Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Onyx Paving Company Inc.
ta �W �- ADDENDUM NUMBER 1 TO: All Prospective Bidders and Plan Holders FROM: Ubaldo Ayon, Assistant Construction Manager DATE: March 18, 2025 SUBJECT: Project No. 2022-25, Highway 111 Resurfacing Project 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 SPECIFICATIONS Section 1210: Section 1210 is replaced, the following is a summary of the changes: • Base Bid Schedule has the following changes: o Item 3 description changed from "Dust Control" to "Dust Control/SWPPP" Section 4000: Sheet 4000-2, Section 4: Dust Control, Replace section with the following: As Reads: 4.0 DUST CONTROL (BID ITEM No. 3) Dust Control shall comply with Section 3000-4.2. In addition to general sweeping and maintenance of the site, the Contractor shall sweep sidewalk and other surfaces on a daily basis and as needed after roadway pulverization begins and prior to the base paving. DUST CONTROL shall be paid for at the Contract Lump Sum Price as shown on the bid schedule. Monthly payments will be made on a pro-rata basis. 4.1 Water Quality Management Plan (No Bid Item) 4.1.1 Water Quality Management Plan Contractors shall comply with the 2014 Whitewater Region Water Quality Management Plan (WQMP) I Contractor shall be responsible for installing post -construction BMPs as specified per the approved site specific WQMP. 4.1.2 Payment Payment for compliance with the WATER QUALITY MANAGEMENT PLAN shall be considered as included in other items of work and no additional compensation will be allowed therefore. Is Amended to Read: 4.0 DUST CONTROL/SWPPP (BID ITEM No. 3) Dust Control shall comply with Section 3000-4.2. In addition to general sweeping and maintenance of the site, the Contractor shall sweep sidewalk and other surfaces on a daily basis and as needed after roadway pulverization begins and prior to the base paving. DUST CONTROL shall be paid for at the Contract Lump Sum Price as shown on the bid schedule. Monthly payments will be made on a pro-rata basis. 4.1 Storm Water Pollution Prevention Plan (SWPPP) (No Bid Item) 4.11 Storm Water Pollution Prevention Plan Storm Water Pollution Prevention Plan (SWPPP) shall conform to the provisions in Section 3- 12.6, "Water Pollution Control' and Section 3-12.6.3 "Storm Water Pollution Prevention Plan (SWPPP)" of the Standard Specifications, California Regional Water Quality Control Board Colorado River Basin Region Discharge Requirements (Order No. 137-2008-0001, MPDES No. CAS617002) and the City of La Quinta Standards, and these Special Provisions. Contractor shall be responsible for implementing and maintaining Best Management Practices (BMPs) during the life of the project, including holidays and weekends. SWPPP includes expenditures for the preparation of the SWPPP documents, implementation of project specific Best Management Practices (BMPs), performing necessary inspections, and annual reports as required per the State of California General Permit for Storm Water Discharges (Order No. 2009-0009-DWQ, NPDES No. CAS000002) and the City of La Quinta MS4 discharge permit. See City of La Quinta web -page for more information on local standards: ht�s://www.laauintaca.gov/business/design-and-development/development-services/wgmp- npdes-storm-drains-flood-zone The use of water (if needed) shall conform to 3-12.6 of the Standard Specifications. ta QUL(ra 4.1.2 Payment Payment for the STORM WATER POLLUTION PREVENTION PLAN/SWPPP) shall be considered as included in other items of work and no additional compensation will be allowed therefore. Sheet 4000-11, Section 15: Asphalt Concrete. Add the followina naraaranh after naraaraoh 1: la. You may substitute RAP for part of the virgin aggregate in a quantity up to 25 percent of the aggregate blend. If RAP is used, the asphalt plant must automatically adjust the virgin asphalt binder to account for RAP percentage and RAP binder. During production, you may adjust hot - or cold -feed proportion controls for virgin aggregate and RAP. RAP must be within ±3 of RAP percentage described in your Contractor Job Mix Formula Proposal form without exceeding 25 percent. The Contractor is responsible to prepare a mix design with resultant final of PG70-10. RAP shall comply with Caltrans Standard Specification Section 39.2.02B(5) "Reclaimed Asphalt Pavement." ■ PROJECT PLANS Sheets 2, and 4-8 are replaced with the attached. The addendum includes AC thickness description revised in Legend. The Contractor is hereby notified; Addendum No. 1 must be acknowledged and initialed 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: kba�' y (,Mar 21, 2025 10:03 PDT) Ubaldo Ayon, Assistant Construction Manager Attachments: 1. Bid Schedule Dated 3/18/2025 2. Revised Plan Sheet 2, and 4-8 END OF ADDENDUM NUMBER 1 BID DOCUMENTS SPECIFICATIONS CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) HIGHWAY 111 RESURFACING PROJECT 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 MARCH 2O25 R.C.E. No. 49418 Exp Date: 09/30/2026 TABLE OF CONTENTS DIVISION 1 - BIDDING AND CONTRACT REQUIREMENTS PAGE 1100 Invitation to Bid 1100-1 1110 Instructions to Bidders 1110-1 1.0 Work to be Done 1110-1 2.0 Examination of Contract Documents 1110-1 3.0 Inspection of Site 1110-1 4.0 Interpretation of Contract Documents 1110-2 5.0 Postponement of Opening 1110-2 6.0 Opening of Bids 1110-2 7.0 Preparation of Bid Forms 1110-3 8.0 Bidder's Signature and Authority 1110-3 9.0 Erasures 1110-4 10.0 Bid Irregularities 1110-4 11.0 Modification of Bid 1110-4 12.0 Withdrawal of Bids 1110-4 13.0 Addenda 1110-4 14.0 Bid Prices 1110-4 15.0 Bid Guaranty 1110-5 16.0 Qualification of Bidder 1110-5 17.0 Subcontractors 1110-6 18.0 Bidders Interested in More Than One Bid 1110-6 19.0 Sheeting, Shoring, and Bracing 1110-6 20.0 Wage Rates 1110-7 21.0 Offer of Assignment of Antitrust Actions 1110-7 22.0 Assignment of Contract 1110-7 23.0 Rejection of Bids 1110-7 24.0 Contract and Bonds 1110-7 25.0 Award of Contract 1110-8 26.0 Execution of Contract 1110-8 27.0 Construction Documents 1110-8 28.0 Bid Protest 1110-8 29.0 Compliance with Iran Contracting Act of 2010 1110-10 30.0 Compliance with California Executive Order N-6-22 1110-10 1200 Bid 1200-1 1210 Bid Schedule 1210-1 1220 Bid Guaranty Bond 1220-1 1230 Certification of Bidder's Experience and Qualifications 1230-1 1240 Proposed Subcontractors 1240-1 1250 Non -Collusion Affidavit 1250-1 1260 DIR Project Vendor Information 1260-1 1270 Federal Requirements Forms for Federal -Aid 1270-1 Construction Projects 1280 Iran Contracting Act of 2010 Certification 1280-1 1290 Russian Aggression Against Ukraine Sanctions 1290-1 Certification 1300 Contract 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 1340-5 2.5 Change in Terms 1340-8 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 1400-1 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 1400-2 2.0 Administration 1400-7 2.1 Administration of the Contract 1400-7 2.2 City Engineer 1400-7 2.3 Consultants 1400-8 3.0 City 1400-8 3.1 General 1400-8 3.2 Attention to Work 1400-8 3.3 Inspection 1400-8 3.4 City's Right to Carry Out the Work 1400-9 3.5 City's Right to Perform Work and to 1400-9 Award Separate Contracts 4.0 Contractor 1400-9 4.1 Office 1400-9 4.2 Contractor's Representative 1400-10 4.3 Construction Procedures 1400-10 4.4 Contractor's Employees 1400-10 4.5 Subcontractors 1400-10 4.6 Contractor's Equipment and Facilities 1400-11 4.7 Public Safety and Convenience 1400-11 4.8 City -Contractor Coordination 1400-11 4.9 Permits 1400-12 4.10 Contractor's Responsibility for the Work and Material 1400-13 4.11 Laws to be Observed 1400-13 4.12 Safety 1400-16 5.0 Control of Work and Material 1400-17 5.1 Means and Method 1400-17 5.2 City -Furnished Materials 1400-18 5.3 Defective and Unauthorized Work 1400-18 5.4 Unnoticed Defects 1400-19 5.5 Right to Retain Imperfect Work 1400-19 6.0 Progress of the Work 1400-19 6.1 Beginning of Work 1400-19 6.2 Time of Completion 1400-19 6.3 Delays 1400-20 6.4 Time Extensions 1400-21 6.5 Temporary Suspension of Work 1400-22 6.6 Termination of Contract 1400-23 7.0 Changes in Scope of Work 1400-23 7.1 Change Orders 1400-23 7.2 Differing Site Conditions 1400-24 7.3 Suspensions of Work Ordered by the City 1400-25 7.4 Significant Changes in the Character of Work 1400-25 7.5 Resolution of Disputes 1400-26 8.0 Project Modifications Procedures 1400-30 8.1 Changes in Contract Price 1400-30 8.2 Negotiated Change Orders 1400-31 8.3 Force Account Payment 1400-32 8.4 Time Extensions for Change Orders 1400-34 9.0 Payment 1400-34 9.1 Scope of Payment 1400-34 9.2 Partial Payments 1400-35 9.3 Partial Payments - Inclusion of Material on Hand 1400-36 9.4 Right to Withhold Amounts 1400-36 9.5 Substantial Completion 1400-37 9.6 Final Inspection and Payment 1400-38 9.7 Warranty of Title 1400-39 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 1500-1 4.0 Submittals 1500-2 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 2000-4 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 SECTION 3000 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 3000-2 3.0 Materials 3000-3 3.1 General 3000-3 3.2 Substitutions 3000-3 3.3 Storage 3000-3 4.0 Work Details 3000-3 4.1 Traffic Control 3000-3 4.2 Dust Control 3000-7 4.3 Water 3000-7 4.4 Permits, Licenses, and Inspection Fees 3000-7 4.5 Air Contaminants 3000-7 4.6 Notification 3000-8 DIVISION 4 - TECHNICAL SPECIFICATIONS SECTION 4000 1.0 General Requirements 4000-1 2.0 Mobilization 4000-1 3.0 Traffic Control 4000-1 4.0 Dust Control 4000-2 5.0 Clearing and Grubbing 4000-3 6.0 Location and Protection of Underground 4000-4 Utilities and Facilities 7.0 Earthwork 4000-4 8.0 Unclassified Excavation 4000-5 9.0 Existing Bituminous Pavement Removal 4000-6 10.0 Existing Concrete Pavement Removal 4000-7 11.0 Existing Concrete Curb and Gutter Removal 4000-7 12.0 Cold Milling AC Pavement 4000-8 13.0 Pulverize Road Section 4000-8 14.0 Grading and Subgrade Preparation 4000-10 15.0 Asphalt Concrete 4000-10 16.0 Concrete and Masonry Construction 4000-13 17.0 Truncated Domes 4000-17 18.0 Adjust to Grade, Storm Drain Manhole 4000-17 19.0 Landscape and Irrigation 4000-18 20.0 Striping and Pavement Markings 4000-18 21.0 Signing 4000-21 22.0 Traffic Signal Modification 4000-22 Appendix A: Escrow Agreement for Security Deposits In lieu of Retention Appendix B: Standard Plans Appendix C: Pavement Rehabilitation Report Appendix D: Environmental Commitments Record Appendix E: Exhibit 17-F & 17-0 Forms Appendix F: Quality Assurance Program (QAP) SECTION 1100 INVITATION TO BID City Project No. 2022-25 Federal Project No. HIPL-5433(021) HIGHWAY 111 RESURFACING PROJECT SEALED BIDS will be received by the City of La Quinta (City) at the Office of the City Clerk located at 78-495 Calle Tampico, La Quinta, California, 92253, until 11:00 A.M. on Thursday, March 27, 2025 at which time they will be publicly opened and read for performing work as follows: The proposed work includes pulverization, milling, and asphalt concrete overlay, signing and striping on Highway 111 from west La Quinta City Limits to Jefferson Street. Additional work includes sidewalk, cross -gutter, curb ramp reconstruction. 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 90 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". A pre -bid conference is scheduled for 8:00 A.M., Thursday, March 13, 2025. The pre - bid conference will be held at City of La Quinta, City Hall located at 78-495 Calle Tampico, La Quinta, California 92253. IMPORTANT NOTICE: This project is partially funded by federal funds under Federal Project No. HIPL-5433(021). As such, all contractors and subcontractors must comply with applicable federal requirements. Specific federal provisions relevant to this project are outlined in Exhibit A of the Contract Documents. Bidders are encouraged to review this exhibit carefully to ensure compliance with all federal regulations. Complete sets of the bidding documents may be purchased online at: www.planitplanroom.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. Bidding procedures are prescribed in the Project Specifications. Bids shall be executed upon the forms bound and made a part of said Specifications. Invitation to Bid 1100-1 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 any 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. 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 hftp://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. 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 SB854, 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. The project is partially funded with Federal Surface Transportation funds. As such, the Contractor and Sub -Contractors shall comply with the Davis -Bacon Fair Labor Standards Act (23 USC 113), and the implementation regulations issued pursuant thereto (29 CFR Parts 1, 3, and 5) and any amendments thereof. Pursuant to the said regulations, the Federal Prevailing Wage General Decision CA20250025 Modification No. 5, dated February 28, 2025 herewith attached in Section 1300 Contract. However, the most recent Federal Prevailing Wage Decision in effect for Riverside County within 10 days of the bid opening shall be used. Invitation to Bid 1100-2 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. Bidders are advised that, as required by federal law, the City of La Quinta is implementing Disadvantaged Business Enterprise requirements for Disadvantaged Business Enterprises (DBE). Section 1300, "Contract," under subsection titled "Disadvantaged Business Enterprises (DBE)" and subsection titled "Performance of Subcontractors" of these special provisions cover the DBE requirements. The DBE Contract goal is nineteen percent (19%). 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. Affirmative action to ensure against discrimination in employment practices on the basis of race, religion, sex, color, national origin, age, or disability will also be required. The City hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, religion, sex, color, national origin, age, or disability in any consideration leading to the award of contract. The Contractor and Sub -Contractors shall comply with "Buy America" requirements (23 USC 313), and the implementing regulations issued pursuant thereto (23 GFR Section 635.410) and any amendments thereof. 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), 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. 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. Invitation to Bid 1100-3 No bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening of bids. Approved By: Bryan McKinney, P.E. Public Works Director / City Engineer Published By: v r, 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 City Project No. 2022-25 Federal Project No. HIPL-5433(021), Highway 111 Resurfacing Project, 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. 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. Instruction to Bidders 1110-1 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 uayonalaguintaca.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 appurtenantwork as is necessaryto 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 Areas. 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: City Project No. 2022-25 Federal Project No. HIPL-5433(021) HIGHWAY 111 RESURFACING PROJECT CITY OF LA QUINTA, CALIFORNIA Envelope to be opened on: March 27, 2025 @ 11:00 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. 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. Instruction to Bidders 1110-4 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 Pursuant to Public Contract Code Section 20103.5, the Contractor must be properly licensed as a contractor from contract award through contract acceptance. 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. 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. Instruction to Bidders 1110-5 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. 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. Instruction to Bidders 1110-6 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. 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 1110-17.0, 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 bidderwho 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. Instruction to Bidders 1 1 1 Q_7 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. 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. Instruction to Bidders 1110-8 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. 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 bidder who 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. Instruction to Bidders 1 1 1 p_g 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. 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 1110-10 SECTION 1200 BID DATE: 3/26/2025 The undersigned, as bidder, declares it has received and examined the Contract Document entitled City Project No. 2022-25, Federal Project No. HIPL-5433(021), Highway 111 Resurfacing Project, 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 Federal Requirements Forms for Federal -Aid Construction Projects (The DBE and subcontractor listings are to be submitted by the 5th calendar day after bid openings all bidders) 1280 Iran Contracting Act of 2010 1290 Russian Aggression Against Ukraine Sanctions 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 Initials C�__ Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. ONYX PAVING COMPANY, INC. Name of Bidder 714-632-6699 Bidder's Telephone Number Bid 1200-1 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. ONYX PAVING COMPANY, INC. Name of Bidder 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Bidder's Address 630360; A, C 12 Contractor's License No. CALIFORNIA State of Incorporation L� Signature of Bidder COREY R. KIRSCHNER Printed Name of Signatory CEO Title of Signatory 714-632-6699 Bidder's Telephone Number BIDS@ONYXPAVING.COM Bidder's Email Address 10/31 /2025 Contractor's Expiration Date 41vi,u Rv—kok Witness 1(«F O Title of Witness Bid 1200-2 ADDENDUM 01 — 3/18/2025 SECTION 1210 BID SCHEDULE City Project No. 2022-25 Federal Project No. HIPL-5433(021) HIGHWAY 111 RESURFACING PROJECT 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 City Project No. 2022-25, Federal Project No. HIPL- 5433(021), Highway 111 Resurfacing Project 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 Areas. 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. Furthermore, this project has broken down the Base Bid areas according to project funding requirements, therefore several of the same bid items have been split between the Base Bid Area. BASE BID AREA — HIGHWAY 111 RESURFACING PROJECT: BASE BID #1; FEDERAL PARTICIPATING Item Unit Price Item Total Item Description Qtt' y' Unit (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $3nlc)bZ.2G $323Ob2.20 2 Traffic Control 1 LS $ � 05000 $y65,a00 3 Dust Control/SWPPP 1 LS $101,0Go $loi�c�0 4 Earthwork 1 LS $'105,000U $405,000 Bid Schedule 1210-1 ADDENDUM 01 - 3/18/2025 BASE BID #1; FEDERAL PARTICIPATING Item Unit Price Item Total Item Description Qtt' Y. Unit (in figures) (in figures) Dollars Dollars Sawcut, Remove, and 5 Dispose of Existing 920 LF $2g $ 2 5,7�o ` Concrete Curb; and Curb & Gutter Sawcut, Remove, and Dispose of Existing 6 Concrete Pavement, 18,900 SF Sidewalk, Cross -Gutter, Ramp, and Bus Turnout Construct Curb and Gutter per City of La Quinta Std. 7 No. 202, 3" Dowel into 30 LF $99 $2,976 Adjacent Existing Concrete Curb and Gutter Construct Cross -Gutter per 8 City of La Quinta Std. No. 4,935 SF $ 22- $ IGJO, 7C1 230 Mod. and 231 Mod. Construct Sidewalk per City 9 of La Quinta Std. No. 240 980 SF $ 11 $ 10171-60 Mod. Construct Concrete Curb Ramp per City of La Quinta 10 Std. No. 250 Mod., Case A 16 EA $ 6)9o3 or F (Including Curb or Curb and Gutter along Ram Construct Concrete Curb Ramp per City of La Quinta 11 Std. No. 250 Mod., Case C 4 EA $ 6,q $ 27, g5z (Including Curb or Curb and Gutter along Ram Sawcut, Remove, and Dispose of Existing 12 Concrete Ramp; Furnish 50 SF $ ! ' �' $ �, f 5 U and Install Truncated Dome Concrete Tile per City of La Quinta Std. 250 Mod. Construct Concrete 13 Passageway per 1 EA $ 7006 $ 7, �,00 CALTRANS Std. A88B Mod.; Type B Bid Schedule 1210-2 ADDENDUM 01 - 3/18/2025 BASE BID #1; FEDERAL PARTICIPATING Item Unit Price Item Total Item Description Qty: Unit (in figures) (in figures) Dollars Dollars Construct PCC Bus Pad per 14 City of La Quinta Std. 650 3,695 SF $ Mod. Remove and Reconstruct Ex. Portion of Catch Basin 15 and Local Depression per 1 LS $ 2.=100G $ 22 Coo City of La Quinta Std. 300, 330, and per Plan 16 2" Grind and Asphalt 16,740 SF $ 1 $$ $31 g7120 Concrete Overlay Pulverize 13" of Road 17* Section — Three Step 1,084,980 SF $ (j.77 $a35439.bC) Process Construct 5.5" Asphalt 18 Concrete Over Pulverized 1,085,300 SF $ $9)001j, 7-57 Base Grade Parkway, Remove, Modify, and Replace 19 Landscape and Irrigation in 1 LS $ 231000 Kind to Furthest Extent Possible to Join Proposed Curb Ram Remove and Relocate 20 Existing PPB and PPB Post 6 EA $ y, 7sG $2$,Soo per CALTRANS Std. ES-7A Salvage to City Existing Pull Box and Furnish and Install 21 New No. 6(T) Traffic Pull 34 EA $ 5250 $(7S,Sog Box per CALTRANS Std. Plan ES-8B 22 Lower and Raise Storm 14 EA $ 7c)oo $ 913, oQo Drain Manhole 23 Signing and Striping, 1 LS $ 363 l�Oo $-50,a0C) Including All Incidentals Total Amount of Bid Items 1 — 23 $ 7, 3�IJ Q00. UO * - Bid Item considered Specialty Work Bid Schedule 1210-3 ADDENDUM 01 - 3/18/2025 GRAND TOTAL BASE BID (Figures): $36q,00u.Qo GRAND TOTAL BASE BID (Words): �� �,. +��e hkhdfed o^J six ;�e 4oksa►,d dollc,'s 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) ONYX PAVING COMPANY, INC. Name of Bidder (Printed or Typed) 714-632-6699 Bidder Telephone Number BIDS(@0NYXPAVING.00M 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 bound unto the City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City for the 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. 2022-25 Federal Project No. HIPL-5433(021) HIGHWAY 111 RESURFACING PROJECT 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. Onyx Paving Company, Inc. Stu Q.1Qfi C1mir_cz;0 Title of Signatory SidVature of Principal 2890 East La Cresta Avenue, Anaheim , CA 92806 Address Swiss Re Corporate Solutions America Insurance Corporation Zyanya Hernandez, Attorney -in -Fact Title of Signatory 4, yOr.��P0RgTys;� S E A L 1973 -oa SigIA4ture Surety " Z * NO 1200 MAIN ST. SUITE 800, KANSAS CITY, MO 64105 - 2478 Email 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 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 Corey R. Kirschner _ NameX of Signer who proved to me on the basis of satisfactory evidence to be the person(8) whose name(O is/are subscribed to the within instrument and acknowledged to me that he/ske&*y executed the same in his/her/their authorized capacity(iis), and that by his/her/their signature(is) on the instrument the person(a), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my h and official seal. LESLIE ROD,HA Notary Public - California I /1 Orange County Commission x 2484949 Signature My Comm. Expires Mar 19, 2028 r Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: 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 Albert Melendez On MAR 15 2025 ,before me, ,Notary Public, personally appeared Zyanya Hernandez who proved to me on the basis of satisfactory evidence to be the person(X) whose name(6) is/ate subscribed to the within instrument and acknowledged to me that ke/she/thty executed the same in lAs/her/t*ir authorized capacity(ixs), and that by hzs/her/their signature(o on the instrument the person(g), or the entity upon behalf of which the person(A) 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. ALBERTMELENOEZ WITNESS my hand and official seal. Notary Public • Ca1Ho►nta Orange County_ Comm{uton • 2391461 lotAly Coma. Ej Mfm Jar. 23.2026 SIGNATURE 1_ ��t.��.c•Yr:���Yx:�•rsiu� 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: Number of Pages: Signer(s) Other than Named Above: 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 BATIN, VANESSA RAMIREZ, and ZYANYA HERNANDEZ JOINTLY OR SEVERALLY Its true and lawful Attorney(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 binding upon the Corporation when so affixed and in the future with regard to anv bond, undertaking or contract of surety to which it is attached." O�Jt�°WP ERCq y ���••.... PR. NISQ/,,. �g.GOP qr� s� ' `��pG�RPORgl�tidG•? By r; S E A L _ ' �• S E A LI_ Erik Janssens, Senior Vice President of SRCSAIC &Senior Vice President c p . . n ? of SRCSPIC &Senior Vice President of WIC 1973 �;ss,NS . Novi,,, ass%tf so o�y�' By S,"*w Gerald Jagrowski, Vice President of SRCSAIC & Vice President ofSRCSPIC & Vice 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 Es il 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 Ja rg owski , Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, personally known to me, who being by me duly swom, 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. GFFIGIAL SEAL .CHFWn +A MANISCCI IIOTAIIttPltilllC ] tICOURM 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 a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still ii„?l force and effect. IN WITNESS WHEREOF, 1 have set my hand and affixed the seals of the Companies this 25th day of March 120 L� 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: CITYWIDE ASPHALT REPAIRS PROJECT FY 21/22 4 Construction Cost: $1,314,878.59 Construction Time: FEB 2022 - NOV 2022 Owner's Representative: SCOTT FISHER Owner's Telephone No.: 760-814-7226 Date of Substantial Completion: NOV 2022 Calendar Days: Project Name: 22-23 ANNUAL ASPHALT CONCRETE OVERLAY PROJECT Owner: CITY OF EASTVALE Construction Cost: $ 5,998,000 Construction Time: SEP 2023 - MAR 2024 Calendar Days: Owner's Representative: CHUCK STAGNER Owner's Telephone No.: 714-925-4628 Date of Substantial Completion: MAR 2024 Certification of Bidder's Experience and Qualifications 1230-1 3. Project Name: ROCHESTER AVENUE PAVEMENT REHABILITATION Owner: CITY OF RANCHO CUCAMONGA Construction Cost: $1,714,733.75 Construction Time: MARCH 2O22-AUG 2022 Calendar Days: Owner's Representative: ROMEO DAVID Owner's Telephone No.: 909-774-4070 Date of Substantial Completion: AUG 2022 4. Project Name: PARKS, CIVIC CENTER & SHERRIF STATION PARKING LOT REHABILITATION Owner: CITY OF LAWNDALE Construction Cost: $ 601,000 Construction Time: MAY 2024 Calendar Days: Owner's Representative: NICK PETREVSKI Owner's Telephone No.: 310-973-3265 Date of Substantial Completion: MAY 2024 Signed this 26TH day of MARCH , 2025. ONYX PAVING COMP,AVY.-VC. Name of ••- Z55�--- - Signature of Bidder COREY R. KIRSCHNER Printed Name of Bidder 630360 Contractor's License No. 10/31 /2025 Expiration Date 1000004798 DIR Reg No. CEO Title of Signatory Certification of Bidder's Experience and 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. Pa„ emet-J ReIv,,,b n� l�na�e,►n,C/-t f ConGrcte�� �7 a �IG5►374%IGUUOb�f823 a�eMen�' CA�p���e��z;�.a�� �7',a/56g35ZIl0aooO33b3 ;ka/LQ..4e Ca/E1eJ<<�1Vv..k/2.M.1793907/1ooaVAo4 CATTr�k�haTnc- f I`�v�s;�e CA�S�r:P�S non '991122%IOaOaI 1-7050 M,ni�o�2.�•,«5�4n�1hG.'P;�oR;���o. �•�1�•F�f��;es�•�u.s��n��1.31%j3`1`b'19311GGGoU�t104 JI NER - CEO Signature of Bidder ONYX PAVING COMPANY, INC. 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. Signature ONYX PAVING COMPANY, INC. Name of Bidder COREY R. KIRSCHNER - CEO Title 3/26/2025 Date Non -Collusion Affidavit 1250-1 SECTION 1260 DIR Project Vendor Information Vendor Information: Name. -ONYX PAVING COMPANY, INC. Address: 2890 E. LA CRESTA AVE. City: ANAHEIM ST: CA Zip: 92806 Project Manager: JACKSON HULSE Email: BIDS@ONYXPAVING.COM Phone: 714-632-6699 CSLB/Certification Number: 630360 Public Works Registration No.: 1000004798 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 Surveyor Teamster Tile Worker. Prevailinq Wages and Payroll: The project is subject to prevailing wage rates and enforcement by the Department of Industrial Relations (DIR). Prevailing wage rates can be obtained at: hftp://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-Reportinc h� tml. 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 SECTION 1270 FEDERAL REQUIREMENTS FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder ONYX PAVING COMPANY, INC. proposed subcontractor TBD hereby certifies that he has V , has not participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Federal Requirements Forms for Federal -Aid Construction Projects 1270-1 Equal Employment Opportunity Certification PUBLIC CONTRACT CODE Public Contract Code Section 10285.1 Statement In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty 9f perjury under the laws of the State of California that the bidder has , has not V been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No _V If the answer is yes, explain the circumstances in the following space. N/A Federal Requirements Forms for Federal -Aid Construction Projects 1270-2 Public Contract Code Certification Public Contract Code 10232 Statement In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Federal Requirements Forms for Federal -Aid Construction Projects 1270-3 Public Contract Code Certification DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. N/A Exceptions will not necessarily result in denial of award but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Federal Requirements Forms for Federal -Aid Construction Projects 1270-4 Debarment and Suspension Certification NON -LOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such sub -recipients shall certify and disclose accordingly. Federal Requirements Forms for Federal -Aid Construction Projects 1270-5 Non -Lobbying Certification for Federal -Aid Contracts DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURUSUANT Tn 31 Usn 1 �S? 1. T_ yye of Federal Action: 2. �'f a. contract S_ tutus of Federal Action: 3. Re ort Type: V bid/offer/application 7 initial ❑ b. grant ❑ b. initial award ❑ b. material change ❑ c. cooperative agreement ❑ c. post -award ❑ d. loan For Material Change Only: ❑ e. loan guarantee year quarter ❑ f. loan insurance date of last report 4. Name and Address of Reporting Entity 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Prime ❑ Subawardee N/A Tierif known Congressional District, if known Congressional District, if known 6. Federal Department/Agency: N/A 8. Federal Action Number, if known: 7. Federal Program Name/Description: CFDA Number, if applicable N/A 9. Award Amount, if known: N/A 10. Name and Address of Lobby Entity 11. Individuals Performing Services (If individual, last name, first name, MI) (including address if different from No. 10) N/A (last name, first name, MI) N/A (attach Continuation Sheet(s) if necessary) 12. Amount of Payment (check all that apply) 14. Type of Payment (check all that apply) $ N/A ❑ actual ❑ planned 13. Form of Payment (check all that apply): ❑ a. cash ❑ b. in -kind; specify: Nature N/A Value ❑ a. retainer ❑ b. one-time fee ❑ c. commission ❑ d. contingent fee ❑ e. deferred ❑ f. other, specify N/A 15. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 12: ONYX PAVING COMPANY, INC. HAS NOT CONTRIBUTED ANY FUNDS TO THIS PROJECT. (attach Continuation Sheet(s) if necessary) 16. Continuation Sheet(s) attached: N/A ❑ Yes 17. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Federal Use Only: ❑ No Signature:y Print Name: COREY R. KIRSCHNER Title: CEO Telephone No.: 714-632-6699 III Ra nQ_19-Q7 Date: 3/26/2025 Authorized for Local Reproduction Standard Form - LLL Federal Requirements Forms for Federal -Aid Construction Projects 1270-6 Disclosure of Lobbying Activities INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient at the initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered federal action for which lobbying activity is or has been secured to influence, the outcome of a covered federal action. 2. Identify the status of the covered federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered federal action. 4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to: subcontracts, subgrants, and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state, and zip code of the prime federal recipient. Include Congressional District, if known. 6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity identified in Item 4 to influence the covered federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the lobbying entity (Item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check all boxes that apply. If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment. 13. Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with federal officials. Identify the federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and date the form, and print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30-minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348 0046), Washington, D.C. 20503. SF-LLL-Instructions Rev. 06-04-90 Federal Requirements Forms for Federal -Aid Construction Projects 1270-7 Disclosure of Lobbying Activities INSTRUCTIONS - CONSTRUCTION CONTRACT DBE COMMITMENT CONTRACTOR SECTION 1. Local Agency - Enter the name of the local agency that is administering the contract. 2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement. 3. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab, Seismic Rehab, Overlay, Widening, etc). 4. Project Location - Enter the project location(s) as it appears on the project advertisement. 5. Bidder's Name - Enter the contractor's firm name. 6. Prime Certified DBE - Check box if prime contractor is a certified DBE. 7. Bid Amount - Enter the total contract bid dollar amount for the prime contractor. 8. Total Dollar Amount for ALL Subcontractors - Enter the total dollar amount for all subcontracted contractors. SUM = (DBEs + all Non -DBEs). Do not include the prime contractor information in this count. 9. Total number of ALL subcontractors - Enter the total number of all subcontracted contractors. SUM = (DBEs + all Non -DBEs). Do not include the prime contractor information in this count. 10. Bid Item Number - Enter bid item number for work, services, or materials supplied to be provided. 11. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be provided. Indicate all work to be performed by DBEs including work performed by the prime contractor's own forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the participation of DBE firms. 12. NAICS or Work Category Codes - Enter NAICS or Work Category Codes from the California Unified Certification Program database. 13. DBE Certification Number - Enter the DBE's Certification Identification Number. All DBEs must be certified on the date bids are opened. 14. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted contractors. Also, enter the prime contractor's name and phone number, if the prime is a DBE. 15. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be provided. Include the prime contractor if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial participation. 16. Total Claimed DBE Participation - $: Enter the total dollar amounts entered in the "DBE Dollar Amount" column. %: Enter the total DBE participation claimed ("Total Claimed DBE Participation Dollars" divided by item "Bid Amount"). If the total % claimed is less than item "Contract DBE Goal," an adequately documented Good Faith Effort (GFE) is required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM). 17. Preparer's Signature - The person completing the DBE commitment form on behalf of the contractor's firm must sign their name. 18. Date - Enter the date the DBE commitment form is signed by the contractor's preparer. 19. Preparer's Name - Enter the name of the person preparing and signing the contractor's DBE commitment form. 20. Phone - Enter the area code and phone number of the person signing the contractor's DBE commitment form. 21. Preparer's Title - Enter the position/title of the person signing the contractor's DBE commitment form. LOCAL AGENCY SECTION 22. Local Agency Contract Number - Enter the Local Agency contract number or identifier. 23. Federal -Aid Project Number - Enter the Federal -Aid Project Number(s). 24. Bid Opening Date - Enter the date contract bids were opened. 25. Contract Award Date - Enter the date the contract was executed. 26. Award Amount - Enter the contract award amount as stated in the executed contract. 27. Local Agency Representative's Signature - The person completing this section of the form for the Local Agency must sign their name to certify that the information in this and the Contractor Section of this form is complete and accurate. 28. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative. 29. Local Agency Representative's Name - Enter the name of the Local Agency Representative certifying the contractor's DBE commitment form. 30. Phone - Enter the area code and phone number of the person signing the contractor's DBE commitment form. 31. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the contractor's DBE commitment form. Federal Requirements Forms for Federal -Aid Construction Projects 1270-9 Exhibit 15-G Construction Contract DBE Commitment EXHIBIT 15-H: Proposer/Contractor Good Faith Efforts Federal -aid Project No.: HIPL-5433(021) Bid Opening Date: 3/27/2025 The City of La Quinta established a Disadvantaged Business Enterprise (DBE) goal of 19% for this contract. The information provided herein shows the required good faith efforts to meet or exceed the DBE contract goal. Proposers or bidders submit the following information to document their good faith efforts within five (5) calendar days from bid opening. Proposers and bidders are recommended to submit the following information even if the Exhibit 10-01: Consultant Proposal DBE Commitments or Exhibit 15-G: Construction Contract DBE Commitment indicate that the proposer or the bidder has met the DBE goal. This form protects the proposer's or the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions, please attach additional sheets as needed: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications **PLEASE SEE ATTACHED GOOD FAITH EFFORT** Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited Date of Initial Follow Up Methods and Dates Solicitation **PLEASE SEE ATTACHED GOOD FAITH EFFORT** Federal Requirements Forms for Federal -Aid Construction Projects 1270-10 Exhibit 15-H DBE Information —Good Faith Efforts C. The items of work made available to DBE firms including those unbundled contract work items into economically feasible units to facilitate DBE participation. It is the bidder's responsiblitiy to demonstrate that sufficient work to facilitate DBE participation in order to meet or exceed the DBE contract goal. Items of Work Bidder Percentage Normally Breakdown Amount Of performs Item of Items Y/N Contract "PLEASE SEE ATTACHED GOOD FAITH EFFORT" D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each DBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: "PLEASE SEE ATTACHED GOOD FAITH EFFORT" Names, addresses and phone numbers of firms selected for the work above: "PLEASE SEE ATTACHED GOOD FAITH EFFORT"" Federal Requirements Forms for Federal -Aid Construction Projects 1270-11 Exhibit 15-H DBE Information —Good Faith Efforts E. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining information related to the plans, specifications and requirements for the work which was provided to DBEs: "*PLEASE SEE ATTACHED GOOD FAITH EFFORT" F. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in obtaining bonding, lines of credit or insurance, necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate: "PLEASE SEE ATTACHED GOOD FAITH EFFORT" G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Agency/Organization Method/Date of Contact Results "PLEASE SEE ATTACHED GOOD FAITH EF H. Any additional data to support a demonstration of good faith efforts: ""PLEASE SEE ATTACHED GOOD FAITH EFFORT' Federal Requirements Forms for Federal -Aid Construction Projects Exhibit 15-H DBE Information — Good Faith Efforts 1270-12 a3 L O (6 —0 t/1 O U O O O O '0 � fA mmo aCio a) . a) Q' N mmp (6 N O Lp a) M U) a > Y O d -- - � ox o O� owe >Ua Yoa L E 65 o z r a 6 ♦+ Y6 C L.., O d �� t c o c 0 CL U a.E o C) W�fD`n ad �cd 0 g o LL o o C Ln in U w O rnS rn UL z°'`T Z)c a) T O m Q O C L Y w W Y Lo 0 O N 0 N j N O E L C N �O N O O m Y >0 ( C �+ O O a3 U) O 3 O -z-c m Y JCL co �C 23 in O m E 75 cc,: m=w N .n w LL- 0-o L g, N O O O 0 (D �a a v. o 0�Q moo€ m 0n Y N o o �w w U t � c � N ns •• �0O a)T t X U) U C O O O o U� O E2 a) M 0 0 U) 7 0 C U O 0 d 0.2 .�@+ U � E:0 LOd� �C 02 O N O m N C L a w U O (n O (CO C @D o "2 O) > U o C a) (0 U 3 U_ C a) O L Q 0 0 C o 3 N QQ_1 V N C O C O__ C O C O 12 C O C O__J�E C O C O Ti C O C O__ C O C O T C C 0.0 C O C O T C O C O__ C O C O C C O O C 0 C 0 EEEE o to -E•EEEEEEE o Ln o u� € E'EEE o Lo E E'EEE o LOB E'EEE o LOi11 b9 •- E»69 Lo (flEA rui t�E» EA EA LL -LO F»�`3 69EAI L t�t�tofA to EPr ALAt» fA ffi LL V V V V V V V V V V V V o V V V V o V V V V o V V V V o Q ❑❑❑ o O Q❑❑❑®a❑❑❑®a 0 0 ❑ ®a a> ❑❑❑ N ¢❑❑❑❑Q N � �4 Q Z Batt LU z co L coo c -0 ir -0 O47, o = i M IN lqq7 z VVV V 0 ►` 0 0 do)) E O p y �m(n ` p a o 0 M ID o O r3 O 80 in a 01 Aupr Abr C o 91 � E .O. 1 1 ` �' N #vim► C 7 (D +Vf Zoe 6 0 a7 OJ J q — sO O �N ••^�i U _S u w S a7 co m Qj ( E d 2 i N U J N� 1 ? � N E U) V ms" Qj cn z U z U h LEo z U z U z U lz cc U N om 0 aC� o °Z U C m m cw O m U �p Q 4 U LL O U O M N U) o 0- LL N y J C N N .51 a- CO aO CN � w LL W f§ fg W—� —R CC. ƒ / 000 =m #t& Eb I�4 E_� W.\£ ma o 7r¥ mER :3 * CO 2> /aIL o cm\ f k $OR (D5E «t k—S 5=� $$z _±e= r� f /Sƒ m 7_ ¥: �f�\ m§a �\/ \kk w 7 «— _� ='o2 /§£ c=�� \- o a a k gf 2e¥a .0e 2§ 0m @ePa) LU O/# \£ \\\ c)E 2§�2 // u) Q£ 2&°°$§ � _0§ C) %m 2 Ct L / 2 0 cu k / �2«e o=®f /2Oi of a) �z#cu $4\ ■-) etc ��> a -Rf aa� y aam. �0 »f 2 �tm£ p@- 2 o—o 10 �\k N §co / Q a 2g=a �k: %ate � �0o C D,20 LLI /]/ �2) :oo mao t \ 6 &E og� #e ot£f� a=j @02 04 0� E /ate u2.! o @ cu %moo -0_> �2] §.E» U)f2 @/ / p08 Z2± )\ N a W m Li C O Z C MW W O 4a L) L r.+ C 0 V w O 4.0 .N J N G1 .a m m N r 4.0 T3 L x W C. m C O C O_ C O C O - C 0 C 0 C 0 .- C 0 .- C 0 C 0 C O .- C O _ C 0 C cc C O C O T C O C O-- C 0 c 0 C C O O C O -- C O .- E'EEE EPEE EE EEEE a EE EE to to Z, F» w `a - a F» F» v v 613 v » v v v v3�� v v v v �69 v v W v v'Aw(+- v v V V E»e»W v v v> v v v v O o a) o a) o 41 CaA�_L o O o a) a` ❑❑❑ a ❑--¢ Q _a a ) UE W E CZ 0 z& m 'jN N Cor.0N xE UJZ- � p Z mE v rn a� N m c C (D O U U R C C =1 .0 O 3 Q c .a U 0 06 E m C J C (6 a) m Z C O O �a U U J o E T ca Z U a3 Z U Z U N Z a3 Z U (�0 Z U CD N U co LL `a 3 a 3 W g a 0 U N CD IL U C N a O J c0 O O N U N W O m ao c Z o ° U 2 c cW om U a y @ O N m a) C LL O U O � N (n € O LL N Y J C N E 2a j m � m N m N N X LL W SECTION 1280 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 1280-1 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) ONYX PAVING COMPANY, INC. By (Authorized Signature) Z�' Printed Name and Title of Person Signing COREY R. KIRSCHNER - CEO Federal ID Number (or n/a) 33-0394344 Date Executed 3/26/2025 Iran Contracting Act Certification 1280-2 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) Federal ID Number (or n/a) By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Iran Contracting Act Certification 1280-3 SECTION 1290 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 Sanction EO N-6-22 1290-1 ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 Ad Proofs Project Name: HIGHWAY 111 RESURFACING PROJECT Contract/Bid #: CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) Awarding Agency: CITY OF LA QUINTA Focus Journal Ad Publication: DBE GoodFaith (DBEGoodFaith.com) Published On: 03/25/2025 @ 11:47:25 AM Pacific Expired On: 03/27/2025 @ 11;59:59 PM Pacific Message Notifications Sent To: bids@onyxpaving.com Published At: https://dbegoodfaith.com/item.php?item_type=ads&ad_adid=63765 ONYX-P"1NG„COMPANY INC.. Project Narrxe HIGHWAY 111 RESURFACING PROJECT Sid/Contract # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) Awarding Agenc,,r CITY OF LA QUINTA l�'reject Location LA QUINTA , RIVERSIDE COUNTY County, CA Bits Date 03/27/2025 at 11:00 Prcjoct Details TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILITIES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. Get in Touch flutrPnrh Ooordinnir-r COREY R. KIRSCHNER COREY R. KIRSCHNER (714) 632-6699 r.-. (714) 632-1883 /1 ldr- _ - 2890 E. La Cresta Ave. Anaheim, CA 92806 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 @ 11:47:25 AM Pacific Expired On: 03/27/2025 @ 11:59:59 PM Pacific Published At: http://dbejournal.com/index.php?show_ad=63765&ad_project_name=HIGHWAY+111 +RESURFACING+PROJECT&co_name=ONY X+PAVING+COMPANY+INC. Outreach Coordinator COREY R. KIRSCHNER Estimator COREY R. KIRSCHNER Contact Information 2890 E. La Cresta Ave. Anaheim, CA 92806 Telephone (714) 632-6699 Fax (714) 632-1883 ONYX PAVING COMPANY INC. is seeking qualified DBEs Project Name HIGHWAY 111 RESURFACING PROJECT Bid/Contract # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) Awarding, Agency CITY OF LA QUINTA Project Location LA QUINTA , RIVERSIDE COUNTY County, CA Bid Date 03/27/2025 at 11:00 Project Details TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILITIES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.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 @ 12:00:02 PM Pacific Published At: https://www.linkedin.com/feed/update/urn:li:share:7310374925452619776/ ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 Outreach Invitation Proofs Project Name: HIGHWAY 111 RESURFACING PROJECT Contract/Bid #: CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) 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 ] HIGHWAY 111 RESURFACING PROJECT Reply To Email: bids@onyxpaving.com ONYX PAVING COMPANY INC. is seeking qualified DBEs and invites you to bid on the following contract. PROJECT NAME: HIGHWAY 111 RESURFACING PROJECT BID #: CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) BID DUE DATE: 03/27/2025 at 11:00 (local time) AWARDING AGENCY/OWNER: CITY OF LA QUINTA PROJECT LOCATION: LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILITIES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. If interested, contact: COREY R. KIRSCHNER ONYX PAVING COMPANY INC. Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com INVITATION TO BID FROM: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: 3P Construction, Inc. Tel: (909) 569-9197 Fax: () - ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID I PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261161-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: BARNES ELECTRIC Tel: (562) 833-5372 Fax: (951) 273-0331 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.comlres2ond and enter Solicitation ID 3261165-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:02 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: BLANCO CONSTRUCTION Tel: (951) 250-6692 Fax: (951) 602-2050 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit-dbcgQodfa'tth.com/respond and enter Solicitation ID 3261167-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:02 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: Branson Industries Tel: (909) 646-2129 Fax: () - ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID i PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/rest and enter Solicitation ID 3261168-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: CAT Tracking Inc. Tel: (714) 682-1494 Fax: (714) 682-1491 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith_comJrespond and enter Solicitation ID 3261169-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27;03 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: David's Tree Service, Inc. Tel: (714) 842-6345 Fax: (714) 842-0135 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261198-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: E-4 CONSTRUCTION, INC. Tel: (619) 208-2401 Fax: (858) 877-0394 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261204-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: FFKM ENGINEERING CONSTRUCTION, INC. Tel: (626) 345-4225 Fax: (661) 554-0114 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261205-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: Fireman Rock & Nursery Inc Tel: (760) 243-9500 Fax: (760) 243-9544 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261172-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: FULL TRAFFIC MAINTENANCE, INC. Tel: (951) 520-9990 Fax: (951) 520-9980 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261173-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ j 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: G & G Electric, Inc Tel: (951) 776-8099 Fax: (951) 766-8256 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261174-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ j Interested, but we would like more information. Please contact us at BY EMAIL Contact COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 pm Pacific through the DBEGoodFaith. com outreach platform. Find other DBE, M/WBE, DVBE, SSE, 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: GASPAR TRANSPORTATION INC. Tel: (951) 233-4749 Fax: (866) 827-4231 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261176-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ J Interested, but we would like more information. Please contact us at BY EMAIL Contact COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 0312512025 01:27:03 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: Genuine Engineering Inc Tel: (951) 674-5000 Fax: (951) 674-5020 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID i PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/res pond and enter Solicitation ID 3261177-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: HIGH -LIGHT ELECTRIC, INC. Tel: (951) 352-9646 Fax: (951) 352-5595 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit_ dbegoodfaith.com/respond and enter Solicitation ID 3261178-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 pm Pacific through the DB EGood Faith. 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: INTERNATIONAL ENVIRONMENTAL CORPORATION Tel: (818) 892-9341 Fax: (818) 997-0938 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID i PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbe000dfaith.com/res pond and enter Solicitation ID 3261199-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: Jesus M Santoyo Trucking Tel: (714) 397-4038 Fax: () - ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit_ dbegoodfaith.com/respond and enter Solicitation ID 3261182-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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: ONYX PAVING COMPANY INC. TO: L & L TRUCKING 2890 E. La Cresta Ave. Tel: (951) 233-1237 Anaheim, CA 92806 Fax: (800) 451-4393 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261183-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: Landscape Support Services, Inc, Tel: (818) 475-0680 Fax: (661) 554-0109 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261200-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: Leothacue Enterprises, Inc. Tel: (310) 963-5108 Fax: (310) 963-5108 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfait _cornfrespand and enter Solicitation ID 3261184-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:02 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: Native American Electric Tel: (909) 908-7570 Fax: () - ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodffalth.com/respand and enter Solicitation ID 3261187-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:02 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: PAYNECO SPECIALTIES, INC. Tel: (619) 422-9204 Fax: (619) 427-1620 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith_com/rend and enter Solicitation ID 3261206-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:02 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: ONYX PAVING COMPANY INC. TO: Playa Safety, Inc. 2890 E. La Cresta Ave. Tel: (805) 335-4838 Anaheim, CA 92806 Fax: (} - Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/resp.Qnd and enter Solicitation ID 3261189-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:02 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: REYNA'S ENGINEERING INC Tel: (951) 616-4332 Fax: (951) 824-7504 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID i PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.comlrespond and enter Solicitation ID 3261207-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:02 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: S.C. Yamamoto, Inc. Tel: (714) 363-1722 Fax: (562) 690-1540 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit-dbe-goodfaith.com/respond and enter Solicitation ID 3261201-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:02 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: Safeway Sign Company Tel: (805) 451-6246 Fax: (760) 246-5512 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID 1 PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit-dtLcgQQdfaith.com/re"-Qjnd and enter Solicitation ID 3261190-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:02 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: Segu Incorporated Tel: (909) 276-5582 Fax: (888) 839-9857 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261191-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: TreeSmith Enterprises Inc Tel: (714) 996-6037 Fax: (714) 996-6057 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbeaoodfaith.com/rest and enter Solicitation ID 3261202-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:02 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: ONYX PAVING COMPANY INC. 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER TO: V A P CONSTRUCTION INC. Tel: (714) 253-3270 Fax: (714) 551-9420 ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA ROJECT LOCATION I LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/resoopd and enter Solicitation ID 3261203-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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: ONYX PAVING COMPANY INC. TO: VT Electric, Inc 2890 E. La Cresta Ave. Tel: (909) 985-1755 Anaheim, CA 92806 Fax: (909) 985-8186 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.comtrefig2ond and enter Solicitation ID 3261195-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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: ONYX PAVING COMPANY INC. TO: YMSC, INC 2890 E. La Cresta Ave. Tel: (866) 452-4525 Anaheim, CA 92806 Fax: (888) 847-7756 Tel: (714) 632-6699 Fax: (714) 632-1883 bids@onyxpaving.com CONTACT NAME: COREY R. KIRSCHNER ONYX PAVING COMPANY INC. is Seeking Qualified DBEs PROJECT NAME HIGHWAY 111 RESURFACING PROJECT BID DUE DATE 03/27/2025 at 11:00 BID / PROJECT # CITY PROJECT NO. 2022-25 FEDERAL PROJECT NO. HIPL-5433(021) AGENCY NAME CITY OF LA QUINTA PROJECT LOCATION LA QUINTA , RIVERSIDE COUNTY, CA TRUCKING HAULING TRAFFIC CONTROL PULVERIZING CATCH BASIN LANDSCAPING ELECTRICAL WORK UTILIT IES ADJUSTING SIGNING STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@ONYXPAVING.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3261197-63765 BY FAX Fax back this invitation with your response to: (714) 632-1883 [ ] 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 COREY R. KIRSCHNER at bids@onyxpaving.com This solicitation was generated and sent on behalf of ONYX PAVING COMPANY INC. at 03/25/2025 01:27:03 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 V °'orn00 ?QN(O— }.m0) N Q U) V CL 0JLCC z C Z rn Q L � > co Q N IL x z 0 x m LL E W H U w N� Cd a J LU 0 LU LL N I N N O N Q H Z D CY Q J LL. O U A V C d Liz cn L m Q m 4.0 4) CD 0 m N E CD o LO a � c m m a E U L m m w m E m o c 0 (n m c X o m Iz U) m m ) a D T � E a) o a O T CL a) m U CD LO a 3 O m U) O ,L In �a E aE) m () E :I-- E E ai >, 0 > E U) o U) a) O m O y6 Na Q t) a� U E O O "' to O to i9 a) ?� a) .I--L L H c I- . m o .R0 0 w 06 H U) Loa cli N Cl aa)) N N j CDO m N C U) U) C/) to d Lo a- Lo CL cn a N a d a N N N d in d a) CV N 1l3 a) ir-5 d C Lo�r C - N 0 0 0 CV 64 - N 0 0 0 CN N a) d O O O N CV a) C1 O O O U) Cl) U) Lo a Lo a Lo CL o f o f o f N Cl cn m -0 N a LO o) a N C1 LO a N CO _�_ N CV) CN d cM m O O LL COm 0 0 LL m C � Ca 0 0 LL E w u o W c c U rn a) cn � c 00 -0Lo 0 Nm 0 a <.iQ'O�M O a i Q J aM, V J > (� LO N L1J > M U pU� mW Co QoCN �W �_0Z CD �� o 04,2 o z m Z O 10 rn LO U rn E X OCcn X a)� MN � I—LL (D0 mLoC) LL-0U a0 E �a)m o O ZQrna,o m CD VccuuUoN � O m aiNco�w 00 LO 04 CO Zcp rnrn E m°'E�0-LL @U E O U y o o rn 0 3 V O N a-pQN N m c cC) m d a) (a) W 0 v N N 00 c m m—> CDZ 00 C CNco U X U m(DLu LLn w I- 0 0 L) LO Q N c �UUd�Y CCLLI W N N c`cu Qoc00*�w d V Q ~ U H U W . U H LL aU a) cm m CL. U) U) U) U) C/) tea_ Lna- U) a- Loa- V)a O E O E N O E N O E N O E N Q N Q N Q- N Q N Ca. in C i1� C in � 7 U) -,:I-j ' N N Q N N w Q N N U N CN - N (V CV -- N 0 00 O o O 0 0❑ O O❑ O O❑ U (n U) U) Ln CL LO B d Lo d — O E C%j2 cli CDE O E N N w Q N 0. to N Q N Q of ND- (Vd 11� oo U N N U O� N cO �_ Z-r) co N N N U 1! i co N m l a) LO c') U M d 0 fn M c- ca O O LL M n O O U) M ca 0 0 LL M O O (n U Z Z O OD U o U U CO)❑ Q E V N Z W L U o Z .5 — O m F— L) x a) ❑ W voi o❑ rn v E fnQz�- m caNC)coM ran WOQN�` d m O'D d in o_ NOCN� Z z U o � d��NN F`—OZ� zC0 LLJ 0 � LLJ w0UAT � co ��� f�^O❑ m 0Ln mCDLo in❑ com �N W SOY❑ OU F-LL LU—rL NU LL,N>F - U C L o y U � 'co Z'o0) E wm 0) U 'O U 0)M E m� cn � �'�ocQo cm E ,T I� N ❑ N M .. X E L MV N c0 N IL — > H LL ) u !i! Q C; LU o QF-OD 00 rn c UO warn o U.0 rn LL U UCD N 04 0 �W zm J J � � O E ❑ J X E LL O N fD N LL.NUHLL <nU \ e R ? C) E \ _ _ 0 2 \ 2 4 \ \ / / m 2 0 \CN \§E oom §G3 GOo F- e e � \ \ems \ems ^ a k \ \ f 7 \ 0)\ \ k U) § \ q \ 0LL G3/ EGG/ . z R � z 7 0 E 0 \ \ �* cn R ° �4)%2 ) Z\©$CJ{ ;« Or— 0 w'IT$&7\E �°=0 .aMgog$ IxoC2luca :w/<$/\ ©2f�w a��G%ko �cocM �G\9Q\a 202-* J%3 �2//2t3 <j k0-2 §fE GGo 0 � 0 & 0 Q k z M / 0 § 2< y0 _j «Iz&co z 5rc 2�E&0)0 «�Ljz"I J/\/G\E �/z..kge 2// LO a o E N a L!] t > N LV - L7 N O O ❑ F- C W — LLI co N O U Q E o0U 0 w :I O M (D O g ~U' ^ J > NJZM c�W W 51 v o rn m 3�OL-z o❑ LOrL N a L!7 V j N N - M � N O O ❑ F- U') d j O E v N Q rn LO 0 U N N U O O (n LO W Q O Q U Q} E Y J J _M CSC N V U i Cl) LO E �QONZUam Z JowwLO 0)� �I❑ otS N 0-- x J�2HLL -U Ln a o E N d U7 �t j N N - M - 6 O O ❑ F- U) LO a O E v N Q N L d N M U O') 7 OOcn 0 G1 V Ln O LO N m O 0 0 m fn 0 C:) CD a cn o 0 0 0 0 Q LO en Q +' � U7 L 0 � — W V � _ @) m oCs0t o JcliZHLc wU F- N IL O E N a LO N M 0 0 Li ti C 0 E y O C U > OcoO i w a C) 0 0 W N M Gf Ln Q M 0 Q U 0) o c W L C c? M .O co O •• x C O Ll ^U U) Ln W o E 0 N Q �-O � N N •>- N O O ❑ m c N O O Ln N C N cm O U 10UQr� �•� C L 00 LO w Q1 0 CO J N E (U6 c c U 0 N W cu p y coo 0 0 w C •• X Z�coHLcu L cU H to a 3 N _N d U5 OD U CV CN U O O fn U Z WLU _ Q J Z am Luu USN o acnaN(D N H rn ^ m O��cN.iN a U�>'It 0)UW W0Q°' L0 }Zo❑*� 4) 2 .0 a-UF�LLL a)U m G U LO M T M � N a V C y C d Q CD M d m U T co U) G N LO J /��Q\ w - = M N V LU rn-jam o tam MLr) O�Z�❑ c; O-- i< L a-Q�L`6L Eta to o E N d N LO ' _ cV N O a 000 H- w to IL O E N tZ Nm N Fa O O LL U Z C9 o0 Z O N z0)>0 o v U z❑0It fn Q Lu Q Q m ZC7gtn� m❑ d) � a'M(nF-LL oU U) to a o E '0 N d N n "t > (V N •- (D 0 0 ❑ f- U) U-) C o E m N_ t1 to co U N N U O O (n E O O O LLI E m Z ED cu r- � N O U O¢QN� co E } U - o �' M QQ O � �m�N Em cu W = LO E ❑ U O Q cu a> ccu U Q) M N J LL Ul 0 H to a o E N t1 N M N O O LL G _ O E ❑ N O O Q 0 V 00 Q 04 v - .2) �C)Z�0 W CD Q 0 � TLnL1 . mom❑ m a f�rnQF-LL mU N m 1 O d CD Z U Q LL W of Q 2 0 2 a> O J C O .ffl Z .O cn Lo a U) U N Ln d Q� ui In d to d N N a)LO et c N a M d C N OL to > N a tf') j O p O N N Q M N N Q M N N- M O N CV_ M m p O O O O O O p 0 p p H tna75 tea— tna— tna— tod— N aV o E�vi o f en o E—U)i o E(n O N N U N Q to LO M U N O_ cn LO M CV a to S O U N O. td LO coU m i-- 3 00fn N N p O U N N U O N N U N N 0 M 00U) OOU) 00(n 00(n E O U tl1 O L c _ U Z f- E m 0 O m M CIO � p cN �� O.(~opO UU)O 7� (nN a EQw� a.EU�m a��rnM� E ��pQOCN o OUNm uzrn'n� c r-- F}-<Lo m C- r- h J cc aa) 1�— Z�QM� Q SOQ N �ULO LU N�"- W W cdZrnao.0 — H0coCO LJU00 =���m 3UW EZWa�aNi0 O EDNco mW Vm @)0 V W'��o�O WO�rn mW U2 ZO�`n� aW 0U)�.0�Q m>Eoo-5� > m�Omcoma' M—WHLL cnU �t`ooZmmc�� Q^ X._ 00z..X>� �M>_x�� ���Hii 0) H�QI—LL.,U > --iHii MC) -OHci �U 0C) CL Wk REFERENCES PROJECT NAME: CITYWIDE ASPHALT REPAIRS PROJECT FY 21/22 PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: FEB 2022 - NOV 2022 CONSULTING COMPANY: CITY OF DANA POINT - 33282 GOLDEN LANTERN, DANA POINT, CA 92629 CONTACT PERSON: SCOTT FISHER 760-814-7226 ORIGINAL CONTRACT AMOUNT: $1,595,000.00 FINAL CONTRACT AMOUNT: $1,314,878.59 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID SCHEDULE QUANTITIES DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 22-23 ANNUAL ASPHALT CONCRETE OVERLAY PROJECT PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENT APPROXIMATE CONSTRUCTION DATES: SEP 2023- MAR 2024 AGENCY: CITY OF EASTVALE - 12363 LIMONITE AVE #910, EASTVALE, CA 91752 CONTACT PERSON: CHUCK STAGNER 714-925-4628 ORIGINAL CONTRACT AMOUNT: $5,858,000 FINAL CONTRACT AMOUNT: $5,998,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 2021-2022 PAVEMENT REHABILITATION PROJECT PROJECT DESCRIPTION: VARIOUS PAVEMENT REHABILITATION & CONCRETE IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: NOV 2022 - MARCH 2O23 AGENCY: CITY OF ARCADIA -240 W. HUNTINGTON DR, ARCADIA, CA 91007 CONTACT PERSON: JAN BALANAY 626-254-2726 ORIGINAL CONTRACT AMOUNT: $1,727,000.00 FINAL CONTRACT AMOUNT: $1,899,698.72 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 -TEL (714) 632-6699- FAX (714) 632-1883 Wk PROJECT NAME: 21-22 PAVEMENT REHABILITATION PROJECT PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: NOV 2022- MAY 2023 AGENCY: CITY OF TEMPLE CITY - 9701 E LAS TUNAS DR, TEMPLE CITY, CA 91780 CONTACT PERSON: ALI CAYIR 714-883-8677 ORIGINAL CONTRACT AMOUNT: $3,727,000 FINAL CONTRACT AMOUNT: $4,031,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 23-24 SLURRY SEAL AT VARIOUS LOCATIONS PROJECT DESCRIPTION: CITYWIDE ASPHALT REPAIRS & SLURRY APPROXIMATE CONSTRUCTION DATES: JAN 2024 - APRIL 2024 AGENCY: CITY OF MONTEREY PARK -320 WEST NEWMARK AVE MONTEREY PARK, CA 91754 CONTACT PERSON: ZIAD MAZBOUDI 626-532-2018 ORIGINAL CONTRACT AMOUNT: $1,400,000 FINAL CONTRACT AMOUNT: $1,269,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: ACTUAL BID QUATITIES LESS THAN ORIGINAL BID QUANTITY. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 22-23 S131 PAVEMENT REHABILITATION PROJECT PROJECT DESCRIPTION: VARIOUS STREET FULL DEPTH RECONSTRUCTION APPROXIMATE CONSTRUCTION DATES: JAN 2024 - MAY 2024 AGENCY: CITY OF HEMET - 445 E FLORIDA AVENUE HEMET, CA 92543 CONTACT PERSON: JILLEEN FERRIS 951-765-2360 ORIGINAL CONTRACT AMOUNT: $2,020,000 FINAL CONTRACT AMOUNT: $2,528,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 - TEL (714) 632-6699 - FAX (714) 632-1883 PROJECT NAME: PARKS, CIVIC CENTER & SHERRIF STATION PARKING LOT REHABILITATION PROJECT DESCRIPTION: ASPHALT REMOVAL & REPLACEMENT APPROXIMATE CONSTRUCTION DATES: FEB 2024 - MAY 2024 AGENCY: CITY OF LAWNDALE - 14717 BURIN AVE LAWNDALE, CA 90260 CONTACT PERSON: NICK PETREVSKI 310-973-3265 ORIGINAL CONTRACT AMOUNT:: $486,486 FINAL CONTRACT AMOUNT: $601,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: RESIDENTIAL STREET PAVEMENT REHABILITATION PROJECT, AREA 8 PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: JULY 2022 - OCT 2022 AGENCY: CITY OF DOWNEY-11111 BROOKSHIRE AVE, DOWNEY, CA 90241 CONTACT PERSON: BRIAN ALENAN 562-904-7110 ORIGINAL CONTRACT AMOUNT: $3,227,000.00 FINAL CONTRACT AMOUNT: $3,553,442.43 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID SCHEDULE QUANTITIES DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 - TEL (714) 632-6699 - FAX (714) 632-1883 Wk LARGE PROJECT REFERENCES PROJECT NAME: CULVER DRIVE IMPROVEMENTS FROM WALNUT AVENUE TO 1-5 FREEWAY PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: SEPT 2022 - JAN 2023 CONSULTING COMPANY: CITY OF IRVINE - 6427 OAK CANYON, IRVINE, CA 92618 CONTACT PERSON: FARHAD BOLOURCHI 949-724-6689 ORIGINAL CONTRACT AMOUNT: $1,677,000.00 FINAL CONTRACT AMOUNT: $1,704,308.59 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID SCHEDULE QUANTITIES DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: PHASING 6A - RESIDENTIAL STREET REHABILITATION PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: CONSULTING COMPANY: CITY OF LA MIRADA - 15515 PHOEBE AVE, LA MIRADA, CA 90638 CONTACT PERSON: ERIC VILLAGRACIA 562-902-2373 ORIGINAL CONTRACT AMOUNT: $4,242,000.00 FINAL CONTRACT AMOUNT: $4,524,646.67 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: SCOPES Of WORK CHANGED BY AGENCY DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: ROCHESTER AVENUE PAVEMENT REHABILITATION PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: MARCH 2O22-AUG 2022 AGENCY: CITY OF RANCHO CUCAMONGA - 10500 CIVIC CENTER DRIVE, RANCH CUCAMONGA, CA 91730 CONTACT PERSON: ROMEO DAVID 909-774-4070 ORIGINAL CONTRACT AMOUNT: $1,727,000.00 FINAL CONTRACT AMOUNT: $1,714,733.75 IF FINALAMOUNT IS DIFFERENT FROM ORIGINALAMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID SCHEDULE QUANTITIES DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 - TEL (714) 632-6699 - FAX (714) 632-1883 Wk REFERENCES GENERAL CONTRACTORS: JOBS PERFORMED: LOCATION: AMOUNT: Fullmer Construction Centerpointe Moreno Valley $3,187,914.00 1725 S. Grove Ave. Sycamore Bus. Park Riverside $999,708.00 Ontario, CA 91761 Hillwood Hofer Ranch Ontario $603,600.00 Ph: 909-947-9467 Interchange A-E San Bernardino $1,288,615.00 Fax: 909-947-2970 San Michelle Logistics Moreno Valley $670,674.00 Contact: Casey Jones Terra Francesco Ontario $524,216.00 KCS West, Inc. BP Refinery Maintenance Shop Carson $896,357.00 901 Corporate Ctr, Dr, 3" flr Monterey Park, CA 9174 Ph: 323-269-0020 Fx: 323-263-4576 Contact: Matthew Vawter GMC Engineering, Inc. Edison Romoland $1,623,480.00 1401 Warner Ave Tustin, CA 92780 Ph: 760-744-133 Fx: 714-247-1041 Contact: Gennady Lusardi Construction FEDEX —Otay Mesa San Diego $1,335,530.00 1570 Linda Vista Dr. Team Nissan Oxnard $669,075.00 San Marcos, CA 92064 Edge at Campus ElSegundo $541,385.00 Ph: 760-744-3133 Carmax Oxnard $606,443.00 Fax: 760-744-9064 Seabridge Oxnard $329,460.00 Contact Scott Staley ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 —TEL (714) 632-6699 — FAX (714) 632-1883 Haagen Company, LLC 12302 Exposition Blvd Los Angeles, CA 90064 Ph: 310-820-1200 Fx: 310-820-1225 Contact: Chris Fahey ARCO National Construction Co. 900 N. Rock Hill Rd St. Louis, MO 63119 P h : 314-963-0715 Fx: 314-963-7114 Contact: Chris Wilson Grant General Contractors 5051 Avenida Encinas Carlsbad, CA 92008 Ph: 760-438-7500 Fx: 760-438-3056 Contact: Pete Burrows Empire Polo Club Scannell FEDEX Whittier Area Community Church Crevier BMW Indio Burbank Whittier Santa Ana $1,036,745.00 $1,125,958.00 $625,920.00 $30,600.00 ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 —TEL (714) 632-6699 — FAX (714) 632-1883 Wk ASPHALT RUBBER HOT MIX REFERENCES: GENERAL CONTRACTORS: JOBS PERFORMED: LOCATION: AMOUNT: GMC ENGINEERING, INC. 1401 Warner Ave, Ste B. Tustin, CA 92780 Ph:714-247-1040 Fx: 714-247-1041 Contact: Gennady Chizik R.D OLSON CONSTRUCITON, INC. 2955 Main Street, 3'd Floor Irvine, CA 92614 Ph: 949-474-2001 Fx: 949-474-1534 Contact: Jeremy Dunn Katella Ave. St. Improv Los Alamitos $120,000.00 Various Projects Lido House Hotel Newport Beach $193,105.00 1F YOU HAVE ANY QUESTIONS, PLEASE FEEL FREE TO CONTACT COREY KIRSCHNER AT 714-632-6699 OR VIA EMAIL AT COREYC ONYXPAVING.NET ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 —TEL (714) 632-6699 — FAX (714) 632-1883 ONYX PAVING COMPANY, INC 2890 E. LA CRESTA AVE ANAHEIM, CA 92806 PHONE: (714) 632-6699 FAX: (714) 632-1883 PRESIDENT: COREY R. KIRSCHNER BANK: BANK OF THE WEST Wk CREDIT REFERENCES DATE ESTABLISHED 1/4/90 TYPE OF WORK - ASPHALT PAVING INSURANCE AGENT: WOOD GUTMANN & BOGART CORP. TAX ID. # 3 3-03943 44 CONTRACTORS LIC. # 630360-A 14029 SPRINGWATER LN. EASTVALE, CA 92880 4501 E. LA PALMA AVENUE, ANAHEIM, CA 92807 PHONE: (714) 777-9620 BRYAN PLOESSEL 15901 RED HILL AVE., STE. 100, TUSTIN, CA 92780 PHONE: (714) 824-8384 MICHAELTRAN SURETY AGENT: TURNER SURETY AND INSURANCE BROKERAGE, INC. 5 HUTTON CENTRE, STE. 730, SANTA ANA, CA 92707 PHONE: (714) 915-4032 JEREMY PENDERGAST CREDIT REFERENCES: MATICH CORP. P.O. BOX 10, HIGHLAND, CA 92346 (909) 382-7400 Steve Matich ALL AMERICAN P.O. BOX 2229, CORONA, CA 92878 (951) 736-7600 Cari KELTERITE CORP. 12231 PANGBORN AVE.DOWNEY, CA (562) 401-0011 Gladys VULCAN MATERIALS CO. 16013 E. FOOTHILL BLVD, IRWINDALE, CA 91702 (858) 530-9414 Debbie GENERAL CONTRACTOR REFERENCES: FULLMER CONSTRUCTION 1725 S. GROVE AVE., ONTARIO, CA 91761 (909) 947-9467 Casey Jones BYROM-DAVEY, INC. 13220 EVENING CREEK DR. SOUTH #103, SAN DIEGO (858) 513-7199 Steve Davey PACIFIC CONST. GROUP 17895 SKY PARK CIR., IRVINE, CA 92614 (949) 748-1500 Mark Bundy ERICKSON-HALL CONST. CO. 500 CORPORATE DR., ESCONDIDO, CA 92069 (760) 796-7700 Justin Sinnott ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 — TEL (714) 632-6699 — FAX (714) 632-1883 RESUME Corey Kirschner has over 20 years of experience both as an estimator and CEO. Corey is an experienced estimator and lead a majority of those years being the Chief Estimator before becoming CEO and President of Onyx Paving Company, Inc. Over the short period of time here at Onyx Paving, Corey has completed over 3,000 paving projects, allowing the company to gross over $50 million dollars in the previous year. Jay Kirschner, Senior Project Manager, holds a Bachelor's Degree from Chapman University and has 7 years of experience upholding the maintenance supervisor and lead estimator position for Onyx Paving. He leads our team, with the project managers under his direct supervision, in managing our productions and coordinating our field mobilizations for all projects. Tyler Henry, Field Superintendent, serves as the core of all field related matters. He has over 20 years of paving experience performing jobs that stretches from San Diego County to Ventura County. Tyler has been with Onyx in completing all of our Public Works projects. Overseeing the on -site laborers, cement masons, and operating engineers is one of his many responsibilities. BACKLOG ALLOCATION: Corey Kirschner, Jay Kirschner, and Tyler Henry oversee 100% of all current project in attached backlog. ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 —TEL (714) 632-6699 — FAX (714) 632-1883 Superintendent Key Individual Responsibilities: Corey Kirschner - Manage overall operations and resources of company - Decision maker of corporation larksnn HultP - Lead project management team with organization - Overseeing overall project scheduling, budgeting, and dispatching on all projects - Main point of communications between company and agencies Tyler Henry - Lead and manage on -site labors and operators - Coordinate daily operations and project production - Ensuring project quality expectations are met ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 —TEL (714) 632-6699 — FAX (714) 632-1883 rA is zn m im Z EF Q. es z 006 > I;A z 0 c N EP CONT CTORS C.�Ca STATE LICENSE BOARD ACTIVE LICENSE ,.M..-630360 E, CORP e.—.— ONYX PAVING COMPANY INC � —A C12 E--- 10i3112025 Ar" cslc cas oov Dr R 99ft°fcaww" eCPR Public Search Log in O"tr"wt of KEM M. indM IwYioM Public Works Support Contractors Projects Register Home i Contractor i ONYX PAVING COMPANY, INC. ONYX PAVING COMPANY, INC. Contractor Contractor business email davidw@onyxpaving.com Contractor c ation eff date 2024-07-01 Contractor first name David Contractor mailing city ANAHEIM Contractor mailing state CA Contractor mailing zip 92806 Contractor physical city ANAHEIM Contractor physical state CA Contractor physical zip 92806 Contractor certify date 2023-06-21 Contractor company type Corporation Contractor craft legacy Cement Mason; Operating Engineer, Labore Contractor craft snow Contractor c ation exp date 2025-06-30 Contractor date deactivated Contractor dba name Contractor entity number 630360 Contractor ID 1000004798 Contractor last name Wiltfong Contractor mailing address2 Contractor physical addressl 2890 E. LA CRESTA AVENUE Contractor physical address2 Contractor source SNOW Contractor we cert date i2022-10-01 Contractor we exp date 2023-10-12 Contractor we policy number WC106300504 Contractor we selection Insured by carrier Contractor legal entity name ONYX PAVING COMPANY, INC. Contractor mailing addressl 2890 E. LA CRESTA AVEN U E Contractor we carrier Zurich American Insurance Compamy Checked ��� 01 w D ' sawacaww" eCPR Public Search DW . .111 i■i BOA! Public Works Support Contractors Projects Services Your information TRANSACT0003992 Transaction Record First Name David Last Name Wiltfong Payment Amount 400 Payment Period DW David Wiltfong Logout Registration Valid Date 2024-07-01 User Account Email davidw@onyxpaving.com Confirmation Number 24071791440573 • Status Successful Number TRANSACT0003992 Payment URL Gli�k.h�r.� Is this registration a renewal of an existing registration Yes ONYX PAVING COMPANY INC LICENSE# 630360 DIR# 1000004798 UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF ONYX PAVING COMPANY, INC, (a California corporation) August 20`", 2024 The undersigned director, constituting the entire board of directors (the "Board") of Onyx Paving Company, Inc., 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, Corey 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. 0 2890 E. La Cresta Ave., Anaheim, CA 92806 & 714-632-6699 0 0 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] 0 2890 E. La Cresta Ave., Anaheim, CA 92806 0 714.632-6699 0 ONYX PAVING COMPANY INC LICENSE# 630360 DIRif 1000004798 IN WITNESS WHEREOF, the undersigned has executed this Unanimous Written Consent of the Board of Directors as of the date first above written. RA Corey%rsorier Chjef Executive Officer n I Anthony Steen v aresident / X Ridurd DeVos Cheer Financial Officer X Jay K ner Vice 7rs nt. Secretary. Treasurer * 2890 E. La Cresta Ave., Anaheim, CA 92806 t 714.632-6599 C EQUAL EMPLOYMENT OPPORTUNITY The Company is committed to providing equal employment opportunities to all Employees and applicants without regard to race ilinclud!ng traits historically associated with raca, such as hair texture and protective hairstyles). religion or religinus creed iincuuding religious dress or grooming practices), color, sex (including pregnancy, childbirth. breastfeeding, or related medical condition I, genetic information, gender, gender Identity and gender expression, sexual orientation, lransgender status. transiti:ning status, national origin, ancestry citizenship status. uniform service member status. military and veteran status, marital status, age protected medical condition, physical or mental disability. holding or presenting a driver's license issued under Cal Vehicle Code Section 12801.E, or any other protected status in accordance :with all app'acaNe federal. state, and local laws Company policy also prohibits unlawful discrimination based on the perception that anyone has any of the above characteristics, or is associated with a person who has or is perceived as having any of the above characteristics. Disciirnination can also include failing to reasonably accommodate religious dress and grooming practices, or individuals with mental or physical disabilities where the accommodation does not pose an undue hardship This Policy extends to all aspects of the Company's employment practices, inrhiding, but not limited to, recruiting, hiring, firing, promoting, transferring, compensation benefits, training,1leaves of absence, and other terms and conditions of Employment, as well as providing wages at the same rate for one sex as those of the opposite sex, and at the same rate for any racefethnicity as another race/ethnicity, vho perform substantially similar work iconsisting of similar skill, effort, and responsibility) under similar working conditions. fie Company is also committed to comply inq -.-ith the la;,s protecting qualified aidraduats ith drs'�-Iitms The {ompan, .till lnovide a reasonable accommodation for any kno,•�m physical or mental dlsab"y of a qualified Individual ::ith a disability to the extent required by tat. provided the requested accommodation does not create an undue hardship for the Company and,or does not pose a direct threat to the health or safety of others in the .:orliplace and�or to the indrwdual If an Employee regvues an accommodation to perform the essential functions of their lot! the Employee must notify Human Resources Once the Company is &.ware of the need far in accomrttodation, the Company r:lll engage in an intEv-active process to identify possible accommo,'dotions that will enable the Employee to perform the essential functions of the )ob. Employees with questions or concerns about discrimination in the vmrkplace should bring these issues to the attention of Human Resources, or any member of management. Employees can raise concerns report problems. or make complaints without fear of retaliation Anyone found to be engaging in any type of unlawful discrimination will be subject to disciplinary action. up to and including separation of employment ONYX PAVING COMPANY, INC. COREY R. KIRSCHNER CEO, PRES, VP, SEC, TREA .. Request for Taxpayer Give Farm to the Form (Rev, October 2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to wwwJrs.gov1FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this tine; do not Leave this line blank. ONYX PAVING COMPANY, INC. 2 Business name/disregarded entity name, if different from above _.._.._ m3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to CD following seven boxes, certain entities, not individuals; see p ❑ tndividuai/sole proprietor or ❑ C Corporation ® S Corporation ❑ Partnership ❑ TrusL'estate nstructions on page 3): single -member LLC Exempt payee code (if any) _` y+ ❑ Limited liability company, Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► p Nate: Check the appropriate box in the line above for the fax classification of the single -member owner. Do net check Exemption from FATCA reporting LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (if any) V another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that( is disregarded from the owner should check the appropriate box for the tax classification of its owner, t ❑ Other (see instructions) ► 1ws r� as x rcrs m¢ a x c ne us. b Address (number, street, and apt, or suite no.) See instructions. y Requester's name and address (optional) 2890 E. LA CRESTA AVE. 8 City, state, and ZIP code ANAHEIM, CA 92806 T List account number(s) here (optional) JV� Taxpayer Identification Number (TIN) _ Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding_ For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN), if you do not have a number, see How to get a TiN, later, Note: if the account is in more than one name, see the instructions for line i . Also see What Name and Number To Give the Requester for guidelines on whose number to enter. I Social security number) or Employer identification number 1 3 3 - 1 0 1 3 1 9 1 4; 3 4 4 j Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the internal Revenue Service (iRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (e) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4, The FATCA code(s) entered on this form (it any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return, For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part It, later. Sign sig"ture of ff Here U.S. person►r t Date ► 03/27/2024 General Instructions Section references are to the internal Revenue Code unless otherwise noted. Future developments. For the latest Information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9, Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the iRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information retums include, but are not limited to, the following. + Form 1099-INT (interest earned or paid) • Form 1099-OIV (dividends, including those from stocks or mutual funds) + Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) + Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) + Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TiN, If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding, See What is backup withholding, later. Cat. No. 10231 X Form W-9 (Rev, 10-2018) CERTIFICATE OF LIABILITY INSURANCE r ATE(MM/DD/YYYY) �-� 3/12/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Burnham WGB Insurance Solutions CA Insurance License OF69771 15901 Red Hill Avenue Tustin CA 92780 CONTACT NAME: Michael Tran PHONE Ex 714-824-8384 NC No : 714-573-1770 E-MAIL ADDREss: michael.tran@wgbib.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: American Zurich Insurance Comp 40142 License#: OF69771 INSURED ONYXPAV-01 Onyx Paving Company, Inc. 2890 E. La Cresta Avenue INSURER B : Zurich American Insurance Comp16535 INSURERC: Scottsdale Indemnity Co 15580 Anaheim CA 92806-1816 INSURER D: INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: 1519793494 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER MMIDDY/YYYY MMIDDfYYYY LIMITS C X COMMERCIAL GENERAL LIABILITY BCS2000426 3/14/2024 10/1/2024 EACH OCCURRENCE $2,000,000 CLAIMS -MADE X OCCUR D AMAGE TO RENTED PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) $ Excluded PERSONAL & ADV INJURY $ 2,000,000 AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 GEN'L POLICYFX] PRO- 0 JECT LOC PRODUCTS -COMP/OP AGG $ 4,000,000 $ OTHER: A AUTOMOBILELIABILITY BAP106300605 10/1/2023 10/l/2024 COMBINED SINGLE LIMIT Ea accident $2,000,000 X ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X HIRED X NON -OWNED AUTOS PROPERTY DAMAGE Per accident $ ONLY AUTOS ONLY UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE RE DED TENTION $ $ B WORKERS COMPENSATION WC106300505 10/1/2023 10/1/2024 X PER ORTH- I I AND EMPLOYERS' LIABILITY Y / N STATUTE EE E.L. EACH ACCIDENT $ 1,000,000 ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ NIA E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate holder(s) is/are named as additional insured per the attached endorsements as required by written contract subject to the terms & conditions of the policy: GL Additional Insured Form #CG 20 10 12 19 and CG 20 37 12 19 GL Additional Insured State -Permits Form #CG 20 12 12 19 GL Primary and Non -Contributory Form #CG 20 01 12 19 GL Waiver of Subrogation Form #CG 24 04 12 19 GL Per Project Form #GLS-332s 01 12 See Attached... Onyx Paving Company, Inc. 2890 E. La Cresta Ave. Anaheim CA 92806 lilil� �.. C LLN I I V IY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD gEp� F, STATE OF CALIFORNIA Office of the Secretary of State a STATEMENT OF INFORMATION CORPORATION California Secretary of State 1500 11th Street Sacramento, California 95814 (916)657-5448 Entity Details Corporation Name Entity No. Formed In 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 I Officers IIIIIM IIII IIY IIIII IIII IIII YYI YYI IIYI IIIII INn Ills IIIN IIII NII For Office Use Only -FILED - File No.: BA20250508272 Date Filed: 3/11/2025 ONYX PAVING COMPANY, INC. 1659076 CALIFORNIA 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 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 Jay Kirschner 2890 E. LA CRESTA AVE. Treasurer ANAHEIM, CA 92806 0 Anthony Steen 2890 E LA CRESTA AVE Other President ANAHEIM, CA 92806 Directors Director Name Director Address Anthony Steen 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Corey Kirschner 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 COREY KIRSCHNER 2890 E. LA CRESTA AVE ANAHEIM, CA 92806 Page 1 of: Type of Business Type of Business ASPHALT PAVING AND CONCRETE SERVICES 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. Joan Ward 0311112025 Signature Date Page 2 of California Environmental 1'i•otection Agency Air Resources Board January 1, 2025 CERTIFICATE OF REPORTED COMPLIANCE OFF -ROAD DIESEL VEHICLE REGULATION is issued to ONYX PAVING COMPANY, INC. Tnis certifseale 000Mes ltlat the Meet hated above has reported off -road deee'. veh;des to the Cahrorme Air Rersmsces Hoard and has certified they are in compliance with td!e 13 CCR, section 2449 Ail applicable velvc-les owned by trw mdmickal, comparry. or agency rrust be reported and'abeled. as soac!ti-ed In Soon 2449. with all p;?mUe cornpletene-.s elw this certshcate tenull and vosd Certificate expires 2/28/2026 Off -road DlmW Fleet Idenaeatlon 2694 CLer, oGma.d O.wwn To wnlr me e+thwticdWW, y or r.l oer.. vtlei ron CWMDW 1c c.�fro.fo'cu w. w Swt• s.+w...+w�.d htlp dwww arb ca gov.doors compiance certt html