Loading...
HomeMy WebLinkAboutBid ProposalBIDDER'S PROPOSAL FOR AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254 Date 20 To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a) That the only persons or parties interested in this proposal as principals are the following: GENTRY BROTHERS INC (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co -partnership, give the name, under which the co -partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b) That this proposal is made without collusion with any person, firm or corporation. (c) That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. (e) That he has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. 15 (f) That, if this bid is accepted he will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. (g) That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates and that the unit prices will apply to the actual quantities whatever they may be. Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the order of the City of Diamon Bar in the sum of P DOLLARS ($ � C� ) ` Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound surety company authorized to transact business in this state. It is understood and agreed that should the bidder fail within ten (10) days after award of contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of said check, or bidder's bond, shall become the property of the City of Diamond Bar; but if this Contract is entered into and said bonds are furnished, or if the bid is not accepted then said check shall be returned to the undersigned, or the bidder will be released from the bidder's bond. Address of Bidder Uentry Brothers Inc 384 Live Oak Ave Irwindale CA 91706 City Zip Code 16 bd - g� -7 -g&31 Telephone of Bidder 5 time of Bidder BID SCHEDULE FOR AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254 BASE BID "SCHEDULE A" - RESIDENTIAL & COLLECTOR STREETS, PROJECT NO. SI251 ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT A-1 1 LS MOBILIZATION AND DEMOBILIZATION 4•3l000,^ Q,,000.00 A-2 1 LS TRAFFIC CONTROL AND PUBLIC SAFETY 65, 000 65, o� OO A-3 1 LS WATER POLLUTION CONTROL 51 000 °" 5�000 A-4 1 LS CONSTRUCTION STAKING AND MONUMENT PRESERVATION -E-,000.so- +1000.00 A-5 1 LS PUBLIC NOTIFICATION liva.9.0— A-6 61 EA ADJUST WATER VALVE BOX AND COVER TO GRADE -L50. oo ��.� 250 O-0 A-7 4 EA ADJUST STORM DRAIN MANHOLE FRAME AND COVER 000• 0 3� Z 00, TO GRADE A-8 46 EA ADJUST SANITARY SEWER MANHOLE FRAME AND COVER TO GRADE A-9 1 EA COORDINATE SANITARY SEWER VAULT FRAME AND COVER ADJUSTMENT WITH OWNER A-10 2 EA COORDINATE ELECTRICAL MANHOLE FRAME AND COVER I�z'� 2,4w• s' ADJUSTMENT WITH OWNER A-11 2 EA COORDINATE TELECOMM MANHOLE FRAME AND COVER l, 7,W or 21 ADJUSTMENT WITH OWNER 17 Wt-t ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT A-12 16 EA REMOVE EXISTING IMPROVEMENTS AND INSTALL NEW ADA COMPLIANT CURB 000.0� l :�6 cw o0 ' RAMP PER SPPWC STD. PLAN 111-5 A-13 50 LF REMOVE EXISTING CURB AND GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 12 0-3 (A2-6 or A2-8) A-14 6,133 SF REMOVE EXISTING CROSS GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 122-3 /8' lID,3�1N•_ (8" DEPTH) A-15 13,334 SY APPLICATION OF TYPE II SLURRY SEAL AND CRACK Gf yo bo,ova, SEAL A-16 30,074 SY APPLICATION OF CAPE SEAL AND CRACK SEAL $ y5 ZqB� l/D, so A-17 6,266 SY COLD MILL EXISTING AC (1.5" DEPTH) S,$5 ��y(,•10 A-18 6,870 SY COLD MILL EXISTING AC (2. 0" DEPTH) 4518ll•so A-19 582 TON CONSTRUCT HMA OVERLAY (1.5" DEPTH) /oD•°�° 68,ZOO.00 A-20 850 TON CONSTRUCT HMA OVERLAY (2.0" DEPTH) /00.0�. $S,000.o_o A-21 10,382 SF BASE REPAIR (6" DEPTH) 11, 00 14l, 67-8 .� A-22 11,456 LF MICRO MILLING AC (1.0 DEPTH AND 4' WIDTH) ;'.60 Zq, •bo A-23 1 LS REMOVE TRAFFIC STRIPING AND MARKINGS (SLURRY SEAL 8,r�ov.00, AND CAPE SEAL STREETS) A-24 1 LS THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT ocn• �. MARKINGS, MARKERS, CURB 1JDi 3 o o,or�, ov_ MARKINGS, AND SIGNPOSTS. A-25 22 EA PAVEMENT CORING PROGRAM /// 600 • 18 TOTAL AMOUNT BASE BID "SCHEDULE "A" ITEMS $ (IN FIGURES) —> /l /2-4316. T ,d TOTAL AMOUNT BASE BID "SCHEDULE A" (WRITTEN IN WORDS): &tjs Miawow clus NtlwoaL�o TivxN?y rvm pa,r&6e IA&V MOVPAW h.XT66N ZKV LAkC BASE BID "SCHEDULE B" — ARTERIAL STREETS (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS), PROJECT NO. SI254 ITEM EST. DESCRIPTION UNIT NO. QUANT. °TI WRITTEN IN WORDS PRICE AMOUNT B-1 1 LS MOBILIZATION AND DEMOBILIZATION B-2 1 LS TRAFFIC CONTROL AND PUBLIC SAFETY 13nj oao. oc l ave. co B-3 1 LS WATER POLLUTION CONTROL B-4 1 LS CONSTRUCTION STAKING AND MONUMENT PRESERVATION �n�o� lL /v pop •9A B-5 1 LS PUBLIC NOTIFICATION yap. 0,0 B-6 29 EA ADJUST WATER VALVE FRAME AND COVER TO GRADE B-7 11 EA ADJUST STORM DRAIN MANHOLE FRAME AND COVER TO GRADE l$ oo.� B-8 13 EA ADJUST SANITARY SEWER MANHOLE FRAME AND COVER TO GRADE B-9 4 EA ELECTRICAL MANHOLE FRAME AND COVER COORDINATE /� 7,oi0•� lfgvo ADJUST TO GRADE B-10 7 EA TELECOM MANHOLE FRAME AND COVER COORDINATE ADJUST TO /, GRADE 19 ITEM EST. DESCRIPTION UNIT NO. QUANT. °TI WRITTEN IN WORDS PRICE AMOUNT B-11 1 EA REMOVE EXISTING IMPROVEMENTS AND INSTALL NEW ADA COMPLIANT CURB 0ov. v //� 600.00 RAMP PER SPPWC STD. PLAN 111-5 B-12 130 LF REMOVE EXISTING CURB AND GUTTER AND RECONSTRUCT PER yo6�o SPPWC STD. PLAN 120-3 (A2- �/, �oo•oa 8 or A2-10) B-13 37,705 SY COLD MILL EXISTING PAVEMENT (2.5" DEPTH) Zyo,r'*q,25 B-14 5,832 TON CONSTRUCT ARHM OVERLAY (2.5" DEPTH) I v5.ec-, B-15 26,169 SF BASE REPAIR (8" DEPTH) y. vo loq, 6: fg, vo B-16 63 EA INSTALL TRAFFIC LOOP DETECTOR ( TYPE E OR TYPE 650 ary Zia quo. F) B-17 1 LS THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT MARKINGS, MARKERS, CURB (0000' 60 MARKINGS, AND SIGNPOSTS B-18 1 LS COORDINATE VIDEO DETECTION ZONE ADJUSTMENTS ,5oaov yv5m-o_0, B-19 8 EA PAVEMENT CORING PROGRAM 500, oo, y, app. 4,0 B-20 150 SF REMOVE EXISTING SIDEWALK AND RECONSTRUCT PER SPPWC STD. PLANS 112-2 AND 113-2 (4" DEPTH) TOTAL AMOUNT BASE BID "SCHEDULE B" ITEMS (IN FIGURES)- 1, k�l,os� zs TOTAL AMOUNT BASE BID "SCHEDULE B" (WRITTEN IN WORDS): NS 161,UAN favR q0Y 4-o F[ -ON& AA5 A, FlfTY P""R5 rhowrt .rt Cz-NTr- . 20 TOTAL AMOUNT BASE BID "SCHEDULE A" + "SCHEDULE B" $ ITEMS IN FIGURES) -+ 2-1 54-5,366.9S TOTAL AMOUNT BASE BID "SCHEDULE A" + "SCHEDULE B" ITEMS (WRITTEN IN WORDS) : TWd M, 41aN Ftv- RoMtORFA> 5guet47Y -fives "VSAtJD �Wkke !-l0ND7�-D 0u1rR ANP NIA, - FI GIN T . Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. Accompanying this proposal is / Z- el (Insert "$ I0 "cashier's check" "cer the case may be) in the (10%) of the total bid. LZ cash", ified check", or "bidder's bond" as amount equal to at least ten percent The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of 21 Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. 90L l6 VO elLJPulMjl any NUO aA1-Ib9C oul saegJoag AGivaO Gentry Brothers Inc 384 Live Oak Ave IrwiRdale CA 91706 NAME OF BIDDER (PRINT) Gentry Brothers Inc ADDRESS e- IrWindale CA 91706 CITY S r y •�4 DATE ulL VVLI:� 11:�L1.:�G 11 V1V L' STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION '37 7 10� � � -2, A I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the requ rements of Californ Business and Professional Code Section 7028.7�. CONTRACTOR UTHOWIZED OFFICER 22 LIST OF SUBCONTRACTORS * BID OPENING DATE y /P /7,oz5 PROJECT �,flu� ��or Sf13 &, Rda b undo- PROJECT NO. S/ 7.41 Ar"a l R44ab LOCATIONP�fflao( oar CLIENT v CONTRACTOR�'.r. Name Under Which Subcontractor is Licensed License No. Address of Office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract Sup rdor Ngtm v Mp�u�s,lnc, �-� 6306 Z. C S-t S 1 C CA D630 CAufVawA fROM` LVNAt- $NCrf1 Ntse-iNGt ,1 �39oa g �2 � % U 'f 8 Bch S -F e'tiC. Pam CiC M15 �Q • 3 o7jba°I flwp Saa i a o L cq!o 6L.VO4VI c s fug Uc�l Cpt 1"1 RL)6 ri CY'46- 11 98 b686 1 Z * In compliance with the provisions of the Public Contract Code Section 4104, the undersigned bidder herewith sets forth the name, location of the place of business, and California contractor 23 license of each Subcontractor - who will perform work or labor or render service to the Prime Contractor, specially fabricates and installs a portion of the work or improvement necessary to complete construction contained in the plans and specifications, in an amount in excess of one-half (1/2) of one percent (1%) of the General Contractor's total base bid amount 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 (0.5%)of the Prime Contractor's total base bid or ten thousand ($10,000.00), whichever is greater, and the portion of the work which will be done by each Subcontractor. 24 DECLARATION OF ELIGIBILITY TO CONTRACT [Labor Code Section 1777.1; Public Contract Code Section 6109] The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1. The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3. The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works 25 project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Ex uted this day of LI-F , 202 , at Q,,,� ,� (pla of execution) . Signa&i[ire Name : Title: Name of Contractor: GENTRY BROTHERS IMPS 26 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5 and in conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? YES NO If the answer is yes, explain the circumstances in the following space: STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification ma subject the certifier to criminal prosecution. 27 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Bid Date This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last three calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data, which he would like, taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding anv and all fatalities. ITEM 3 CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2022 20 3 2024 TOTAL 2025 No. of Contracts (O ?�, Total dollar amount of contracts (in 1,000's) 'Z] 00b ��DOd 21 P00 `o�on No. of lost workday � � � Ar� cases No. of lost work day cases involving permanent transfer to anotherjob or termination of employment No. of lost workdays *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled to me at this time and I declare information is true and accurate records. Q®ntry Brothers Ind 4114 Live Oak AV& +M#i 1Ws CA 91706 Name of Bidder (Print Address City Zip Code from the records that are available under penalty of perjury that the within the limk tations of these S iTn at e Sta/e Contractor's Lic. No. & Class z_� 2_&o�7,.57(�6sl Telephone 28 J AFFIDAVIT FOR CO -PARTNERSHIP FIRM STATE OF CALIFORNIA ) SS COUNTY OF LOS ANGELES ) being/ first duly sworn, deposes and says: That he is a member of the co -partnership firm de,4gnated as which is the party making the f/ty ro osal or bid; that such bid is genuine and not collusive or aid bidder has not colluded, conspired, connived or agreed, r indirectly, with any other bidder or person to put in a shthat such other person shall refrain from bidding; and has nmanner sought by collusion to secure any advantage against tf Diamond Bar or any person interested in the proposed conr himself or for any other person. That he has been and is duvested with authority to make and sign instruments for the co-partrArship by who constitute the cyEher members of the co -partnership. Signature Subscribed and sworn to before me/ this m day of . 20 Signature of Officer Administering Oath (Notary Public) 29 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA } )SS COUNTY OF LOS ANGELES ) U3 AgWL- � duly sworn, deposes anc'says: That he is of, GENTRY BROTHERS INO being first a corporation which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the propos other person. Subscribed and sworn to before me this day of `' , 2 0� Signature of Officer Administering --bath (Notary Public) 30 California Acknowledgment Form A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles } SS. On Aril a, 2025--------------- before me, N. Smith, Notary Wayne Gentry ( ere insert me aril title of the of cer) personally appeared Y y------------------------na-------------�_ who proved to me on the basis of satisfactory evidence to be the person(%whose name(,) is/are subscribed to the within instrument and acknowledged to me that he XXO� executed the same in hisMUMXr au-thorized capaX"es), and that by his signature(s) cXXhe instrument the person(s), Xr the entity upon behalf of which the person(4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Seal 0my N, SMITH Notary Public • California Los Angeles County Commission N 2360490 Comm. Expires Jun 9, 2025 WITNESS my and and official seal. Signature of Notary Optional Information To help prevent fraud, it is recommended that you provide infonnation about the attached document below. ***This is not required under California State notary public law.*** Document Title: Affidavit for Corporation Bid - - - - - - - - - - - -- # of Pages: 1 Note City of Diamond Bar - Area 4 Residential & Collector Streets Rehabilitation 02014 Golden State Notary, Inc. www.Notary. not (888) 263-1977 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) ) SS COUNTY OF LOS ANGELES ) being first duly sworn, deposes and says: That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sha , that said bidder has not colluded, conspired, connived or agreed, rectly or indirectly, with any other bidder or person to put in/nst sham bid or that such other person shall refrain from bidding; ands not in any manner sought by collusion to secure any advantage ag the City of Diamond Bar or any person interested in the propos contract, for himself or for any other person. Subscribed and sworn to before me this day o Signature 20 Signature of Officer Administering Oath (Notary Public) 31 AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) being first duly sworn, deposes and says: That he of, one of the parties submitting the foregoing b' as a joint venture and that he has been and is duly vested with the uthority to make and sign instruments for and on behalf of the partie making said bid who are: that such bid is genuine and not ollusive or sham; that said bidder has not colluded, conspired, conni ed or agreed, directly or indirectly, with any other bidder or person o put in a sham bid or that such other person shall refrain from biddi g; and has not in any manner sought by collusion to secure any advan age against the City of Diamond Bar or any person interested in the roposed contract, for himself or for any other person. Subscribed and sworn to before me this day of Signature r 20 Signature of Officer Administering Oath (Notary Public) BOND No. 32 KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has issued an invitation for bids for the work described as follows: AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254. WHEREAS Gentry Brothers, Inc. - 384 E. Live Oak Avenue, Irwindale, CA 91706-1313 (Name and address of Bidder) ("Principal"), desires to submit a bid to Public Agency for the work. WHEREAS, bidders are required under the provisions of the California Public Contract Code to furnish a form of bidder's security with their bid. NOW, THEREFORE, we, the undersigned Principal, and Federal Insurance Company - 515 South Flower St., Suite 2100, Los Angeles, CA 90071 (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto Public Agency in the penal sum of Ten percent of the total amount of the bid Dollars($10% ), being not less than ten percent (100) of the total bid price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work by City and within the time and in the manner required by the bidding specifications, entered into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. 37 In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by City in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil Code § 2845. IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: March 27, 2025 "Principal" Gentry Brothers, Inc. "Surety" Federal Insurance Company By: I t s Attorney -in -Fact, Ryan Butte rfas Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney -in - fact must be attached. (Seal) (Seal) 38 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On MAR 2 7 2025 before me, Date personally appeared Adelaide C. Hunter, Notary Public Here Insert Name and Title of the Officer Ryan Butterfas Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. *my ADELAIDE C. Hl NTER Notary Public • Caillamia Orange County SignatureCommission # 2508152 Signature of Notary Public Comm. Expires Jan 2J. 2029 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 CHUBB' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Ryan Butterfas, Linda D. Coats, Matthew J. Coats and Summer Reyes of Laguna Hills, California-------------- ----- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in then a ture thereof (other than bail bonds) given or executed in the course of business, and any Instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 12TH day of April 2024. �, to Rupert HD Swindells, Assistant Secretary II %W�t , If *W) - - ON) STATE OF NEW JERSEY County of Hunterdon ss. Warren Eichhorn, Vice President 0 a,ru� Ao On this 12th day of April, 2024 before me, a Notary Public of New Jersey, personally came Rupert HD Swindells and Warren Eichhorn, to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Rupert HD Swindells and Warren Eichhorn, being by me duly sworn, severally and each for himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal t Albert concursi NOTARY PUBLIC OF NEW JERSEY Na SMOZ369 Z, uautc Rt. Commission Exores August 22,2027 Ra%ry Poblie CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment"): (11 Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney -In -fact of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for In such person's written appointment as such attorney -in -fact (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, forand on behalfofthe Company, to appoint in writing any person the attorney -in - fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments, (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to exetute, far and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are sperifted in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted orvested." I, Rupert HD Swindells, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors ofthe Companies are true, correct and in full force and effect, (0) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this 27th day of March, 2025. Aid Q�� Vil, s'-), RupertHD Swindells, Assistant Secretary IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER PLEASE CONTACT US AT: Telephone 908903-3493 Fax 90B 903-3656 e-mail: sure t(icbubb.com Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19) California Acknowledgment Form A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy. or validity of that document. State of California County of Los Angeles } Ss. On April a, 2025 --------- before me N Smith Notary personally appeared Wayne Gentry (here insert name and title of the olirr,90 who proved to me on the basis of satisfactory evidence to be the person(O(whose nameo� is/are subscribed to the within instrument and acknowledged to me that helX (* executed the same in hist1 XXXNr au-thorized capaXdMs), and that by his signature(s) o)Me instrument the person(s),)Or the entity upon behalf of which the person(4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Seal 6'y N.SMITH Notary Public - California Los Angeles County Commission # 2360490 Comm. Expires Jun 9, 2025 W I TNES� my hand and official seal. Signature of Notary Optional Information To help prevent fraud, it is recommended that you provide infonnation about the attached document below. ***This is not required under California State notary public law.*** Document Title:. Bid Bond--------------- -________------ # of Pages: 1 Notes City of Diamond Bar - Area 4 Residential & Collector Streets Rehabilitation 02014 Golden State Notary, Inc. www.Notary.net (888) 263-1977 CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that it does not discriminate in its employment with regards to race, religion, sex, or national origin; that it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM GENTRY BROTHERS ING TITLE OF OFFICER ST,GNING r , Iaf-3 14 SIGNATURE DATE Please include Any additional information available regarding equal opportunity employment programs now in effect within your company: 39 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder proposed subcontractor , hereby certifies that he has, has not , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has �� has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. GENTRY BROTHERS INC (TITLE) DATE: Y �� , 20Z5—. NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt) . Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 40 NON -COLLUSION DECLARATION (TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID) The undersigned declares: I am the i& I of the foregoing bi . GENTRY BROTHERS INC the party making 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 California that the foregoing is true and correct declaration is executed on Ar [city] , [state] GENTRY BROTHERS INC Business Name Gentry Brothers Inc 384 Live Oak Ave Business Address Signature Vbf yiddg'r (mu Attach Notary Acknowledgement Form to 41 the State of and that this [date], at be notarized) s form when submitting California Acknowledgment Form A notary public or other.affim completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles } SS. On April s, 2025 --------- before me KI Smith Nvta personally appeared , r Wayne Gentry - -- - - - - - - - - - - - _ -there Insert name andtitle of the officer) - - - - who proved to me on the basis of satisfactory evidence to be the person(%whose name()] is/are subscribed to the within instrument and acknowledged to me that he%VI)(* executed the same in hisi M(Xr au-thorized capaXdMs), and that by his signature(s) cXXhe instrument the person(s), )Or the entity upon behalf of which the person(%` acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Seal O N. SMITH Notary Public • California Las Angeles CountyCommission # 2360490 y Comm, Expires Jun 9, 2023 M w1T� SS my hand and official seal. Signature of Notary Optional Information To help prevent fraud, it is recommended that you provide infonnation about the attached document below. ***This is not required under California State notary public law.*** Document Title: Non -Collusion Declaration - - - - - - - - - - - - - - - -- # of Pages: 1 Notes City of Diamond Bar - Area 4 Residential & Collector Streets Rehabilitation 02014 Golden State Notary, Inc. www.Notary.net (888) 263-1977 EXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past three years. Only projects in excess of $2,500,000 each qualify as similar for this project. 1 . Project Title �� j j ja�('1 sp Contract Amount Type of Work Client E 3. Agency Project Manager Date Completed Project Title Contract Amount Type of Work Client Agency Project Manager Date Completed Project Title Contract Amount Type of Work Client Agency Project Manager Date Completed Phone % Subcontracted Phone % Subcontracted Phone % Subcontracted NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal pf]his current financial condition. Bidder's Signature 10 Z Q T T T 0) 0) >. 0) N O O E N >. N T 0) T Na) T T 0) >. N U) _0U W N O O O C C C -0 C C - C U n a L ` ` U U0 0 0(D U (7 U. O O0)0)N CD 0) N NN NNN O 0) C) N N y N N N C) N N0 N NN ONN co E;q m NN rQ N N _ N N LO Cl) (O C) O M C\l C3O iJ O 0) O 0)_ 0)N C)O NN C) NN NN O LL O a) C) O C) N N N N N N N NN N N N O N N O N O O N co (M N Q M N (D (p _ C) N N O O O Cl) O O O O O O O O O O O O O O O O N N M Nr O O O O O O O O O O O N O O W (~,� H O 00 0) M r— N O O N 00 O O O_ N O M C) U) O O O N N 0) (O OD _O d) C)Q Z (O IZ- (O cc) O O r 0) (0 0) It O C)-N 0) 0) q O n O V O r- O ct m N O N O 0) (O 0) (0 O co d) � (O r O O O O O � O co Z V O N O 0) O O O r O O m 0) (O co r-- N V N M Ua W EA (fl fA U3 (A fA 69 V3 to bq (A (A w W (A (A (A x O m# O O O O 0) O O co O O M O Cl) O V O O O co 0) O O O V O 0) O O O (7) O 0) co m W E Mn o o o 5U Z c_n U U 2 (o 9 Yoo m a) 7 T Q w a CD N u O (D Z a) O O O > OC OC -t � 4m)> E Q) > O Y O N > m c m c c c (n :: c (° m a) a 2 Z co Q Q Q Q In w 00 Y fA H (A O ca V L N m U (A - N 06 .a N In O O a ) co O o 0) OD w C E (D a) ZU o c ~_ cn c d) aa) E n O J d O _ E O N > O E U U) C C N O > O C) V > 0 C) O 01 E E H O > C m C O O O_ m O_ E m a a E N U J Q ik E V >O m 0) d U T U) U m U .m m E 7 Q \ O N a C O O �' J L N C N O 0) E C 0 0 C Z (Dm 0) N m C C L t U N Q O U > E d m N f0 m 0 :3 O > N C ~ a) rn m w 3 m Z a) 70 0 0) a) m c � a� V N E > n m y a) o .0 > Q w m 2 O rn ik > ao O m T 0) a) (n N U �' C m ,t O N N m N 0) E 0 N ` m O c� a w m y Q >, w W o a) � > m a) (n o N N 7 O N o m 0) > N i d oo LL Q N d m a m N Q y o cTi 2 U U) m m m Z U (V O) J Q> m 7 m 4) C O w Q 0 O 0 i LO co (0 0 (O (0 V O V M (0 Nr O v � N V op C? C?W 0) (O N V O co O Q O O (O N LO V V M 6 r— M M (O _ LO Z M O U 601 M O O 000 U') O M M a O M (O .C(O a) (O 0) 0) 0) (O co (O 0) co Cl) (0 O) M N O N O O O O O O O N N N O N N N O co 0) O O m O m O) 0) 0) (O co (O 0) (O co (O 0) V) O Y N T cn w •C 3 0) = L 0) m _� �_ m m 7 r m 0 C m w 7 u C m C m C C C C m j -Faa O7 +a) C Z > m > > > c 3 3 m E O o ?� c a o n O co N _ W E J ca J J d m T T O .Ta O T O m (n U U �T, (� _T U U U U co N w m m a- O O =H N O O NN o N O O o N o N O N O O o O N O OC) _N N N N N N O NNN N N N N N N N N N N O O NON m p N_ N N CO N r M O N N u?O( ( - 0 O M NN �r- FAm N O O N O N O O NO O N N O rN O N N N LL O O O OCD N OO N N O OO N Co OO N N N O N O O O 00 N N N N N N N N NN _ O O O N N 00 W V M M 04 M n Mm MCl)LO N (D " co co �V O O c O O O O O O L O O N O O O O LO 00 O O O O V fM C) O O O (O 0) w t0 .- O V O O O O Cb N t0 O O (D N 17 O t0 O O Do O O O N 00 r-� O O N M � 00 co O 00 P- C) � O O W f' Z O M O � c n V N M CD (D N O LQ O 0) M N 00 Cl) O O 00N f� O t0 N M O 0) 0) Cl) M 0) f� (D CC) (D O IT 0) O (O 00 O M (0 n (D O 00 n 00 f� () M a N N (D V N (D (O 00 0) _ Cb 00 t0 a) 0) O r N � r Z C Q N 0) ' 00 00 V N M 00 V 00 N M Cp ffl U W CR t9 Q% CA 69 Cf! to (f3 Efl (» (» CH CR ff) EH (» tf> CF! CA M 69 CA Cn CO tC) t0 st 00 0) t0 a)O 00 O O (O 0) to O 0) mx 00 co 00 00 00 00 00 00 00 a) rn w m 00 a) 00 0) rn rn rn rn 0) 0 N Cn N - (I� N w, N N a! 0 N .6 N N O a c C cn N N N O (6 C ° d 7 O a m a) CJ a) m m E f0 o > > > > a) U = C� LL V U 0 i� T N (9 N N N F Mn N .�.+ E E __ N ` E N E N > °' Mn _C E Y o ¢ in <n _rn m E � (n (n �_ In Y co 0 Hcu V C 0) O co O c ° CD O N co O N a c co E (o •- (D O ' N U O l0 LO g c > Y a) cn a c p c ° c ;° ca > a) c ° c a) p Q of > co d d N L U > o z Cd — O 0 = E w 0 Q. � O d O O0 f0 N C O � tl`) E °` CV L 7 a a w (D N .T� �? m U C9 7 ~ CO Y aD E w O J a o 7 C °� (o a cn a N c O a 0 m E CD o m :3 aci o f ,� pC E o c m g E C0 � M J (D (U m d t6 o 2 r d N L N M E m o >, m « Np iq U W Z Q �? ¢> CD in c o w N rn — m a) a m �° v m i o a) L) N o - .� > (o c -o Q -° 0 N co� °_� m m Q U � c U U c N O (� U Z d N l4 M 0 0 > to U c J O c Q' W Z Q_ N c (l) O Fu a' CO CO U O 0 00 In N H 0 Q O N f0 cn a) N2 Y Ci 2 Q a) Q CO C E E E °) Q a Q a LL 1 'o — o LL i� m° a 0)) m 0 ° c w E a) U 6 y0 N N _N — CO O Q H Q U O N O U U N m U COco 00 0 V (0 U') N LO M_ O C) rl-(00 M N O 't f- O C? 0? V' 0? C` O h N V t� m (( j N (O O C) co 0) (0 co m Cl)t0 t[) 0) (M CCN O O) 0) 0) T M Cb O M (D M O _ CND tM0 0) (Np w (NO (0 m °) ((0 0) 0) CD d Y Y (p N f0 Y W 7 (0 N C d d C > N m C CY t C CL O N Z C > Z c > C ; ,C .0 U 2 c ° C E > 'c N 0 E (0 j 0) (0 N C 3 D a a�� a � °° 0 �_ o m m (0 U m m N N cm m 0- O O N N N N N N O N O N N N N N N Cl) N Cl) N N O N N N N N 0 N N N p N N N N N V O H (O O N N N_ N N N N a) N t` N M N 1 N O � .M- � �5 00 Q z p M N N W f� N N N M M i N ' N N N N N O N N ON N O N O N N da N N N_ m N N Cl) N N z F. NOM N N N `N N_ N N N \ LO C M N 0) Np N M v O Q) 00 N r 0 p v N M M co O O C) V O N O O M O LO O O V C)O O V) C)m C) O O ct N M N N � C) 00 O O p f� O N W (~,� �.., O O O M N M O O t\ V O O 0) M N Cl) O Cl) C) LO O O (D (MO N N (D N 00 (D M V 0) � a) C) C)a ? O O .- C:) N M LD (D N V O OD 00 O) act M h (D O f") N 0) N OO V V r Cl) Cl) 1-4- V r LO 00 f� (D (D 00 r 00 D) M O co (D N m (D (D (O Cl) N Cl) o0� GO 0)M Z (O V Cl) (M 00 (D LO m (M N M ON)M 00 _ IA W V V) GG in V3 V) Vf V3 V! V> V3 V3 (n 69 V), V! V) m rn 00 rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn Z /1 (0 OL O T 0)r C CD C ( _ N o -O Y U o (DL_ d C O W O J O L c C p T ,m .O N O L L x z o E C U a) w (� � � F 0 U U N cu m y`a `i O r C cu z m m = m r C a) - 5 O d) f0 � U ' a m co a� Z U N Yca C N _ O C Y O co (0 a (0 t w m E O C (D o � C N L m U of U m m Q N Uco # a U 7 U N (O N C) M N o N c N Q (D LO O N N O N 0) E _ to O z N O f9 2 C O CD j W /U) N O Z ¢ a0 Z p O _ N N O O O V1 N *k d D V � a L CV # coN •� '� • E C E U C) oU+ O C *k O N C (CO L t 2 E N c0 E N .� N C) } M r r2 C)E N > � -- > w (0 ¢ (0 O` w N c0 U (0 t N O` N � d r °a ik d O O Op C O d (0 L Z N m O�j — O O_ N N Q O N t O_ C (0 CD Ol aS O_ 2 C N O U) O7 E N N N p' a) - E .c to N a) Q' Q CL a) U U V N 06 � O- u u m N Q a) E N d N N O O C N Y OD U L co N N O ((0 (O U a N N Q > U d U N f0 Q #! C N CD J H N o :: J OJ m c d W o `� O) p m a) > ] (L N ca ad LO L U c N N O N 0) a`) U .0 -o Q d (6 O O .� CV C_) rn N U C N m Q 0 C) N U N ' J T O Q N LL LL n Q 1 (D LO M O 00 (D O (O (D LO N i� N (L9 r, C? (MO 19 (Np (N N N M (V C _ W C, � LO a) Cl) (D Lr) C)v fl- v M � � V V co LO N c ci (n L9 (M O N (n M C') oD N M M M (D .0 CDa N N N N N N O N M O CD O 01 n (D co co (D (D co 0) (D (NM 01 (D N O) m O U) ID O V! N c cW co = 3 m m oYE o c E nctLco Oa ° ° ¢ (oU v_ U U U O cM N rn c0 d C O N N N M C) N Cl) N CN N N N N M N N N M N M V N CD N N O N N N N N Np N ON M (O N N NN N N 'o N M N O M M N N I Cl)0a0M C ( 0 p 0 r ys� L NNO Cl)N N N NM M NM N N M CO Cl) N N 1L N N O N N N N N O N N O NCD N O CN NO N co ZZ N Cl) NN N O N NN _ NN _ N _N .t2N _ O C) N 00 �� Q � (n _Cl)N O W O O M O O (O Cn N O O O CA O O O O LO N O O O O O O O N 00 N O (O O O 't r O � O O 7�..' v ~ Z O 00 O 00 Cl) N � O LO O M L6 O N (n CDLO N M Cl)(O LO M 0)O 0) (M N (o 'IT (D a) 00 O QW M_ CM N M N` M LO v_ ('M (O r CA cc 6) I O � m cl _ M M 00 1- O M LO O LO M CA CO N O Cl) m (A LO 00 O N V N (O � LO N (n M M co CM N V LO Cl) co (P N� V 00 LU O Q O N N v �_ M W U v> Ffl b4 Ef3 EA ff3 va U% ca ER 69 (R V-? 69 EA EfT EA rfl � 0 rn LO (D a) o rn rn o LOO (D0 0 0 m p 1O oC O Opt U N "O _ p N C t aa) (Ca LL O L O O .m L _1 Q F- s t a) U U a) LL > N m .pm+ U m QO_ (n O T c a) 3 m +.� O ai > (p LL) ~ U Y 6 0 > W Of U Oco U r c O N N C o — d E — c a) a) o o C co— c a cn m = LL to C E > N d co M LO 00 O NLO cl, = p p N C O .N C c 4? m N C Q) 2 O U # N O U E E a) Z Q E .. d w N N U Q) J N (� O '� > >O °� a) > O MO :U c = O (p a) N Q N m O C O C 00 N O` O P. N O m LL N 9 m Nl a N N O a) C .O �_ wU a Cl. N N 00 a QH 2N aEi c a E E E Cl)N a) Cl) a) N (1) N > N M U C N a) N > CO N O J 0(f ONj O O Q a) N .J - N } m N CL N 5 M d a) p0 'p N O O Cl.d m Q [Z p� od rl N W~ m� ai m o c U o c°'ia m a) E �a >~ CU c N m O J ots i Z O M c = m U ° U cm U CD ojf w .pm m Q > N � a V m o io m c d _ > w Z U a�i c' aZi o' °' a) m > c�a En rn m a O N m m p c _0 o U c0 O c c Q (n CD c .� m tb > o p c 3 (p H m v c 0 j j ' U j N d Fu O a 3 H � N J C O N (n tl m E .� v_ Q = N c N N C2 2 m >- � m -0U Z N N a) m 7 U O U U U 'o CN m U U N U U } LL � LO V M co L 00 co (O Cl)C) O (O CO a- LO V L O � f� (p N co (p N N N to N (O co N 00 N r (O (O d C M N I- M N (O LO N. N (n � O U (M (O N (o CEO CM') (O() (NO (^O a W M M = a O N O O (D N (n O (o N N (O CO N 0) O a) O (n O Nr (n O a) O (D N (D N (O O O co a)(O LO(O (n CDO) � o) (T (O (O W m o m 0 o c m N c o y = (0 m t C o 0 w c E .0 o 0 c > c 3 > 2 o > m o E E c c 3 c O oc U U Q E U 0 0 U o m t m O 00 of 0 a) a° V U a° CD U U co O N N N N p N N N N ` N ` Nor0 N N NNN C O O N N O N N O p)N N N CDtm N N�rf CD N N (1 N N O 04 O N O Q O O N C.) 0_ c)EL N N M C C p N NN (`) p co CIA e N_ Or N NN N N 04 O ILLA N O N O N O O N O N N O N O NO0N N NOr N N c Or- cli O N O N O N co LO M N 0_u CO CD N }r )0 ( h r M 00 m O O O O O O O O O O r O O O O O O O O O O O O O O O O O O O c`') O lD W N O O O O w M c0 r 0 W ~ Ln O u') c0 V N (O r O V O O O co O N co O O O (D 0) N F a Z " m co co co W (D O M r O (`') 00 I- m (O O O fl V O O U) V r CD O O co O (O O co O V 0) )— )� O co a1 D (`') CDN (0 (O N O 0) (D v N r- CC) 00 (D(C) N o0 m M U) Ni� 0 f� N M O 00 r O M LLD co LO O r O P- to V mZ x N (D O C cl O I� O O O r O O 0) 00 0) 0D N r (n r N r r O r N (D M c`') r N U)LU 0a 69 w 69 69 U) GF) 6G fR ca EA Uf l fA H) V3 W U�l fA ER EA 69 x O 0 U') C) C) (� 0 0 m z > m o O W a m (>a o a w E F z co O U co N O N d w (C) r N (U E U C N_ O O V y N E 0) > C a) (00 W O Z U N N .4 C N > fa 0�0 O V c0 # N > Q E N N N C N Q oE E o c� n CD 00 E OE ° O = U E o N N f° cu C� m w C p c E CO L m V �' .U. C N O E d L N m 06 O E N rN• a) 2] m N L W r Q O N •� Q O _ m M E > cC m L 0) O) N C a) O 00 > �) L (D '— in a� E *o NN= N L a) 2a > 0 Q 3 N � m in m in 2 N � _ ffi o O N N _ (D L CD N L � C Q E N C N N C O E C N C N N > (n m (n L N d a m 0 7 N E N U 0) E W N E m N > (� > O LO N a N C ? Q' n U N� N C > N d `) U N V u Cl) N C m C E o > Q c/i a) m N p p M N C 3 N m E N J N d Y > U C CN m Q (C) d O) L LL a) > LL W � d O m c N 3 0 2, o 0 2 = aNi m p U d a O E > C 3 N N N m C m O (� N z a) Q C o O >, � C_ > m Z Q U)m O 2 3 O .0 J 7 J O r) 0 d Q ) N O M CD O U N L a a) O N O O N N W N m o c o m m m o C g C c m `c m cc m (ma L c m L C c O E c > m O w w c > o E o oz 'D co c > oo c E c E 3 C Uc cc: m m U > O (a E` co OO U m jjO m m U cn 0 U 0 0 N cM N rn cu d