Loading...
Gentry Brothers Inc.CITY OF ROSEMEAD HELLMAN /SAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT CONTRACT BID FORMS BIDDER: GENTRY BROTHERS, INC _ BID SCHEDULE 900 — y c u . L I nstall andscape and n per Plans and SCHEDULE OF PRICES FOR ce . 30 cs cations HELLMANISAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT — ESPL 5358 (012) BASE BID SCHEDULE raffic Striping, Traffic UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST — Clearing & Grubbing per plans s LS 1 and specifications. See , technical provisions TP 2, TP ](''d 6ca. 3 &TP4. LS 1 j 2 Disposat of Waste Materials LS 1 Lf c C v _ Remove Existing and Construct 9- Inches Thick PCC 3 Pavement (High Early 22,320 /01 y 3 La l I Strength) 520 -A -5000. SF Construct 6- Inches Thick Crushed Miscellaneous Base _ 4 95% Compaction over 90% Compacted Soil. TONS 850 '3 1) 5 Cold Mill 2- Inches Existing — Pavement. SF 5,000 6 Construct 2- Inches AC TONS 70 Pavement (C2- PG 64 -10). aGC I `i pct Construct 4 -inch thick PCC a v . 7 sidewalk per SPPWC Std Plan — 113 -2. SF 230 8 Construct PCC Curb Ramps co per SPPWC Std Plan 111-4. EA Remove Existing and y Construct 6- Inches I nicK rte y Approach per Std Plan 110 -2. SF 900 — y c u . L I nstall andscape and n per Plans and ce . 30 cs cations Esca Complete. LS 1 raffic Striping, Traffic Loops and Pavement aut; s LS 1 CBF -1 BIDDER: GENTRY BROTHERS, INC TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 51" 14- Ili. -J Awe - Dollar amount in written The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. Attach rd hereto is a certified check, a cashier's check or bid bon' the amount of Dollars ($ said amount being not less tha ercent (10° %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST Construct Traffic Signal 12 Improvements per Plans and Specifications Complete. 1 LS ( 06-6 J 6 ,-,) ' Remove, Dispose and Construct Colored PCC Cross Walk (Chromix) with Lithochrome 13 Colorhardener on top per Plans and Specifications Complete per LM Scofield Company or Approved Equal. Contact person e Bruce Umeck 81 B- 324 -3534. SF 3,050 2 - 76 s 2�U Adjust Sewer Manhole to 14 Grade per SPPWC Std Plan 205 -2. EA 6 306 A66 15 Adjust to Grade Water and Gas Valves Ea 10 0 y j ba TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 51" 14- Ili. -J Awe - Dollar amount in written The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. Attach rd hereto is a certified check, a cashier's check or bid bon' the amount of Dollars ($ said amount being not less tha ercent (10° %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for CBF -2 BIDDER: GENTRY BROTHERS, INC the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and aarees that liauidated damaoes shall apply to this Contract in the amounts of five hundred dollars ($500.00) if proiect is not completed in forty -five (45) working days. The Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -3 By: Signature nn Ell CV tis ti Type or Print Name �f� dS t ci trr� Title Bidder's /Contractor's State of Incorporation: Partners or Joint Venturers: NN GENTRY BROTHERS, INC 384 LIVE OAK AVE. IRWINDALE CA 91706 Business Street Address City, State and Zip Code Telephone Number Bidder's License Number(s): 3 5 7 F NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation; CBF - 4 BIDDER: Gentry Brothers, Inc. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Gentry Brothers, Inc. as Principal, and Federal Insurance Company as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of ten percent of the total amount of the bid ($ 10% ) , being not less than ten percent (10%) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Hellman /San Gabriel Intersection Improvements Protect as set forth In the Notice Inviting Bids and accompanying Bid Documents, dated May 8, 2013 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 6th day of Gentry Brothers, Inc. (SEAL) Principal By: o w ��� By: Sloiature n Y 5 ICS vt 20 13 Federal Insurance Company (SEAL) Sure Signature Linda D. Coats, Attorney -in -Fact CBF -5 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of California County of Orange On MjAA L I N 12 before me, Summer L. Reyes, Notary Public (insert name and title of the officer) personally appeared Linda D. Coats 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 4re /she/t6y executed the same in his/her /their authorized capacity(ies), and that by, Ohs /her /their signature(,) on the instrument the person(s), or the entity upon behalf ofwhich the persons) 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. @My SUMMER L. REYES Commission # 1986627 Notar Public.- California z z Orange County Signature Comm. Ex Tres Jul 29, 2016 Chubb r OF Vigilant Insurance Company Mill"; 15 Mountain View Road OF Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents; That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY a Wisconsin corporation do each hereby constitute and appoint Linda D. Coats and Matthew J. Coats of Laguna Hills, California ----- __-------- each as their true and lawful Attorney- fn. Fact to execute under such designation in their names and to affgc their corporate seals to and deliver for and on their behalf as surety thereon or Otherwise, bonds and undertakings and: other vinfings obligatory in the nature thereof (other than bail bonds) given or executed In the: course of business, antl any instruments amending or altering the same, and consents to the modifioationor alteration of any Instrument referred to in said bonds or obligations. In Witness Whereof said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested . these presams and affixed their corporate seals on this 13t dayof December, 2011. Kenneth C. Wendel, Assistant Secretary - David .: a � cesident STATE OF NEW JERSEY County of Somerset. On this 1St day of December, 2011 before me, a Notary Public of New Jersey; personally came Kenneth Wendel. to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, . being . by me duly sworn, did depose and :say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows . 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 the By. Laws of mid Companies; and that hesigned said Power of Attorney as Assistant Secretary of mid Companies by like authority; and that he is acquainted with David S. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr.: subscribed to said Power of Attorney is in the genuine handwriting of :David B. Norris, Jr. and was thereto subscribed by authority of sald Ity- Laws and in deponent's presence. Notarial Seal KATHERINE I ADELAAR NOTARY PUBLIC OF NEW JFRSFI r Nn 43f6685 C4mmiarlon6rpirrluly18,20i4 rrPS Notary itublic CERTIFICATION Extract from the By, Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE. COMPANY, and PACIFIC. INDEMNITY COMPANY: "All powers of shammy for and on behalf of the Company may and shall be executed In the name and on behalf of the Company, either by the Chairman or the Prealdent or a Vice President or an Asslatant slice President, jointly with the Secretary or an Ametant Secretary; under their respective designations. The signature of such officers may be engraved, printed w lithographed, The signature of each of the following officers: Chairman. President. any Vice President; any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any ceNficate relating thereto appointing Assistant - Secretaries or Attorneys In- Feet for purposes only of executing and 'attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seat shall be valld and binding upon the Company and any such prover so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which is attached.` I, Kenneth C, Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies) do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is tme and cored; (ii) the Companies' are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; furtttar, Federal and Vigilant are licensed in Puerto Rhea and the U.S. Virg In Islands, and Federal is licensed: in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and ( iii) the foregoing power of Attorney is true. comectand in full force and effect. Given under my hand and seats of said Companies at Warren, NJ this 6th T � day of May, 2013 b' . ' / 4 Kenneth -G. WendellLA Seer"" IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903 -.3493 Fax (906) 903 -.3656 e -mail: auras chubb.coIn Form 1 &10.02256 -U (Ed. 5 -03) CONSENT CALIFORNIA ALL - PURPOSE CERTIFICATE OF AKNOWLEDGMENT State of California Countyof: Los Angeles b On efore me, May s, 2013 N. Smith, N - - - - -- , (name and title of the officer) personally appeared Rodney J. Gentry -------------------------------- ---- who proved to me on the basis of satisfactory evidence to be the person (9) whose name(§) is/me subscribed to the within instrument and acknowledged to me that he&baQy executed the same in hisMOAMiiiKauthorized capacity CMX and that by his /tic signature(g) on the instrument the person(ac or the entity upon behalf of which the person (aracted, 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 rn nd and official seal N. SMITH N Comill 2012524 ��ee NOTARY U - Yr LOS AN0ELES COUNTY My Comm UP. APR, Signature of Notary Public (Notary Seal) - gym =— OPTIONAL INFORMATIONS ­�­ Information below is NOT required by law however my deter fraudulent removal of this form. Description of Attached Document Number of Pages 1 Document Date: TT / A Bid Bond Ti" type of document lJ� Additional information Capacity Claimed by Signer(s) • Individual(s) • Corporate Officer ❑ Partner • Attorney -in -Fact • Trustee(s) • Other CITY OF ROSEMEAD HELLMAN /SAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT BIDDER: GENTR B ROTHERS, INC 2.13 LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuantto Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty -four (24) additional hours after the deadline for submission of bids to submit the information requested bythe Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -6 �� G GENTRY BROTHERS, INC 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) ("Duplicate Next 2 Pages It needed for listing addlbonal subcontractors. I Name and Location Description of Work of Subcontractor to be Subcontracted Name: r Address A—& e, C,4. S � �y Name and Location Description of Work of Subcontractor to be Subcontracted Name: o 4 jrc �iJ3 Address: _ A ( ,. c A. , /o. , Ivd —rC �L< Name and Location of Subcontractor Name: f_C Z, Address Description of Work to be Subcontracted f ' a.p"^ -5 Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted CBF -7 BIDDER: GENTRY BROTHERS, INC 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 1. A C( 11-r41 ke Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 2. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 3. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 4. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF -8 N O N 0 M N n n o n n n n n n n n n n n n n n 0 s 0 Q. 0 o o F v ° ° m 3 o- ' a O O O S J O O O N 0 d O O N N N O N N N N N N N N N O O O N W N W O O N O 10 Ol W W N W W W W W W W � 9) � l0 (p �O (O W .J W (O f0 1p (O [p (O l0 tp <'+� W t0 t0 (O A W A W N A A A W J N V W w w t0 A IO W l0 A N W w W N W (O W W W N N N J O N N N �O l0 N A N V V A W A W J N n W W W W W U N N N N W N A O W w r N 0 'a as o o m O 'm 'oa o a m � = . T. o o m ° 3 0 J W O D m ° m N p so c 3 0 m c 'm O . Q$ m o- D m n = ° -� n < m. A< m m m o m D M A m N ° ° c p M. D W m L°. p � � S O ° n 3 0 'D A N n N 3 ° ❑ (,n (D ('j m cn < fD 1� w m o o m 5 m O; -° m m A N m � m y v c m n Zm. ik m a —� Q' 3 > > ui3 '� ° d m �^ r z ik - O o m R^ m m N n w m D u a (n U c m .Z7 m :ll m o— o m a A m ut co w » o W < p .. N 'm 9.0 .. m O r n' m n t 3 °-�. 0 C 3 S G w m m 3 A �^_ p ry d D 6 O N 3 A J N � O < l3 W N N N Na D 3 O9 J o d 7k < a v 3 N v v = W 3 m Z ,. 6 lD `< w O W O b _ 2 Z Z Z Z Z Z 1 1 m Z O m m o m m a 0 n y M 3 3 D M 3 3 3 D 3 @ m m m 'n 01 m m o m m Z o m m m m m m m ya m -_' ° W W W W W W W W N W W W W W U• W l0 W W N W N W - .. �� O O O O O O O t0 t0 O O W O �D W .. fA M E9 EA fA fA bi fA fA fA fA EA fA EA E9 fA (A fA fA (H fA EA W W W W N A A A A N W W w A W J J N o S W N N O N W W W W A W W W A N J O W W f0 O W C N W IV A IJ O OC O bN f0 V J O O V N f0 N O N W O O O O i A W N N O W O W N tit O W N O O W 10 W W A W W A w O + O O m W w W N W O O O n .'m' W _.. -1. I Vt O O O O O O O W O O O O O O A O O O O O O O O O O O , O O O O O O O O W O O O O O O A O Of 0 W w w W A A A A W - W N N d N tD N N O O A ' A A W O O O O j O O N N N N N N N N N N N J W V OD U ' V A fT N a) ' N W 6 N S N T N W A N N N N N N N N N N N N N N N N N N N N N N m N 0 Q Q Q Q W G) 0 co D C) co 0 Q R if z m m m m m m GENTRY BROTHERS. INC NON - COLLUSION AFFIDAVIT CBF -9 BIDDER: GENTRY BROTHERS, INC NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, 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 any other 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 contract of 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, orthe 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. Signature n / I �' �C Ag Typed or Printed Name de Title GENTRY BROTHER& INfi Bidder Subscribed and sworn before me This_ day of 20_ (Seal) Notary Public in and for the State of California My Commission Expires: CBF -10 CALIFORNIA ALL- PURPOSE CERTIFICATE OF AKNOWLEDGMENT State of: California Countyof: Los Angeles May 6, 2013 , before me, N. Smith Notary - - -- - - -- (name and fitle of the officer) personally appeared Rodney J. Gentry ---- - - - - -- who proved to me on the basis of satisfactory evidence to be the person N) whose name(g) is/kw subscribed to the within instrument and acknowledged to me that he/w executed the same in hisMi'f NKauthorized capacity (3M)�and that by his /bMiWi signature(g) on the instrument the person(* 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 mv,hand and official seal of Notary Public (Notary Seal) INFORMATIONS :.-- :._w_ Information below is NOT required by law however may deter fraudulent removal of this form. Description of Attached Document Number of Pages 1 Document Date: N/A Non - Collusion Affidavit-- - - - - -- or type of document Capacity Claimed by Signer(s) • Individual(s) • Corporate Officer ❑ Partner ❑ Attorney -in -Fact • Trustee(s) • Other Additional information CITY OF ROSEMEAD HELLMAN /SAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT The Bidder shall list the name and address of each subcontractor to whom the Bidder proposes to subcontract portions of the work, as required by the provisions in Section 2 -1.01, "General," of the special provisions. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION GENTRY BROTHERS, INC The bidder proposed subcontractor hereby certifies that he has r has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has 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 filling requirements. 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 or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. EEOC -1 CITY OF ROSEMEAD HELLMANISAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT Noncollusion Affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the City of Rosemead, Los Angeles County DEPARTMENT OF PUBLIC WORKS. In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares 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 any other 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 contract of 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. Note: The above Noncollusion Affidavit is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. NA -1 CITY OF ROSEMEAD HELLMAN /SAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgement rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Certification. DSC -1 CITY OF ROSEMEAD HELLMAN /SAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or bid, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure, The prospective participant also agrees by submitting his or her bid or bid that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. NLC -1 CITY OF ROSEMEAD HELLMAN /SAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT DISCLOSURE OF LOBBYING ACTIVITIES uurvirum IC i mo rVmrvl IU 1. Type of Federal Action: a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance �IJI.LV JC LVOO T IIV V Mu I I V I I ICJ rumoumiV I I V a, u.o, V. I: 2. Status of Federal Action: 3. Report Type: FAI a. hid /nffer/annlicatinn ❑ a, initial b. initial award b. material change c. post -award For Material Change Only: year _ quarter date of last report 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: 4. Name and Address of Reporting Entity P Prime n Subawardee GENTRY BROTHERS INC Tier _ , if known 384 LIVE OAK AVE IRWINDALE CA 91706 Congressional District, if known Congressional District, if known 6. Federal Department/Agency: n/vn 9' 8. Federal Action Number, if known: A/v ✓H' 10. a. Name and Address of Lobby Entity (If individual, last name, first name, MI) NcNti 7. Federal Program Name /Description: CFDA Number, if applicable 9. Award Amount, if known: b. Individuals Performing Services (including address if different from No. 10a) (last name, first name, MI) (attach Continuation Sheet(s) if necessary) 11. Amount of Pa ent (check all that apply) 13. Type of Payment (check all that apply) $❑ actual planned a. retainer b. one -time fee 12. Form of Payment (check all that apply): c. commission e a. cash d. contingent fee b. in -kind; specify: nature a deferred value f. other, specify 14. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11: (attach Continuation Sheet(s) if necessary) 15. Continuation Sheet(s) attached: Yes ❑ No 16. Information requested through this form Is authorized by Title 31 U.S.C. Section 1352. This disclosure of Signature: lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is Print Name: C TS^ Tty required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to Title: nF 5 file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than Telephone No.: $100,000 for each such failure. Federal Use Only: Authorized for Local Reproduction Standard Form - LLL INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure torn shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The fling of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and /or has been secured to influence, the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow -up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgranls and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (Rem 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in Rem 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application /proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP -DE -90 -001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award /loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address 'if different from 10 (a). Enter Last Name, First Name and Middle Initial (Mo- ll. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment. 13- Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) oremployee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) Is attached. -- 16. The certifying official shall sign and date the form, print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348 - 0046), Washington, D.C. 20503. SF- LLL - Instructions Rev. 06-04- 90aENDIFo CITY OF ROSEMEAD HELLMAN /SAN GABRIEL INTERSECTION IMPROVEMENTS PROJECT EXHIBIT 15 -G1 Local Assistance Procedures Manual Local Agency Bidder UDBE Commitment (Construction Contracts) INSTRUCTIONS - LOCAL AGENCY BIDDER UDBE COMMITMENT (CONSTRUCTION CONTRACTS) ALL BIDDERS: PLEASE NOTE: It is the bidder's responsibility to verify that the UDBE(s) falls into one of the following groups in order to count towards the UDBE contract goal: 1) African Americans; 2) Asian - Pacific Americans; 3) Native Americans; 4) Women. This information may be submitted with your bid. If it is not, and you are the apparent low bidder or the second or third low bidder, it must submitted and received as specified in the Special Provisions. Failure to submit the required UDBE commitment will be grounds for finding the bid nonresponsive A UDBE is a firm meeting the definition of a DBE as specified in 49 CFR and is one of the following groups: African Americans, Asian - Pacific Americans, Native Americans, or Women. The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract UDBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by UDBEs. Prime contractors shall indicate all work to be performed by UDBEs including, if the prime is a UDBE, work performed by its own forces, if a UDBE. The UDBE shall provide a certification number to the Contractor and expiration date. Enter the UDBE prime's and subcontractors' certification numbers.The form has a column for the Names of UDBE contractors to perform the work (who must be certified on the date bids are opened and include the UDBE address and phone number). IMPORTANT: Identify all UDBE firms participating in the project regardless of tier. Names of the First -Tier UDBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable, with the names and items of work in the "List of Subcontractors" submitted with your bid. There is a column for the UDBE participation dollar amount. Enter the Total Claimed UDBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100% of item is not to be performed or furnished by the UDBE, describe exact portion of time to be performed or furnished by the UDBE.) See Section "Disadvantaged Business Enterprise (DBE)," of the Special Provisions (construction contracts), to determine how to count the participation of UDBE firms. Exhibit 15 -G1 must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award, Federal -aid Project Number, Federal Share, Contract Award Date fields and verify that all information is complete and accurate before signing and -- filing. Page 15 -32 July 31, 2009 LPP 09 -02 Local Assistance Procedures Manual EXHIBIT 15 -G1 Local Agency Bidder UDBE Commitment (Construction Contracts) EXHIBIT 15 -G1 LOCAL AGENCY BIDDER UDBE COMMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: C 4 , a �` A i 1 , °"t`( r- LOCATION: / PROJECT DESCRIPTION: !�F'6�M 9.� ni -�:.- + J q .�- (spb „ ��l ✓/ i.✓75r IC�f' TOTAL CONTRACT AMOUNT:$ BID DATE: '5� - �'�” C 3 BIDDER'S NAME: GENTRY BROTHERS, INC CONTRACT UDBE GOAL: 6 N "TRACT ITEM NO. ITEM OF WORK AND DESCRIPTION OR SERVICES TO BE S UBCONTRACTED OR MATERIALS O BE PROVIDED (or contracted if the idder is a UDBE) UDBECERTNO. ANDEXPIRATION DATE are address NAME OF EACH UDBE IDOLLAR (Must be certified on the date bids opened - include UDBE and phone number) AMOUNT BE L .S, J 5 31 oCJ '. �tia� .rr ?t9 3 - 03 For Local Agency to Complete: Local Agency Contract Number: Federal -aid Project Number: Federal Share: Contract Award Date: Local Agency certifies that all UDBE certifications have been verified and information is complete and accurate. Print Name Signature Dare Local Agency Representative (Area Code) Telephone Number: Total Claimed UDBE Participation $ D % �signature f Butd9v /7 d.,.� �rT7 �J at Area o e 7`el. NO. /(a 4I bi3.✓fb Terson to Conrad (Flease Type or nnl Local Agency Biddcr UDBE Commitment (Constmction Contracts) (Rev 626109) Distribution: (1)Original -Local agency Files Page 15 -31 LPP 09 -02 July 31, 2009