agent should be removed to the degree desired, using high-pressured water, by scrubbing or by buffing.
3.3 CURING
Imprinted concrete should be cured at least 28 days, prior to application of sealer.
A. As soon as possible after antique release has been removed and after moisture content of concrete is low
enough that alkali and other salts do not become trapped beneath sealer, normally a minimum of 28 days
after placement, apply 2-coats of MATCRETE Diamond Seal™ Lacquer Sealer or specified sealer
according to manufacturer’s written instructions. Note that sealers may intensify actual color appearance
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
LC-7
and make surfaces slightly slippery. When used in areas subject to deicing salts or chemical attack, provide
a protective waterproof sealer.
B. There should be no free water on the surface at time of application.
3.4 PROTECTION OF FINISHED WORK
Protect finish work under provisions of Division 1 Section ["Temporary Facilities and Controls."] [________.]
A. Prohibit foot or vehicular traffic on the newly imprinted concrete surface.
B. Barricade area to protect newly imprinted concrete.
C. Protect floor surface from damage until final inspection and acceptance by Owner.
3.5 SCHEDULE
Refer to Room Finish Schedule for locations of specified floor finish.
3.6 APPLICATORS
A. For a list of qualified contractors, contact MATCRETE; 1495 Hudson Avenue, Ontario, California 91761,
USA. Toll Free: (800) 777-7063. Tel: (909) 635-0160. Fax: (909) 635-0165. Email: info@matcrete.com.
Web: www.matcrete.com.
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
LC-8
Example of River Rock Stamped Concrete
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
LC-9
CALIFORNIA LABOR CODE COMPLIANCE
1. Contractor acknowledges that this contract is subject to the provisions of Division 2, Part 7, Chapter
1 (commencing with Section 1720) of the California Labor Code relating to public works and the
awarding public agency (“City”) and agrees to be bound by all the provisions thereof as though set
forth in full herein.
2. This is a public work and requires the payment of prevailing wages for the work or craft in which
the worker is employed for any public work done under the contract by Contractor or by any
subcontractor pursuant to Section 1771 of the Labor Code. Pursuant to the provisions of Section
1773 of the Labor Code of the State of California, the City has obtained the general prevailing rate
of per diem wages and the general rate for holiday and overtime work in this locality for each craft,
classification, or type of workman needed to execute this contract from the Director of the
Department of Industrial Relations. These rates are on file with the City Clerk or may be obtained
at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm.
3. Copies may be obtained at cost at the City Clerk's office. Contractor shall post a copy of such wage
rates at the job site and shall pay the adopted prevailing wage rates as a minimum. Contractor shall
comply with the provisions of Sections 1775, 1776, 1777.5, 1777.6, and 1813 of the Labor Code.
Pursuant to the provisions of 1775 of the Labor Code, Contractor shall forfeit to the City, as a
penalty, not more than $200.00 for each calendar day, or portion thereof, for each laborer, worker,
or mechanic employed, paid less than the stipulated prevailing rates for any work done under this
contract, by him or by any subcontractor under him, in violation of the provisions of this Agreement.
4. In accordance with Labor Code Sections 1725.5 and 1771.1, no contractor or subcontractor shall
be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the
Public Contract Code, or engage in the performance of any contract for public work, unless
currently registered and qualified to perform public work pursuant to Section 1725.5 [with limited
exceptions for bid purposes only under Labor Code Section 1771.1(a)].
5. Contractor agrees to comply with the provisions of California Labor Code Section 1776 which,
among other things, require Contractor and each subcontractor to (1) keep accurate payroll
records, (2) certify and make such payroll records available for inspection as provided by
Section 1776, and (3) inform the City of the location of the records. The Contractor is responsible
for compliance with Section 1776 by itself and all of its subcontractors.
6. Contractor agrees to comply with the provisions of California Labor Code Section 1777.5
concerning the employment of apprentices on public works projects, and further agrees that
Contractor is responsible for compliance with Section 1777.5 by itself and all of its subcontractors.
7. Contractor agrees to comply with the provisions of California Labor Code Section 1813 concerning
penalties for workers who work excess hours. The Contractor shall, as a penalty to the City, forfeit
twenty-five dollars ($25) for each worker employed in the execution of the contract by the
Contractor or by any subcontractor for each calendar day during which such 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 Division 2, Part 7, Chapter 1, Article 3 of the California Labor
Code.
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
LC-10
8. California Labor Code Sections 1860 and 3700 provide that every contractor will be required to
secure the payment of compensation to its employees. In accordance with the provisions of
California Labor Code Section 1861, Contractor hereby certifies 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 workers’ 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.”
Date Signature February 6, 2025
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
ND-1
NONCOLLUSION DECLARATION FORM
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
[Public Contract Code Section 7106]
The undersigned declares:
I am the ______________________ of ____________________, the party making the foregoing Bid.
The Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,
association, organization, or corporation. The Bid is genuine and not collusive or sham. The Bidder has
not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid. The Bidder has
not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in
a sham Bid, or to refrain from bidding. The Bidder has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder,
or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder. All statements
contained in the Bid are true. The Bidder has not, directly or indirectly, submitted his or her Bid price or
any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any
corporation, partnership, company, association, organization, Bid depository, or to any member or agent
thereof, to effectuate a collusive or sham Bid, and has not paid, and will not pay, any Person or entity for
such purpose.
Any person executing this declaration on behalf of a Bidder that is a corporation, partnership, joint venture,
limited liability company, limited liability partnership, or any other entity, hereby represents that he or she
has full power to execute, and does execute, this declaration on behalf of the Bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct and that this declaration is executed on ___________ [date], at
___________________________________________ [city], ______________________ [state].
Signature:
Printed Name:
Date:
Signature:
Printed Name:
Date:
President/CEO Gentry General Engineering, Inc.
February 6, 2025
Colton California
Brenton Gentry
February 6, 2025
Brenton Gentry
February 6, 2025
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
A-1
Attachment A – Sample Additional Insured Endorsement, Ongoing Operations
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
A-2
Attachment B – Sample Additional Insured Endorsement, Completed Operations
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
A-3
Attachment C – Sample Waiver of Subrogation
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Docusign Envelope ID: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A
Electronic Record and Signature Disclosure
Certificate Of Completion
Envelope Id: 2DD250D2-FF5D-4EFD-9B42-608FB7F0C60A Status: Completed
Subject: Complete with Docusign: LMD-2 Stamped Concrete CO 2025-023 (DocuSign).pdf
Source Envelope:
Document Pages: 55 Signatures: 2 Envelope Originator:
Certificate Pages: 5 Initials: 0 Paige Eberle
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-08:00) Pacific Time (US & Canada)
paige.eberle@cityofrc.us
IP Address: 199.201.174.250
Record Tracking
Status: Original
2/25/2025 10:13:27 AM
Holder: Paige Eberle
paige.eberle@cityofrc.us
Location: DocuSign
Signer Events Signature Timestamp
Brenton Gentry
brenton@gentrygeneral.com
President & CEO
Gentry General Engineering Inc
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 71.93.132.9
Sent: 2/25/2025 10:19:45 AM
Viewed: 2/25/2025 10:53:45 AM
Signed: 2/25/2025 11:16:42 AM
Electronic Record and Signature Disclosure:
Accepted: 2/25/2025 10:53:45 AM
ID: e00594f2-1b1c-45d3-a155-2cfdf09e77af
Neil Plummer
neil.plummer@cityofrc.us
Director of Public Works
City of Rancho Cucamonga
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 199.201.174.250
Sent: 2/25/2025 11:16:44 AM
Viewed: 2/25/2025 3:17:26 PM
Signed: 2/25/2025 3:17:40 PM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
City Clerk Services Department
clerkcontracts@cityofrc.us
City Clerk
City of Rancho Cucamonga
Security Level: Email, Account Authentication
(None)
Using IP Address: 199.201.174.250
Sent: 2/25/2025 3:17:42 PM
Viewed: 3/3/2025 10:11:18 AM
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Carbon Copy Events Status Timestamp
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 2/25/2025 10:19:46 AM
Certified Delivered Security Checked 3/3/2025 10:11:18 AM
Signing Complete Security Checked 2/25/2025 3:17:40 PM
Completed Security Checked 3/3/2025 10:11:18 AM
Payment Events Status Timestamps
Electronic Record and Signature Disclosure
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
From time to time, City of Rancho Cucamonga City Clerk's Office (we, us or Company) may be
required by law to provide to you certain written notices or disclosures. Described below are the
terms and conditions for providing to you such notices and disclosures electronically through the
DocuSign system. Please read the information below carefully and thoroughly, and if you can
access this information electronically to your satisfaction and agree to this Electronic Record and
Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to
‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the
DocuSign system.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available
electronically to you by us. You will have the ability to download and print documents we send
to you through the DocuSign system during and immediately after the signing session and, if you
elect to create a DocuSign account, you may access the documents for a limited period of time
(usually 30 days) after such documents are first sent to you. After such time, if you wish for us to
send you paper copies of any such documents from our office to you, you will be charged a
$0.00 per-page fee. You may request delivery of such paper copies from us by following the
procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time
change your mind and tell us that thereafter you want to receive required notices and disclosures
only in paper format. How you must inform us of your decision to receive future notices and
disclosure in paper format and withdraw your consent to receive notices and disclosures
electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed at which we can complete certain steps in transactions with you and delivering services to
you because we will need first to send the required notices or disclosures to you in paper format,
and then wait until we receive back from you your acknowledgment of your receipt of such
paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to
receive required notices and consents electronically from us or to sign electronically documents
from us.
All notices and disclosures will be sent to you electronically
Electronic Record and Signature Disclosure created on: 2/22/2022 12:08:29 PM
Parties agreed to: Brenton Gentry, Brenton Gentry
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through the DocuSign system all required notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided or made
available to you during the course of our relationship with you. To reduce the chance of you
inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
How to contact City of Rancho Cucamonga City Clerk's Office:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To contact us by email send messages to: jasmin.oriel@cityofrc.us
To advise City of Rancho Cucamonga City Clerk's Office of your new email address
To let us know of a change in your email address where we should send notices and disclosures
electronically to you, you must send an email message to us at jasmin.oriel@cityofrc.us and in
the body of such request you must state: your previous email address, your new email
address. We do not require any other information from you to change your email address.
If you created a DocuSign account, you may update it with your new email address through your
account preferences.
To request paper copies from City of Rancho Cucamonga City Clerk's Office
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an email to jasmin.oriel@cityofrc.us and in the
body of such request you must state your email address, full name, mailing address, and
telephone number. We will bill you for any fees at that time, if any.
To withdraw your consent with City of Rancho Cucamonga City Clerk's Office
To inform us that you no longer wish to receive future notices and disclosures in electronic
format you may:
i. decline to sign a document from within your signing session, and on the subsequent page,
select the check-box indicating you wish to withdraw your consent, or you may;
ii. send us an email to jasmin.oriel@cityofrc.us and in the body of such request you must state
your email, full name, mailing address, and telephone number. We do not need any other
information from you to withdraw consent.. The consequences of your withdrawing consent for
online documents will be that transactions may take a longer time to process..
Required hardware and software
The minimum system requirements for using the DocuSign system may change over time. The
current system requirements are found here: https://support.docusign.com/guides/signer-guide-
signing-system-requirements.
Acknowledging your access and consent to receive and sign documents electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please confirm that you have
read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for
your future reference and access; or (ii) that you are able to email this ERSD to an email address
where you will be able to print on paper or save it for your future reference and access. Further,
if you consent to receiving notices and disclosures exclusively in electronic format as described
herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before
clicking ‘CONTINUE’ within the DocuSign system.
By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm
that:
You can access and read this Electronic Record and Signature Disclosure; and
You can print on paper this Electronic Record and Signature Disclosure, or save or send
this Electronic Record and Disclosure to a location where you can print it, for future
reference and access; and
Until or unless you notify City of Rancho Cucamonga City Clerk's Office as described
above, you consent to receive exclusively through electronic means all notices,
disclosures, authorizations, acknowledgements, and other documents that are required to
be provided or made available to you by City of Rancho Cucamonga City Clerk's Office
during the course of your relationship with City of Rancho Cucamonga City Clerk's
Office.