Loading...
HomeMy WebLinkAboutGentry Brothers Inc. 12-18-17 G� w _' m nrz c� 0 O O > O O m O coo m D 0 L w mr oo c D O � z NJ r Ln m O c� r r ca �f-T c.. Fr e _ m c 6 o PART 3 BIDDER'S PROPOSAL PROPOSAL FORM FIRM NAME 394 Live Oak Ave ADDRESS ;l'F*indV1e CA 91706 TELEPHONE FAX NUMBER Z 3 5 - FOR MAJOR STREET REHABILITATION-2015 METRO CALL PROJECT NO. 428-67918 FOR CITY OF POl1 ONA POMONA, CALIFORNIA (One copy shah be filled in and submitted as the laid; the ether shall be the bidder's file copy.) C-1 Addendum Ido. 1 PROPOSAL FOR STREET PRESERVATION- CITY WIDE (FY 16-17) PROJECT NO. 428-67920 TO THE HONORABLE MAYOR AND CITY COUNCIL OF THE CITY OF POMONA In compliance with the annexed "Notice Inviting Sealed Bids", the undersigned hereby proposes and agrees to perform all the work and improvements therein described, and to furnish all labor and materials, equipment and incident insurance necessary therefore in accordance with the specifications therefore, known as "STREET PRESERVATION - CITY WIDE (FY 16-17) PROJECT NO. 428- 67920", which are on file in the office of the City Engineer of the City of Pomona. The undersigned agrees to perform the work and improvements therein mentioned to the satisfaction of and under the supervision of the City Engineer of the City of Pomona, duly appointed for said work in the matter of the construction and installation of "STREET PRESERVATION - CITY WIDE (FY 16-17) PROJECT NO. 428-67920", as designated on the specifications known as "STREET PRESERVATION - CITY WIDE (FY 16-17) PROJECT NO. 428-67420", on file in the office of the City Engineer of the City of Pomona, and further agrees to enter into a contract therefore in the time, form and manner provided by law at the following prices. Each line item bid shall contain all costs and expenses for the work described in the same numbered bid item in the Technical Provisions of the Contract Documents. C-2 BASE BID SCHEDULE A-MISSION IILVD: 5R'71 TO,1 VENA VISTA ST MAJOR STREET REHADILITATION-2015 METRO CALL PROJECT NO, 428-67918 ITEM DESCRIPTION QUANTITY UNIT TOTAL. PRICE PRICE A-1 Mobilisation 1 LS 300,000.0 S 3000a0o A-2 Construction Survey and Monument 1 LS $_ - v �' O b Preservation U o A-3 Traffic Control --- -_0 v y A-4 Project Signs 2 EAL.' � o � A_5 NPDESIWater Pollution Control I LS G A-6 Caltrans Encroachment Permitting- 1 LS Mission Blvd at SR-71 7 "o $ A-7 Punch List 1 LS -- 2#,0 00.00 $ .20,00600 PAVEMENT REPAIR - -- A-8 4.0"-4.5"Variable Depth Cold Mill to PCC n Pavement Surface: (Where Present) 235,000 SF S A-9 1 64-10)Construct 11/4"AC Leveling Course( 71 PG 1,150 TCIV A-10 Construct 1.5"AC Base Pave (B PG64-10) with Reinforcing Fibers 2,300 TCN `�' `'� 7� — •:,�= A-11 Construct 3/8"ARAM Interlayer 235, 300 SF <Ss r A-12 Construct 2"-2. "ARHM-GG-C Overlay 3,300 TON with ReinforcingFibers A-13 Roadway Patching Removals 410 CY S�- - -" S� Z � A-14 Roadway Patching AC Pavement 280 TON $ PARKWAY/PCC REPAIRS A-15 Remove& Replace Existing 4" PCC Sidewalk 1,0300 SF A-16 Remove & Replace Curb Ramp 6 EA A-17 Install Truncated Domes at Ex. Curb T--- _ Ramp 3 EA ROADWAY UTILITY ADJUSTMENTS A-18 Adjust Manhole Frame & Cover to Grade (trouble Adjust) 9 EA A-19 Adjust Water& Gas Valve Frame& Cover to Grade 6 EA y � /ao $ �ac. PARKWAY UTILITY ADJUSTMENTS A-20 Replace Ex. Utility Box and Set to Grade 1 EA ��o�, s /Lgoo A-21 Replace Traffic Signal or Street Lighting „ Pull Box and Set to Grade 1 EA o $ TRAFFIC SIGNAL UPGRADES C-3 Addendum No. 1 MAJOR STREET REHABILITATION-2015 METRO CALL PROJECT NO, 42"7918 ITEM DESCRIPTION QUANTITY UNIT TOTAL PRICE PRICE A-22 Install 4" PVC Conduit for Future Traffic Signal Use 290 LF A-23 Install#6 Pull Box 6 EA TRAFFIC LOOP DETECTORS A-24 Install Type E Traffic loop 8 EA $ S A-25 Install Type D Traffic Loop 2 EA $ $ l� C 4U SIGNING & STRIPING A-26 Mission Boulevard Signing & Striping I LS 7 SU v 7(SU c DRAINAGE A-27 Install sub drain system of 4'perforated SRD26 PCV pipe, bedding, all fittings 1,600 LF and connections included TOTAL BASE BID SCHEDULE A AMOUNr. TOTAL BASE BID SCHEDULE A AMOUNT IN WORDS: e4qU ;�5, C-4 Addendum No. I BASE BID SCHEDULE R-MISSION -BLVD.- EAST CITY LIMIT TO RESERVOIR ST MAJOR STREET REHABILITATIOX-2015 METRO CALL PROJECT NO. 428-67918 ITEINI DESCRIPTION QUANTITY UNIT TOTAL PRICE PRICE B-1 Construction Survey and Monument Preservation I LS to C, Cn B-2 Traffic Control -r-L- 1 LS B-3 Project Signs 2 EA $ nay B-4 NPDES/Water Pollution Control 1 LS $ 3,0 B-5 Rail Road Permit- UPRR Crossing at Mission Blvd. East of Reservoir St, I LS $ 1 B-6 Punch List I LS $ PAVEMENT REPAIR 20,000.00 20,000.00 B-7 4,0"-4.5"Variable Depth Cold Mill to PCC C, Pavement Surface 225,500 SF $ �6 0, $ jc B-8 Construct s/4"AC Leveling Course (01 PG 64-10) 1,100 TON $ $ 7 with Reinforcing Fibers B.q Install 1.5 AC Base Pave (B-PG 64-10) 2,150 TON $ S B-10 Construct 3/8" ARAM Interlayer 225,500 SF $ B-11 Construct 1.5"ARHM-GG-C Overlay with Reinforcing Fibers 2200, TON $ PARKWAY/PCC REPAIRS B-12 Remove& Replace Existing 4' PCC Sidewalk 10,500 SF B-13 Remove& Replace Curb Ramp 6 EA B-14 Install Truncated Domes at Existing Curb Ramp 5 EA B-15 Remove & Replace Curb and Gutter 100 LF 4D ROADWAY UTILITY ADJUSTMENTS 8-16 Adjust Manhole Frame & Cover to Grade (Double Adjust) 19 EA B-17 Adjust Water& Gas Valve Frame& Cover to Grade 19 EA PARKWAY UTILITY ADJUSTMENTS B-18 Replace Ex. Utility Box and Set to Grade 10 EA $ B-19 Replace Traffic Signal or Street Lighting $ $ Pull Box and Set to Grade I EA bvov C-5 Addendum No. 1 MAJOR STREET REHABILITATION-2015 METRO CALL PROJECT NO. 428-67918 ITEM DESCRIPTION QUANTITY UNIT TOTAL PRICE PRICE TRAFFIC SIGNAL UPGRADES B-20 Install 4"PVC Conduit for Future Traffic Signal Use 0 LF B-21 Install#6 Pull Box 0 EA TRAFFIC LOOP DETECTORS B-22 Install Type E Traffic loop 4 EA B-23 Install Type D Traffic Loop 4 EA $ SIGNING & STRIPING B-24 Mission Boulevard Signing & Striping I LS TOTAL BASE BID SCHEDULE B AMOUNT:L—B� 3 71� TOTAL BASE BID SCHEDULE B AMOUNT IN WORDS: k-LkL-- INV C-6 Addendum No, 1 ADIJITIVE ALS E BISSCHEDULEC-MISSION BLVD-.BUENA VISTA ST TO WHIIE AVE MAJOR STREET RMABILITATION-2015 METRO CALL PROJECT NO. 428-67918 ITEM DESCRIPTION' QUANT11-V UNIT TOTAL PRICE PRICE C-1 Construction Survey and Monument Preservation I LS S C-2 Traffic Control 1 LS C-3 Project Signs 2 EA $ $ C-4 NPDES/Water Pollution Control (0 0 I LS $ nV C-5 Punch List PAVEMENT REPAIR 1 LS $ $ C-6 4,0*'-4.5"Vadable Depth Cold Mill to PCC Pavement Surface 165,000 SF $ 9? C-7 Construct'1'4"AC Leveling Course (01 PG 64-10) 800 TON $ C-8 Construct 1.5"AC Base Pave (B-PG64-1 0) with Reinforcing Fibers 1,580 TON S $ C-9 Construct 3/8"ARAM Interlayer 165,000 SF S C-i o Construct 1,5"ARHM-GG-C Overlay with Reinforcing Fibers 1,580 TON $ S td C-11 Construct 84 PCC Pavement at Approaching Lanes of Garey Avenue and 9,000 SF $ Holt AvenueU- � C-12 Construct 8" PCC Pavement at Approaching Lanes of Garey Avenue and 9,500 SF $ Mission Boulevard C-13 Construct all PCC pavement at Approaching Lanes of Holt Avenue and 8,000 SF $ Indian Hill Boulevard PARKWAY/PCC REPAIRS C-14 Remove & Replace Existing 4" PCC Sidewalk 1,200 SF $ s C-15 Remove & Replace Curb Ramp 10 EA C-16 Install Truncated Domes at Existing Curb Ramp 2 EA eQ C-17 Remove& Replace Curb and Gutter 100 LF SJ 5-1 ROADWAY UTILITY ADJUSTMENTS Adjust Manhole Frame & Cover to Grade (Double Adjust) 2 EA S -7b C-7 Addendum No, 1 MAJOR STREET RE HABILITATION-2015 METRO CALL PROJECT NO.428-67918 ITEM DESCRIPTION QUANTITY UNIT TOTAL PRICE PRICE C-16 Adjust Water& Gas Valve Frame & Cover to Grade 10 EA "= $ An- PARiK'WAY UTILITY ADJUSTMENTS C-20 Replace Existing Utility Box and Set to o Grade 1 EA p ,� 70c7 � 1fC� c)p C-21 Replace Trak Signal or Street Lighting Pull Box and Set to Grade 1 EA TRAFFIC SIGNAL UPGRADES C-22 Install 4" PVC Conduit for f=uture Traffic p Signal Use 955 LE S D L {p C-23 Install#6 Pull Box 4 EA TRAFFIC LOOP DETECTORS C-24 Install Type E Traffic loop 23 EA C-25 Install Type D Traffic Loop 16 EA SIGNING & STRIPING; C-26 Mission Boulevard Signing & Striping g 9 p g 1 LS (-J e0 TOTAL ADDITIVE AI TI;IIsNAT BID SCHEDULE C AMOUNT:, /� -� ' TOTAL ADDITIVE ALTERNATE BID SCHEDULE C AMOUNT IN 'WORDS: /L�IkC 1141ILG.e,!�-P- AAP C '/ C-8 Addendum No. 1 ADDITIVE ALTERNATE BID SCHEDULE D-MISSION BLVD: RESERVOIR AVE TO TOWN MAJOR STREET REHABILITATION-2015 METRO CALL PROJECT NO.428-67918 ITEM DESCRIPTION QUANTITY UNIT TOTAL PRICE PRICE D-1 Construction Survey and Monument Preservation I LS $ S D-2 Traffic Control I LS $ $ D-3 Project Signs 2 EA $ D-4 NPDESIWater Pollution Control I LS $ $ 3, D-5 Punch List 1 LS $ $ PAVEMENT REPAIR D-6 4.0"-4.5"Variable Depth Cold Mill to PCC Pavement Surface 173,500 SF D-7 4" Uniform Composite AC and PCC Pavement Cold Mill 25,000 SF 0 D-8 Construct W AC Leveling Course (DI PG 64-10) 850 TON 2-5 D-9 Install 1.5"AC Base Pave (B-PG 64-10) with Reinforcing Fibers 1,700 TON $ 73, $ IZ7 S�ec i--- D-10 Construct 318"ARAM Interlayer 173,500 SF $ 0,z, $ o-i i Construct 1.6"ARHM-GG-C Overlay with Reinforcing Fibers 1,700 TON Sc $ q V 5bo PARKWAY/PCC REPAIRS D-12 Remove & Replace Existing 4' PCC Sidewalk 5500 SF $ 7 7 -0,CD D-13 Remove& Replace Curb Ramp 9 EA 15- D-14 Install Truncated Domes at Existing Curb Ramp 2 EA S $ ROADWAY UTILITY ADJUSTMENTS D-15 Adjust Manhole Frame&Cover to Grade (Double Adjust) 8 EA $ $ zjt D-16 Adjust Water&Gas Valve Frame& Cover to Grade 3 EA $ $ ce PARKWAY UTILITY ADJUSTMENTS 0-17 Replace Existing Utility Box and Set toC�L Grade 5 EA $ �0 L) 5 D-18 Replace Traffic Signal or Street Lighting Pull Box and Set to Grade 2 EA Fs $-Jlb1 0 C-9 Addendum No.2 MA30R STREET REHABILITATION-2015 METRO CALL PROJECT NO.428-67918 ITEM DESCRIPTION QUANTITY UNIT TOTAL PRICE PRICE TRAFFIC SIGNAL UPGRADES D-19 Install 4" PVC Conduit for Future Traffic Signal Use 0 LF $ ID-20 Install#6 Pull sox 0 EA $ $ TRAFFIC LOOP DETECTORS 40 D-2! Install Type E Traffic loop 12 EA :5'o 0 0.22 Install Type D Traffic Loop $-, 8 EA SIGNING & STRIPING D-23 Mission Boulevard Signing & Striping I LS S_7 TOTAL ADDITIVE ALTERNATE BID SCHEDULE D AMOUNT: TOTAL ADDITIVE ALTERNATE BID SCHEDULE D AMOUNT IN WORDS: C-10 Addendum No. 1 ADDITIVE ALTERNATE BID SCHEDULE E-MISSION BLVD* BASE BID LIMITS TO BRIDGE OVER SR-71 MAJOR STREET RERABILITATION-2015 METRO CALL PROJECT NO.428-67918 ITEM DESCRIPTION QUANTITY UNIT TOTAL PRICE PRICE E-1 Mobilization I LS $ 50,000.00 $ 50,000.00 E-2 Traffic Control 1 LS $ Cj--$ 3(1�1 C1 C�C-� E-3 NPDESANater Pollution Control I LS $ 0.�r $ ( E-4 Punch List 5 — $-1 I LS 10,600.00 1#100aoo PAVEMENT RIEPAIR E-5 Weed Abate, Crack Seal and Construct Type 11 Slurry Seat 16,700 SY S -2 $ 3-3 SIGNING & STRIPING E-6 Mission Boulevard Over SR71 Signing 1LS Striping $—W�L 0 TOTAL ADDITIVE ALTERNATE BID SCHEDULE E AMOUNT: TO A DD1T1VEALTER?NA`['EB)DSCHEDUA1 E T IN WORDS: A TOTAL ADDITIVE ALTERNATE BID SCHEDULE A AMOUNT:S TOTAL ADDITIVE ALTERNATE BID SCHEDULE 8 AMOUNT:$ TOTAL ADDITIVE ALTERNATE RID SCHEDULE C AMOUNT:I 4a, TOTAL ADDMVE ALTERNATE BID SCHEDULE D AMOUNT:5 7,2L ?3 TOTAL ADDITIVE AI;rERNATE BID SCHEDULE E AMOUNT.1, 2-'2t. Ito 0 GRAND TOTAL(SUN OF SCHEDULE A-E)AMOUNT.$ GRAND TOTAL(SUM OF SCHEDULE A-E)AMOUNT IN WORDS: plmlrd&5�� x2ve e--'w /RVP Y,<-- C-11 Addendum Ivo I ,Ms- is to he left blank C-12 Addendum No. 1 PROPOSAL, BID SECURITY BIDDER'S GUARANTY: Attached is bidder's bond, certified check or Cashier's Check No. of the -� Bank, for $ JC % ayable to the City Clerk of the City of Pomona, California, which is not less than ten percent(10%) of this bid, and which is given as a guarantee that the undersigned will enter into the contract, if awarded to the undersigned. The undersigned further agrees that in case of default in executing the required contract with the necessary bonds and submittals, within the time limits specified, said bond or check and the money payable therein shall be forfeited to and become the property of the City of Pomona, California. The Council of the City of Pomona reserves the right to reject any and all bids. The undersigned further agrees, in case of award, to execute the contract and provide all submittals required for the within described work and improvements, within fifteen (15) calendar days after written notice of the award of the contract. All work to be done under this contract shall be completed within sixty (60) consecutive working days, beginning on the date stipulated in the written Notice to Proceed issued by the City Engineer. The bid is submitted in response to Notice Inviting Sealed Bids attached hereto, and pursuant to all of the proceedings of the Council of the City of Pomona heretofore had and taken to date. The undersigned hereby certifies that he/she has received addenda number(s) , , and that this bid includes the cost of all additional work specified thereon. The names of all persons, firms and corporations interested in the foregoing Proposal as principals are as follows: GENTRY BROTHERS,INC co t c L) ; r"i-r 2cJr CG c) The undersigned shall satisfy the Council of the City of Pomona of their ability, experience, qualifications, and resources to perform the contract for the proposed work and improvements in accordance with the requirements of the Contract Documents. Dated �� v Signa of Bidder C-13 BID BOND KNOW ALL MEN BV THESE PRESENTS, THAT WE Gentry Brothers, Inc, as PRINCIPAL, and Federal Insurance Company as SURETY, are held and firmly bound unto the CITY OF POMONA, CALIFORNIA, hereinafter referred to as the "City", in the sum of ten percent (10%) of the total amount of the bid of the Principal above named, submitted by said Principal to said City, for the work described below, for payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors,jointly and severally, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of Ten percent(10%)of the total amount of the bid. THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said Principal has submitted the same mentioned bid to said City, for construction of work under the City's specification entitled "STREET PRESERVATION - CITYWIDE (FY 16-17) If'R03ECT NO. 428-67920", for which bids are to be opened in the City Engineer's office, City Hall of said City at 10:00 AM on 1112112017. NOW, THEREFORE, if said Principal is awarded the contract, and within the time and manner required under the heading "Instructions to Bidders", after the prescribed forms are presented to him for signature, enters into a written contract, in the form of agreement bound herein, in accordance with the bid, submits and obtains City approval of required submittals, and tiles the two (2) bonds with said City, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void; otherwise, it shall be and remain in full force and effect. In the event suit is brought upon this bond by the Obligee and judgement is recovered, said Surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF, we have hereunto set our hands and seals this 7th day of December j�-14 , 2017. Gentry Brothers, Inc. Federal Insurance Company Principal Surety I3y: By: - Matthew J. Coat , ttorney-in-Fact (SEAL) BID RONi1D ACKNOWLEDGMENT OF SURETY STATE OF COUNTY OF )ss. i7-I On this day of , 20_,A.D., personally appeared before me, a (Notary Public, Judge or Other Officer) in and for County, State of known to me to be the of the corporation that executed the foregoing instrument and, upon oath, did depose that he is the officer of said corporation as above designated; that he is acquainted with the seal of said corporation and the seal affixed to said instrument is the corporate seal of said corporation; that the signatures to said instrument were made by officers of said corporation as indicated after said signatures; and that the said corporation executed the said instrument freely and voluntarily and for the uses and purposes therein mentioned. (Notary Public, Judge or Other Officer) D-2 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 DEC 0 7 2017 before me, Summer L. Reyes, Notary Public Date Here Insert Name and Title of the Officer personally appeared Matthew J.Coats 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. SUMMER L. REYES Notary Public-California WITNESS my hand and official seal. Z ,� Orange County z Z ° Commission #2158864 My Comm. Expires Jul 29,2020 Signature___ - Signature of Notary Public 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: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑ Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑ Other: C Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org - 1-800-US NOTARY(1-800-876-6827) Item #15907 Chubb PdWE R Federal Insurance C vpanV AM, Sueety Uspair2rnent OF 'Agilant Insurance Cempanr 9s Ncunfa n View Read Surety ArTORMEY Placiiic Indemnity Coed Warren, NJ 07059 �1? 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, Matthew J.Coats and Summer Rayer of Laguna Hills,California __---- each as their true and lawful Attorney-in-Fact to execute under such designation in their names aria to aft 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 baa bonds)given or executed in the course of business,and any instruments amending or altering the same,and consents to the mudifleation or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COM$ANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEaf NTY COMPANY have each executed and these presents and affixed their corporate seals on this 1 day of .$Une, 2015. LW , istant Secretary avid B.Norris,Jr.,Vire P ' ent 5TATE OF NEW JERSEY ss. County of Somerset On this 19t day of.lune, 2015 before me,a Notary Public of New Jersey,personally came Dawn M.Chloros,to me known to be Assistant Secretary of FEDERAL IN SURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the Said Dawn M_ Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that the MIS affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By-Laws of said Companies;and that she signed said Power Of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with David B.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 authortty of said By-Laws and in deponents presence. Notarial Seal a KATHERINE d.ADgjMR INOTARY PUBLIC OF NEW JERSEY No.2316$$5 4ii Commission Expires duty 16,2019 Notary Public CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY; 'All powers Of attorney for and on behalf of the Company may and shall be executed kr the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations.The signature of such officers may be engraved,printed or 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 certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact 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 facslmile seal shall be valid and binding Upon the Company and any such power so executed and cart fled by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which ft is attached 1,Dawn M Chloros,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 tnie and correct, (li) the Companies are duly licensed and authorized to tre173W 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;further,Federal and Vigilant are licensed in the U.S.Virgin Islands,and Federal is licensed in,Guam,Puerto Rico,and each of the Provinces of Canada except Prince Edward Island;and (iii) the foregoing Power of Attorney is true,correct and in full force and effect given under ray hand and seals of said Companies at Warren,NJ this 7th day of December,2017. Dawn M Chlcros,Assistant Secretary IN THE EVENT YOU 1NISH TO NOTIFY US OE'A CLAIM,VERtrY 7HE AUTHENTICITY OF THIS 80ND OR NOTIFY US Of ANY OTHER I�tA.TTl=R,PLEASE C4NPTACT U$AT RDf?RESS USTCo ABOVE QR BY lel hone 90B 903-3493 Fax°99B 13_ 3 3856 a mail: s 3fb.cam Form 15-10-0225a-U GEN CONSENT(rev.12-14) California Acknowledgment Form A notary public or other officer completing this certificate verifies only the identity of the individual who signed the 27 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 December 14, 2017------- -before me, N. Smith Wayne J. Gentry-----------_ (here insert name and title of the officer)------ personally appeared who proved to me on the basis of satisfactory evidence to be the person(%whose name(io is/are subscribed to the within instrument and acknowledged to me that he/XXL executed the same in hisINNO au- thorized capacity and that by hisZKXXW signatureN)(on the instrument the personX, 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. Seal W�TN S my hand and official seal. N. SMITH Comm.#2185741 } Y NOTARY PUBLIC-CALIFORNIA LOS ANGELES koUUNI My Comm.iiXP APR.2,2021 -' Signature of Notary Optional Information To help prevent fraud,it is recommended that you provide information about the attached document below. ***'I'his is not required under California State notary public law.*** Document Title: Bid Bond- ------- if of Pages: Notes City of Pomona - Major Street Rehabilitation-2015 Metro ©2014 Golden State Notary,Inc www Notary net (888)263-1977 Dec-14-2017 07:43 AM Manhole Adjusting Inc 323-588-8055 414 South (Dash Aly Quality Management Mstr ct Z1865 Copley Drive, Diamond Ear, CA 91765-4178 (909) 396-ZOOO - www. a€Imcl.gev DATE: 08116/2017 EQUIPMENT LDCATED AT: VARIOUS LOCATIONS IN SCAQMD PLCO RIVERA,CA 80600 LEGAL OWNER COAD, 55984 OR OPERATOR MANHOLE ADJUSTING,INC, 9500 EUVERLY ISD PICO RIVERA.CrA,I O.213b PERWITlAPPLICATION RENEWAL PERMIT/ 9QUIPMRNT DESCRIPTION NEXT RENEWAL APPL NBR DATE BILLING YEAR: Q17 072173 STOPAGE TANK ASPHALT—60,040 GALLONS 081162018 D72179 STORAGE TANK ASPHALT 4x60,000 GALLONS 00/16/2018 084902 AIR FILTER CUSTOM 09116/2016 D116425 AIR FILTER CUSTOM 0911&2010 D88582 STORAGE TANK ASPHALT 4650:000 GALLONS 09/113120118 F44163 ASPHALT PAVEMENT HEATER 09116/2010 0911 70- 013059 DAY TANKER ASPHALTIC. 08/1612018 013060 DAY TANKER ASPHALTIC 09/1612018 G13062 04Y TANKER AkSPHALTIC 09/1612018 G13063 DIAYTANKER'ASPHALTIC 09/1612018 G13064 DAY TANKER ASPHALTIC 09118/2018 013065 DAY'Ti NKER ASPHALTIC 08118312015 G13056 DAY"TAf1VIG13RASPHALTIC 0911$f201I1 G13067 DAY TANKER ASPHALTIC 09116!2018 013134 A9PFIlIW-T'Pd MENT HEATER 0911012018 G1 3135 ASPHALT FAV!EMENT HEATER D9116/2016 G13136 A;9"LTPAVEMENTHEATER 09118/2018 G23664 Asphalt-RubberSpmykrg 09118f2018 Dec-14-2017 07:43 AM Manhole Adjusting Inc 323-588-8055 3 4 December 14, 2017 - Due to plant and equipment maintenance, no work will be scheduled between December 23 and January 31. - Seller's performance of any work set forth in this Bid Proposal shall be excused and extended by virtue of any delay caused by Acts of God, acts of the owner or owner's agent, acts of the Buyer, other subcontractors, suppliers of material and/or equipment, inclement weather, labor strike and/or disputes, acts of public utilities, public bodies, inspectors, extra work, or other such contingencies unforeseen by and beyond the reasonable control of Seller, - Overdue accounts shall bear interest at the maximum legal rate, a non-institutional lender is permitted by law to charge on the date this Bid Proposal is accepted and, if at any time in Seller's opinion, the financial responsibility of the Buyer becomes impaired, is unsatisfactory, or if payment is not received as agreed, Seller shall have the right to stop and/or suspend work until reasonable assurances of financial ability and/or payment are received to Seller's satisfaction. - In the event that Seller and Buyer ("Parties") have a dispute which relates to or arises out of this Bid Proposal, such dispute or disputes shall be resolved through arbitration under the auspices of the American Arbitration Association located in Los Angeles, California, pursuant to the Construction Industry Rules of Arbitration. The party which prevails In such arbitration, or if arbitration is waived, then in such other proceeding, including a lawsuit, shall be entitled to recover its actual attorneys' fees incident to the arbitration (or other proceeding), interest at the rate of 1.5% per month, as well as its actual costs including, but not limited to, expert witness fees, costs and expenses, fees and costs paid to the American Arbitration Association, all administrative fees, costs and expenses, all fees, costs and ercpanses Incident to any post- hearing or past-trial motions, appeals, etc. - In the event of a conflict between the terms and conditions of this Bid Proposal and those terms and conditions of another document or documents, the terms and conditions of this Bid Proposal shall take precedence and be controlling. - Performance of any work on this order by Seller or delivery of any of the material described herein constitutes acceptance of this order and all of the terms and conditions in their entirety by the Buyer. - This Bid Proposal constitutes a single integrated contract relative to the subject matter thereof. There are no covenants, agrdements, representations or warranties of any kind, be they written or oral whatsoever, made by any party except as specifically set forth in this Bid Proposal. All prior discussions and negotiations have been, and are merged, integrated and are superseded by this Bid Proposal, This Bid Proposal may not be amended or revised except by a written authorization signed by both the 'Buyer and the Seller. T o following items are e2eclllcally excluded. - Engineering, survey, tests, permits or fees, inspection fees, and regulatory assessment fees. - Pavement marker removals or replacement, - Bond Premium costs. - Weed control, crack seal and asphalt concrete patch work. - Removal or replacement of existing asphalt concrete or concrete of any kind. e.g. Temporary ramps, concrete utility collars, - Grinding or cold planing. - Slurry seal. - Traffic control plan. - Encroachment permit, Portable changeable message signs. Temporary striping or markings. Clean up of dirt/mud. Railroad Insurance. MNGW319D;100; WA\�0__NC'Vlp-o-m Paye 2 of 2 (index 6 form raw.e�412009} DESIGNATION OF SUBCONTRACTORS In compliance with the Subletting and Subcontracting Fair Practices Act of the Public Contract Code of the State of California, each bidder shall provide: (a)the name and the location of the place of business and (b)the work to be performed by each subcontractor who will perform work or labor or render service to the Contractor in or about the construction of the work in an amount in excess of one-half of one percent (1/2%) of the Contractor's Total Bid Price. Notwithstanding the foregoing, if the work involves streets and highways, then the Contractor shall list each subcontractor who will perform work or labor or render service to Contractor in or about the work in an amount in excess of one-half of one percent (112'%) of the Contractor's Total Bid Price or $10,000, whichever is greater. No additional time shall be granted to provide the below requested information. If no subcontractor is specified, for a portion of the work, or if more than one subcontractor is specified for the same portion of Work, to be performed under the Contract in excess of one-half of one percent (112%) of the Contractor's Total Bid Price or $10,000, whichever is greater if the work involves streets or highways, then the Contractor shall be deemed to have agreed that it is fully qualified to perform that Work, and that it shall perform that portion itself. Work To Be Subcontractor and PWC Performed: License No. Registration Location of Business % of the Work lr 1 � — • L �b40PG i��� •- � 1 UCC�T� �,-�. �.�� f4,6 t+ZSG L l 1 ts JYYVY �.r,�+t.. f• `�'rL :��� I.7f�3�� I Qd A�D I+�`f �� � r2- �s � � /� 4 ' The total percentage of the work performed by all subcontractors shall not exceed fifty percent (50%) of the total bid amount. Name of Bidder GENTRY BROTHE Signature Name and Title Date C-14 INFORMA71ON REQUIREID OF BEDDERS CONTRACTOR LICENSE AFFIDAVIT (To Be Executer/ By Bidder and Submitted With Bid) STATE OF COUNTY OF ss. 6 tiff ,being first duly sworn, deposes 4 N ME and says that he or she is �.C. i S SENTRY BROTHERS,INC TITLE of ,the party NAME OF FIRM making the foregoing bid, is a licensed Contractor, or a duly authorized partner of a Joint Venture which holds a license as a Partnership, or is a duly authorized principle and/or representative of a Corporation which holds a license as a Corporation and that he or she understands that the information shown below shall be included with the bid, and understands that any bid not containing this information, or if this information is subsequently proven to be false, shall be considered non-responsive and shall be rejected by the City of Pomona. 763-2 /A Contractor's State License Number and Classification 12- - I ?o License Expiration Date I certify under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Subscribed at: of 9 City and County State on /2 ate NOTARY TO AFFIX SEAL AND CERTIFICATE OF Signature ACKNOWLEDGMENT State License Number and Classification Gentry Brothers Inc Street Address 384 Live Oak AVe lirwindale CA 91706 City State Zip Telephone Number: rp ` /� ' �!� E-1 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 validit of that document. State of California County of Los Angeles I ss. On December 14 , 2017- - -----before me, N. Smith Wayne J. Gentry---------------(here insert name and title of the officer) -- personally appeared who proved to me on the basis of satisfactory evidence to be the person(!Xwhose name(o is/are subscribed to the within instrument and acknowledged to me that he/KXXW executed the same in his/Y& au- thorized capacityW and that by hisXXXXX signature(g)Con the instrument the personX, or the entity upon behalf of which the person(s�acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Seal WIT1 ESS my hand a official seal. Oft N. SMITH Signature of Notary Comm.#2185741 ��hh vl NOTARY PUBLIC.CALIFORNIA 111 t05 ANGELES COUNTY » MY Comm,EXP.APR.2,2021 Optional Information "ro help prevent baud,it is recommended that you provide information about the attached document below_ ***'chis is not required under California State notary public law.*** Document Title: Contractor's License Affidavit------- ft of Pages: 1 Notes City of Pomona - Major Street Rehabilitation-2015 Metro ©2014 Golden State Notary,Inc, www.Notary.net (888)263-1977 NONCOLLUSION AFFIDAVIT (To Be Executed By Bidder and Submitted With Bid) State of County of ) SS. L'\J +-\tj � being first duly sworn, deposes and says that he or she is „ 4 of GENTRY BR01HERS,INC the parry 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; 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. Signature of Bidder Subscribed and sworn to before me this day of , 20 NOTARY TO AFFIX SEAL AND CERTIFICATE OF ACKNOWLEDGMENT E-2 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 I ss. On December 14, 2017--- - before me, N. Smith Wayne J. Gentry-�_----------_ (here insert name and title of the officer) µ - personally appeared 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 hel XDW executed the same in his/Mau- thorized capacityW and that by hisMXXKj r signaturept)Con the instrument the person(Xj, or the entity upon behalf of which 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. Seal WITXt-- my hand and official seal. N. SMITH N4ThRCaORYMd. PU#BLIC•CAL21857iFO41RNIA �rRp Signature of Notary ? �1 Los ANGELES COUNTY �+c My COMM.UP.APR.2,2021 Optional Information To help prevent fraud,it is recommended that you provide information about the attached document below. ***"chis is not required under California State notary public law,*** Document Title: Non-collusion Affidavit------------------ #of Pages: Notes City of Pomona -- Major Street Rehabilitation-2015 Metro 92014 Golden State Notary,Inc. www.Notary.net (888)263-1977 RESOLUTION OF CONSTRUCTION CLAIMS (To Be Executed By Bidder and Submitted With Bid) In all Public Works claims which may arise between the Contractor and the City of Pomona which do not exceed the sum of three hundred seventy-five thousand dollars ($375,000), the requirements of California Public Contract Code, Sections 20104 through 20104.8, inclusive, shall apply. Said Code Sections shall apply for the purpose of filing claims and civil actions for claims as defined in Section 20104 of the Public Contract Code. The bidder's signature is required to verify he/she has reviewed the Code Sections. (Sig at idder) Dated E-3 INFORMATION REQUIRED OF BIDDERS The bidder is required to supply the following inform2tion. (Additional sheets may be attached if necessary.) (;entry Hrothers Inc (I) Address: Sgt Live Oak Ave lr,yndale CA 91706 (2) Telephoner& -3 57-Y6 / (3) Type of Firm: L/ O a�A r+ez'" Individual,Partnership,or Corporation (4) Corporation organized under the laws of the State of: C A— (5) Is 51%or more of the business owned by: American Indian ( ), Asian O, Black O, Hispanic (), Female (), Other(Specify) © J I+-T-; (b) List the names and addresses of all members of the firm or names and titles of all officers of the corporation. (7) Number of years experience as a Contractor in construction work. `IzI 'gin E-4 (8) List of all projects completed within last three years: If you do not have enough space in a box keep moving to the next lower box until all information in that column is completed. When finished with all information fora project,skip a row of boxes and start the next project in the left column. Original Bid Class(Type)of Work Date Describe any Claims,Mediation, Amount and Type of Name.Contact, Contract Amount Completed Arbitration or lawsuits,amount Chane Orders Address and and results Telephone of Owner E-5 W r r o r m U) m o o p- v o w r� n a Q o o v O (13 Q v p n � @ p N W C1 O. �' C fi N y N z (f] 7 d -0 3 3 3 @ C4 4, v O 7 3 7 Q y (D v v w a v m 3 o a a rn @ v @ @ v m v m v o @ 70 x m � T C]1 (D rn ct] LD rn rn (D co w (D co to co ' W O N O O O N N O O N O O O O O N O T (D CD (D T D7 (D (D W (D T T (D & D) (D (3, Q) (3, CO co N w w CT, w U, N m N m (D N (D O) O O OD (D co to (D co (h O O) OO) A O A -4 O) (3, A O co W N W OJ A N O 1 w N (D N V, A O V N V NO CO N A V O V (D A A O mOODD A O N CD D 3 n (a o N (n � 0 v O o o v n m o D o rn u @ @ {,� N U @' (D G VV, � ry O 0 fl) D O 7 .n.. (D 61 V n .� 03 rn ° (p) @ 3 d s rn n � o m p G7 v A 7 (7 3 -p @CD O O 6 C N d) _ (n (7 @ @ OD N 7, N @ O_ V p P CD N o ca o' 3 0 a) (n w o L,, rn ' O mCD (D (n :3 ro m 3 C� m w� �- < m D A 3 �_ 3 cn V b (D o O fp @ x N CD D C o p < S 3 C A M DI m 0 5) @ S (D 0O0 CD O @ Q is 3 a w 'E w g m (D o m 3 V Z cn O j j' (D' O D 0 CD rl 7 N Q : N CST [7 D D 0 � (I) C D v n K v a 3 v w - 3 CD @ (D N p P N " 61 O_ p @ .. fVD 'c `[ D ami m `{ CDD CD rD n�i �_ to p n 3CD @ (Q N W W W W # )C to to to #fl (n 69 fo 69 69 69 fig 69 tdl 63 69 6) to 69 69 69 M 1 N A 4 O w U, V N OD N W N N N — O N Z M OD V (T V CIT W O co (D (D V N A V L71 A W W (D O) ) O O O D A Un O CD -+ O A P9) A (n (D -4 W (D N o w o w to 0 o a o w 3 Z A Lh O Q) N W V 0 V O A O V O (D O CD N (s, a o cD rn O cn o oa o 0 0 0 o cn (D i h O O O W O N C7 O O O O O O O O (3) N W O O O m O O O O O O O Q Q Q Q O O O co CD W (D s N Ul A j s ' O N N N N p O_D N O o O o C) o N O o 11 s C) V V V V V V V I p or © o (D o coOD N s In N N N N O N N O CDO CD O O O O V V V V V V V V V V O (n a C K > G? U) U) o o D U] C 7 (n ((h N G C a 3 d C b @ CD G C O CD CD K `C O (D @ (D a zr 0 3 m Q o p m G) G7 v CD CD o C) G) Q CD 3 o Q m o n m CL m a a n rn (D ' > > 3 =3 a 3 3 v m 3 O p 3 y o p o O 0 CIL ' m m w m m 0 m m ¢1 n1 m m m v m v 7F1 PV F U U co O (D O) cD co co (D m 47 m ((1 co O D) 0 co j U N N O O O N CD O O O N N 67 (fl CD CD ON) N C7 N O T cD CD CD 71 O U O U U w & U w N N U (D w In A W A fD O CU9 CD N A O A A 4 N U T T A A A O U En V A A O C3 O U O 0 U N s CD M M co A U A A OD W W (D QD Oo (D Q A V N N N V V A V N V O O N O A CP U A A A A A A A A A A A0 O C'! W A A A co N O j rt Z nr C W p� CD 3 p. v W 3 m G) as G) 6 N m r_ C3 - p7 (n CD y cD � O 41 (D 7 D1 3 l� N ` p1 cn m 4 cc _0 fu � > 3 m 3 � o j ca m a Q CD o w m C1 D p o G D 3 cn (D C v m 0 A Cp cn _ ( -0 3 ? (D m (D C C) c'p D Q c O m m CD w m N D O 3 w = � = ff} 0 m N v - R1 _ cD m Co IDo a m m maW m : v �1 p m w 3 w N o' co m m 3 3 °' {� a ? A (D o ' o n1 o [ o m p w v m j n 3 n C m � ' g m 01 1k G7 o m (o CD v w - c11 � m o c cn _ Q :3v cn v min o' " D m - oN a o _ cD N ... N' DD D @ N 6 cA 3 rn w @ 0 � � 3 D. Q N ED 0 Z Q (p m � :3 s C- fn to ; v co m > � to m w I 2 N O_ w (D CD {p Z �_, O n�i [��I Tt � v m m < a a a a = ¢ a A m 3 -1 Cil (D O (D Q (D m O nf' v p1 O O m v ;-rs (D m (D w N C7 51 w w n w 111 m N m T 7 � O. 7 j O 3 3 m @ V Q b O V V V V V V V V V 4 V V V J V V V V V j V N W W N W N N N N N O O O N A O x A U1 U N V N W N A N N U N A N V N W Du 1 V A W A O U U O U j U N O O A m W A O U W W au cp N Cr V V Wc 031, w (D U O 03 OS W co O U N O O O N O po A oD O U A OD `ry O W O N O O O O O O O CD A O W (D W O OD 0 O U O OD A O O j O O O 1 O N U W 6 O O O O 4 O O O O O O O (T O V O O O N O O O O O O O O O O O O O O O O O O O O O O O co CP A A 61 U Cry W Q N O A U1 O O) A A N (fl N CD cP w O W s A N N N N N N N N N iz] N N N N O O O O O pN O NO O O_ O NO O O ON O_ O O_ Np _O O_ V V V V V V V O U V 6] CD U O Q7 01 W U (Qd NA U W 4] w co N Cp (N A —' � N N W A N W N N U1 ON N ON O N N (O A ON j N N N N N N N O �f O O O O N N O O O O O O rt V V `� V V V V V V V W W O O (D) m V W W . O W Cn GZ `2 p cn (n D C Q wiD a 0 0 0 0 o D o (n o D m cr [ (D C ( (D O_ Q 11 Q O_ n C1Y RI m @ rn rn m` o CD m 'm m m CD o rn m m = 3 x () r o m C) m r � v c c r o r m n� w C) m 2 2 - m o o ° m ro n'i mr 0 a C a v y CD CD n Q � ro p 3 c co Cl) i W G) c7 a m °1 rn C fn @ a M ori ° GF o_ m v 0 3 m m Q a) o v a 3 n C N v ? w D C v 0 cD Al CD CL m 40 ° cD N m m :3 w W 3' (D w ro m w v' ° (o v Q N O N O O dj N N O co Q m m m Q m m (D 0 m Q O O N N N O N N O Q N (D CP (D rn cp (p m m T (D (D (D T T (D 91 m (o (p m W O � cD c[.iip � & Cw3i 0 � (.n W (D 0 0 A(D (D w a) w {Q A rl m A A O [Si A V 60'1 O A A O v O 0 A co O v W 1 W W (D M N j W N co W m m s O N co m N44 A W ON �I V Ch N N QD N A N N (0 Q N A A Q m OD W A O A W A A a, O N A W co (.0 N Q Ch N j V m O s W m m O 0 (n co W 'cC N i N Z D m 0 0m C °. D y O N _ r : (D A ° (' 01 7 a1 US (D s Q y W 51 f D_ Q .w-. SZO (G fn D `" f7 m v m Q 0 CD mCD t �++ CD > C 7 ° C CD 0 G7 w ro m m D �j m m O 0 m m CI9 t CD o W :0 a ni n cm < _ G7 N a ° m o w w CD v m rn mfs Li 43 c (n a y N Q w = 0 CD w m m (D � � C, o o c ro n) SN (n ro m o. c � (!) al �# A C OD 3 3CD _T cn to C,oro � ?; m o G o � rn m � � N w a ro rn am CD a Qo m 3 rn v rn (� rn co ° N m m o m �. m n 3co o v p — (a 7c p o cn o 6 CD M (D 3 o = (Op ;r. c v CD w FT m CO m p w t Z 'c 3 3 2 Xk aa)CL r CD CD # 0 2 x w N v CD 4 CD CD C) (9 nF -4 (D N O to Xk N 7 w ° :3 O CD V N rn 3 m � d w a: n m � (D °- v a1. rn A G N 3 m � m ro K � 3 m' (3 n v 71� Z W — C v y c o w z fD m 7C °( � w CD b tD O C (O Q (b ,� (ND ° N w T7 O (D P! (n o CD CD ° v' m m m m m m -J m m m m m m m m m m m W m eD m Q -4 -j m li m m m m co m cs m (n to Eft Efl lig t41 69 to 69 69 Eft Eft 69 69 69 69 69 69 69 e% to to 40 m N W aa {!I Ul m 01 co W N N s w — A W W - is 3 a m N N 0 200 O O W N V O —1 m m (31 A m A N O Orn m 03 (D (D O 9) 9) 91 (D O V w V7 W w — O (h (6 Q W O (St O — -J W V (D (Si w O O -1 N N N 00 0 00 m a Q Q Q Q Cl V m W (p m 0 0 (D Ch 0 N N cn Q O z +� w p (h j (» a a 91 9) Q Q (D w rn ,v, (n p o p W Q Q O N O O Q Q O O O O O A O O O O Q Q (p Q O O O (37 O O O O O O O O Q O Q 0 0 0 0 0 0 O w W AW N IV (D = OD m (Jt SSI N N N p N C= A N Oo N N W :1 V V V V N N p N SII O (h (h CD Q O O N N A i 0 O O m C3i Cn V1 (h (n m j (3� U A (h A A A A -P, A A A � A L (D W A W 1 A W N N N N W N O N '� 61 V A W 61 1 (D 1 N N N N N N O N N N N N N N W N N N N N N N N 1'M p O O O O Q Q O O j (`1 O O Q O Q Q Q (h (h V3 V1 a D N o D fn o (n w D o o n o W 0 v D. v al< a m O_ ;Lm v O_ m !D Q n a (p D m ro (D CD K (D ° (° S ° N CD CD (D CD ° D CD O (DD (D Xw m Xw 0 0 .p � �c 0 fA 0 3 0: o n o 0 0 0 o o o n w v m m m 0 m mv (7 @ m w n N N C1 C Q d 7 7 0 3 (n m m Q Q @ 2 @ Q Q O N @ m V i CD C7 N N O CD Na N N N O N N O O N O O O N N p, (D CO W W O Cfl Cn 9) 1p W CD O 6T CD O W p ;p CD T M (D W W co W O CT A N N N (o O W cn CT N CJS W O V y to CD co m Cb CO (,}i CN (R U) W W w O to LP (0 w N OD m co A A W Cb Q) W 7' PA T 'PW 'D [T C3) p) s s CJ{ N (A (� (P W CJl (b i 6) (p O CD (h N NJ A A O O CT O 1 U Ui C'n -� A A v O (,n V N A W i n [p �I N V N N O A A OD O O A CD (T O Oo CO O O W Ui N N N 0 (}) 0 — O N N O A CD j n j n CD p p v 0 CD �'I � 3 � N � D o 0 3 s m �7 m v o 0 z (� O 0 - m CD � C) 2 m w CL o j UI m 0 @ ¢ 3 CD R T m m - rn -p 2 (n C UT p @ O fF� m � @ A (� � L @ m ro a d c U �_ O o - D m % n 9 0 =r CD (� (n o �] �c 03 (D m cD -n r @ C m n 0 CD n 3 CD a .� N r K *�3 0 # cu (.� (D ro D = c,T Q o w Q U) w (n -@p n o m R� ¢ o � 3 � -' c Z @ 2 �' Arno n Cn v Q � rnm mLn 0 nr �' oo = nnT Sc ? * W ($ m ro I o : �m �. CD � tEI @ n w 3 �. m v m p p(D CDO A N (D O �' r@n � (D r." d c (fl m r-„ N Sp Q V x ( . y T n N N (fl (D — O @ m -0 p C 7 O IV T il) Cp n w n —D * a o m `� @ � o o (� D o m w D 3 C=D rn 3 o FD oo Lo CD 3 N nwa � � rn rn o w CD (D � CD w w H O _ CD @ o r (a w D. o j 3 Qo (» 0 c3D nCi z CD < -u (D w m (D < o o n n 0) a _� s v m 0' v @ L" m 0 w @ 3 o. fn 3 3 @ CD rn = a A 0 W (rol Cp N N = m m Cn (n v v v 3 � z N m 1'! CD m Q L] C) m W z N m m co T TN � °� N m m' L7 0 6 � � � w m w a0i (o 3 � c CD y CD 0 m D zs nr D a 0 m CW o- o w w co m m m t rn 3 m m o m m 3m FD. 0. v v iD �' C G7 w 0 > > > N S` o cn rn rn rn rn rn rn w pT Ln( D. rn 0') 0) (M 0) (T) w W w CY)w (7) a) 0 W w N (Jt C3 1 A L71fi W ((Pi) W A A A to A W W w W 69 fA to 69 Gq tag e6a 69 69 ffl to 4A (1 fig &) EA Efi 69 69 (9 to 69 m o A � N A N A w -I A O N -+ + O Gi OD -4 © z (P N V W V N A O w C) CD N A N co A Cl) O W M -4 (}) A O N V N N V A V -1 CD J Cb � y (D O N (Ji jo (Y) w O co Ja 4 N N Oi -+ (T N O (T A — tb O m y (J7 U7 N A O co 0. O 4 (.0 - O O O (O W A W N co W W A Z � +d 0 o ti cn o o v o a o o 9) v v o � oD :-Jo 9 A m O N q O O O O N O O O O O N N d N a 4 O 01 O O O O O 0 O O W O O O Oa W O O Un O O b O C? cn (T �_ (P y W 1 (� W W N s -' O Z-- O1 Np O C) O (P O NO C7 O [] Np N C) O� j C) Os NO O O c) O A A A A A A A A p A C"T co W A W w W W W o O V OD N _ e O c O � C3) CD U U N W �. N O O ' W W (O s CD p O6 (O (n (h O N N W r N A N N O Np OC}1 OA N ON (bO O N NO N ig PT A O OO Q O W A A A A A A A A W W W CD A W .7 � m a (n l» cn D cn cn CD 0 (n I7 .Z Z Cl (D @ C1 m @ CD Cl @ @ @ @ @ � @ CD CD @ @ @ C D A C C 7 `C C > > > C G G C CD :3 D Z @ Original Bid Class(Type)of Work Date Describe any Claims,Mediation, Amount and Type of Name,Contact, Contract Amount Completed Arbitration or lawsuits,amount Chante Orders Address and and results Tele bone of Owner E-b Original Bid Class(Type)of Work Date Describe any Claims Mediation Amount and Type of Name,Contact. Contract Amount Completed Arbitration or lawsuits amount Change Orders Address and and results Tele hone of Owner Contractor's failure to provide a complete list will result in automatic disqualification E-7 (9) List the name of the person(s) who inspected the site of the proposed work for your firm:. Name 6)c w c A, Date of Inspection: M- 11-11 (10) The Contractor shall furnish the following information concerning bid depository or registry services used in obtaining Subcontractor bid figures for this Proposal. Additional sheets may be attached if necessary. 1. Were bid depository or registry services use in obtaining Subcontractor bid figures in order to compute ur bid? Yes ( ) No 2. If the answer to No. 1 is "yes", forward a copy of the rules of each bid depository you used in the preparation of this Proposal. 3. Did you any source of Subcontractors' bids other than bid depositories? Yes No ( ) 4. Has any person or group threatened you with Subcontractor boycotts, union boycotts or other sanctions to attempt to convince you to us the services or abide by the rules of one or more bid depositories? Yes ( } No 5. If the answer to No. 4 is "yes", please explain the following details: (a) Date: (b) Name of person or group: (c) Job involved (if applicable): (d) Nature of threats: (e) Additional comments: E-8 (TO ACCOMPANY PROPOSAL) The bidder shall answer each of the questions below with full disclosure, under penalty of perjury. This information will be used in the determination of whether the Bidder is a Responsible Bidder or a Non- Responsible. One additional page per question may be attached to the Proposal as bidder deems necessary to explain his or her circumstance. QUESTIONNAIRE Bankruptev Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been adjudged bankrupt in any voluntary or involuntary bankruptcy proceeding? _Yes I If yes, when and where? Debarment Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been debarred, disqualified, removed, or otherwiseprevented from bidding on, or completing a Federal, State, or local government project? _Yes �No If yes, provide a description of the case, the court location, case number and the outcome for each lawsuit a full explanation below. Claims and Litigation Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever had any claims filed against them by any "o ner" (including a public agency owner), bonding company, subcontractor or supplier? _Yes No If yes, describe the nature of each claim and its resolution. Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been sued by any "owner" (including a public agency owner), or bonding company insuring said "owner" for default on a contract? Yes If yes, provide a description of the case, the court location, case number and the outcome for each lawsuit a full explanation below. E-9 Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the*der, ever been sued by a subcontractor or material supplier for default on a contract? _Yes 0 If yes, provide a description of the case, the court location, case number and the outcome for each lawsuit. During the past 5 years, has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, been a defend in any professional related lawsuit besides those described in the paragraphs above? _Yes No If yes, provide a description of the case, the court location, case number and the outcome for each lawsuit. Contractor as Claimant or Plaintiff Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever filed a claim against an "owner" (including any public agency owner or a bonding company insuring an "owner" for any claims arising under any contract? _Yes "z v If yes, provide details as to the nature, date and resolution of any such claim. Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever filed a lawsuit against an "owner" (including any public agency owner) or a bonding company insuring an "owner" for any disputes arising under any contract? ? _Yes *�o If yes, provide a description of the case, the court location, case number and the outcome for each lawsuit. Binding Arbitration Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, eve ad to submit to binding arbitration to resolve a dispute arising from a contract? _Yes If yes, what were the circumstances and outcome of such arbitration? E-10 Bonding Has any bonding company ever refused to bond the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder for a contract? _Yes o If yes, what were the circumstances? Has any bonding company ever been required to pay on a bond issued to the bidder, any officer of the bidder, or any ployee of the bidder who has a proprietary interest in the bidder for a contract? Yes No If yes, what were the circumstances? Prevailing Wages Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been a) sued for, or b) penalized by any court, regulatory agency, or similar entity, for failure to pay prevailing wages to any persons performing work under a contract, including subcontractor . _Yes _No If yes,what were the circumstances? I declare under penalty perjury of the laws of the State of California that the information contained in this Questionnaire beginning on Page E-9 are true and correct to the best of my knowledge, and that this declaration was executed on Z— I �( -` 7 , at :ZL-'J T-" Q r* , California. /X-"� (signature) 1112)1141 OL bq"J7' (printed name) (title) E-11 THE CITY OF VUMuNj4, , Public Warks Department 0 November 30, 2017 TO: All Bidders AT50 RE., "STRICZET PRESERVATION CITYWIDE(IFY 16-17); PROJECT NO.428- 67920" ADDENDUM NO. I The attached Addendurn (pages) revises the Contract Documents and Specifications for: "STREET PRESERVATION CITYWIDE (FY 16-17); PROJECT NO. 428-6792011 Please incorporate the revision in your bid and acknowledge receipt on page C-13 of the Proposal, Failure to acknowledge receipts of the Addendurn may result in rejection of your bid, Sincerely, Matt Pilarz, P.E. Senior Civil Enginee Attachment CC: File CRY H311,505$0.Gz.-ey Ave.,Box 660,Pomona,CA 91769 (909)620-2261,pax(909)620-2269 Pomona - Vibrant - Safe - Beautiful ADDENDUM NO. I CITY OF POMONA PUBLIC WORKS DEPARTMENT "STREET PRESERVATION CITYWIDE(FY 16-17); PROJECT NO. 428-67920" November 30, 2017 The following change shall be made part of the Contract Document and Specifications for., "STREET PRESERVATION CITYWIDE (FY 16-17); PROJECT NO.428-67920" And the Bidder shall acknowledge receipt thereof on page C-13 of the Proposal, CONTRACT DOCUMENTS AND SPECIFICATIONS Throughout the project specifications including all forms"STREET PRESERVATION CITY WIDE(FY 16-17) PROJECT NO. 428-67920 shall be replaced with the project name: "MAJOR STREET RE14A-BILITATION-2015 METRO CALL,PROJECT 428-6791811 On page A-I of the Notice of Inviting Sealed Bids, under"Receipt of Proposals"this section is amended to read-, Sealed proposals will be received at the City Clerk's Office, City Hall, Pomona, California, until 2:00 PM on Thursday, December 14, 2017 for the furnishing of all plant, labor, materials,equipment and incidentals for the: "MAJOR STREET REHARTIATATION-2015 METRO CALL, PROJECT 428-67918". It is the bidder's sole responsibilily tosee !hat the proposal is received in proper...time. Any proposal received after the scheduled closing time for receipt of proposals will be returned to the bidder unopened. The words "Bid: MAJOR STREET REHABILITATION-2015 METRO CALL, PROJECT 428-67918" to be opened on 2:00 PM, Thursday, December 14,2017 shall appear on the envelope of each sealed bid and each sealed envelope shall be addressed to the Office, City Hall,Pomona, California. The proposals will be publicly opened and read at, City Hall, Pomona, California at 1.00 PM on the aforementioned date. On page A-1 of the Notice of Inviting Sealed Bids, under"Submittal Instructions"'this section is amended to read-, Proposals shall be submitted in sealed envelopes and marked"MAJOR STREET REHABILITATION-2015 5 METRO CALL, PROJECT 428-67918". One (1) original proposal must be received in the Cit Clerk's Office before the time of 2:00 PM, on Thursday, December 14, 2017, Mail bids via US mail to: City of ' Pomona City Clerks Office, 505 South Garey Ave. Pomona, CA 21766; or, or Hand- Deliver bids In-Person to, City of Pomona City, Clerk's Office. Pomona, CA 91766, The above time and date are fixed and extensions will not be granted. The City of Pomona does-not recognize the U.S. Postal Service FedEx UPS or M other_carrier as its�i ernt.fo.r.pmoses..()..f..re-ceivia&pnposals. All proposals received after the deadline shown will be rejected. On Page A-1 of the Notice Inviting Sealed Bids,"Description of WorV the Engineer's Estimate is Amended to the amount of: $3,800,000.00 On Page A-2 of the Notice Inviting Scaled Bids on in the Wage Rates paragraph add as the very last sentence: This project is locally funded." On Page B-3 of the Instructions to Bidders, The "Alternates"paragraph is amended to read. ALTERNATES: The Contract will be awarded to the lowest res onsible bidder based on the rayed total sum of Buse Bid Schedule A, Brand Additive Alternative Schedules C, .D and E . At the election of the governing board the alternate bid schedule, or portions of the alternate bid schedule, may be added to the base bid contract upon award of the contract to the lowest responsible bidder. On page C-3 of the Proposal,the bid item no. A-I is amended to insert the unit price and total price of$300,000.00 for said item. On page C-6 of the Proposal,the bid item no's B-20 and B-21 are amended to read: The B-20 quality is amended to read 0 LF The B-21 quality is amended to read RA On page C-7 of the Proposal, the bid item no, C-1 I is amended to read: The quality is amended to read.%y o SF On page Cw7 of the Proposal, the bid item no- C-12 is amended to read: The quality is amended to read 9,500 SF On page C-7 of the Proposal, insert the following as bid item no. CW 13 and renumber accordingly: Construct 8" PCC Pavement at Approaching Lanes of Holt Avenue and Indian Hill Boulevard: Quantity is listed as 8,000 SF. On page C-8 of the Proposal,the bid item no's C-21 and C-22 are amended to read: The C-21 quality is amended to read 150 LFl~F The C-22 quality is amended to read 4_EA On page C-10 of the Proposal,the bid item no's D-19 and D-20 are amended to read: The D-19 quality is amended to read 0 LIEa The D-20 quality is amended to:read 00 EA On page C-11 of the Proposal,the bid item no. E-1 is amended to insert the unit price and total price of$50,000.00 for said item. On pages C-3, S, 7 and 9 of the Proposal,the bid item no's A-7, B-6, C-5 and D-S is amended to insert the unit price and total price of$20,000.00 for said items respectively. On page C-11 of the Proposal,the bid item no. E-4 is amended to insert the unit price and total price of$10,O00.00 for said item. On page D-1 and D-2, second paragraph, is amended to read.: THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas, said Principal has submitted the same mentioned bad to said City, for construction of work under the City's specification entitled "MAJOR STREET REHABILITATION-2015 METRO CALL, PROJECT 428-6791V, for which bids are to be opened in the City Engineer's office, City Hall of said City at 2.00 PM on 12/1412017. The Bid Bond form is reissued to address formatting. On page SP-11 second paragraph, is amended to read: Progress schedules will be required for this contract, progress schedules shall utilize the Critical Fath Method (CPM). The order of work shall follow the order of the proposal sections starting with the Base Bid segments and ending with the last Additive Alternate segment with exception to work within 100 feet of the Rail Road right of way which shall be completed at the end of the project. On page T-7 fifth paragraph, is amended to rears: Electronic message signs (EMS) shall be provided on each roadway segment per section 7-10.1. A, minimum of two EMS per bid proposal segment and one EMS per leg at intersections receiving PCC pavement shall be in place one week prier to any roadway operation that will have impact on the street. EMS shall remain in place until the work is completed can the roadway segment, It shall be the contractor's responsibility to maintain, update and move the EMS as rewired and directed by the City. On page T-13 of the Technical Specifications,the Punch Vast bid item for no's A-7, B-6 C-5, D-5 and E-A is amended to read: This item includes all labor, equipment and materials required to prepare, complete and restore all punch list items to the City's satisfaction. No partial payment will be allowed until all punch list items, restoration, clan up, demobilization, as-builts, operation and maintenance manuals/documents, and prevailing wage submittals are completed and provided to the City and accepted by the City Engineer. Putsch list casts not included its this pay item shall be included in rather items of work and no additional compensation will be allowed. On page T-32 of the Technical Specifications,the Pavement Repair bid item for no's C- 11 to C-13 is amended to read: PAVEMENT UPAII —CONSTRUCT PCC PAVEMENT—Bill ITEMS f# C-11 to C-13 The contractor shall furnish all labor, materials, tools, equipment transportation, traffic control, mobilization and all incidental work and services required to removing the existing pavement, prepare subgrade, construct 8" PCC Pavement over 7" of Class 2 Aggregate Base, and all associated deep lift AC paving required to complete all transitions and joints to the new PCC pavement. Construction of PCC Pavement shall be completed on the full width of the approaching lanes for each leg of the specified intersection specified per item, Concrete panels shall be doweled at cold joins per SPPWC 134-2, On page T-32 of the Technical Specifications, 6 paragraph on the Punch List bid item for no's C-11, C-12 is amended to read: P.C.C. pavement shall be Type III "High Early Strength" and provide a compressive strength at 2,500 psi twenty-tour (24) hers and 3,750 atvvent- gLght L281 days after placement or as approved by the Engineer Attachment: * Remove the existing Page A-1 and shall be Replaced with attached. * Remove the existing Page A-2 and shall be Replaced with attached. Remove the existing Page B-3 and shall be Replaced with attached. Remove the existing Pages C-1 through C-12 and shall be Replaced with attached. * Remove the existing Page D-1 and shall be Replaced with attached, * Remove the existing Page D-2 and shall be Replaced with attached. * Remove the existing Page SP-l l and shall be Replaced with attached. * Remove the existing Page T-7 and shall be Replaced with attached, * Remove the existing Page T-13 ,and shall be Replaced with attached, * Remove the existing Page T-32 and shall be Replaced with attached. ******FNT) ADDFNDUM NO. 1****** THE CITY OF Public W(arks)>Pwftment December 12, 2017 TO: All Bidders RE: "MAJOR STREET REHABILITATION-2015 METRO CALL,PROJECT 428-67918" ADDENDUM No.2 The attached Addendum (Pages)revises the Contract Docuillents and Specifications for: "MAJOR STREET REHABILITATION-201.5 METRO CALL, PROJECT 428- 67918" Please incorporate the revision in your bid and acknowledge receipt on page C-13 of the Proposal. Failure to acknowledge receipts of the Addendum may result in rejection of your bid. Sincerely, Matt Pilar2,P.E. Senior Civil Engineer By: Cody dowing Project Manager Attachment CC: File OY Hall,505 So.Carey Ave.,Bc%66(),PomaraG CA 91769 (9W)620ZUI,Fax 6ZD,.22,69 Pomona - Vibrant - Safe - Beautiful ADDENDUM NO. 2 CITY OF POMONA PUBLIC WOPKS DEPARTMENIT "MAJOR STREET REHABILITATION-2015 METRO CALL,PROJECT 428- 6791811Y December 12,201'7 The following change shall be made part of the Contract Document and Specifications for: "MAJOR STREET REHADILITATION-2015 METRO CALL, PROJECT 428- 6791811 And the Bidder shall acknowledge receipt thereof on page C-13 of the Proposal. CONTRACT DOCUMENTS AND SPECIFICATIONS On page C-9 of the Proposal, the bid item no. D-7 is amended to read: The D-7 quality is amended to read 25,000,SF On page 12 of 13 of the plans associated with this project detail 12"Sub-Drain Detail" the diameter of the perforated pipe shall be amended to be called out as 4"perforated SDR26 pipe. Clarification on Rail Road Permit associated with Bid Item B-5: The rail road crossing at Mission Boulevard is a UPRR facility, Permitting for work in UPRR right of way and the vicinity of the rail line will be required and shall conform to UPRR requirements as stated in the project specifications on Page T-11. A sample permit for SCRRA was attached as reference of what might be expected in the UPRR Permit. It is only a reference,and as stated in the scope of work for item B-5 it is the Contractor's responsibility to obtain and comply with all requirements of the UPRR permit. On page T-12 the following shall be added between paragraphs two arid.three for Railroad Permitting Bid Item# B-5: The Contractor shall include in their bid price a permit fee of $6,000,paid by the Contractor to UPRR, to obtain the permitfrom UPRR. The fee of $6,000 shall be included as part of the scope of wads outlived in did item B-S. UPRR permitfees in excess of$6,000 will be paid for by the City. All costs associated with preparing the ,permit documents, related plans,submittals, insurance, bonds, training and all other requirements to obtain the permit shall be the Contractor's responsibility. All costs to comply with the provisions and all other aspects of the llPNR permit shall be the Contractor's responsibility. On page T-1 l the following shall be added between paragraphs one and two for Caltrans Encroachment permitting Mission Boulevard at SR 71 Bid Item# A-6: The Contractor shall include in their bid'price a permit„fee of $4,080,paid by the Contractor to Caltrans, to obtain the permit frons Cultrans. The fee of $4,000 shall he included as part o,f the scope of work outlined in Bid item A-6. Caltrans permit fees in excess of$4,000 will be praid for by the City. All costs associated with preparing the permit documents, relatedplans,submittals, insurance, bonds and all other requirements to obtain the permit shall be the Contractor's responsibility. All costs to comply with the provisions and all other aspects o,f"the Caltrans permit shall be the Contractor's responsibility, Attachment: Remove the existing Page C-9 and shall be Replaced with attached. ******END ADDENDUM lit). 1******