Loading...
Carter Enterprises Group, Inc. April 2, 2025 Carter Enterprises Group, Inc. 2890 E. La Cresta Ave. Anaheim, CA 92806 SUBJECT: BID BOND RELEASE – PROJECT NO. 2024-05 CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS To Whom It May Concern: Thank you for submitting your proposal for the above referenced project. The La Quinta City Council, at its regular meeting of April 1, 2025, awarded the contract to the lowest responsive bidder, CT&T Concrete Paving Inc. The above-mentioned original Bid Bond, which accompanied your proposal, is enclosed. Your interest in working with the City of La Quinta is greatly appreciated, and we hope that you will accept future opportunities to bid on other city projects. Sincerely, Olivia Rodriguez, Acting Deputy City Clerk City Clerk’s Office Enclosure c: Swiss Re Corporate Solutions America Insurance Company File ADDENDUM NUMBER 1 TO: All Prospective Bidders and Plan Holders FROM: Ubaldo Ayon, Assistant Construction Manager DATE: March 18, 2025 SUBJECT: Project No. 2024-05 and CDBG Project No. 4.1-0.50-24, Citywide Miscellaneous ADA Improvements The following shall be considered as incorporated into the project plans and specifications for the above referenced project. Portions of plans and specifications not specifically mentioned in this Addendum remain in force. ■ PROJECT BID DOCUMENTS Section 1300 Sheet 1300-6, Subsection 14.0, Replace the Wage Determination with the following: As Reads: General Decision Number: CA20250025 Modification Number: 4 Date: 02-21-2025 Is Amended to Read — General Decision Number: CA20250025 Modification Number: 5 Date: 02-28-2025 Section 1550 Sheet 1550-2, Replace the Wage Determination with the following: As Reads: 4. B-2 Federal Prevailing Wage Decision (CA20250025 Mod. _4—) Is Amended to Read: 4. B-2 Federal Prevailing Wage Decision (CA20250025_ Mod. _5_ ) Sheet 1550-19, Replace the Wage Determination with the following: As Reads: (CA20250025 Mod. _4_) Is Amended to Read: (CA20250025_ Mod. _5--) Sheet 1550-20, Replace the Wage Determination with attached General Decision Number: Section 1550 `Federal Prevailing Wage Decision' is replaced with the attached Section dated 02-28-2025. The Contractor is hereby notified,- Addendum No. 1 must be acknowledged as stipulated under the instructions to Bidders and submitted as part of the Bid. Failure to do so shall result in the City designating said bid as "Non -Responsive. " APPROVED: Ubaldo Ayon, Assistant Construction Manager Attachments: • Updated Federal Wage Rates END OF ADDENDUM NUMBER 1 taQ�r�, BID DOCUMENTS SPECIFICATIONS CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS CITY OF LA QUINTA, CALIFORNIA PREPARED FOR: CITY OF LA QUINTA DEPARTMENT OF DESIGN & DEVELOPMENT 78-495 CALLE TAMPICO LA QUINTA, CA 92253 (760) 777-7000 APPROVED BY: DATE: 3/5/2025 BRYAN McKINNEY, P.E. PUBLIC WORKS DIRECTOR/ CITY ENGINEER R.C.E. No. 49418 Exp Date: 09/30/2026 March 2025 TABLE OF CONTENTS DIVISION 1 - BIDDING AND CONTRACT REQUIREMENTS 1100 Invitation to Bid 1110 Instructions to Bidders 1.0- Work to be Done 2.0 Examination of Contract Documents 3.0 Inspection of Site 4.0 Interpretation of Contract Documents 5.0 Postponement of Opening 6.0 Opening of Bids 7.0 Preparation of Bid Forms 8.0 Bidder's Signature and Authority 9.0 Erasures 10.0 Bid Irregularities 11.0 Modification of Bid 12.0 Withdrawal of Bids 13.0 Addenda 14.0 Bid Prices 15.0 Bid Guaranty 16.0 Qualification of Bidder 17.0 Subcontractors 18.0 Bidders Interested in More Than One Bid 19.0 Sheeting, Shoring, and Bracing 20.0 Wage Rates 21.0 Offer of Assignment of Antitrust Actions 22.0 Assignment of Contract 23.0 Rejection of Bids 24.0 Contract and Bonds 25.0 Award of Contract 26.0 Execution of Contract 27.0 Construction Documents 28.0 Bid Protest 1200 Bid 1210 Bid Schedule 1220 Bid Guaranty Bond 1230 Certification of Bidder's Experience and Qualifications 1240 Proposed Subcontractors 1250 Non -Collusion Affidavit 1260 DIR Project Vendor Information 1270 Iran Contracting Act of 2010 Certification 1280 Russian Aggression Against Ukraine Sanctions Certification 1290 CDBG Required Bid Forms 1300 Contract PAGE 1100-1 1110-1 1110-1 1110-1 1110-1 1110-2 1110-2 1110-2 1110-3 1110-3 1110-4 1110-4 1110-4 1110-4 1110-4 1110-5 1110-5 1110-5 1110-6 1110-6 1110-7 1110-7 1110-7 1110-7 1110-8 1110-8 1110-8 1110-8 1110-9 1110-9 1200-1 1210-1 1220-1 1230-1 1240-1 1250-1 1260-1 1270-1 1280-1 1290-1 1300-1 1310 Performance Bond 1310-1 1320 Payment Bond 1320-1 1330 Workers' Compensation Insurance Certificate 1330-1 1340 Liability and Insurance Requirements 1340-1 1.0 Indemnification 1340-1 2.0 Insurance Requirements 1340-3 2.1 General 1340-3 2.2 Insurance 1340-3 2.3 Remedies 1340-5 2.4 General Conditions 1340-6 2.5 Change in Terms 1340-9 1400 General Conditions 1400-1 1.0 General 1400-1 1.1 Intent of Contract Documents 1400-1 1.2 Discrepancies and Omissions 1400-1 1.3 Headings 1400-2 1.4 Penalty for Collusion 1400-2 1.5 Successors and Assigns 1400-2 1.6 Assignment to City 1400-2 1.7 Rights and Remedies 1400-2 1.8 Definitions 1400-3 2.0 Administration 1400-8 2.1 Administration of the Contract 1400-8 2.2 City Engineer 1400-8 2.3 Consultants 1400-9 3.0 City 1400-9 3.1 General 1400-9 3.2 Attention to Work 1400-9 3.3 Inspection 1400-10 3.4 City's Right to Carry Out the Work 1400-10 3.5 City's Right to Perform Work and to 1400-10 Award Separate Contracts 4.0 Contractor 1400-11 4.1 Office 1400-11 4.2 Contractor's Representative 1400-11 4.3 Construction Procedures 1400-11 4.4 Contractor's Employees 1400-12 4.5 Subcontractors 1400-12 4.6 Contractor's Equipment and Facilities 1400-12 4.7 Public Safety and Convenience 1400-13 4.8 City -Contractor Coordination 1400-13 4.9 Permits 1400-14 4.10 Contractor's Responsibility for the Work and Material 1400-15 4.11 Laws to be Observed 1400-15 4.12 Safety 1400-18 5.0 Control of Work and Material 1400-20 5.1 Means and Method 1400-20 5.2 City -Furnished Materials 1400-21 5.3 Defective and Unauthorized Work 1400-21 5.4 Unnoticed Defects 1400-21 5.5 Right to Retain Imperfect Work 1400-22 6.0 Progress of the Work 1400-22 6.1 Beginning of Work 1400-22 6.2 Time of Completion 1400-22 6.3 Delays 1400-22 6.4 Time Extensions 1400-23 6.5 Temporary Suspension of Work 1400-26 6.6 Termination of Contract 1400-26 7.0 Changes in Scope of Work 1400-27 7.1 Change Orders 1400-27 7.2 Differing Site Conditions 1400-28 7.3 Resolution of Disputes 1400-29 8.0 Project Modifications Procedures 1400-33 8.1 Changes in Contract Price 1400-33 8.2 Negotiated Change Orders 1400-34 8.3 Force Account Payment 1400-35 8.4 Time Extensions for Change Orders 1400-38 9.0 Payment 1400-38 9.1 Scope of Payment 1400-38 9.2 Partial Payments 1400-39 9.3 Partial Payments - Inclusion of Material on Hand 1400-40 9.4 Right to Withhold Amounts 1400-40 9.5 Substantial Completion 1400-42 9.6 Final Inspection and Payment 1400-42 9.7 Warranty of Title 1400-43 1500 Supplemental General Conditions 1500-1 1.0 City Engineer 1500-1 2.0 Consultants 1500-1 2.1 Design Engineer 1500-1 2.2 Materials Testing 1500-1 2.3 Survey 1500-1 3.0 Liquidated Damages 1500-2 4.0 Submittals 1500-2 1550 Special Federal Provisions 1550-1 DIVISION 2 - GENERAL PROJECT REQUIREMENTS 2000 General 2000-1 1.0 Standard Specifications 2000-1 1.1 Alternative Specifications 2000-1 2.0 Standard Plans 2000-2 2.1 Alternative Guidance 2000-2 3.0 Preconstruction Conference 2000-2 3.1 Attendees 2000-2 3.2 Agenda 2000-2 4.0 Progress Schedules 2000-2 4.1 General 2000-2 4.2 Construction Schedule 2000-3 4.3 Time Impact Analysis 2000-4 4.4 Weekly Activities Plan 2000-4 4.5 Cash Flow Projection 2000-4 4.6 Lump Sum Price Breakdown 2000-4 5.0 Special Controls 2000-5 5.1 Dust Control 2000-5 5.2 Noise Abatement 2000-5 5.3 Working Hours 2000-5 5.4 Drainage Control 2000-5 5.5 Construction Cleaning 2000-6 5.6 Disposal of Material 2000-6 5.7 Parking and Storage Areas 2000-6 6.0 Protection and Restoration of Existing Improvements 2000-6 7.0 Existing Utilities 2000-7 7.1 General 2000-7 7.2 Notification and Location 2000-7 7.3 Damage and Protection 2000-7 7.4 Utility Relocation and Rearrangement 2000-7 7.5 Underground Facilities 2000-8 DIVISION 3 - SPECIAL PROVISIONS 3000 Special Provisions 1.0 General 3000-1 1.1 Scope of Services 3000-1 1.2 Project Description 3000-1 1.3 Project Plans 3000-1 1.4 Drawings of Record 3000-1 1.5 Cooperation with other Contractors 3000-2 1.6 Time Allowed for Construction 3000-2 2.0 Bid Items 3000-3 3.0 Materials 3000-3 3.1 General 3000-3 3.2 Substitutions 3000-3 3.3 Storage 3000-4 4.0 Work Details 3000-4 4.1 Traffic Control 3000-4 4.2 Dust Control 3000-8 4.3 Water 3000-9 4.4 Permits, Licenses and Inspection Fees 3000-9 4.5 Air Contaminants 3000-9 4.6 Notification 3000-9 DIVISION 4 — TECHNICAL SPECIFICATIONS 4000 Technical Specifications 1.0 General Requirements 4000-1 2.0 Mobilization 4000-1 3.0 Site Control 4000-1 4.0 Dust Control 4000-2 5.0 Clearing and Grubbing 4000-2 6.0 Earthwork 4000-3 7.0 Unclassified Excavation 4000-4 8.0 Existing Bituminous Pavement Removal 4000-4 9.0 Cold Milling AC Pavement 4000-5 10.0 Existing Concrete Curb and Gutter Removal 4000-6 11.0 Existing Concrete Pavement and Paver Removal 4000-6 12.0 Grading and Subgrade Preparation 4000-7 13.0 Asphalt Concrete 4000-7 14.0 Concrete and Masonry Construction and Placement 4000-10 Of Base Material 15.0 Truncated Domes 4000-12 16.0 Pull Box 4000-12 17.0 Landscaping and Irrigation 4000-13 18.0 Striping 4000-14 19.0 Traffic Signs 4000-16 Appendix A: Escrow Agreement for Security Deposits In lieu of Retention Appendix B: Standard Plans SECTION 1100 INVITATION TO BID PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS SEALED BIDS will be received by the City of La Quinta (City) at the Office of the City Clerk located at 78495 Calle Tampico, La Quinta, California, 92253, until 10:00 A.M. on Wednesday, March 26, 2025 at which time they will be publicly opened and read for performing work as follows: This project is located within the Navarro Plaza between Avenida Navarro and Avenida Bermudas on Calle Tampico and at the intersection of Avenida La Fonda and Desert Club Drive. Work includes the reconstruction of curb, sidewalk, and curb ramp to be code -compliant. Work will also include asphalt concrete removal, paver removal, construct concrete speed tables, and signing and striping. All project work and incidental items to complete the project shall be performed in accordance with the plans, specifications, and other provisions of the contract. All the above improvements are to be constructed in a workmanlike manner, leaving the entire project in a neat and presentable condition. Refer to Sections 3000 and 4000 for more information. This project shall be completed within 20 working days from the date specified in the Notice to Proceed. Time for the commencement and completion of the work is important and is to be of the essence of the Contract. The successful bidder should plan to order any long lead time equipment items immediately following "Notice of Award". FEDERAL FUNDING — This project is being financed with Community Development Block Grant funds in whole or in part from the U.S. Department of Housing and Urban Development (24 CFR Part 570) and subject to certain requirements including: payment of Federal Davis -Bacon prevailing wages; Federal Labor Standards Provisions (HUD 4010); Executive Order#11246; and others. Information pertaining to the Federal requirements is on file with the County of Riverside Housing and Workforce Solutions. A pre -bid conference is scheduled for 11:00 A.M., March 12, 2025 in the Public Works conference room at City of La Quinta, City Hall located at 78-495 Calle Tampico, La Quinta, California 92253. Complete sets of the bidding documents may be purchased online at: www.i)lanitr)lanroom.com IMPORTANT: If you are not on the plan holders list through Planit Planroom you will not receive addendums. It is the responsibility of the bidder to ensure that they are placed on the plan holders list. Invitation to Bid 1100-1 Bidding procedures are prescribed in the Project Specifications. Bids shall be executed upon the forms bound and made a part of said Specifications. Bid security in an amount not less than ten percent (10%) of the total bid dollar amount and conforming to the prescribed bidding procedures is required to be submitted with each bid, as a guaranty to be forfeited should the bidder, if awarded the contract, fail to enter into the same, or fails to furnish in a timely manner the bonds and/or proof of insurance. The City reserves the right to reject or all bids, and to waive any irregularities in the bids. Bid log sheets can be found at http://www.laguintaca.gov/business/design-and- development/bid-on-iobs. Pursuant to the provisions of California Labor Code Section 6707, each bid submitted in response to this Invitation to Bid shall contain, as a bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants that its action does not convey tort liability to the City, its consultants, and their employees, agents, and sub -consultants. Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. These wage rates are available from the California Department of Industrial Relations' Internet website at http://www.dir.ca.gov. PREVAILING WAGES — The Federal minimum wage rate requirements, as predetermined by the Secretary of Labor, are set forth in the books issued for bidding purposes, referred to herein as Project Bid Documents (Special Federal Provisions), and in copies of this book which may be examined at the office described above where the project plans, special provisions, and proposal forms may be seen. Addenda to modify the minimum wage rates, if necessary, will be issued to holders of the Project Bid Documents. Pursuant to Section 1725.5 of the California Labor Code, no contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations at the time the contract is awarded. Contractors and subcontractors may find additional information for registering at the Department of Industrial Relations website at http://www.dir.ca.gov/Public-Works/PublicWorks.htmi . Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Furthermore, all bidders and contractors are hereby notified that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Invitation to Bid 1100-2 Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates, including the per diem wages applicable to the work, and for holiday and overtime work, including employer payments for health and welfare, pension, vacation, and similar purposes, in the County of Riverside in which the work is to be done, have been determined by the Director of the Department of Industrial Relations, State of California. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at https://www.dir.ca.gov/public- works/prevailing-wage.html. Future effective prevailing wage rates which have been predetermined, and are on file with the California Department of Industrial Relations, are referenced but not printed in the general prevailing wage rates. The Federal minimum wage rate requirements, as predetermined by the Secretary of Labor, are set forth in the books issued for bidding purposes, referred to herein as Project Bid Documents (Special Federal Provisions), and in copies of this book which may be examined at the office described above where the project plans, special provisions, and proposal forms may be seen. Addenda to modify the minimum wage rates, if necessary, will be issued to holders of the Project Bid Documents. Pursuant to S13854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within 2 days of online submission. Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City to ensure the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the requirements of said Public Contract Code Section 22300. All bidders shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code of the State of California to do the type of work contemplated in the project. In accordance with provisions of California Public Contract Code Section 3300, the City has determined that the General Contractor shall possess a valid Class A (General Engineering Contractor) and/or C-8 license (Concrete Contractor), at the time that the bid is submitted. Subcontractors shall possess valid, suitable licenses for the work they will perform. Failure to possess the specified license(s) shall render the bid as non -responsive. The successful bidder will be required to furnish a Labor and Materials bond in the amount equal to one hundred percent (100%) of the Contract price, as well as a Faithful Performance Bond, in the amount equal to one hundred percent (100%) of the Contract price. Invitation to Bid 1100-3 Each bidder shall submit with its bid a statement setting forth its experience on the forms included in the Bid Proposal. Telephones will not be available to bidders. Bid forms received after the designated time will not be accepted. Bidders and their authorized agents are invited to attend. No bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening of bids. w Approved By: Bryan McKinney, P.E. Public Works Director/ City Engineer lm j% Published By: Monika Radeva City Clerk END OF SECTION Date: 3/5/2025 Date: 3/5/2025 Invitation to Bid 1100-4 SECTION 1110 INSTRUCTIONS TO BIDDERS 1.0 WORK TO BE DONE It is the intention of the City to construct improvements as shown and set forth on the plans and detailed drawings, and in the particular locations shown on the drawings. All of the work is particularly set forth in the plans and specifications, and all of said work, together with all other work incidental thereto, is included. The work includes the furnishing of all labor, materials, incidentals and equipment necessary for Project No. 2024-05 and CDBG Project No. 4.LQ.50-24, Citywide Miscellaneous ADA Improvements, and all appurtenant incidental items. The Contractor shall be required to provide, at its own cost and expense, all necessary insurance, as required by law or these specifications, and shall pay the cost and expense of any and all incidental matters herein required. 2.0 EXAMINATION OF CONTRACT DOCUMENTS Each bidder shall thoroughly examine and be familiar with those Contract documents contained in the Project Manual, drawings and addenda, if any. The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the Contract documents. The failure or neglect of a bidder to receive or examine any of the Contract documents shall in no way relieve him from any obligation with respect to its proposal or to the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any Contract documents. 3.0 INSPECTION OF SITE Bidders are required to inspect the site of the work to satisfy themselves by personal examination or by such other means as they may prefer, of the location of the proposed work, and of the actual conditions of and at the site of work. If, during the course of its examination, a bidder finds facts or conditions which appear to be in conflict with the letter or spirit of the bidding documents, the Bidder may apply to the City, in writing, for additional information and explanation before submitting its bid. Submission of a bid by the bidder shall constitute acknowledgment that, if awarded the Contract, it has relied and is relying on its own examination of (1) the site of the work, (2) access to the site, and (3) all other data and matters requisite to the fulfillment of the work and on its own knowledge of existing facilities on and in the vicinity of the site of the work to be constructed under the Contract. Instruction to Bidders 1110-1 The information provided by the City is not intended to be a substitute for, or a supplement to the independent verification by the bidder to the extent such independent investigation of site conditions is deemed necessary or desirable by the bidder. 4.0 INTERPRETATION OF CONTRACT DOCUMENTS No oral representations or interpretations will be made to any bidder as to the meaning of the Contract documents. Requests for an interpretation shall be made in writing and delivered at least five (5) days before the time announced for opening the bids to: Ubaldo Ayon, Assistant Construction Manager City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 (760) 777-7096 — Phone uayonCa)-laguintaca.gov— Email Requests to clarify the source of materials, equipment, suppliers or any other such matter which does not modify, change, increase, or decrease the scope of work requires no action by the City other than a response to the bidder requesting the clarification. Requests to clarify possible ambiguous or incomplete statements or designs, or any other such clarification which modifies, changes, increases or decreases the scope of work, requires issuance of an addendum by the City for the interpretation to become effective. 5.0 POSTPONEMENT OF OPENING The City reserves the right to postpone the date and time for receiving and/or opening of bids at any time prior to the date and time established in the Invitation to Bid. Postponement notices shall be mailed to plan holders of record in the form of addenda. 6.0 OPENING OF BIDS All bids, irrespective of any irregularities or informalities, if received on time, will be opened and publicly read aloud at the time and place set forth in the Invitation to Bid. Bidders, their representatives and other interested persons may be present at the opening and reading of bids. Any bids received after the time for receiving and opening bids as set forth in the Invitation to Bid or as postponed by addenda will be considered nonresponsive and will not be opened. Any such bids will be returned unopened to the Bidder. The public reading of each bid will include at least the following: A. Name and address of bidder. B. The total amount of bid. C. The nature and amount of the security furnished with the bid. Instruction to Bidders 1110-2 7.0 PREPARATION OF BID FORMS Bids shall be made on the blank forms in this manual and must be submitted at the time and place stated in the Invitation to Bid. All blanks in the bid forms must be appropriately filled in and all prices must be stated in figures. Unit prices in each and every case shall represent a true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein shall include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. Unbalanced unit prices shall be sufficient cause for rejection of the bid. The purpose of the unit pricing is for bid evaluation and changes in the work during construction. The basis for award shall be the lowest combined price of the Base Bid Area plus all Additive Alternates. All bids must be submitted in a sealed envelope, addressed to the City Clerk, with the following annotation: BIDDER ADDRESS This envelope contains a SEALED BID for: Project No. 2024-05 and CDBG Project No. 4.LQ.50-24, Citywide Miscellaneous ADA Improvements CITY OF LA QUINTA, CALIFORNIA Envelope to be opened on: March 26, 2025 @ 10:00 A.M. Unless revised by Addendum. It is the sole responsibility of the bidder to see that its bid is received in proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. City shall not be responsible for errors or omissions in the bid. Bidders shall write their names on each bid form at the space provided. 8.0 BIDDER'S SIGNATURE AND AUTHORITY If the bid is made by an individual, his/her name, signature, and post office address must be shown; if made by a firm or partnership, the name and post office address of the firm or partnership, a list of the partners, and the signature of at least one of the general partners must be shown; if made by a corporation, the bid shall show the name of the state under the laws of which the corporation is chartered, the name and post office address of the corporation, and the title of the person who signs on behalf of the corporation. If the bid is made by the corporation, a certified copy of the bylaws or resolution of the Board of Directors of the corporation shall be furnished, upon request of the City Engineer or designee, showing the authority of the officer signing the bid to execute Contracts on behalf of the corporation. If the bid is made by a joint venture, the bid shall be signed by a representative of one of the joint venture firms. Additionally, the bid shall include a copy of the resolution or contract empowering the representative to execute the bid and bind the joint venture. Instruction to Bidders 1110-3 9.0 ERASURES The bid submitted must not contain any erasure, interlineations, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the signature or signatures of the person or persons submitting the bid. 10.0 BID IRREGULARITIES Changes in or additions to the bid form, recapitulations of the work bid upon, alternative bids, or any other modifications of the bid form which are not specifically called for in the Contract Documents may result in rejection of the bid by the City, as not being responsive to the Invitation to Bid. No oral or telephonic modification of any bid submitted will be considered. 11.0 MODIFICATION OF BID Modification of a bid already received will be considered only if the modification is received prior to the time established for receiving bids. Modifications shall be made in writing, executed, and submitted in the same form and manner as the original bid. 12.0 WITHDRAWAL OF BIDS In accordance with Public Contract Code 5103, within five days after the opening of bids, a bidder may withdraw its bid providing the bidder can establish to the City's satisfaction that a mistake was made in preparing the bid. A bidder desiring to withdraw shall give written notice to the City, specifying, in detail, how the mistake occurred and how the mistake made the bid materially different than it was intended to be. Withdrawal will not be permitted for mistakes resulting from errors in judgment or carelessness in inspecting the site of the work or in reading the Project Documents. 13.0 ADDENDA Addenda issued during the time of bidding shall become a part of the documents furnished bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the Contract. Each bid shall include specific acknowledgment in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge may result in the bid being rejected as not responsive. Failure of any bidder to receive such Addenda shall not be grounds for non-compliance with the terms of the instructions. You must be on the plan holders list through Planit Planroom Enterprises or Plan Manager Pro in order to receive Addenda. Instruction to Bidders 1110-4 14.0 BID PRICES Bid prices shall include everything necessary for the completion of the work including but not limited to providing the materials, equipment, tools, plant and other facilities, and the management, superintendence, labor and services. Bid prices shall include allowance for all federal, state and local taxes. In the event of a difference between a price quoted in words and a price quoted in figures for the same quotation, the words shall be the amount bid. In the event that the product of a unit price and an estimated quantity does not equal the extended amount quoted, the unit price shall govern, and the correct product of the unit price and the estimated quantity shall be deemed to be the amount bid. If the sum of two or more items in a bidding schedule does not equal the total amount quoted, the individual item amounts shall govern and the correct total shall be deemed to be the amount bid. 15.0 BID GUARANTY The bid form shall be accompanied by a bid guaranty bond provided by a guaranty company authorized to carry on business in the State of California for payment to the City in the sum of at least ten (10) percent of the total amount of the bid price, or, alternatively, by a certified or cashier's check, payable to the City in the sum of at least ten (10) percent of the total amount of the bid price. The bid guarantee bond shall be provided on the form included in Section 1220, BID GUARANTY BOND, of this Project Document. The amount payable to the City under the bid guaranty bond, or the certified or cashier's check and the amount thereof, as the case may be, shall be forfeited to the City as liquidated damages in case of a failure or neglect of the bidder to furnish, execute, and deliver to the City the required performance and payment bonds evidences of insurance; and to enter into, execute, and deliver to the City the Contract on the form provided herewith, within ten (10) calendar days after receiving written notice from the City that the award has been made and the Contract is ready for execution. The City shall retain all bid security until a contract has been executed or until the City Council rejects all bids at which time all bid security not forfeited shall be returned to the appropriate bidders. 16.0 QUALIFICATION OF BIDDER Each bidder shall complete and submit with their bid Section 1230, CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS. Upon the request of City, any bidder whose bid is under consideration for the award of the Contract shall promptly submit satisfactory evidence showing the bidder's financial resources, its construction experience, and its organization's availability for the performance of the Contract. Instruction to Bidders 1110-5 The bidder may be required to establish to the satisfaction of the City the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the Documents. 17.0 SUBCONTRACTORS In accordance with California Public Contracting Code Section 4100, et. seq., each bid shall have listed in Section 1240, PROPOSED SUBCONTRACTORS, the name, portion of work to be performed, and location of the place of business of each subcontractor who will perform work or labor or render service to the bidder in or about the construction of the work or improvement, or of any subcontractor licensed by the State of California who, under subcontract to the bidder, will specially fabricate and install a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent of the bidder's total bid, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of one percent of the bidder's total bid or Ten Thousand Dollars ($10,000.00), whichever is greater. The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be determined from the information submitted by the Contractor, and subject to approval of the Engineer. Failure to list subcontractors may render the bid non -responsive and may be grounds for rejection of the bid. Failure to comply with the provisions of the California "Subletting and Subcontracting Fair Practices Act" shall make the Contractor subject to the sanctions as set forth in the Act. 18.0 BIDDERS INTERESTED IN MORE THAN ONE BID No person, firm, or corporation, under the same or different name, shall make, file, or be interested in more than one bid for the same work unless alternate bids are called for. A person, firm, or corporation may, however, submit sub -proposals or quote prices on materials to more than one bidder. The City may reject the bids of the known participants in such collusion. Pursuant to Public Contract Code Section 7106, bidders shall execute and furnish with their bids Section 1250, NON -COLLUSION AFFIDAVIT. Instruction to Bidders t 1 1 p_g 19.0 SHEETING, SHORING AND BRACING Pursuant to the provisions of California Labor Code Section 6707, each bid submitted shall contain, in the bid item indicated, the amount included in its bid for adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants that its action does not convey tort liability to the City, its consultants, and their employees, agents, and sub -consultants. 20.0 WAGE RATES Pursuant to provisions of the Labor Code Section 1770, et. seq., of the State of California, the Director of the Department of Industrial Relations has ascertained the prevailing rate of per diem wages of the locality in which the Work is to be performed and applicable to the work to be done. These wage rates are available from the California Department of Industrial Relations' Internet web site at: www.dir.ca.gov Bidders shall promptly notify the City, in writing, about all the classifications of labor not listed in the prevailing wage determinations but necessary for the performance of the Work before bids are submitted. 21.0 OFFER OF ASSIGNMENT OF ANTITRUST ACTIONS As provided by Sections 4551 and 4552 of the California Government Code, in submitting a bid to the City, the bidder offers and agrees that if the bid is accepted, it will assign to the City 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 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the City pursuant to the bid. Such assignment shall be made and become effective at the time the City tenders final payment to the bidder. 22.0 ASSIGNMENT OF CONTRACT No assignment by the Contractor of any contract to be entered into hereunder, or any part thereof, or of funds to be received thereunder by the Contractor, will be recognized by City unless such assignment has had prior approval of City and the Surety has been given due notice of such assignment in writing and has consented thereto in writing. Instruction to Bidders 1 1 1 0_7 23.0 REJECTION OF BIDS The City reserves the right to reject all bids for any reason. The City further reserves the right to reject any bid: which is non -responsive, incomplete, obscure, or irregular; which omits a bid on any one or more of the required bid items; which does not contain satisfactory documentation of the bidder's qualifications as required by Section 1110-16.0, QUALIFICATION OF BIDDER; which, in the City's opinion, the unit prices are unbalanced; which is accompanied by insufficient or irregular bid security; or, which is from a bidder who has previously failed, on a contract of any nature, to perform properly or to complete it on time. The City reserves the right to waive irregularities. 24.0 CONTRACT AND BONDS The successful bidder, simultaneously with the execution of the Contract, will be required to furnish a Payment Bond on forms provided by the City in an amount equal to one hundred percent (100%) of the Contract Price, a Faithful Performance Bond in an amount equal to one hundred (100%) of the Contract Price, and the WORKER'S COMPENSATION INSURANCE CERTIFICATE in Section 1330. Said bonds shall be secured from a surety company satisfactory to City. The form of Contract, as provided in Section 1300, which the successful bidder as Contractor will be required to execute, and the forms of bonds as provided in Sections 1310 and 1320, which it will be required to furnish, shall be carefully examined by the bidder. 25.0 AWARD OF CONTRACT Within sixty (60) days after the time of opening of the bids, the City will act either to accept a bid, to reject all bids or with the consent of the bidders and their sureties to extend the time in which the City may act. The acceptance of a bid will be evidenced by a notice of award of Contract in writing, delivered in person or by certified mail to the bidder whose bid is accepted. No other act of City will constitute acceptance of a bid. The award of Contract shall obligate the bidder whose bid is accepted to furnish performance and payment bonds and evidences of insurance, and to execute the Contract in the form set forth in the Contract documents. 26.0 EXECUTION OF CONTRACT The Contract Agreement shall be executed by the successful bidder and returned, together with the Contract bonds and evidences of insurance, within ten (10) days after receiving written notice of the award of the Contract. Time is of the essence in this regard. After execution by City, one copy shall be returned to Contractor. Instruction to Bidders 1 t 1 p_g 27.0 CONSTRUCTION DOCUMENTS The City will furnish the Contractor five copies of the Specifications after the execution of the Contract. The Contractor may request up to three additional copies at no cost, for a total of eight (8) no cost copies. 28.0 BID PROTEST Any bid protest must be in writing and received by City at the Office of the City Clerk located at 78-495 Calle Tampico, La Quinta, California, 92253, before 5:00p.m., no later than two working days following bid opening (the "Bid Protest Deadline") and must comply with the following requirements: 28.1 General. Only a bidder who has actually submitted a Bid Proposal is eligible to submit a bid protest against another bidder. Subcontractors are not eligible to submit bid protests. A bidder may not rely on the bid protest submitted by another bidder but must timely pursue its own protest. The protesting bidder must submit a non-refundable fee in the amount of $859.00, based upon City's reasonable costs to administer the bid protest. Any such fee must be submitted to City no later than the Bid Protest Deadline, unless otherwise specified. For purposes of this Section 28, a "working day" means a day that City is open for normal business, and excludes weekends and holidays observed by City. 28.2 Protest Contents. The bid protest must contain a complete statement of the basis for the protest and all supporting documentation. Material submitted after the Bid Protest Deadline will not be considered. The protest must refer to the specific portion or portions of the Contract Documents upon which the protest is based. The protest must include the name, address, email address, and telephone number of the person representing the protesting bidder if different from the protesting bidder. 28.3 Copy to Protested Bidder. A copy of the protest and all supporting documents must be concurrently transmitted by fax or by email, by or before the Bid Protest Deadline, to the protested bidder and any other bidder who has a reasonable prospect of receiving an award depending upon the outcome of the protest. 28.4 Response to Protest. The protested bidder may submit a written response to the protest provided the response is received by City before 5:00p.m., within two working days after the Bid Protest Deadline or after actual receipt of the bid protest, whichever is sooner (the "Response Deadline"). The response must include all supporting documentation. Material submitted after the Response Deadline will not be considered. The response must include the name, address, email address, and telephone number of the person representing the protested bidder if different from the protested bidder. Instruction to Bidders 1110-9 28.5 Copy to Protesting Bidder. A copy of the response and all supporting documents must be concurrently transmitted by fax or by email, by or before the Bid Protest Deadline, to the protesting bidder and any other bidderwho has a reasonable prospect of receiving an award depending upon the outcome of the protest. 28.6 Exclusive Remedy. The procedure and time limits set forth in this section are mandatory and are the bidder's sole and exclusive remedy in the event of bid protest. A bidder's failure to comply with these procedures will constitute a waiver of any right to further pursue a bid protest, including filing a Government Code Claim or initiation of legal proceedings. 28.7 Right to Award. The City Council reserves the right to award the Contract to the bidder it has determined to be the responsible bidder submitting the lowest responsive bid, and to issue a notice to proceed with the Work notwithstanding any pending or continuing challenge to its determination. 29.0 COMPLIANCE WITH IRAN CONTRACTING ACT OF 2010. Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.), (a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One Million Dollars ($1,000,000) or more if Contractor engages in investment activities in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is identified on the list of persons engaging in investment activities in Iran prepared by the State of California pursuant to Public Contract Code Section 2203 subdivision (b). (b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that it is not on the list of ineligible vendors prohibited from doing business with the State of California and shall complete the Iran Contracting Act Certification and submit with their proposal at the time of bid. Contractor shall obtain the Iran Contracting Act Certification in the form approved by the State of California, or upon written request to the City Clerk's Office, a copy of the form will be provided to Contractor. Failure by Contractor to provide the certification required by this Section may deem Contractor's bid non -responsive. (c) Nothing in this Section is intended to prevent the City from exercising its rights pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on a case -by -case basis. Instruction to Bidders 1110-10 30.0 COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22. Russian aggression against Ukraine. (a) Contractor shall comply with California Governor Executive Order N-6-22 regarding sanctions in response to Russian aggression in the Country of Ukraine, and any implementing guidelines and/or economic sanctions imposed by the United States government in response to Russian actions in Ukraine, as well as any sanctions imposed under California law (collectively "economic sanctions"). Contractor shall comply with all such economic sanctions. By submitting a bid to the City, Contractor agrees to take any and all actions to support the Ukrainian government and people as required by law, including by refraining from new investments in, and financial transactions with, Russian institutions or companies that are headquartered or have their principal place of business in Russia (Russian entities), not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine. (b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall submit a written report to the City on Contractor's compliance with the economic sanctions, and the steps Contractor has taken in response to Russia's actions in Ukraine, including, but not limited to, desisting from making new investments in, or engaging in financial transactions with, Russian entities, not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine as required by law. Failure to submit the report required by this Section may deem Contractor's bid non- responsive. END OF SECTION Instruction to Bidders 1110-11 SECTION 1200 BID DATE: 3/25/2025 The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2024-05 and CDBG Project No. 4.LQ.50-24, Citywide Miscellaneous ADA Improvements, and will contract with the City, on the form of Contract provided herewith, to do everything required for the fulfillment of the contract for said work at the prices and on the terms and conditions herein contained. We have included the following items and agree that they shall form a part of this bid: SECTION TITLE 1200 Bid 1210 Bid Schedule 1220 Bid Guaranty Bond 1230 Certification of Bidder's Experience and Qualifications 1240 Proposed Subcontractors 1250 Non -Collusion Affidavit 1260 DIR Project Vendor Information 1270 Iran Contracting Act of 2010 1280 Russian Aggression Against Ukraine Sanctions 1290 B-4 Certification of Bidder Regarding Non -Segregated Facilities (Required for all Projects) 1290 B-7 Bidder's Certification on Federal Contract Requirements (Required for all Projects) 1290 B-8 Questionnaire Regarding Bidders (Required for all Projects) 1290 B-9 List of Subcontractors and Suppliers (Required for all Projects) We acknowledge that the following addenda have been received and have been examined as part of the Contract Documents. Bidders must be on the Plan Holders List with the City of La Quinta in order to receive addenda. Addendum # Date Received 3/18/2025 Initiiaals� (�/ Bid 1200-1 Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY Name of Bidder 714-238-1444 Bidder's Telephone Number If our bid is accepted, we agree to sign the contract without qualifications and to furnish the performance and payment bonds and the required evidence of insurance within 10 calendar days after receiving written notice of the award of the contract. We further agree, if our bid is accepted and a Contract for performance of the work is entered into with the City, to so plan work and to prosecute it with such diligence that the work shall be completed within the time stipulated. CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY Name of Bidder 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Bidder's Address 1051374 Contractor's License No. CALIFORNIA State of Incorporation Signature of Bidder COREY R. KIRSCHNER Printed Name of Signatory CEO Title of Signatory 714-632-6699 Bidder's Telephone Number BIDS@PAVEMENTREHAB.COM Bidder's Email Address 03/31 /2027 Contractor's Expiration Date ��- 1pj�41uv Witness Title of Witness Bid 1200-2 SECTION 1210 BID SCHEDULE PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 To Whom It May Concern: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for Project No. 2024-05 and CDBG Project No. 4.LQ.50-24, Citywide Miscellaneous ADA Improvements, in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of the Base Bid Area plus all additive alternates. Unit prices in each and every case represent the true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. We acknowledge that unbalanced unit prices shall be sufficient cause for the rejection of our bid. Bid Schedule 1210-1 BASE BID - CITYWIDE MISC. ADA IMPROVEMENTS - NAVARRO PLAZA Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $ ZI 000 $ V, 400 2 Traffic Control 1 LS $ 771000 $ '11 000 3 Dust Control 1 LS $ lid rim $ t1 ow 4 Earthwork 1 EA $ 2Z3 00o $ V731C)00 5 Sawcut, Remove, and Dispose of 20 LF $ 55 $1 ExistingCurb 6 Sawcut, Remove, and Dispose of SF r, $ $ & %� Q ExistingSidewalk and Ramp855 �j Construct Sidewalk per City of La 845 SF [ $ 10 $1'� �jZO Quinta Std. No. 240 Mod. Construct Concrete Curb Ramp per 8 City of La Quinta Std. No. 250 Mod. 1 EA $ 1 $ �316�p per Plan, Case B (Including Curb `�1000 along Ram Full Depth Grind Asphalt Concrete 9 Pavement (3" ), Compact Existing 35 SF $ $ �00 Base, and Variable Overlay (Y — I 4" Grade Parkway, Remove, Modify, 10 and Replace Landscape, Hardscape, and Irrigation in Kind to 1 LS $ 33 dOb 1 $ 3� 00� / Furthest Extent Possible 11 Signing and Striping, Including All Incidentals 1 LS $ r�j��\ko $ `� I Total Amount of Bid Items 1 —11 $3Z1 000 Bid Schedule 1210-2 City may award all or none of the following additive alternates: ADDITIVE ALTERNATE NO. 1 — AVENIDA LA FONDA SPEED TABLES Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $ ZZ QOb $7 �,/ODD 2 Traffic Control 1 LS $ -7700p $� J 000 3 Dust Control 1 LS $ OOd 4 Sawcut, Remove, and Dispose of Existing Curb; and/or Curb & Gutter 90 LF $ 5 Sawcut, Remove, and Dispose of 785 SF $ Existing Ramp and Pavers 1 6 Construct Sidewalk per City of La Quinta Std. No. 240 Mod. 450 SF $ $ 7100 Remove and Dispose of Existing 7 Roadway Section to Depth 750 SF $ 1Z $ C pb Required 8 Construct 5.5" Asphalt Concrete 460 SF $ ZD $ 1 va over 6.5" Aggregate Base OOd Construct Two (2) Concrete Speed 9 Tables (Including All Concrete Work, Aggregate Base, Grading, 1 LS $333,pOd $` B,C% Rebar, and Conduit Furnish and Install Truncated Dome 10 Concrete Tile per City of La Quinta 75 SF $ $ t13Zs- Std. 250 Mod. 11 Remove, Regrade, and Reset Sidewalk Pavers Per City of La 275 SF $ $ $ ZVA Quinta Std. 206 Salvage to City Existing Pull Box 12 and Furnish and Install New No. 6 1 EA $ S,�bs $ 65 Pull Box per Caltrans Std. Plan ES- 8A Grade Parkway, Remove, Modify, 13 and Replace Landscape, 1 LS $ 33 Doc) $ Hardscape, and Irrigation in Kind to Furthest Extent Possible 14 Signing and Striping, Including All 1 LS $ �?j Qd� $ �� ® Q Incidentals i Total Amount of Additive Alternate Bid Items 1 —14 $ W, aoo Bid Schedule 1210-3 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures): $_ %n l om GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words): zIght Bid Amount of each of the above Bid Items must be filled in and completed. It is understood that the quantities shown hereon are but estimates and the bidder is responsible to verify quantities prior to submitting a bid. Final payment will be based upon actual work performed, subject to such adjustments and alterations as elsewhere provided herein. � Signature of Bidder (Ink) CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY Name of Bidder (Printed or Typed) 714-238-1444 Bidder Telephone Number BIDS(a�PAVEMENTREHAB.COM Bidder Email Address Bid Schedule 1210-4 SECTION 1220 BID GUARANTY BOND Swiss Re Corporate Solutions PRINCIPAL, and America Insurance Corporation as SURETY, are held and firmly bour unto the City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT C THE BID of the Principal above named, submitted by said Principal to the City for thu work described below, for the payment of which sum in lawful money of the United States, well and truly to be made to the City to which said bid was submitted, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal has submitted the above -mentioned bid to the City, for certain construction specifically described as follows, for which bids are to be opened at La Quinta, California. PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him/her for signature enters into a written contract in the prescribed form, in accordance with the bid, and files two bonds with the City, one to guarantee faithful performance, and the other to guarantee payment for labor and materials as required by law, and provide certificate of insurance coverage required by the Contract Documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands on this 25th day of March 2025. Carter Enterprises Group, Inc. dba Pavement Rehab Company Swiss Re Corporate Solutions America Insurance Corporation Cary 14 Q Kiwi hw - CED Title o Signatory gnatory By: Signature of Principal 2890 East La Cresta Avenue, Anaheim, CA 92806 Address Zyanya Hernandez, Attorney -in -Fact Title of Signatory ...Z r h�': 60 TF •• G BY: S EAL= Sig t re of urety 1973 sso\3 iga, 1200 MAIN ST. SUITE 800, KANSAS CITY, MO 64105 - 2478 Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 _rc-tic -� cs c� cox&sue, r �cc�csrr sz err . 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 March 25, 2025 before me, Leslie Rocha, Notary Public Date Here Insert Name and Title of the Officer personally appeared of who proved to me on the basis of satisfactory evidence to be the person(s) whose name(8) is/axe subscribed to the within instrument and acknowledged to me that he/sKe/they executed the same in his/hoer/their authorized capacity(iim), and that by his/hmr/their signature(8) on the instrument the person(gr), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. LESLIE RCKHA lev� Notary Public • California - orange County Signature _ Commission # 2484949 Signature of Notary Public < My Comm. Expires Mar 19, 2026 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 I County of Orange On WAR 2 5 2025 , before me, Albert Melendez , Notary Public, personally appeared Hernandez who proved to me on the basis of satisfactory evidence to be the person(K) whose name(s) is/a)fe subscribed to the within instrument and acknowledged to me that ke/she/thky executed the same in lAs/her/tkir authorized capacity(i)ts), and that by W/her/their signature(so on the instrument the person(x), or the entity upon behalf of which the person(X) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of State of California that the foregoing paragraph is true and correct. ALAERT MELENDEZ Notary Public . Catifomia Orange County y Commisston • 2391461 ly Comm. Ex*es Jar 23, 2026 PLACE NOTARY SEAL ABOVE WITNESS my hand and official seal. SIGNATURE Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of attached document Title or type of document: Document Date: Signer(s) Other than Named Above: umber of Pages: SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") WESTPORT INSURANCE CORPORATION ("WIC') GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: ERIK JOHANSSON, JENNIFER ANAYA, MELISSA LOPEZ, CHRISTINA ROGERS, ALBERT MELENDEZ MARTHA BARRERAS, JOAQUIN PEREZ, JONATHAN BAT[N, VANESSA RAMIREZ, and ZYANYA HERNANDEZ JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO HUNDRED MILLION ($200,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be bindine upon the Corporation when so affixed and in the future with reeard to anv bond, undertaking or contract of surety to which it is attached." �,.�S'pNSAMEgj�4,,. .`oZ�ONS PREbi R A s .��•.O F. G ���•. GO TF._ G i By 1 S E A L .� - Erik Janssens, Senior Vice President of SRCSAIC & Senior Vice President a . m S E A L = of SRCSPIC &senior Vice President of WIC00� ' 1973 ' ��' :��'• -di ..........s°�\iya�D• `=�dssq'�ssoU��'- .0 - By Ui°Oi.�^^^` No , iy'S ' * \,; f * ` Gerald Jagrowski, Vice President of SRCSAIC & Vice President of SRCSPIC & V ice President of WIC IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 10 day of NOVEMBER 20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook El Westport Insurance Corporation On this 10 day of NOVEMBER 20 22 , before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski , Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. 6IMOR os�lcctnL SEALIAISTIMA M"MISCOY PIlgUC, 8- gF I11P1018 IlelrJl 1, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and foregoing is a true and correct copy of Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still i fy11 force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 25th day of March LLbS Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC and WIC SECTION 1230 CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS The undersigned Bidder certifies that he is, at the time of bidding, and shall be, throughout the period of the contract, licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California, to do the type of work contemplated in the Contract Documents. Bidder shall further certify that it is skilled and regularly engaged in the general class and type of work called for in the Contract Documents. The Bidder represents that it is competent, knowledgeable, and has special skills on the nature, extent, and inherent conditions of the work to be performed. Bidder further acknowledges that there are certain peculiar and inherent conditions existent in the construction of the particular facilities, which may create, during the construction program, unusual or peculiar unsafe conditions hazardous to persons and property. Bidder expressly acknowledges that it is aware of such peculiar risks and that it has the skill and experience to foresee and to adopt protective measures to adequately and safely perform the construction work with respect to such hazards. The Bidder shall list below four (4) projects completed in the last seven (7) years of similar size and complexity that indicate the Bidder's experience as a General Contractor. 1. Project Name: PAVEMENT REHABILITATION AT FOURTEEN LOCATIONS #13468 Owner: CITY OF SAN BERNARDINO- 290 NORTH D STREET, SAN BERNARDINO, CA 92401 2 Construction Cost: $2,922,197 Construction Time: MAY - OCT 2022 Owner's Representative: DONNA PUENTES Owner's Telephone No.: 909-384-5140 Date of Substantial Completion: OCTOBER 2022 Project Name: CITYWIDE CRACK SEALING PROJECT 2024 Owner: CITY OF CITRUS HEIGHTS Construction Cost: $ 303,697.30 Construction Time: AUG -SEPT. 2024 Owner's Representative: MATT HERMAN Owner's Telephone No.: 530-718-0734 Date of Substantial Completion: SEPTEMBER 2024 Calendar Days Calendar Days Bidders Experience & Qualifications 1230-1 3. Project Name: CITYWIDE CRACK SEALING PROGRAM 2024 Owner: CITY OF SANTEE Construction Cost: $ $134,735 Construction Time: JULY 2024 Calendar Days 25 Owner's Representative: TOBY ESPINOLA Owner's Telephone No.: 619-322-2970 Date of Substantial Completion: JULY 2024 4. Project Name: SLURRY SEAL AND CURB RAMP ACCESSIBILITY PROJECT DISTRICT 1 & 2 Owner: COUNTY OF RIVERSIDE Construction Cost: $ 782,938 Construction Time: APRIL 2023 Owner's Representative: MEHRAN SANATI Owner's Telephone No.: 951-255-2762 Date of Substantial Completion: APRIL 2023 Calendar Days Signed this 25TH day of MARCH , 2025. CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY 1051374 Name of Bidder Signature of Bidder COREY R. KIRSCHNER Printed Name of Bidder 1000064823 Contractor's License No. DIR Reg No. 03/31 /2025 Expiration Date CEO Title of Signatory Bidders Experience & Qualifications 1230-2 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. COKt i ins. R de srr�Pm 4 ► n►n 1.6� `?3- woo1175p L, COREY R. KIRSCHNER - CEO Signature of Bidder CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY Name of Bidder Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of ORANGE ) COREY R. KIRSCHNER being first duly sworn, deposes and say that he or she is CEO of ONYX PAVING COMPANY, INC. the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited 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 contract, 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. X�� Signature CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY Name of Bidder COREY R. KIRSCHNER - CEO Title 3/25/2025 Date Non -Collusion Affidavit 1250-1 SECTION 1260 DIR Project Vendor Information Vendor Information: Name: CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY Address: 2890 E. LA CRESTA AVE. Zip: 92806 Project Manager: TIM FITZPATRICK Phone: 714-238-1444 City: ANAHEIM ST: CA Email: TIMF@PAVEMENTREHAB.COM CSLB/Certification Number: 1051374 Public Works Registration No.: l000m4s23 Classification: Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum Cement Masons X Drywall Finisher Drywall/Lathers Electricians Elevator Mechanic Glaziers Iron Workers Laborers X Millwrights Operating Eng X Painters Pile Drivers Pipe Trades Plasterers Roofer SheetMetal Sound/Com Prevailing Wages and Payroll: Surveyor Teamster Tile Worker The project is subject to prevailing wage rates and enforcement by the Department of Industrial Relations (DIR). Prevailing wage rates can be obtained at- http://www.dir.ca.gov/Public-Works/Prevailing-Wage.html. Contractors and subcontractors on most public Works projects are required to submit certified payroll records to the Labor Commissioner using DIR's electronic certified payroll reporting system. For your convenience, the link for reporting certified payroll is: http://www.dir.ca.gov/Public-Works/Certified-Payroll-Reporting.htmi. A copy of certified payroll, including the names and addresses of employees and/or subcontractors working on the job must be included with invoices submitted to the City of La Quinta. DIR Project Vendor Information 1260-1 Exhibit B-4 Required Bid Form CERTIFICATION OF BIDDER REGARDING NONSEGREGATED FACILITIES CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS, Project Name: PROJECT NO, 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 CARTER ENTERPRISES GROUP, INC. Name of Bidder: DBA PAVEMENT REHAB COMPANY The above named Bidder hereby certifies that: I do not maintain or provide for my employees any segregated facilities at any of my establishments, and that I do not permit my employees to perform their services at any location, under my control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, wash rooms, restaurants and other eating areas, time clocks, locker rooms or other dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, national origin, or because of habits, local customs, or otherwise. further agree to obtain identical certifications from all proposed subcontractors prior to the award of subcontracts exceeding $10,000. Signature: G� Name (Print): COREY R. KIRSCHNER Title: CEO Date: 33/25/2025 CDBG Required Bid Form 1290_1 Project Name: BIDDER CERTIFICATION ON FEDERAL CONTRACT REQUIREMENTS CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS Exhibit B-7 Required Bid Form PROJECT NO, 2024-05 AND Bid/Solicitation #: CDBG PROJECT NO. 41Q.50-24 CERTIFICATION: I hereby certify that I have reviewed and understand the diversified Federal construction contract related requirements imposed on the Contractor(s) of HUD - funded construction projects, including but not limited to the following: 1. The subject project is being financed with Community Development Block Grant funds (24 CFR Part 570); and 2. This project and all related construction contracts are subject to the U.S. Department of Housing and Urban Development's Federal Labor Standards Provisions (HUD 4010 — revised 10/2023); and 3. This project is subject to all applicable laws and regulations as listed in the General Summary of these Special Federal Provisions; and 4. If my bid is $200,000 or more, this project and all related contracts will be subject to Section 3 requirements (12 U.S.C.1701 u); and 5. If the project is $250,000 or more, this project and all related contracts will be subject to comply with the requirements of the Build America, Buy America (BABA) Act (41 USC 8301). CONTRACTOR'S NAME: CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY CONTRACTOR'S LICENSE NO.: 1051374 ADDRESS: 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 AUTHORIZED REPRESENTATIVE: COREY R. KIRSCHNER - CEO (Print Name) SIGNATURE: DATE: 3/25/2025 CDBG Required Bid Form 1290-2 Exhibit B-8 Required Bid Form QUESTIONNAIRE REGARDING BIDDERS Bidder has been engaged in the contracting business under the present name of CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY , since 3/13/2018 (Date). Present business address is: 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Federal Tax ID: 30-1075109 Amount of Bid $ 00 Q00 California Contractor's License No.: 1051374 Expiration Date: 03/31/2027 UEI Number: C1QLKZWUMKC6 or CAGE Code: 9AEBo Because this project is Federally funded, it is necessary to obtain information concerning minority and other group participation for statistical purposes. The U.S. Department of Housing and Urban Development (HUD) uses this information to determine the degree to which its programs are being utilized by minority business enterprises and targeted group contractors. A minority enterprise is defined by the Federal Government as a business that is fifty- one percent (51%) or more "minority -owned". Please check applicable box concerning the ownership of your business: ❑ American Indian or Native Alaskan ❑ Asian or Pacific Islander/Native Hawaiian ❑ Black/African American D Hispanic V White ❑ Hasidic Jews ❑ Other A woman -owned enterprise is defined by the Federal Government as a business that is fifty -percent (51 %) or more woman -owned. Please check applicable box concerning the ownership of your business: ❑ Woman/Female owned V Male owned A Section 3 Contractor or Subcontractor is a business concern that is more than fifty- one percent (51 %) owned by a low or very low-income person, or over 75 percent of the labor hours performed for the business over the prior three-month period are performed by Section 3 workers. Please check the applicable box concerning the ownership of your business: ❑ Section 3 Business concern l( Non -Section 3 Business concern The United States Department of Housing and Urban Development (HUD) is authorized to solicit the information requested in this form by virtue of Title 12, United States Code, Section 1701 et seq., and other regulations. It will not be disclosed or released outside of HUD without your consent, except as required or permitted by law. CDBG Required Bid Form 1290-3 LIST OF SUBCONTRACTORS SUBCONTRACTOR FED. I.D.# r , ..-_ I - _ .ai _..n Exhibit B-9 Required Bid Form AMOUNT ADDRESS/PHONE NO. S 15, ab o Ku fr5'Naf A SUPPLIERS NAME OF SUPPLIER ADDRESS/PHONE NO. CONTRACT AMOUNT ��� 6(g�ae° kec'►a�5 ate �Q.���. C $8g�Z37- �b`�q �F�T This form is to be completed and submitted with the bid package. CDBG Required Bid Form 1290-4 SECTION 1270 COMPLIANCE WITH IRAN CONTRACTING ACT OF 2010 Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.), (a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One Million Dollars ($1,000,000) or more if Contractor engages in investment activities in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is identified on the list of persons engaging in investment activities in Iran prepared by the State of California pursuant to Public Contract Code Section 2203 subdivision (b). (b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that it is not on the list of ineligible vendors prohibited from doing business with the State of California and shall complete the Iran Contracting Act Certification and submit with their proposal at the time of bid. Contractor shall obtain the Iran Contracting Act Certification in the form approved by the State of California, or upon written request to the City Clerk's Office, a copy of the form will be provided to Contractor. Failure by Contractor to provide the certification required by this Section may deem Contractor's bid non -responsive. (c) Nothing in this Section is intended to prevent the City from exercising its rights pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on a case -by -case basis. Iran Contracting Act Certification 1270-1 IRAN CONTRACTING ACT CERTIFICATION Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208), Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with a public entity for goods or services of one million dollars ($1,000,000) or more if the Vendor/Bidder engages in investment activities in Iran. MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS $1,000,000 OR MORE Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public entity contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services ("DGS") pursuant to Public Contract Code section 2203(b) and is not a financial institution extending $20,000,000 or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d). To comply with this requirement, please insert your vendor or financial institution name and Federal ID Number (if available) and complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made, contract termination, and three-year ineligibility to bid on contracts. (Pub. Cont. Code § 2205.) OPTION #1 - CERTIFICATION I, the official named below, certify I am duly authorized to execute this certification on behalf of the vendor/financial institution identified below, and the vendor/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Vendor Name/Financial Institution (Printed) LF al ID Number (or n/a) CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY 075109 By (Authorized Printed Name and Title of Person Signing Date Executed COREY R. KIRSCHNER - CEO 3/25/2025 Iran Contracting Act Certification 1270-2 OPTION #2 — EXEMPTION Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case - by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please fill out the information below, and attach documentation demonstrating the exemption approval. Vendor Name/Financial Institution (Printed) By (Authorized Signature) Printed Name and Title of Person Signing Federal ID Number (or n/a) Date Executed Iran Contracting Act Certification 1270-3 SECTION 1280 COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22 RUSSIAN AGGRESSION AGAINST UKRAINE (a) Contractor shall comply with California Governor Executive Order N-6-22 regarding sanctions in response to Russian aggression in the Country of Ukraine, and any implementing guidelines and/or economic sanctions imposed by the United States government in response to Russian actions in Ukraine, as well as any sanctions imposed under California law (collectively "economic sanctions"). Contractor shall comply with all such economic sanctions. By submitting a bid to the City, Contractor agrees to take any and all actions to support the Ukrainian government and people as required by law, including by refraining from new investments in, and financial transactions with, Russian institutions or companies that are headquartered or have their principal place of business in Russia (Russian entities), not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine. (b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall submit a written report to the City on Contractor's compliance with the economic sanctions, and the steps Contractor has taken in response to Russia's actions in Ukraine, including, but not limited to, desisting from making new investments in, or engaging in financial transactions with, Russian entities, not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine as required by law. Failure to submit the report required by this Section may deem Contractor's bid non -responsive. Please include a written report to the City if this section is applicable. Russian Aggression Against Ukraine Sanctions Certification 1280-1 REFERENCES 1. CLIENT- CITY OF CITRUS HEIGHTS- 6360 FOUNTAIN SQUARE DRIVE, CITRUS HEIGHTS, CA 95621 PROJECT- CITYWIDE CRACK SEALING PROJECT 2024 DESCRIPTION OF WORK- CRACK REPAIR ON VARIOUS CITY STREETS. PERIOD OF PERFORMANCE- AUG/SEPT 2024 COST OF BIDDER'S WORK- $303,697.30 CONTACT: MATT HERMAN, CITY OF CITRUS HEIGHTS, ASSISTANT CONSTRUCTION MANAGER (530) 718- 0734 2. CLIENT- CITY OF SANTEE- 10601 MAGNOLIA AVE, SANTEE, CA 92701 PROJECT- CITYWIDE CRACK SEALING PROGRAM 2024 DESCRIPTION OF WORK- CRACK REPAIR ON VARIOUS CITY STREETS. PERIOD OF PERFORMANCE- JULY 2024 COST OF BIDDER'S WORK- $134,735 CONTACT: TOBY ESPINOLA, SENIOR CIVIL ENGINEER (619) 322-2970 3. CLIENT- CITY OF SAN BERNARDINO- 290 NORTH D STREET, SAN BERNARDINO, CA 92401 PROJECT- PAVEMENT REHABILITATION AT FOURTEEN LOCATIONS #13468 DESCRIPTION OF WORK- CONSTRUCTION OF PCC CURB & GUTTER, SIDEWALK, CROSS -GUTTER, DRIVEWAY, CURB DRAIN, ACCESS RAMPS WITH CAST IN PLACE TRUNCATED DOMES. PAVEMENT REHAB COMPANY 2890 E. LA CRESTA AVE, ANAHEIM, CA 92806- OFFICE: (714) 238-1444 - FAX: (714) 333-4844 PERIOD OF PERFORMANCE- MAY-OCT, 2022 COST OF BIDDER'S WORK- $2,922,917 CONTACT: DONNA PUENTES, CITY OF SAN BERNARDINO, PUBLIC WORKS INSPECTOR (909) 384-5140 CONTACT: MATICH CORPORATION- PRIME CONTRACTOR ON THE PROJECT. GEORGE FONVILLE (909)228-1656 4. CLIENT- COUNTY OF RIVERSIDE- 4060 COUNTY CIRCLE DR. RIVERSIDE, CA 92503 PROJECT- SLURRY SEAL AND CURB RAMP ACCESSIBILITY PROJECT DISTRICT 1 & 2 DESCRIPTION OF WORK- CONSTRUCTION OF PCC CURB RAMPS, CURB & GUTTER, SPANDREL. PERIOD OF PERFORMANCE- APRIL 2023 COST OF BIDDER'S WORK- $782,938 CONTACT: MEHRAN SANATI (951) 255-2762, PROJECT ENGINEER - CITY OF SAN BERNARDINO 5. CLIENT- CITY OF DESERT HOT SPRINGS - 11999 PALM DRIVE, DESERT HOT SPRINGS, CA 92240 PROJECT- ATP CYCLE 5 - PALM DRIVE NORTH - PHASE 1 DESCRIPTION OF WORK- CONSTRUCTION OF PCC CROSS -GUTTER & SPANDREL, CURB & GUTTER, ADA RAMPS AND SIDEWALK. PERIOD OF PERFORMANCE- JAN 2023 COST OF BIDDER'S WORK- $908,262 CONTACT: JILLEEN FERRIS (760) 329-6411 EXT. 220, PUBLIC WORKS DIRECTOR, INSPECTOR 6. CLIENT- COUNTY OF LOS ANGELES - 500 W. TEMPLE ST., LOS ANGELES, CA 90012 PROJECT- CASTAIC ROAD AT RIDGE ROUTE ROAD #TDS0001703 DESCRIPTION OF WORK- CONSTRUCTION OF PCC CURB & GUTTER, SIDEWALK, CROSS -GUTTER, DRIVEWAY, CURB DRAIN, ACCESS RAMPS WITH CAST IN PLACE TRUNCATED DOMES. PAVEMENT REHAB COMPANY 2890 E. LA CRESTA AVE, ANAHEIM, CA 92806- OFFICE: (714) 238-1444 - FAX: (714) 333-4844 PERIOD OF PERFORMANCE- APRIL 2023 COST OF BIDDER'S WORK- $420,000 CONTACT: CINDY SCHEEBKE (626) 228-9033, LEAD INSPECTOR 7. CLIENT- CITY OF SAN FERNANDO - 117 MACNEIL STREET, SAN FERNANDO, CA 92340 PROJECT- FY 2022-23 PHASE 2, ANNUAL STREET RESURFACING PROJECT #7619 DESCRIPTION OF WORK- CONSTRUCTION OF PCC CURB & GUTTER. PERIOD OF PERFORMANCE- MARCH 2O23 COST OF BIDDER'S WORK- $95,800 CONTACT: ALI ZALGHOUT (480) 242-4457, CITY CONSULTANT 8. CLIENT- TEMPLE CITY -9701 LAS TUNAS DRIVE, TEMPLE CITY, CA 91780 PROJECT- FY 2021-22 PAVEMENT REHABILITATION PROJECT #P-19-07 DESCRIPTION OF WORK- CONSTRUCTION OF PCC CURB & GUTTER AND SIDEWALK. PERIOD OF PERFORMANCE- NOVEMBER 2022 COST OF BIDDER'S WORK- $69,000 CONTACT: FURKAN CETINKALE (951) 534-8983, CITY CONSULTANT PAVEMENT REHAB COMPANY 2890 E. LA CRESTA AVE, ANAHEIM, CA 92806- OFFICE: (714) 238-1444 - FAX: (714) 333-4844 PAVEMENT REHAB COMPANY Carter Enterprises Group, Inc. dba Pavement Rehab Company! 2890 E. La Cresta Ave Anaheim, CA 92806 Phone: 714-234-1444 DATE ESTABLISHED: 03/13/2018 COPR. TAX ID:30-1075109 Fax: 714-333-4848 TYPE OF WORK: CRACK SEAL, CONCRETE CONTRACTOR'S LIC: 105137 CLASS: C-12, C-8 PRESIDENT:! ANTHONY STEEN 2890 E. LA CRESTA AVE ANAHEIM, CA 92806 BANK: BANK OF THE WEST 4501 E. LA PALMA AVENUE, ANAHEIM, CA 92807! PHONE: (714) 777-9620 BRYAN PLOESSEL INSURANCE AGENT: WOOD GUTMANN & BOGART 15910 RED HILL AVE. STE 100, TUSTIN, CA 92780 PHONE: (714) 824-8384 MICHAEL TRAN SURETY AGENT: PERFORMANCE BONDING SURETY & INSURANCE BROKERAGE 15901 RED HILL AVENUE, SUITE 100, TUSTIN, CA 92780 PHONE: (714) 505-7011 ERIK JOHANSSON CREDIT REFERENCE: HOLLIDAY ROCK 1401 N. BENSON AVE., UPLAND, CA 91786 909-982-1553 ROBERTSON'S READY MIX P.O. BOX 3600, CORONA, CA 92878 800-834-7557 MAXWELL PRODUCTS 650 S. DELON ST , SALT LAKE CITY, UT 84104 801-433-4335 SUPERIOR READY MIX CONCRETE 1564 W. MISSION RD., ESCONDIDO, CA 92029 760-745-0556 GENERAL CONTRACTOR REFERENCE: MATICH CORPORATION! P.O. BOX 10, HIGHLAND, CA 92346! 909-382-7400 AMERICAN ASPHALT SOUTH 19792 EL RIVINO RD., RIVERSIDE, CA 92509 909-427-8276 ELECNOR BELCO ELECTRIC 14320 ALBERS WAY, CHINO, CA 91710 909-993-5470 RESUME Corey Kirshner has more than 20 years of experience, both as a Chief Estimator and CEO, bidding on and managing Public Works projects throughout California. In 2019 he incorporated and became CEO of Pavement Rehab Company. Since that time, Pavement Rehab Company has completed hundreds of Public Work's projects steadily growing year by year. In 2024 the company grossed more than $30 million dollars. Jay Kirschner, Vice President and Senior Project Manager, holds a Bachelor's Degree from the Chapman University and has more than 10 years' experience managing Public Work's project in California. Jay leads our team, with the project managers under his direct supervision, in managing our production and coordinating our field mobilizations for all projects. John Garcia, Field Superintendent, serves as the head of all field related matters. He has more than 20 year's experience performing Public Works projects in California. Overseeing the on -site laborers, cement masons, and operating engineers is one of his main responsibilities. BACKLOG ALLOCATION: Corey Kirschner, Jay Kirschner and John Garcia oversee 100% of all current projects in attached backlog. PAVEMENT REHAB COMPANY 2806 E. LA CRESTA AVE, ANAHEIM, CA 92806 - OFFICE: (714) 238-1444 - FAX: (714) 333-4844 Corey Kirschner CEO/President Jay Kirschner Senior Project Manager Key Individual Responsibilities: Corey Kirschner - Manage overall operations and resources of company. - Decision maker of corporation. John Garcia Field Superintendent Jay Kirschner - Lead project management team. - Oversee project scheduling, budgeting and dispatching on all projects - Main point of contact between company and agencies. John Garcia - Lead and manage on -site laborers, masons and operators. - Coordinate daily operations and project productions. - Ensuring quality control and that agency expectations are met. PAVEMENT REHAB COMPANY 2806 E. LA CRESTA AVE, ANAHEIM, CA 92806 - OFFICE: (714) 238-1444 - FAX: (714) 333-4844 CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY LICENSE# 1051374 DIR# 1000064823 UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY (a California corporation) August 20", 2024 The undersigned director, constituting the entire board of directors (the "Board") of Carter Enterprises Group, Inc. DBA Pavement Rehab Company, a California corporation (the "Corporation"), hereby takes the following actions, adopts the following resolutions, and transacts the following business, by written consent without a meeting, as of the date above written, pursuant to Section 307(b) of the General Corporation Law of the State of California and the Corporations Bylaws: Approval of Loan Transactions WHEREAS, Carey Kirschner is currently the Corporation's Chief Executive Officer and Jay Kirschner is the Vice President, Secretary and Treasurer (the "Officers"), both with authority to enter into contracts on behalf of the Corporation. WHEREAS, the Corporation opportunities from time to time to bid on various governmental and non -governmental projects; WHEREAS, after careful consideration, the Board has determined that the terms and conditions of the proposed project in the form of the bid attached hereto as Exhibit A (the "Project") are just and equitable and fair as to the Corporation and that it is in the best interests of the Corporation and its stockholder to submit the bid and complete the Project subject to the terms agreed upon by the parties. NOW THEREFORE BE IT RESOLVED the Board on behalf of the Corporation hereby approves and ratifies the Project in all respects, and hereby authorize and direct the Corporation to negotiate, execute, deliver and perform the terms of all documents, required in connection with title Project, together with such changes thereto as may be approved by the Officer executing the same on behalf of the Corporation (pursuant to the authorization provided herein), such approval of the Officer to be conclusively evidenced by its execution and delivery of same. RESOLVED FURTHER. that the Officer may execute and deliver any and all agreements and any and all other documents and instruments, and take such further actions as may be necessary or appropriate, for the financing of the Corporation. 2890 E. La Cresta Ave., Anaheim, CA 92806 0 714-238-1444 If PAVEMENT REHAB RESOLVED FURTHER, that the Officer(s) are hereby authorized, directed, and empowered to execute and deliver any and all agreements and any and all other documents and instruments, and take such further actions as may be necessary or appropriate, for the consummation of the Project. RESOLVED FURTHER, that the Officer, in the name of the Corporation, is hereby authorized, directed, and empowered to negotiate, execute and deliver to the applicable counterparty, any and all documents with respect to the Project and other instruments as may be reasonably requested, and the Officer on behalf of the Corporation is authorized from time to time to execute extensions or other installments as may be necessary. RESOLVED FURTHER, that the authority given hereunder shall be deemed retroactive and any and all acts authorized hereunder performed prior to the passage of this resolution are hereby ratified and affirmed. The Secretary of the Corporation is directed to file the original executed copy of this Consent with the minutes of proceedings of the Corporation. [Signature page follows] 2890 E. La Cresta Ave., Anaheim, CA 92806 0 714-238-1444 CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY LICENSE# 1051374 DIR# 1000064823 IN WITNESS WHEREOF, the undersigned has executed this Unanimous Written Consent of the Board of Directors as of the date first above written. X,/ � t ' CoreXrschner Chief Executive Officer Richard DeVos Chief Financial Officer Jay Kirschn,�ev Vice Pre (derlt;-secretary, Treasurer .-!' 2890 E. La Cresta Ave., Anaheim, CA 92806 0 714-238-1444 S T A T E O F C A L I F 0 R N I A CONTRACTORS STATE LICENSE BOARD Pursuant to Chapter 9 of Division 3 of the Business and Professions Code and the Rules and Regulabons of the Contractor State License Board. the Registrar of Contractors does hereby issue this license tc: CARTER ENTERPRISES GROUP INC dba PAVEMENT REHAB CO License Number 1051374 to engage In the business or act rn the capacity of a contractor rn the following classifications n�_ l `Michael Mark. 8oa.d Chair 1a-Z4(Rev INI r) C12 - EARTHWORK AND PAVING C-8 - CONCRETE A - GENERAL ENGINEERING Witness my hand and seal this day, August 30. 2024 Issued March 18, 2019 "his license is the property of the Regwaar of Comratiors, rs net transterable. and shall be returned to the Registrar upon demand when susponded. revoked, or invalidated for any rerrson. It becomes void if not renewed David R. Fogt, Registrar of Contractors --- Vhill orn rAW A Mr NO 7M43 Contractor Information Legal Entity Name CARTER ENTERPRISES GROUP, INC. Legal Entity Type Corporation Status Active Registration Number 1000064823 Registration effective date 07/01/23 Registration expiration date 06/30/26 Mailing Address 2890 E LA CRESTA AVE ANAHEIM 92806 CA United Sta... Physical Address 2890 E LA CRESTA AVE ANAHEIM 92806 CA United Sta... Email Address tylerw@onyxpaving.com Trade Name/DBA PAVEMENT REHAB CO. License Number (s) CSLB-1051374 Legal Entity Information Corporation Entity Number: Federal Employment Identification Number: President Name: Vice President Name: Treasurer Name: Secretary Name: CEO Name: Agency for Service: Agent of Service Name: Registration History Effective Date Expiration Date 03/19/19 07/01/19 07/01/21 07/01/23 201808610159 301075109 Robert Steen Robert Steen Robert Steen Robert Steen Corey Kischner 06/30/19 06/30/21 06/30/23 06/30/26 Agent of Service Mailing Address: Worker's Compensation 2890 E La Cresta Ave Anaheim 92806 CA United States of America Do you lease employees through Professional Employer Organization (PEO)?: Please provide your current worker's compensation insurance information below: PEO PEO PEO PEOlnformationName Phone Email Insured by Carrier Policy Holder Name: Insurance Carrier: Policy Number: Inception date: Expiration Date: No Carter Enterprises Group Inc dba: Pavement RehE ZURICH AMERICAN INSURANCE CO. WC106300504 10/01/22 10/01/23 F STATE OF CALIFORNIA P1 �tlllit,� Office of the Secretary of State STATEMENT OF INFORMATION CORPORATION ' California Secretary of State °gclF IPN�" 1500 11th Street Sacramento, California 95814 (916) 657-5448 iiim mo uu iuu mii iuu iini mii um iiiii mii iiui mu dii im For Office Use Only -FILED - File No.: BA20241501592 Date Filed: 8/20/2024 Entity Details Corporation Name CARTER ENTERPRISES GROUP, INC. Entity No. 4228088 Formed In CALIFORNIA Street Address of Principal Office of Corporation Principal Address Mailing Address of Corporation Mailing Address Attention Street Address of California Office of Corporation Street Address of California Office Officers 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Joan Ward 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Officer Name Officer Address Position(s) Corey Kirschner 2890 E. LA CRESTA AVE. Chief Executive Officer ANAHEIM, CA 92806 0 Richard DeVos 2890 E. LA CRESTA AVE. Chief Financial Officer ANAHEIM, CA 92806 © Jay Kirschner 2890 E. LA CRESTA AVE. Secretary ANAHEIM, CA 92806 Additional Officers Officer Name Officer Address Position Stated Position Anthony Steen 2890 E. LA CRESTA AVE. Other President ANAHEIM, CA 92806 © Jay Kirschner 2890 E. LA CRESTA AVE. Treasurer ANAHEIM, CA 92806 Directors Director Name Director Address Corey Kirschner 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Anthony Steen 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 The number of vacancies on Board of Directors is: 0 Agent for Service of Process Agent Name Agent Address Courtney Kirschner 2890 E. LA CRESTA AVE ANAHEIM, CA 92806 N w 0 i N O 0 OD N 0 \ N O N IA T. w N (D n m r- C (D s1 b' n a r- rh 0 n r- (D 0 ri (D rr P� K 0 rh rn rr A� rt (D Page 1 of 2 Type of Business Type of Business Concrete and Slurry Email Notifications Opt -in Email Notifications Yes, I opt -in to receive entity notifications via email. Labor Judgment No Officer or Director of this Corporation has an outstanding final judgment issued by the Division of Labor Standards Enforcement or a court of law, for which no appeal therefrom is pending, for the violation of any wage order or provision of the Labor Code. Electronic Signature ® By signing, I affirm that the information herein is true and correct and that I am authorized by California law to sign. Afshin Hakim 0812012024 Signature Date r w N 0 m C rn ts' 0 Iv N- rt, O �I N- P� to fD n ri (D rt ri O rh Cn Ct W rr (D Page 2 of 2 California Environmental Protection ,Agency, Air Resources Board January 1, 2025 CERTIFICATE OF REPORTED COMPLIANCE OFF -ROAD DIESEL VEHICLE REGULATION is issued to PAVEMENT REHAB COMPANY This cerbhcate indicates that ttw-- fleet listed above has reported off4oad diesel vehucles to the Caldornsa Air Resources Board and has termed they are in compliance wdh title 13 CCR. section 2449 All app4cabte vehiries owned by the individual. compar y, or aoariCy must be reported and labeled, as specfied in Section 2449, with all possitle completeness, else tins certrficate 4s rull and void Certificate expires 2/28/2026 % r-- Off road Olesel Fleet Identification 177336 `/1xtc ltnmutk CWO, T6 .*(W'the air""Icri ur tns COMIC90 enter this U.dw at Ligif u Aw Pe xo tloaiC htip ';ww,%a arb c3 gov+doorsocompUance certt html PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 3334844 Ad Proofs Project Name: CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS Contract/Bid #: CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 Awarding Agency: CITY OF LA QUINTA Focus Journal Ad Publication: DBE GoodFaith (DBEGoodFaith.com) Published On: 03/25/2025 @ 11:37:06 AM Pacific Expired On: 03/26/2025 @ 11:59:59 PM Pacific Message Notifications Sent To: BIDS@PAVEMENTREHAB.COM Published At: https://dbegoodfaith.com/item.php?item_type=ads&ad_adid=63764 PAVEMENT REHAB COMPANY Project Name CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS Get in Touch B:d;Contract # C?utmach Co o-rfinalar CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 TIM FITZPATRICK Awardinq Agency P--,jer> F<,,imw tnr CITY OF LA QUINTA TIM FITZPATRICK Projert Locnll�on Telephone LA QUINTA , RIVERSIDE COUNTY County, CA (714) 230-1444 B d Dntr- 03/26/2025 at 10:00 (714) 3334844 P•oject Details rti_EUrc" TRUCKING 2890 E. La Cresta Ave. HAULING Anaheim, CA 92806 TRAFFIC CONTROL GRIDNING LANDSCPAE•►�- s. SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. �e tific #i rk : A►ssistance California DBE Program San Francisco LBE Program San Diego SLBE Program Bay Area Rapid Transit MBE, WBE (EOPP) Program Los Angeles County CBE Program Alameda County SLEB Program California Supplier Clearinghouse Diversity Program Program Oakland LBE/SLBE Program Los Angeles County SLBE & DVBE Program Alameda County Alameda CTC LBE/SLBE Program California SB-PW Program California DVBE Program The U.S. Department of Transportation - supported Southwest Region SBTRC helps DBEs with Procurement, Capital Access, and Surety Bond Assistance - and much more - at no cost. Trade Journal Ad Publication: DBE Journal (DBEJournal.com) Published On: 03/25/2025 @ 11:37:06 AM Pacific Expired On: 03/26/2025 @ 11:59:59 PM Pacific Published At: http://dbejou rnal.com/index. php?show_ad=63764&ad_project_name=CITYWIDE+MISCELLANEOUS+ADA+IMPROVEMENTS&co_ name=PAVEMENT+REHAB+COMPANY+ Outreach Coordinator TIM FITZPATRICK Estimator TIM FITZPATRICK Contact Information 2890 E. La Cresta Ave. Anaheim, CA 92806 Telephone (714) 238-1444 Fax (714) 333-4844 PAVEMENT REHAB COMPANY is seeking qualified Section 3s Project Name CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS Bid/Contract 4 CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 Awarding Agency CITY OF LA QUINTA Project Location LA QUINTA , RIVERSIDE COUNTY County, CA Bid Date 03/26/2025 at 10:00 Project Details TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. Linkedin Remember to follow DBEGoodFaith on Linkedin and re -post the bid invitation provided below. This will help you get more eyes on the sub/supplier opportunities available on the project. Published On: 03/25/2025 @ 11:56:01 AM Pacific Published At: https://www.linkedin.com/feed/update/urn:li:share:7310373915871039488/ PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 3334844 Outreach Invitation Proofs Project Name: CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS Contract/Bid #: CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 Awarding Agency: CITY OF LA QUINTA Log details • This document contains a single copy of the bid invitation emailed to each company with an email address listed on their certification. The same email was sent to all companies, which is why we have provided the single email proof. • This document contains a copy of each fax notice sent to solicited companies with a fax number listed on their certification. Email Proof Subject Line: [ Bid Invite ] CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS Reply To Email: BIDS@PAVEMENTREHAB.COM PAVEMENT REHAB COMPANY is seeking qualified Section 3s and invites you to bid on the following contract. PROJECT NAME: CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID #: CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 BID DUE DATE: 03/26/2025 at 10:00 (local time) AWARDING AGENCY/OWNER: CITY OF LA QUINTA PROJECT LOCATION: LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. If interested, contact: TIM FITZPATRICK PAVEMENT REHAB COMPANY Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: 3P Construction, Inc. Tel: (909) 569-9197 Fax: () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO.4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbe000dfaith.comirespond and enter Solicitation ID 3261054-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:04 pm Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY TO: Addax Electric 2890 E. La Cresta Ave. Tel: (619) 749-8360 Anaheim, CA 92806 Fax: () - Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit-dbjpg.Qodfaith.com/respon and enter Solicitation ID 3260946-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:09 pm Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: BLANCO CONSTRUCTION Tel: (951) 250-6692 Fax: (951) 602-2050 PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261061-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:03 pm Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: C & V EQUIPMENT RENTALS, INC. Tel: (951) 326-4153 Fax: (909) 795-7308 PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 410.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261063-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:10 pm Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: CAT Tracking Inc. Tel: (714) 682-1494 Fax: (714) 682-1491 PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261064-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:10 pm Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: Crystal's Senior Services LLC Tel: (909) 887-1904 Fax. () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbeuoodfaith.com/respond and enter Solicitation ID 3260953-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:10 pm Pacific through the DBEGoodFaith. corn outreach platform. Find other DBE, M/WSE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: De La Torre Solutions Corp. Tel: (951) 549-3525 Fax: 0 - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3260954-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:10 pm Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: EZ Communications Tel: (619) 800-8857 Fax: () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbeaoodfaith.com/respond and enter Solicitation ID 3260958-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:05 pm Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: First Choice Landscape Corp Tel: (909) 267-9613 Fax: () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/resR4nd and enter Solicitation ID 3260960-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:06 pm Pacific through the DBEGoodFaith. corn outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: Foshay Electric Company, Inc. Tel: (858) 277-7676 Fax: () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3260961-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:06 pm Pacific through the DBEGoodFaith. cam outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: FULL TRAFFIC MAINTENANCE, INC. Tel: (951) 520-9990 Fax: (951) 520-9980 PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbeaoQdfaith.com/respond and enter Solicitation ID 3261069-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:10 pm Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: G&J Legacy Properties LLC Tel: (818) 448-1600 Fax. () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3260962-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:06 pm Pacific through the DBEGoodFaith. corn outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: Green Spaces Preservation, LLC Tel: (800) 465-8720 Fax: () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3260965-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:07 pm Pacific through the DBEGoodFaith. corn outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEM ENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: HIGH -LIGHT ELECTRIC, INC. Tel: (951) 352-9646 Fax: (951) 352-5595 PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.comlrespond and enter Solicitation ID 3261075-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:10 pm Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEM ENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: Inertial Profiling Services, Inc. Tel: (231) 580-9401 Fax: () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261077-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:09 pm Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: L & L TRUCKING Tel: (951) 233-1237 Fax: (800) 451-4393 PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 410.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/rest and enter Solicitation ID 3261081-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:09 pm Pacific through the DBEGoodFaith. corn outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: LANGARICA INC Tel: (626) 213-9347 Fax: () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/rest and enter Solicitation ID 3260969-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:08 pm Pacific through the DBEGoodFaith. corn outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaifh.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: Leothacue Enterprises, Inc. Tel: (310) 963-5108 Fax: (310) 963-5108 PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/re,�nd and enter Solicitation ID 3261082-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 0312512025 01:09:09 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: Lipham Construction Tel: (818) 522-5978 Fax: () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit_ dbeaoodfaith.com/respond and enter Solicitation ID 3260970-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:09 pm Pacific through the DBEGoodFaith. corn outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: Native American Electric Tel: (909) 908-7570 Fax: () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/res pond and enter Solicitation ID 3261085-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:09 pm Pacific through the DBEGoodFaith. corn outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: NICE Landscape and Maintenance Inc. Tel: (714) 836-4025 Fax: () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/resiond and enter Solicitation ID 3260972-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:09 pm Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: PG Cutting Services, Inc. Tel: (951) 245-6464 Fax: (951) 471-1476 PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/resp_ond and enter Solicitation ID 3261087-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:09 pm Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: Pro -Cal Lighting Inc dba Pro -Cal Electrical Contracting Tel: (760) 994-6959 Fax: () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit_ dbegoodfaith.com/resg_ond and enter Solicitation ID 3260973-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:09 pm Pacific through the DBEGoodFaith. corn outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: RE CHAFFEE CONSTRUCTION INC Tel: (760) 249-8068 Fax: () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261089-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:09 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: S&H CIVILWORKS Tel: (714) 855-0909 Fax: (909) 498-8021 PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/rgspoond and enter Solicitation ID 3261090-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:09 pm Pacific through the DBEGoodFaith. corn outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: Segu Incorporated Tel: (909) 276-5582 Fax: (888) 839-9857 PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261092-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:09 pm Pacific through the DBEGoodFaith. corn outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: URBAN CORPS OF SAN DIEGO COUNTY Tel: (619) 629-0985 Fax: () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3260981-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. ( ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:02 pm Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: VT Electric, Inc Tel: (909) 985-1755 Fax: (909) 985-8186 PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO.4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261097-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. ( ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:09 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK TO: Weiland and Associates, Inc. Tel: (619) 588-6463 Fax: () - PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbeaoodfaith.com/respond and enter Solicitation ID 3260983-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at --- BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:03 pm Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: PAVEMENT REHAB COMPANY TO: YMSC, INC 2890 E. La Cresta Ave. Tel: (866) 452-4525 Anaheim, CA 92806 Fax: (888) 847-7756 Tel: (714) 238-1444 Fax: (714) 333-4844 BIDS@PAVEMENTREHAB.COM CONTACT NAME: TIM FITZPATRICK PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS BID DUE DATE 03/26/2025 at 10:00 BID / PROJECT # CITY PROJECT NO. 2024-05 AND CDBG PROJECT NO.4.LQ.50-24 AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL GRIDNING LANDSCPAE SIGNING STRIPING ELECTRICAL WORK PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.comiresgond and enter Solicitation ID 3261099-63764 BY FAX Fax back this invitation with your response to: (714) 333-4844 [ ] Yes, we will send a fax quote by the bid date. [ j No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at BIDS@PAVEMENTREHAB.COM This solicitation was generated and sent on behalf of PAVEMENT REHAB COMPANY at 03/25/2025 01:09:09 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why