Loading...
HomeMy WebLinkAboutCO 2025-024 - Gentry General Engineering, Inc CITY OF RANCHO CUCAMONGA PUBLIC WORKS SERVICES DEPARTMENT CONTRACT GENTRY GENERAL ENGINEERING FOR LMD-1, 4, & GF STAMPED CONCRETE/HEADER/WATER-BAR PROJECT (PW 2025-105) AWARD DATE: February 24, 2025 City of Rancho Cucamonga CONTRACT NUMBER 2025-024 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 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-1, 4, & GF Stamped Concrete/Header/Water-Bar Project Project No. PW 2025-105 Dear Alicia, The City of Rancho Cucamonga invites your proposal for providing LMD-1, 4, & GF Stamped Concrete/Header/Water-Bar 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-1, 4, & GF Stamped Concrete/Header/Water-Bar 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. Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 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 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. Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 CITY BUSINESS LICENSE: The Contractor must have a City Business License as a condition of being awarded a City contract. 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: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Attachments: (1)Bid Proposal Form (2)Contract Agreement (3) Specifications (4)California Labor Code Compliance (5)Non-Collusion Declaration Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Bidder Name & CSLB No. P-1 BID PROPOSAL FORM FOR " LMD-1, 4, & GF Stamped Concrete/Header/Water-Bar 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 Install two 6” x 15’ S-curve concrete headers between the curb and the sidewalk approx. 45’ apart from each other and constructed per City of RC Standard Plan #534. F-3 on the ES/o Haven N/o Lemon Ave. and N/o the backflow and controller cabinet. GF Funded Project. 30 Feet _____ ______ Install 2 - 14’ water bars on the Hermosa Ave. Trail between Hillside Rd. and Woodridge Dr. per City of RC SP #1012. LMD-1 Funded Project. 28 Feet _____ ______ Install 2 - 25’ water bars on the Sapphire St Trail at Almond St. per City of RC SP #1012. LMD-1 Funded Project. 50 Feet _____ ______ Install 2 – 26’ water bars per City of RC SP #1012. LMD-1 Funded Project. 52 Feet _____ ______ $86.00 $ $86.00 $86.00 $ $ Gentry General Engineering, Inc - 974279 $.66 $ $2,408.00 $1,489.80 $86.00 $49.66 $86.00 $4,300.00 $86.00 $4,472.00 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Bidder Name & CSLB No. P-2 Excavate and Construct 4” PCC Stamped Concrete per attached specifications. TV-6, Parkway WS/o Terra Vista Pkwy. Between Hampton and Countryside. Includes the small section on both sides of the light pole. LMD-4 Funded Project 509 Sq Ft ______ Excavate and Construct 4” PCC Stamped Concrete per attached specifications. TV-24, Narrow Turf Parkway on the ES/o Haven, 350’ N/o Creek Bridge. LMD-4 Funded Project 346 Sq Ft _____ ______ Excavate and Construct 4” PCC Stamped Concrete per attached specifications. TV-7 Parkway on the WS/o Terra Vista Pkwy. Between Countryside and Church St. From the corner on Countryside to the “Stop Ahead” sign. LMD-4 Funded Project 94 Sq Ft _____ TOTAL AMOUNT IN NUMBERS: _______________________________________________________________ TOTAL AMOUNT IN WORDS:__________________________________________________________________ $ $$ Gentry General Engineering, Inc - 974279 $19.40 $19.40 $1,823.60 $6,712.40 $9,874.60 $19.40 $31,080.40 thirty-one thousand eighty dollars and forty cents ______ Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Bidder Name & CSLB No. P-3 Bidder Information for “LMD-1, 4, & GF Stamped Concrete/Header/Water-Bar 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 320 W. Tropica Rancho Road Colton, CA 92324 974279 gentrygeneral@gmail.com Brenton Gentry February 4, 2025 Gentry General Engineering, Inc - 974279 320 W Tropica Rancho Rd. Colton, Ca 92324 909.330.11281000024189 gentrygeneral@gmail.com President/CEOBrenton Gentry February 6, 2025 Brenton Gentry President/CEO gentrygeneral@gmail.com Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 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 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-1, 4, & GF Stamped Concrete/Header/Water-Bar 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 February 4, 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 Gentry General Engineering, Inc - 974279 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Bidder Name & CSLB No. C-2 times 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 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 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 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: AF590BA9-BDEC-4D0E-939A-CA0648267F55 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 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: AF590BA9-BDEC-4D0E-939A-CA0648267F55 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: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Brenton Gentry 320 West Tropica Colton CA 92324 Gentry General Engineering Inc 974,279.00 President & CEO 2/25/2025 | 11:24 AM PST 2/25/2025 | 3:18 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: ____________ __________________________________________________________________________________ Brenton Gentry - (909) 330-1128 Gentry General Engineering, Inc - 974279 909.330.1128 Brenton Gentry Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 LC-1 SPECIFICATIONS General •Any variance from the current City of Rancho Cucamonga 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. 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 where required. 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: AF590BA9-BDEC-4D0E-939A-CA0648267F55 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. Header Specifications City of Rancho Cucamonga Standard Plan # 534 Water Bar Specifications City of Rancho Cucamonga Standard Plan #1012 Stamped Concrete Specifications •The City can 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. 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. Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 LC-3 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. 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 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 LC-4 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: AF590BA9-BDEC-4D0E-939A-CA0648267F55 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: AF590BA9-BDEC-4D0E-939A-CA0648267F55 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: AF590BA9-BDEC-4D0E-939A-CA0648267F55 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: AF590BA9-BDEC-4D0E-939A-CA0648267F55 LC-8 Example of River Rock Stamped Concrete Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 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: AF590BA9-BDEC-4D0E-939A-CA0648267F55 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: AF590BA9-BDEC-4D0E-939A-CA0648267F55 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: Gentry General Engineering, Inc CA President/CEO February 6, 2025 Colton California Brenton Gentry Brenton Gentry February 6, 2025 February 6, 2025 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSD WVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 11/26/2024 License # 0M70471 (949) 409-7456 (949) 263-8860 45055 Gentry General Engineering Inc. 320 W. Tropica Rancho Road Colton, CA 92324 22322 27847 A 1,000,000 X X ESGL231000143803 10/19/2024 10/19/2025 100,000 0 1,000,000 2,000,000 2,000,000 EMPLOYEE BEN AG 1,000,000 1,000,000B X X NBA100906300 5/6/2024 5/6/2025 5,000,000A ESXS231000143903 10/19/2024 10/19/2025 5,000,000 C X WSD504815305 5/6/2024 5/6/2025 1,000,000 1,000,000 1,000,000 Citywide Concrete Rehabilitation Project FY 24-25 The City of Rancho Cucamonga, It's Officers, Officials, Employees, designated Volunteers and agents serving as independent contractors in the role of City Officials are named as additional insureds with regards to General Liability and Auto Liability per attached endorsements. Waiver of Subrogation applies with regards to General Liability, Auto Liability and Workers' Compensation per attached endorsements. General Liability Coverage is Primary/Non-Contributory. City of Rancho Cucamonga 10500 Civic Center Dr. Rancho Cucamonga, CA 91730 GENTGEN-01 KWRIGHT Orion Risk Management Insurance Services, An Alera Group Insurance Agency, LLC 1800 Quail Street, Suite 110Newport Beach, CA 92660 Kelly Wright kwright@orionrisk.com Ascot Specialty Insurance Company Greenwich Insurance Company ICW - INSURANCE COMPANY OF THE WEST X X X X X X X Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 POLICY NUMBER: ESGL2 10001438-0 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations All locations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured isrequired by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additionalexclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at thelocation of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to itsintended use by any person or organizationother than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in theDeclarations. Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 POLICY NUMBER: ESGL2 10001438-0 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations All locations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard". However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 POLICY NUMBER: ESGL2 10001438-0 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV – Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 34 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - BLANKET WC 99 06 34 (Ed. 8-00) The City of Rancho Cucamonga, it’s officers, officials, employees, designated volunteers, and agents, serving as independent contractors in the role of City Officials WSD 5048153 05 Gentry General Engineering Inc 05/06/2024 06/11/2024 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Docusign Envelope ID: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Electronic Record and Signature Disclosure Certificate Of Completion Envelope Id: AF590BA9-BDEC-4D0E-939A-CA0648267F55 Status: Completed Subject: Complete with Docusign: LMD-1 4 GF Stamped Concrete Header Water-Bar CO 2025-024 (DocuSign).pdf Source Envelope: Document Pages: 62 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 10:05:46 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 10:12:47 AM Viewed: 2/25/2025 11:18:13 AM Signed: 2/25/2025 11:24:13 AM Electronic Record and Signature Disclosure: Accepted: 2/25/2025 11:18:13 AM ID: 6bb244af-88f3-4a83-bdb0-846332c1e989 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 11:24:15 AM Viewed: 2/25/2025 3:18:13 PM Signed: 2/25/2025 3:18:20 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 3:18:22 PM Viewed: 3/3/2025 10:15:41 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 10:12:48 AM Certified Delivered Security Checked 3/3/2025 10:15:41 AM Signing Complete Security Checked 2/25/2025 3:18:20 PM Completed Security Checked 3/3/2025 10:15:41 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.