Loading...
HomeMy WebLinkAboutDiamond Bar Bid ProposalCITY OF .� ahh� DIAMOND BAR c A l I F 0 R N I A DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 1 Diamond Bar Boulevard Complete Streets Project CIP# S1256 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 1 and attach it to the bid. 10/08/2025 David G. Liu, P.E. Date Director of Public Works/City Engineer C n tor's Aut onzed Signature CITY OF DIAMOND BAR CALIFORNIA DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 2 Diamond Bar Boulevard Complete Streets Project CIP# S1256 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 2 and attach it to the bid. 10/13/2025 David G. iu, . Date Director of Public Works/City Engineer on ctors Authorized Signature CITY OF DIAMOND BAIL C A L I F 0 R N I A DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 3 Diamond Bar Boulevard Complete Streets Project CIP# S1256 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 3 and attach it to the bid. 10/16/2025 DavidLiu, Date Director of Public Works/City Engineer Co"or's Authorized Signature DIAMOND BAR DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 4 Diamond Bar Boulevard Complete Streets Project CIP# S1256 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 4 and attach it to the bid. --11 10/16/2025 David G. Liu, P.E. Date Director of Public Works/City Engineer Cont r' Authorized Signature CITY OF bvlle� DIAMOND BAR C A L I F 0 R H I A DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 5 Diamond Bar Boulevard Complete Streets Project CIP# S1256 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 5 and attach it to the bid. 10/20/2025 David G. Liu, P.E. Date Director of Public Works/City Engineer ontr ctor's ut oriaed Signature BIDDER'S PROPOSAL CITY OF DIAMOND BAR DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT CITY PROJECT NO. S1256 Date /0 - 14 .20 Zr 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: �AYitl� D-Frer P2 of .��i✓T (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. (f) That a representative of the undersigned attended the mandatory pre -bid meeting. Name of representative Title (g) 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. (h) 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 12 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 q bidder's bond, payable to the order of the City of Diamond Bar in the sum of 09'o DOLLARS ($ 10k ) 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. snt Brothers, Inc. 384 E Live Oak Ave Address of Bidder irwindaie,Ca91706 City Zip Code _A'- � /-A 35'7- 16 1 1 Telephone of Bidder Signature of Bidder 13 BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT CITY PROJECT NO. SI256 I ITEM DESCRIPTION NO. WRITTEN IN WORDS 1 Mobilization and Demobilization 2 Traffic Control 3 Stormwater Pollution Control 4 Signing and Striping Clearing and Grubbing Replace Private Landscaping and Irrigation 7 Remove Existing Tree 8 Monument Preservation ESTIMATED UNIT UNIT QUANTITY PRICE [AMOUNT LS 1 35v Coop, 3rJo oho o_ LS 1 s��Coop SgoCoo.00 LS 1 LS 1 LS 1 LS 1 LS 9 Remove Existing Asphalt SF Concrete Pavement 10 Remove Existing Concrete SF Facility 11 Remove Existing Stairs & SF Handrail 12 Remove Existing Street Light and EA Foundation 13 Remove Existing Catch Basin EA 3i5l oa o. So 35, 000- �-- 6 5 , 000 oa 6S 000 o_ //0 vo°. 0� //OooD l0 2 6, oov, G� x►�. o� 2,W. oo lF3 boo. c� �3/ 000. ono 62,270 -2. _ 45,630 6. o�o z�3 ego- 90 �6 2,3go._ 17 /,3o°.o�v LZ1 /00.0 2 Adjust to Grade Existing Storm 14 Drain Manhole EA 2 BSo, �, �volo 15 Adjust to Grade Existing Sewer EA 6 B�o.o� Manhole -- — 14 16 Watertight Sewer Manhole Cover EA 1 �� boo I6�O.on 17 Relocate Existing Bus Shelter EA 5 18 Relocate Existing Backflow EA 10 3, a 5- Prevention Assembly 3.2sow- _ 19 Cold Mill (2" Thick) - SF 68,130 C9. , . o0 CY 20 Unclassified Excavation i 790 22 Asphalt Concrete TN 1,340 ,��_ Oe 134,oco.ee 135 d_ 22 Asphalt Rubber Hot Mix TN 1,240 23 Concrete Bus Pad SF 3,080 s5141- o-o.'= °IC I 24 Curb and Gutter (Type A2) LF 2,930 25 Curb and Gutter (Type A3-6) LF 2,250 � I `IS 26 Curb (Type Al) LF 310 6s. Concrete Flatwork (Pathway) SF 24,340 lz.00 �921OSO.co Concrete Flatwork (Colored; SF 860 W �y 27 28 Median) — lam, 0'�O. o0 29 Concrete Flatwork (Colored; Bus SF 5,120 Stops, Ramps, Curb Returns) 23z,R6 Jointed Plain Concrete Pavement SF 1,230 30 Driveway Concrete Driveway Approach SF 4,000 )y." 56,� 31 (Uncolored) 32 Concrete Driveway Approach SF 5,940 ��.y� /ob Saor (Colored) LF 1,140 6 vo 29 cg�.o_ Z 33 Crosswalk (Colored Concrete Band) 15 Cross (Colored Concrete 34 Flatwrklk SF 2,720 0 lfj.o_ 4f3S6 1� 35 Crosswalk (Jointed Plain Concrete Pavement Base) SF 6,820 �g �� 36 Concrete Paver Pathway SF 4,560 2-SO Boo.O_ 37 Crosswalk (Concrete Pavers, SF 150 8cm) 38 Crosswalk (Concrete Pavers, 10cm) SF 6,820 65. dm `�` � AGO ea — 39 Detectable Warning Surface SF 550 3S•� 11 250 e2 40 Tactile Directional Indicator LF 290 .2O,00 5,5oo.00 41 Curb Drain LF 550 Oo.ou ,o00 e, 42 Drop Inlet Catch Basin for Curb Drain EA 5 14, R". - 43 Parkway Drain SF 308 �2g.� 61y� 44 j Concrete Slough Wall LF 300 y 0.Pro 45 Wall Underdrain Concrete Reinforced Stairs LF 90 zS.n_ 2,s2n.00 46 SF 90 28 'z 60.0_ 600 0_ z3.}a, o_ 47 Metal Handrailing LF i6 SA? co Catch Basin (W=7') Reinforced Concrete Pipe (15") 2 48 EA 49 LF 10 365.; Parkway Bioretention Tree Grate and Frame SF 50 2,760 S5_o_ 3,-T0� _d I 1511��.o_ 122�,o0._ � l 51 EA 33 IiR 52 Lighted Bollard EA 1177 I .z,tizo.eE 11+251340.o_ Traffic Signal Improvements - 53 Diamond Bar Blvd. and Golden LS 1 Springs Dr. Traffic Signal Improvements - 54 Diamond Bar Blvd. and Palomino LS 1 Dr. Traffic Signal Improvements - 55 Diamond Bar Blvd. at Commercial LS 1 Driveways I 56 Relocate Existing Electrical LS 1 Controller and Meters 57 Street Light EA 13 (Single Mast Arm 58 Street Light EA 2 Dual Mast Arm 59 Bollard Light Fixture EA 177 60 Hardscape Uplighting LS 1 61 Lighting Conduit, Wiring, and LS 1 Appurtenances (Street Lighting) Lighting Conduit, Wiring, and 62 Appurtenances (Bollard, LS 1 Hardscape Lighting) 63 Decorative Post and Rail EA 14 64 Decorative Post and Rail with EA 3 Steel Panel 65 Topsoil CY 450 66 Soil Preparation & Fine Grading SF 13,125 67 Irrigation System LS 1 68 Deeproot Barrier (24"x24") EA 336 1 17 I3-O. E�e 1 52,S, 1-0. /11j 211.W I if) j2z0.0�11 235. o0 1, Ova. 0? 63, OSc�a!!!.- 35)j 120, a� 69 70 36" Box Tree 24" Box Tree EA 6 EA 33 �6o,vv �� -79°.00 33 33,i5y.o_ 71 5 Gallon Shrub/Groundcover 1 Gallon Shrub/Groundcover EA 453 3,014/.o0 72 EA 73 I 74 Mulch CY Rock Cobble (3" to 8" Angular) SF 45 ,is.o_ s,i�s•� 995 75 Rock Cobble (2" to 8" Round) 18" Dia. Boulder (1.5' x 1.5' x 2') SF 6,730 K 38�. 76 EA 9 1, .2 5' 77 24" Dia. Boulder (2' x 2' x 3') EA 36 i,z bs. vs,sy� o0 78 79 24" Dia. Boulder (3' x 2' x 2') EA 36" Dia. Boulder (4' x 3' x 3') EA 16 19 90 Day Landscape and Irrigation 80 Maintenance Period LS 1 �o yr�.� /oytv.o_ MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES) TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): ,G14H"[- Mg4,jpN .04HT-HUNOREp Fi*m-y 7Ya)-cAN® FOUR-HUNDiZEP AND onNL- POL-ARs 4E90 CEO-rM. 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. 18 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 ' i'-o So./r,q (Insert "$ cash", "cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (10%) of the total bid. 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 Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. GENTRY BROTHERS INC�� NAME OF BIDDER (PRINT)"SIGNATURE DATE ADDRESS CITY ZIP CODE TELEPHONE :719 7 7 �9 STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION 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 requirements of California Business and Professional Code Section 7028.15. OR SIGNATURE OR AUTHORIZED OFFICER 19 LIST OF SUBCONTRACTORS * BID OPENING DATE PROJECT DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT CITY PROJECT NO. S1256 LOCATION 13,iA CLIENT ?1411- ® B,/ zl*�Ilr_ CONTRACTOR GENTRY APOTt Ep jNG Name Under Which Subcontractor is Licensed License No. & DIR No. Address of Office, Mail, or Shop Percent of Total Contract Specific Description Of Subcontract SOUZH� CALIfaRNIA �NOSG4P'E lhlC. I��CENSE i53861 D 1 R � pD00o 1518 ��r�,in A e 97. �s � Rancho RAKER- emc <: RHewOSLE-S L-LC LI Cr�I: l61Y-b � Ilzl� lont>7oo►Eb6 q/ >1SL0nlnlvo CA 92,Gvej l3Rp,vo slC,ty pESIC%N,(NC. LIMNS6 6u 1m1 DtF-# loo0006063 5w 5, a Kx AVE S°lu Pscoan'► VE- IMT /1A1L- VNIT E. ANAHSIM 0,4 g21o). 6�PltR1oR poepeMi=r�jl NARk-INh w'c - LIMNSE IILtIv -r DIRE# 10000152ty 531Z C 5;4 '1" D/ SIB Na, i 57RIPIA/C 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 20 contractor 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. 21 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 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. Executed this day of /O - /G , 20�, at � '�n I �l �:, C/) (place of execution). Signature Name: (PSOW AC01W_'e.12A/ Title: Ill e-e- Name of Contractor: GENTRY BROTHERS INC 22 BIDDER'S VIOLATION OF LAIN/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 may sub'ect the certifier to criminal prosecution. 23 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Bid Date /0 4 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 five 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 any and all fatalities. ITEM 5 CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2020 2021 2022 2023 2024 TOTAL 2025 No. of Contracts �- �> b Total dollar amount of contracts in 1,000's ,� .3 cf" ©O iz�? ,,►►�� y�, IR,�aDc� �k,'C.Z"lf; No. of lost workday - ' cases No. of lost work day cases involving permanent transfer to�- another job 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 from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. GENTRY BROTHERS INC Name of Bidder (Print _1iP� F_ ejI� ORS ire Address S' tore State Contractor's Lic. No. & Class City Zip Code Telephone 24 AFFIDAVIT FOR CO -PARTNERSHIP FIRM STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) being first duly sworn, deposes and says: r That he is a member of the co -partnership firm designated as: = 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 proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co- partnership by who constitute the other membors of the co -partnership. 1 Signature I Subscribed and sworn to before me this i day , 20 Signature of Officer Administering Oath (Notary Public) 25 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) cf7'ypoVo�y, ��c� , being first duly sworn, deposes and says: That he is Vi 66 fgi--:51 Ot7^/7 of, GENTRY BROTHERS INC 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 proposed contract, for himself or for any other person. nature Subscribed and sworn to before me this day of Signature of Officer Administering Oath (Notary Public) 20 26 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 October 16 personally appeared 2025------------ before me, N. Smith. Notary , (here insert name and title of the ofrtoer] Jason Roehrborn---�-----_-------_______ who proved to me on the basis of satisfactory evidence to be the person($4 whose name(() is/are subscribed to the within instrument and acknowledged to me that he%*MW executed the same in hisXXWKMr au-thorized capaXj)Mes), and that by his signature(s) cAXhe instrument the person(s),)Qr 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 ° N. SMITH Notary Public - California x x Los Angeles County Commission k 2520393 My Comm. Expires Jun 9, 2029 ITN S my han and official seal. r Signature of Notary Optional Information To help prevent fraud, it is recommended that you provide information about the attached document below. ***This is not required under California State notary public law,*** Document Title: Affidavit of Corporate Bidder- - - - - - - - - - - - # of Pages: City of Diamond Bar - Diamond Bar Blvd Complete Street Project 02014 Golden State Notary, Inc. www.Notary.net (888) 263-1977 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) being first duly sworn, deposes and That he is the party making the foregoing proposal or bi , that such bid is genuine and not collusive or sham; that said bidder has not colluded, cons red, connived or agreed, directly or indirectly, with any other bidder or person to put in a shqjn bid or that such other person shall refrain from bidding; and has not in any manner sough y collusion to secure any advantage against the City of Diamond Bar or any person in fed in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of Signature of Officer A inistering Oath (Notary Public) 20 27 AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) being first duly sworn, deposes and says: That he is of, one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: 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 proposed contract, for himself or for phy other person_ Signature Subscribed and sworn to before me this Signature of (Notary Publ BOND No. day of cer Administering Oath .20 28 • C 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: DIAMOND BAR BOULEVARD COMPLETE STREET PROJECT CITY PROJECT NO. S1256 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 firm ly 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 (10%) 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. 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. 33 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: October 9, 2025 "Principal" Gentry Brothers, Inc. By- Its LM Its "Surety" Federal Insurance Company By: A y-in-Fact, Ryan Butterfas By - 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. 34 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 OCT 0 9 2025 Date personally appeared before me, 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. I 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. ADELAIDEC. HUNTER Notary Public • California x Orange County _ Signature _. Commission # 2508152 Signature of Notary Public y Comm. Expires Jan 23. 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: ©2014 National Notary Association • www.NationalNotary.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 behalfas surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any Instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 12TH day of April 2024. Rupert HD Swindells, Assistant Secretary STATE OF NEW JERSEY County of Hunterdon Warren Eichhorn, Vice President On this 12rh 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 ofAttorney are such corporate seals and were thereto affixed by authority of said Companies; and thattheir signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal a Albert Cantur. NOTARY PUBLIC OF NEW JERSEY Na 502OZ369 Commission IE;gA s August 22,2027 NOtAry P¢Mlc CERTIFICATION Resolutions adopted by the Boards of Directors or 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 ofthe Company entered into in the ordinary course of business (each a "Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, 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 forand on behalf of the Company, under the seal of the Company orotherwise, to the extent thatsuch action is authorized by the grant ofpowers provided for In such person's written appointmentas such attorney -in -fact (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appointin writing any person the attorney -in - fact of the Company with full power and authority to execute, for and on behalf ofthe Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments, (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification clone 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 bean 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 oi- vested." I, Rupert HD Swindells, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) 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 9th day of October, 2025. Q�� � z) Rupert HD 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 908 903-3493 Fax 908 903-3656 e-mail: surety@)chubb.com Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19) California Acknowledgment Form A notary public or other officer completing this certificate vcrilics only the identity of the individual who signed the document to which this certificate is attached; and not the truthfulness. accuracy. or validiLy of that document. State of California County of Los An eles ss. On October 16 2025------------ before me N, Smith, (here insert name and title of the officer] personally appeared Jason Roehrbc�rn--------------------------------- - - - - -- who proved to me on the basis of satisfactory evidence to be the person($4 whose name(,) is/are subscribed to the within instrument and acknowledged to me that he/XWXN* executed the same in hisMAKAr au-thorized capag)aes), and that by his signature(s) dAXhe instrument the person(s),)Qr the entity upon behalf of which the person(N 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. w- Seal hand and official seal. a• , N. SMITH Notary Public - California Signature of Notary Los Aneeles County Z ° Commission M 2520393 My Comm. Expires Jun 9, 2029 Optional Information To help prevent fraud, it is recommended that you provide information about the attached document below. "*This is not required tinder California State notary public law.*** Document Title: Bid Bond------------ ----------------- # of Pages: 1 City of Diamond Bar - Diamond Bar Blvd Complete Street Project P2014 Golden State Notary, 1uc. roww.Notary.net (888) 26;-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 INC TITLE OF OFFICER SIGNING Vle;; SIGNATURE — DATE Please include any additional information available regarding equal opportunity employment programs now in effect within your company: 35 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. DATE: /D - 16 , 20 GENTRY RMTHMP IV. (COMPANY) BY: (TITLE) 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. 36 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 x , hereby certifies that he has x , 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 x , 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. Superior Pavement Markings (COMPANY) BY: Darren Veltz, President (TITLE) DATE: October 21 , 20 25 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. 36 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 x , hereby certifies that he has x , 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 x , 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. DATE: October 21, 2025 120 Baker Electric & Renewables LLC (COMPANY) BY .ems; i Theodore N. Baker, CEO/President (TITLE) 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. 36 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 X , hereby certifies that he has X , 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 X , 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. Southern California Landscape, Inc LeeAnn Lyon, Secretary (TITLE) DATE: 10121 , 2025 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. 36 NON -COLLUSION DECLARATION STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) I� WV" ", rAI/2 c�llr , being first duly sworn, deposes and says: That he is Yi�11; � ff2e---r/0, e of, GENTRY BROTHERS INC the party making the foregoing bid, that the bid is not made in the interest of or on behalf of, any undisclosed person, partnership, company association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited another bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that 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, or to secure any advantage against the public body awarding the contact or anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that 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, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. S4gKature of Bidder STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) Subscribed and sworn to before me this day of , 20 Notary Public in and for the County of , State of California 37 California Acknowledgment Form A notary public or other officer completing this certificate verifies only the identity of It1C individual who signed the document to which this certificate is attachul, and not the truthfulness, accuracy. or validity of that document. State of California County of Los Angeles } Ss. On October 16 2025-- - - - before me, N. Smith, Nglary personally appeared Jason Roehrborn------------ there insertname and tiVe 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/AM** executed the same in hisXXKlXMr au-thorized capa)(i)gXes), and that by his signature(s) %Xhe instrument the person(s),)Qr the entity upon behalf of which the person(09 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. Sea] or r N, SMITH Notary PWIC • CBROrnia Las Angeles county s Commission q 2520393 �4E,r , fly Comm. Expires Sun 9, 2029 r SS my hand and official seal. Signature of Notary Optional Information To help prevent fraud, it is recommended that you provide information about the attached document below. ***This is not required under California State notary public law.*** Document Title:Non-Collusion Affidavit ------------------- #afPages: 1 City of Diamond Bar - Diamond Bar Blvd Complete Street Project 0)2014 Golden State Notary, Inc. www.Notary.net (888) 263-1977