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