Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Onyx Paving Company, Inc.
ADDENDUM NUMBER 02 TO: All Prospective Bidders and Plan Holders FROM: Ubaldo Ayon, Assistant Construction Manager DATE: November 04, 2025 SUBJECT: Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal Improvements 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. ■ CLARIFICATIONS Question 1. Can you please clarify the intent of added item #7 (Localized Dig Out and AC Pavement Repair). Is this item for the spot repairs on the slurry streets? If this is the intent, with having full depth repairs at 1.5" repairs in these areas there is no way to quantify this item in sqft. Please advise. Response: Another bid item of work has been added to separate the spot repairs. See attached revised Section 1210 Bid Schedule. ■ PROJECT SPECIFICATIONS Section 1210: Section 1210 is replaced; the following is a summary of the changes: • Bid Item 5 quantity revised to separate spot repair work • Bid Item 7 description revised • Bid Item 8 added for 1.5" grind and overlay spot repairs • Bid item sequential numbering revised accordingly Section 4000 Sheet 4000-20, add Section 15.0: Adjust to Grade, Water Valve Frame and Cover after section 14.0 with the following: 15.0 ADJUST TO GRADE, WATER VALVE FRAME AND COVER (ADDITIVE ALTERNATE) Adjust water valve can and lid to grade shall conform the latest Coachella Valley Water District Standard Specifications for Construction of Domestic Water Systems and these Special Provisions. ta Quiaev -CUll oRmN-- The Contractor shall excavate to the top of the existing valve, remove the existing PVC pipe and place a new C-900 PVC pipe and valve well frame in accordance with CVWD Standard Drawing No. W-17. Payment for Lower/Raise Water Valve Frame and Cover to Grade per CVWD Standards shall be measured and paid for at the contract unit price per Each and shall include full compensation for all labor, materials, tools, and equipment and for doing all work involved in excavation, removal of the existing valve can and frame, placement of a new PVC well, frame, valve cover and concrete collar, backfill and compaction per the plan and standard drawings and no additional compensation will be allowed therefore. Section 4000 Add Section 16.0: Adjust to Grade, Sewer Manhole Frame and Cover after section 15.0 with the following: 16.0 ADJUST TO GRADE, SEWER MANHOLE FRAME AND COVER (ADDITIVE ALTERNATE) Adjust Sanitary Sewer Manhole to Grade shall include all work necessary to adjust the sanitary sewer manhole from its current location to the final location and grade shown per the plans and specifications, these specifications, and Coachella Valley Water District (CVWD) requirements. Adjust Sanitary Sewer Manhole to Grade shall include excavation and backfill, and adjusting the sanitary sewer manhole to final grade elevations in accordance with CVWD standards including replacing damaged covers, rings and frames. Work includes all correspondence with CVWD for completion of the work. The contract unit price paid for Lower/Raise Sanitary Sewer Manhole Frame and Cover to Grade per CVWD Standards shall include the per Each price to include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in adjusting the manhole, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer with no additional compensation allowed. Section 4000 Add Section 17.0: Adjust to Grade, Sewer Clean -Out Frame and Cover after section 16.0 with the following: 17.0 ADJUST TO GRADE, SEWER CLEAN -OUT FRAME AND COVER (ADDITIVE ALTERNATE) Adjust Sanitary Sewer Clean -Out to Grade shall include all work necessary to adjust the sanitary sewer clean -out from its current location to the final location and grade shown per the plans and specifications, these specifications, and Coachella Valley Water District (CVWD) requirements. �Cv -- CALIVORNLA -- Adjust Sanitary Sewer Clean -Out to Grade shall include excavation and backfill, and adjusting the sanitary sewer clean -out to final grade elevations in accordance with CVWD standards including replacing damaged covers, v.c.p., and frames. Work includes all correspondence with CVWD for completion of the work. The contract unit price paid for Lower/Raise Sewer Clean -Out Frame and Cover to Grade per CVWD Standards shall include the per Each price to include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in adjusting the clean -out, complete in place, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer with no additional compensation allowed. ■ PROJECT PLANS The following changes are made to the plans: • Sheet 13: Revised Striping notes and callouts. • Sheet 14: Revised pavement delineation and signs for bike lanes between Blackhawk Way and Miles. Revised Striping notes and callouts. • Sheet 15: Revised pavement delineation and signs for bike lanes between Blackhawk Way and Miles. Revised Striping notes. • Sheet 16: Revised Striping note. The Contractor is hereby notified; Addendum No. 02 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: Digitally signed by Ubaldo Ayon Date: 2025.11.0314:56:17 08,00, Ubaldo Ayon, Assistant Construction Manager Attachments: 1. Revised Bid Schedule Dated 11/04/2025 2. Revised Plan Sheets 13 - 16 END OF ADDENDUM NUMBER 02 ta Q"fra ..,CAJA FMNIA- ADDENDUM NUMBER 01 TO: All Prospective Bidders and Plan Holders FROM: Ubaldo Ayon, Assistant Construction Manager DATE: October 29, 2025 SUBJECT: Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal Improvements 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. ■ CLARIFICATIONS Question 1. Sheet 13 Sec 7.0 States the basis of award shall be the lowest combined price of the Base Bid area plus all Additive Alternates, Sheet 27 states Grand Total is Base Bid plus all Additive Alternates and Deductive Alternates. Please clarify the Award. Response: See the following for updated clarification language hereon this addendum. Question 2. Per Sheet 2 of the plans (Detail: existing pavement repair), is the intent to match the existing AC pavement section table or raise the grade per the AC Overlay Table? Response: The intent is to match the existing asphalt concrete surface, with potential minor variations in overlay thickness due to compaction. The intent is also to maintain and match existing grades. Question 3. If Additive Alternates are awarded, will additional working days be added to the contract? 40 working days for the amount of scope for the project appears to be a short time line. Response: Working days have been revised to 50, no additional working days shall be considered for additive alternates or deductive alternates. Question 4. Additive Alternate 4 does not have a Mobilization or Traffic Control line item. Please Advise. Response: See attached Section 1210 Bid Schedule for revised Additive Alternate 4 bid items. ■ PROJECT SPECIFICATIONS Section 1100 Sheet 1100-1, Replace paragraph three with the following: As Reads: This project shall be completed within 40 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". Is Amended to Read: This project shall be completed within 50 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". Section 1110 Sheet 1110-3, Subsection 7.0: Preparation of Bid Forms, Replace paragraph one with the following: As Reads: Bids shall be made on the blank forms in this manual and must be submitted at the time and place stated in the Invitation to Bid. All blanks in the bid forms must be appropriately filled in and all prices must be stated in figures. Unit prices in each and every case shall represent a true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein shall include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. Unbalanced unit prices shall be sufficient cause for rejection of the bid. The purpose of the unit pricing is for bid evaluation and changes in the work during construction. The basis for award shall be the lowest combined price of the Base Bid Area plus all Additive Alternates. All bids must be submitted in a sealed envelope, addressed to the City Clerk, with the following annotation: W �+44INW Is Amended to Read: Bids shall be made on the blank forms in this manual and must be submitted at the time and place stated in the Invitation to Bid. All blanks in the bid forms must be appropriately filled in and all prices must be stated in figures. Unit prices in each and every case shall represent a true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein shall include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. Unbalanced unit prices shall be sufficient cause for rejection of the bid. The purpose of the unit pricing is for bid evaluation and changes in the work during construction. The basis for award shall be the lowest combined price of the Base Bid Area plus all Additive Alternates and Deductive Alternates. All bids must be submitted in a sealed envelope, addressed to the City Clerk, with the following annotation: Section 1210 Sheet 1210-1, Replace paragraph one with the following: As Reads: 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 fumish and install any and all labor, materials, transportation and services for Project No. 2025-02, FY25126 PMP Rehab & Slurry Seal Improvements, in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of the Base Bid Area plus all Additive Alternates. Is Amended to Read: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal Improvements, in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of the Base Bid Area plus all Additive Alternates and Deductive Alternates. Section 1300 Sheet 1300-1, Replace paragraph four with the following: As Reads: 4. Contractor shall commence work after the issuance of a written Notice to Proceed and agrees to have all work completed within 40 working days from the date of Notification to Proceed. Is Amended to Read: 4. Contractor shall commence work after the issuance of a written Notice to Proceed and agrees to have all work completed within 50 working days from the date of Notification to Proceed. Section 3000 Sheet 3000-2, Subsection 1.6: Time Allowed for Construction, Replace paragraph one with the following: As Reads: In accordance with the provisions of Paragraph 1400-6.2, Time of Completion, this project shall be completed within 40 working days from the date specified in the Notice to Proceed. Is Amended to Read: In accordance with the provisions of Paragraph 1400-6.2, Time of Completion, this project shall be completed within 50 working days from the date specified in the Notice to Proceed. ■ PROJECT PLANS Sheets 13 - 14 are replaced with the attached. The addendum includes additional pavement markings. 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: Digitally signed by Ubaldo Ayon Date: 2025.10.29 08:59:37 07'00' Ubaldo Ayon, Assistant Construction Manager Attachments: 1. Bid Schedule Dated 10/29/2025 2. Revised Plan Sheets 13 - 14 END OF ADDENDUM NUMBER 01 ta QulS f a BID DOCUMENTS SPECIFICATIONS CITY PROJECT NO. 2025-02 FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS CITY OF LA QUINTA, CALIFORNIA OcType text here PREPARED FOR: CITY OF LA QUINTA DEPARTMENT OF DESIGN & DEVELOPMENT 78-495 CALLE TAMPICO LA QUINTA, CA 92253 (760)777-7000 APPROVED BY: DATE: October 16, 2025 BRYA McKINNEY, P.E. PUBLIC WORKS DIRECTOR/ CITY ENGINEER R.C.E. No. 49418 Exp Date: 09/30/26 OCTOBER 2025 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 1110-9 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 Iran Contracting Act of 2010 Certification 1270-1 1280 Russian Aggression Against Ukraine Sanctions 1280-1 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 1400-2 1.4 Penalty for Collusion 1400-2 1.5 Successors and Assigns 1400-2 1.6 Assignment to City 1400-2 1.7 Rights and Remedies 1400-2 1.8 Definitions 1400-3 2.0 Administration 1400-7 2.1 Administration of the Contract 1400-7 2.2 City Engineer 1400-8 2.3 Consultants 1400-8 3.0 City 1400-8 3.1 General 1400-8 3.2 Attention to Work 1400-9 3.3 Inspection 1400-9 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 1400-10 4.1 Office 1400-10 4.2 Contractor's Representative 1400-10 4.3 Construction Procedures 1400-10 4.4 Contractor's Employees 1400-10 4.5 Subcontractors 1400-11 4.6 Contractor's Equipment and Facilities 1400-11 4.7 Public Safety and Convenience 1400-11 4.8 City -Contractor Coordination 1400-12 4.9 Permits 1400-13 4.10 Contractor's Responsibility for the Work and Material 1400-13 4.11 Laws to be Observed 1400-13 4.12 Safety 1400-17 5.0 Control of Work and Material 1400-18 5.1 Means and Method 1400-18 5.2 City -Furnished Materials 1400-19 5.3 Defective and Unauthorized Work 1400-19 5.4 Unnoticed Defects 1400-19 5.5 Right to Retain Imperfect Work 1400-19 6.0 Progress of the Work 1400-20 6.1 Beginning of Work 1400-20 6.2 Time of Completion 1400-20 6.3 Delays 1400-20 6.4 Time Extensions 1400-21 6.5 Temporary Suspension of Work 1400-23 6.6 Termination of Contract 1400-23 7.0 Changes in Scope of Work 1400-24 7.1 Change Orders 1400-24 7.2 Differing Site Conditions 1400-25 7.3 Resolution of Disputes 1400-26 8.0 Project Modifications Procedures 1400-29 8.1 Changes in Contract Price 1400-29 8.2 Negotiated Change Orders 1400-30 8.3 Force Account Payment 1400-31 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 2000-5 5.1 Dust Control 2000-5 5.2 Noise Abatement 2000-5 5.3 Working Hours 2000-5 5.4 Drainage Control 2000-5 5.5 Construction Cleaning 2000-6 5.6 Disposal of Material 2000-6 5.7 Parking and Storage Areas 2000-6 6.0 Protection and Restoration of Existing Improvements 2000-6 7.0 Existing Utilities 2000-7 7.1 General 2000-7 7.2 Notification and Location 2000-7 7.3 Damage and Protection 2000-7 7.4 Utility Relocation and Rearrangement 2000-7 7.5 Underground Facilities 2000-8 DIVISION 3 - SPECIAL PROVISIONS 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 3000-8 4.5 Air Contaminants 3000-8 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 4000-3 5.0 Clearing and Grubbing 4000-4 6.0 Unclassified Excavation 4000-5 7.0 Existing Bituminous Pavement Removal 4000-5 8.0 Cold Milling AC Pavement 4000-6 9.0 Grading and Subgrade Preparation 4000-7 10.0 Asphalt Concrete 4000-7 11.0 Emulsion Aggregate Slurry Seal 4000-10 12.0 Adjust To Grade, Storm Drain Manhole 4000-16 13.0 Striping and Pavement Markings 4000-17 14.0 Traffic Signs 4000-19 Appendix A: Escrow Agreement for Security Deposits In lieu of Retention Appendix B: Standard Plans Appendix C: Sample GIS Maps Appendix D: Existing Pavement Section Thickness Appendix E: As -Built Drawing SECTION 1100 INVITATION TO BID PROJECT NO. 2025-02 FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS 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 10:00 A.M. on November 6, 2025, at which time they will be publicly opened and read for performing work as follows: The project consists of furnishing and applying slurry seal on select streets within the City of La Quinta. These streets include, Avenida Diaz, Avenida Juarez, Avenida Madero, Avenida Cortez, Avenida Morales, Avenida Montezuma, Calle Nogales, Calle Ensenada, Calle Sonora, Calle Durango, Calle Sinaloa, Calle Hidalgo, Monticello Community, La Quinta Highlands Community, and Adams Street. The proposed work includes, but is not limited to, weed removal, header cuts, application of crack sealant, removal of existing striping, grinding, asphalt overlay, application of Type II Latex Emulsion Aggregate Slurry Seal, and re -striping slurried streets. 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 40 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 11:00 A.M., Monday, October 27, 2025 in the Public Works conference room at City of La Quinta, City Hall located at 78-495 Calle Tampico, La Quinta, California 92253. Complete sets of the bidding documents may be purchased online at: www.planitr)lanroom.com IMPORTANT: If you are not on the plan holders list through Planit Planroom you will not receive addendums. It is the responsibility of the bidder to ensure that they are placed on the plan holders list. 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 http://www.dir.ca.gov/Public-Works/PublicWorks.html . 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 S6854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within 2 days of online submission. Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City to ensure the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the requirements of said Public Contract Code Section 22300. Invitation to Bid 1100-2 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 Contractor) and/or C32 (Parking and Highway Improvement 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. No bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening of bids. Approved By:Ltt;o�:�� Date: October 16, 2025 Bryan McKinney, P.E. Public Works Director/ City Engineer Published By: % Date: October 16, 2025 Monika Radeva City Clerk END OF SECTION Invitation to Bid 1100-3 SECTION 1110 INSTRUCTIONS TO BIDDERS 1.0 WORK TO BE DONE It is the intention of the City to construct improvements as shown and set forth on the plans and detailed drawings, and in the particular locations shown on the drawings. All of the work is particularly set forth in the plans and specifications, and all of said work, together with all other work incidental thereto, is included. The work includes the furnishing of all labor, materials, incidentals and equipment necessary for Project No. 2025-02, FY 25/26 PMP Rehab & Slurry Seal Improvements, and all appurtenant incidental items. The Contractor shall be required to provide, at its own cost and expense, all necessary insurance, as required by law or these specifications, and shall pay the cost and expense of any and all incidental matters herein required. 2.0 EXAMINATION OF CONTRACT DOCUMENTS Each bidder shall thoroughly examine and be familiar with those Contract documents contained in the Project Manual, drawings and addenda, if any. The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the Contract documents. The failure or neglect of a bidder to receive or examine any of the Contract documents shall in no way relieve him from any obligation with respect to its proposal or to the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any Contract documents. 3.0 INSPECTION OF SITE Bidders are required to inspect the site of the work to satisfy themselves by personal examination or by such other means as they may prefer, of the location of the proposed work, and of the actual conditions of and at the site of work. If, during the course of its examination, a bidder finds facts or conditions which appear to be in conflict with the letter or spirit of the bidding documents, the Bidder may apply to the City, in writing, for additional information and explanation before submitting its bid. Submission of a bid by the bidder shall constitute acknowledgment that, if awarded the Contract, it has relied and is relying on its own examination of (1) the site of the work, (2) access to the site, and (3) all other data and matters requisite to the fulfillment of the work and on its own knowledge of existing facilities on and in the vicinity of the site of the work to be constructed under the Contract. 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 1 t t p_t 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 uaYon(a-laquintaca.gov — Email Requests to clarify the source of materials, equipment, suppliers or any other such matter which does not modify, change, increase, or decrease the scope of work requires no action by the City other than a response to the bidder requesting the clarification. Requests to clarify possible ambiguous or incomplete statements or designs, or any other such clarification which modifies, changes, increases or decreases the scope of work, requires issuance of an addendum by the City for the interpretation to become effective. 5.0 POSTPONEMENT OF OPENING The City reserves the right to postpone the date and time for receiving and/or opening of bids at any time prior to the date and time established in the Invitation to Bid. Postponement notices shall be mailed to plan holders of record in the form of addenda. 6.0 OPENING OF BIDS All bids, irrespective of any irregularities or informalities, if received on time, will be opened and publicly read aloud at the time and place set forth in the Invitation to Bid. Bidders, their representatives and other interested persons may be present at the opening and reading of bids. Any bids received after the time for receiving and opening bids as set forth in the Invitation to Bid or as postponed by addenda will be considered nonresponsive and will not be opened. Any such bids will be returned unopened to the Bidder. The public reading of each bid will include at least the following: A. Name and address of bidder. B. The total amount of bid. C. The nature and amount of the security furnished with the bid. Instruction to Bidders 1110-2 7.0 PREPARATION OF BID FORMS Bids shall be made on the blank forms in this manual and must be submitted at the time and place stated in the Invitation to Bid. All blanks in the bid forms must be appropriately filled in and all prices must be stated in figures. Unit prices in each and every case shall represent a true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein shall include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. Unbalanced unit prices shall be sufficient cause for rejection of the bid. The purpose of the unit pricing is for bid evaluation and changes in the work during construction. The basis for award shall be the lowest combined price of the Base Bid Area plus all Additive Alternates. All bids must be submitted in a Sealed envelope, addressed to the City Clerk, with the following annotation: BIDDER ADDRESS This envelope contains a SEALED BID for: Project No. 2025-02, FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS CITY OF LA QUINTA, CALIFORNIA Envelope to be opened on: November 6, 2025 @ 10:00 A.M. Unless revised by Addendum. It is the sole responsibility of the bidder to see that its bid is received in proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. City shall not be responsible for errors or omissions in the bid. Bidders shall write their names on each bid form at the space provided. 8.0 BIDDER'S SIGNATURE AND AUTHORITY If the bid is made by an individual, his/her name, signature, and post office address must be shown; if made by a firm or partnership, the name and post office address of the firm or partnership, a list of the partners, and the signature of at least one of the general partners must be shown; if made by a corporation, the bid shall show the name of the state under the laws of which the corporation is chartered, the name and post office address of the corporation, and the title of the person who signs on behalf of the corporation. If the bid is made by the corporation, a certified copy of the bylaws or resolution of the Board of Directors of the corporation shall be furnished, upon request of the City Engineer or designee, showing the authority of the officer signing the bid to execute Contracts on behalf of the corporation. If the bid is made by a joint venture, the bid shall be signed by a representative of one of the joint venture firms. Additionally, the bid shall include a copy of the resolution or contract empowering the representative to execute the bid and bind the joint venture. Instruction to Bidders 1110-3 9.0 ERASURES The bid submitted must not contain any erasure, interlineations, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the signature or signatures of the person or persons submitting the bid. 10.0 BID IRREGULARITIES Changes in or additions to the bid form, recapitulations of the work bid upon, alternative bids, or any other modifications of the bid form which are not specifically called for in the Contract Documents may result in rejection of the bid by the City, as not being responsive to the Invitation to Bid. No oral or telephonic modification of any bid submitted will be considered. 11.0 MODIFICATION OF BID Modification of a bid already received will be considered only if the modification is received prior to the time established for receiving bids. Modifications shall be made in writing, executed, and submitted in the same form and manner as the original bid. 12.0 WITHDRAWAL OF BIDS In accordance with Public Contract Code 5103, within five days after the opening of bids, a bidder may withdraw its bid providing the bidder can establish to the City's satisfaction that a mistake was made in preparing the bid. A bidder desiring to withdraw shall give written notice to the City, specifying, in detail, how the mistake occurred and how the mistake made the bid materially different than it was intended to be. Withdrawal will not be permitted for mistakes resulting from errors in judgment or carelessness in inspecting the site of the work or in reading the Project Documents. 13.0 ADDENDA Addenda issued during the time of bidding shall become a pan` 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 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 1110-16.0, QUALIFICATION OF BIDDER; which, in the City's opinion, the unit prices are unbalanced; which is accompanied by insufficient or irregular bid security; or, which is from a bidder who has previously failed, on a contract of any nature, to perform properly or to complete it on time. The City reserves the right to waive irregularities. 24.0 CONTRACT AND BONDS The successful bidder, simultaneously with the execution of the Contract, will be required to furnish a Payment Bond on forms provided by the City in an amount equal to one hundred percent (100%) of the Contract Price, a Faithful Performance Bond in an amount equal to one hundred (100%) of the Contract Price, and the WORKER'S COMPENSATION INSURANCE CERTIFICATE in Section 1330. Said bonds shall be secured from a surety company satisfactory to City. Instruction to Bidders 1110-7 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 COSNTRUCTION 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. 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). Instruction to Bidders 1110-9 (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. 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: 11 /5/2025 The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal Improvements, and will contract with the City, on the form of Contract provided herewith, to do everything required for the fulfillment of the contract for said work at the prices and on the terms and conditions herein contained. We have included the following items and agree that they shall form a part of this bid: SECTION TITLE 1200 Bid 1210 Bid Schedule 1220 Bid Guaranty Bond 1230 Certification of Bidder's Experience and Qualifications 1240 Proposed Subcontractors 1250 Non -Collusion Affidavit 1260 DIR Project Vendor Information 1270 Iran Contracting Act of 2010 1280 Russian Aggression Against Ukraine Sanctions 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 1 10/29/2025 2 11 /4/2025 Initials Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. ONYX PAVING COMPANY, INC. 714-632-6699 Name of Bidder 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 22707 LA PALMA AVE, YORBA LINDA, CA 92887 Bidder's Address 630360 Contractor's License No. CALIFORNIA State of Incorporation Signature of Bidder COREY R. KIRSCHNER Printed Name of Signatory CEO Title of Signatory 714-632-6699 Bidder's Telephone Number BIDS@ONYXPAVING.COM Bidder's Email Address 10/31 /2027 Contractor's Expiration Date 1A k_, Witness Title of Witness Bid 1200-2 Addendum 02 — 11/04/2025 SECTION 1210 BID SCHEDULE PROJECT NO. 2025-02 FY25126 PMP REHAB & SLURRY SEAL IMPROVEMENTS City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 To Whom It May Concern: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for Project No. 2025-02, FY25/26 PMP Rehab & Slurry Seal Improvements, in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of the Base Bid Area plus all Additive Alternates and Deductive Alternates. Unit prices in each and every case represent the true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. We acknowledge that unbalanced unit prices shall be sufficient cause for the rejection of our bid. Bid Schedule 1210.1 Addendum 02 — 11/04/2025 BASE BID — FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $1�11 90 $ 14L OOt7 2 Traffic Control 1 LS $3bq o00 $ 3bl000 3 Dust Control 1 LS $ I'Ll000 $ 2t 0go 4 Crack Seal and Type II, Latex Emulsion Aggregate Slur��3 2,761,010 SF $ $ 9113 3.�o Pavement Repair Type I: 1 1/2" 5 Grind and Asphalt Concrete 662,770 SF $ D $ p� m5,bo Overlay Pavement Repair Type II: 6 Remove Ex. A.C., Compacting Ex. Base, and Variable Overlay 66,360 SF $ Z 2 $ 349mo (Depth Per Plan Localized Dig Out and AC 7 Pavement Type 11 Repair per 1,130 SF $ $ 10 110 Plan Localized Dig Out and AC 8 Pavement Type I Repair per 1,250 SF $ $1, 500 Plan 9 Lower and Raise Drainage Manhole 6 EA $ Zlog D $ )ZI090 10 Signing and Striping, Including All Incidentals 1 LS $ yqg y61 �o $ 1 D Total Amount of Bid Items 1 —10 $3 lbi oop City may award all or none of the following additive alternates: ADDITIVE ALTERNATE NO. 1 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Lower Water Valve Frame and 88 EA $ 500 $ �� Cover Per CVWD Standards uu� 2 Raise Water Valve Frame and 88 EA $ $ �� 09P Cover Per CVWD Standards J�� Total Amount of Additive Alternate No. 1 Items 1— 2 $ b t 0 n V Bid Schedule 1210-2 Addendum 02 — 11/04/2025 ADDITIVE ALTERNATE NO. 2 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Lower Sewer Manhole Frame 1 and Cover Per CVWD 33 EA $ S� O $ b Soo Standards Raise Sewer Manhole Frame 2 and Cover Per CVWD 33 EA $(1500 $ �j Do Standards I; Total Amount of Additive Alternate No. 2 Items 1 — 2 $ *000 ADDITIVE ALTERNATE NO. 3 — Hidden River Road Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $ i S $ liq 15 2 Traffic Control 1 LS $ ��0 0 $ J1000 3 Dust Control 1 LS $ 5 $ soon Pavement Repair Type II: 4 Remove Ex. A.C., Compacting 7,540 SF $ S�2S r $ Ex. Base, And Variable Overlay (Depth Per Plan 5 Lower Water Valve Frame and 12 EA $ b $ Cover Per CVWD Standards 6 Raise Water Valve Frame and 12 EA $ �j�p $ bl p00 Cover Per CVWD Standards Total Amount of Additive Alternate No. 3 Items 1 — 6 $ 009 Bid Schedule 1210-3 Addendum 02 — 11/04/2025 ADDITIVE ALTERNATE NO. 4 — La Quinta Hiahlands Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $ 9q1 0q bo $ 4q Boq, 60 2 Traffic Control 1 LS $ M 000 $ I bq 000 3 Dust Control 1 LS $ 1q1000 $ Iy 000 Pavement Repair Type II: 4 Remove Ex. A.C., Compacting 423,330 SF $ Z. �g $ Ex. Base, And Variable Overlay (Depth Per Plan 5 Lower Water Valve Frame and 73 EA $ 500 $3b Cover Per CVWD Standards I50p 6 Raise Water Valve Frame and 73 EA $ SDO $ 3b Soo Cover Per CVWD Standards Lower Sewer Manhole Frame 7 and Cover Per CVWD 31 EA $ 500 $ S! SOn Standards Raise Sewer Manhole Frame 8 and Cover Per CVWD 31 EA $ 11509 $ bISby Standards Lower Sewer Clean -Out Frame 9 and Cover Per CVWD 3 EA $ 50o $ 15DO Standards Raise Sewer Clean -Out Frame 10 and Cover Per CVWD 3 EA $ S �� $ Standards I 1500 Total Amount of Additive Alternate No. 4 Items 1 —10 $ 15 0g O1�0 DEDUCTIVE ALTERNATE NO. 1 — La Quinta Hiahlands Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Crack Seal and Type II, Latex 423,330 SF $ Emulsion Aggregate Slurryi Total Amount of Deductive Alternate No. 1 Items 1: -$ Bid Schedule 1210-4 Addendum 02 — 11/04/2025 GRAND TOTAL BASE BID PLUS ALL ADDITIVE AND DEDUCTIVE ALTERNATES (Figures): $ I1091301, to GRAND TOTAL BASE BID PLUS ALL ADDITIVE AND DEDUCTIVE ALTERNATES (Words): 'oar Milh* foq + homrr6A fort- cl�ht W �CIJVAr� anA +en (, KiS 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) COREY R. KIRSCHNER - CEO Name of Bidder (Printed or Typed) 714-632-6699 Bidder Telephone Number BIDS ONYXPAVING.COM Bidder Email Address Bid Schedule 1210-5 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. 2025-02 FY25/26 PMP REHAB & SLURRY SEAL IMPROVEMENTS NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him/her for signature enters into a written contract in the prescribed form, in accordance with the bid, and files two bonds with the City, one to guarantee faithful performance, and the other to guarantee payment for labor and materials as required by law, and provide certificate of insurance coverage required by the Contract Documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands on this 4th day of October 2025. Onyx Paving Company, Inc. O r'yyw 9. Kig'sc k a v- —C'ED Title of Signatory Signature of Principal 22707 La. Palma Avenue, Yorba Linda, CA 92887 Address Swiss Re Corporate Solutions America Insurance Corporation Zyanya Hernandez, Attorney -in -Fact Title of Signatory J��OtsSAMERj�q =� SEAL .�: :: •m�: tur of Surety ciz- - 1973 ' a - 1200 Main St. Suite 800, Kansas City, MO 64105-2478 Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 ACKNOWLEDGMENTCALIFORNIA ALL-PURPOSE .. .r.� .a�.a .a .a .a .a .a .a .a .a .a �¢.a¢.a¢.a..a¢.a¢_a¢.a¢..¢.c�..c�..c�¢.a .a .cam .a .a .a .a .a _a a ,a .a .a•.a•.a..a¢�a¢.a¢.a¢.a{�<�¢. 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 November 4 2025 before me, Leslie Rocha, Notary Public Date Here Insert Name and Title of the Officer personally appeared Corey R. Kirschner ' Name(i) of Signer) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(t) is/axe subscribed to the within instrument and acknowledged to me that he/sKe/they executed the same in his/hoer/their authorized capacity(iQG), and that by his/hoer/their signature(g) 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 hand and official seal. Notary P_biic • Caii;or�ra a �y, z � Orange County > Commission ; 2afi4S49 Signature My Comm. Expires roar 1 Q. 20zs 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: ---- - -- ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 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 NOV 0 4 2025 before me, Date personally appeared Melissa Annette Lopez, Notary Public Here Insert Name and Title of the Officer Zyanya Hernandez Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/sheAftey executed the same in hisfher/theirauthorized capacity(ies), and that by his/he ttaeiF signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. MELISSAANNETTE LOPEZ Notary Public . California Orange County > Commission # 2521857 �'� •'� My Comm. Expires Jun 28, 2029 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official e Signature Signature N t Pu 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 — _J Limited General = Individual _� Attorney in Fact Trustee J 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: u�c�r�c�cce�z�cc ©2014 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 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 JOAQUIN PEREZ, JONATHAN BATIN, VANESSA RAMIREZ, ZYANYA HERNANDEZ, and JESSICA T. GARCIA JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWO HUNDRED MILLION ($200,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistan 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 rporation when so affixed and in the future with reeard to anv bond, undertaking or contract of surety to which it is attached." By SEAL I Erik Janssens, Senior Vice President of SRCSAIC &Senior Vice President L O • n : of SRCSPIC &Senior Vice President of WIC ►� ? .� �dSSr4�/S s O By. Gerald Jagrowski, Vice President of SRCSAIC & Vice President of SRCSPIC & 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 ss Westport Insurance Corporation On this 10 day of NOVEMBER 20 22 before me, a Notary Public personally appeared Erik Janssens, Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski , Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, personally known to me, who being by me duly 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. O HOIAL SEAL haU CHNSTM— MAMSCO NI➢UUIY:Pl1811Q;8T111E� 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 sti�Ot} full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 4th day of Novemeber LL5. 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 Owner: CITY OF DANA POINT 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 2. Project Name: Calendar Days 22-23 ANNUAL ASPHALT CONCRETE OVERLAY PROJECT Owner: CITY OF EASTVALE Construction Cost: $ 5,998,000 Construction Time: SEP 2023 - MAR 2024 Owner's Representative: CHUCK STAGNER Owner's Telephone No.: 714-925-4628 Date of Substantial Completion: MAR 2024 Calendar Days Bidders Experience & 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 5TH day of NOVEMBER , 2025. ONYX PAVING COMPANY, INC. 630360 1000004798 Name of Bidder Contractor's License No. DIR Reg No. Sign ure of Bidder COREY R. KIRSCHNER Printed Name of Bidder 6/30/2028 Expiration Date CEO Title of Signatory Bidders Experience & Qualifications 1230-2 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. ��� �+�`�PelCDlfoh, (.�l Si'fiPi�01��,i5°1o�LjL�bKS�S�1% ���-�IO�OOO�rOtl i�encc,h _ k??huI+ S00% ►tnr.% 1`Iy'Eod I LAISlurry se�Ii�19�o/L�c#l$y�b�/ �11��Ic�000�ob�5 ,t)�Xb Lf hrotck 5eml /lOn / LlL j- COREY R. KIRSCHNER - CEO Signaliure of Bidder ONYX PAVING COMPANY, INC. Name of Bidder # bD o61Z3 Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of ) COREY R. KIRSCHNER or she is CEO being first duly sworn, deposes and say that he of ONYX PAVING COMPANY, INC. y 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 11/5/2025 Date Non -Collusion Affidavit 1250-1 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 November 5. 2025 before me, Leslie Rocha, Notary Public Date Here Insert Name and Title of the Officer personally appeared Corey R. Kirschner of who proved to me on the basis of satisfactory evidence to be the person(s) whose name(z) is/aye subscribed to the within instrument and acknowledged to me that he/sKe/they executed the same in his/hoer/their authorized capacity(iet), and that by his/hor/their signature( on the instrument the person(R), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. -�' WITNESS my hand and offici seal. 7ER.00CH"A Nctdy.:b3i0f'lla 3-19e County Cor "issien a 2aP4949 Signature My Corn, Expire Md :c, zczQ 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 SECTION 1260 DIR Project Vendor Information Vendor Information: Name: ONYX PAVING COMPANY, INC. Address: 22707 LA PALMA AVE Project Manager: JACKSON HULSE Phone: 714-632-6699 City: YORBA LINDA ST: CA Zip: 92887 Email: BIDS@ONYXPAVING.COM CSLB/Certification Number: 630360 Public Works Registration No.: 1000004798 Classification: Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum Cement Masons V Drywall Finisher Drywall/Lathers Electricians Elevator Mechanic Glaziers Iron Workers Laborers V Millwrights_ Operating Eng V Painters Pile Drivers Pipe Trades Plasterers Roofer SheetMetal Sound/Com Surveyor Teamster Tile Worker Prevailing 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: http://www.dir.ca.gov/Public-Works/Prevailing-Wage.htmi. Contractors and subcontractors on most public Works projects are required to submit certified payroll records to the Labor Commissioner using DIR's electronic certified payroll reporting system. For your convenience, the link for reporting certified payroll is: http://www.dir.ca.gov/Public-Works/Certified-Payroll-Reporting.html. 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 Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.), (a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One Million Dollars ($1,000,000) or more if Contractor engages in investment activities in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is identified on the list of persons engaging in investment activities in Iran prepared by the State of California pursuant to Public Contract Code Section 2203 subdivision (b). (b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that it is not on the list of ineligible vendors prohibited from doing business with the State of California and shall complete the Iran Contracting Act Certification and submit with their proposal at the time of bid. Contractor shall obtain the Iran Contracting Act Certification in the form approved by the State of California, or upon written request to the City Clerk's Office, a copy of the form will be provided to Contractor. Failure by Contractor to provide the certification required by this Section may deem Contractor's bid non -responsive. (c) Nothing in this Section is intended to prevent the City from exercising its rights pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on a case -by -case basis. Iran Contracting Act Certification 1270_1 IRAN CONTRACTING ACT CERTIFICATION Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208), Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with a public entity for goods or services of one million dollars ($1,000,000) or more if the Vendor/Bidder engages in investment activities in Iran. MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS $1,000,000 OR MORE Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public entity contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services ("DGS") pursuant to Public Contract Code section 2203(b) and is not a financial institution extending $20,000,000 or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d). To comply with this requirement, please insert your vendor or financial institution name and Federal ID Number (if available) and complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made, contract termination, and three-year ineligibility to bid on contracts. (Pub. Cont. Code § 2205.) OPTION #1 - CERTIFICATION I, the official named below, certify I am duly authorized to execute this certification on behalf of the vendor/financial institution identified below, and the vendor/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Vendor Name/Financial Institution (Printed) ONYX PAVING COMPANY, INC. By (Authorized Signature) /% Printed Name and Title of Person Signing COREY R. KIRSCHNER - CEO Federal ID Number (or n/a) 33-0394344 Date Executed 11 /5/2025 Iran Contracting Act Certification 1270-2 OPTION #2 — EXEMPTION Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case - by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please fill out the information below, and attach documentation demonstrating the exemption approval. Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a) N/A N/A By (Authorized Signature) N/A Printed Name and Title of Person Signing Date Executed N/A N/A Iran Contracting Act Certification 1270-3 SECTION 1280 COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22 RUSSIAN AGGRESSION AGAINST UKRAINE (a) Contractor shall comply with California Governor Executive Order N-6-22 regarding sanctions in response to Russian aggression in the Country of Ukraine, and any implementing guidelines and/or economic sanctions imposed by the United States government in response to Russian actions in Ukraine, as well as any sanctions imposed under California law (collectively "economic sanctions"). Contractor shall comply with all such economic sanctions. By submitting a bid to the City, Contractor agrees to take any and all actions to support the Ukrainian government and people as required by law, including by refraining from new investments in, and financial transactions with, Russian institutions or companies that are headquartered or have their principal place of business in Russia (Russian entities), not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine. (b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall submit a written report to the City on Contractor's compliance with the economic sanctions, and the steps Contractor has taken in response to Russia's actions in Ukraine, including, but not limited to, desisting from making new investments in, or engaging in financial transactions with, Russian entities, not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine as required by law. Failure to submit the report required by this Section may deem Contractor's bid non -responsive. Please include a written report to the City if this section is applicable. Russian Aggression Against Ukraine Compliance 1280-1 A �1Wk REFERENCES PROJECT NAME: ANNUAL ROADWAY RESURFACING PROJECT FY 2022-2023 PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: FEB 2024 -JUNE 2024 CONSULTING COMPANY: CITY OF DANA POINT- 33282 GOLDEN LANTERN, DANA POINT, CA 92629 CONTACT PERSON: SCOTT FISHER 760-814-7226 ORIGINAL CONTRACT AMOUNT: $3,065,000.00 FINAL CONTRACT AMOUNT: $3,408,313.69 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CITY ADDED REBAR TO ALL CONCRETE SPANDRELS AND CROSS GUTTERS. 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. 22707 LA PALMA YORBA LINDA, CA 92887 -TEL (714) 632-6699 - FAX (714) 632-1883 PROJECT NAME: 23/24 PAVEMENT REHABILITATION PROJECT PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: APR 2024 - DEC 2024 AGENCY: CITY OF TEMPLE CITY - 9701 E LAS TUNAS DR, TEMPLE CITY, CA 91780 CONTACT PERSON: ALI CAYIR 714-883-8677 ORIGINAL CONTRACT AMOUNT: $3,609,000.00 FINAL CONTRACT AMOUNT: $4,392,226.45 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: IILLEEN 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. 22707 LA PALMA YORBA LINDA, CA 92887 - TEL (714) 632-6699 - FAX (714) 632-1883 Wk 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 5 & 7 PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: JULY 2024 - MAR 2025 AGENCY: CITY OF DOWNEY-11111 BROOKSHIRE AVE, DOWNEY, CA 90241 CONTACT PERSON: BRIAN ALENAN 562-904-7110 ORIGINAL CONTRACT AMOUNT: $7,337,000.00 FINAL CONTRACT AMOUNT: $8,897,979.99 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CITY ADDED CONCRETE WORK AND SLURRY SEAL LOCATIONS DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 -TEL (714) 632-6699 - FAX (714) 632-1883 LARGE PROJECT REFERENCES PROJECT NAME: IRVINE CENTER DRIVE PAVEMENT REHABILITATION PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: NOV 2024 - MAY 2025 AGENCY: CITY OF IRVINE - 6427 OAK CANYON, IRVINE, CA 92618 CONTACT PERSON: FARHAD BOLOURCHI 949-724-6689 ORIGINAL CONTRACT AMOUNT: $7,595,000.00 FINAL CONTRACT AMOUNT: $7,637,050.65 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: BID 7994 - 2022/2023 ARTERIAL AND MINOR STREETS MAINTENANCE, PHASE 2 PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: AUG 2024 - FEB 2025 AGENCY: CITY OF RIVERSIDE CONTACT PERSON: STEVE HOWARD 951-712-3904 ORIGINAL CONTRACT AMOUNT: $4,946,000.00 FINAL CONTRACT AMOUNT: $4,866,359.10 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: FY 23-24 LOCAL OVERLAY PAVEMENT REHABILITATIONS PROJECT PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: AUG 2024 - OCT 2024 AGENCY: CITY OF RANCHO CUCAMONGA - 10500 CIVIC CENTER DRIVE, RANCH CUCAMONGA, CA 91730 CONTACT PERSON: ROMEO DAVID 909-774-4070 ORIGINAL CONTRACT AMOUNT: $2594,000.00 FINAL CONTRACT AMOUNT: $2,646,054.40 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CITY ADD ADDITIONAL CONCRETE AND OVERLAY STREETS DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 - TEL (714) 632-6699 - FAX (714) 632-1883 REFERENCES GENERAL CONTRACTORS: LOCATION: AMOUNT: American Asphalt South, Inc. Eastvale $36S,000 2990 Myers St. Ventura $37,000 Riverside, CA 92503 Ontario $595,000 Ph: 909-427-8276 Palos Verdes Estates $174,000 Contact: Tim Griffin Santa Clarita $484,000 Roy Allan Slurry Seal 12643 Emmens Way Santa Fe Springs, CA 90670 Ph: 562-864-3363 Contact: Lawrence Allan KASA Construction 15148 Sierra Bonita Ln Chino, CA 91710 Ph: 909-457-8260 Contact: Sam Kasbar Alabbasi Construction & Engineering 764 W. Ramona Expressway, Suite C Perris, CA 92571 Ph: 951-776-9300 Contact: Han Sohn La Mirada Victorville La Palma San Clemente Buena Park Westminster El Monte Menifee Coachella Perris $222,000 $77,000 $107,000 $432,000 $88,550 $602,800 $ 233,000 $51,000 $45,000 $68,900 ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 — TEL (714) 632-6699 — FAX (714) 632-1883 Pavement Coatings Company 10240 San Sevaine Way Jurupa Valley, CA 91752 Ph: 951-934-4763 Byrom Davey 1232 Monte Vista Ave, Suite 5 Upland, Ca 91786 Ph: 858-513-7199 Contact: Julio Diaz Wk Los Angeles County $177,235 Manhattan Beach $115,000 Upland $48,000 East Los Angeles $344,000 Los Angeles $333,000 Anaheim $30,000 ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 — 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 IF YOU HAVE ANY QUESTIONS, PLEASE FEEL FREE TO CONTACT COREY KIRSCHNER AT 714-632-6699 OR VIA EMAIL AT BIOSCa ONYXPAVING.COM ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 — TEL (714) 632-6699 — FAX (714) 632-1883 CREDIT REFERENCES ONYX PAVING COMPANY, INC. 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 PHONE: 714-632-6699 FAX: 714-632-1883 CFO: RICHARD DEVOS BANK: BMO BANK N.A. i ONYX PAVING DATE ESTABLISHED: 01/04/1990 CORP TAX ID: #33-0394344 TYPE OF WORK: ASPHALT PAVING CONTRACTORS LIC. # 630630-A INSURANCE AGENT: WOOD GUTMANN & BOGART 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 320 S. CANAL ST. CHICAGO, IL 60606 CHRISTINA LEON 949-404-0019 15901 REDHILL AVE., STE 100, TUSTIN, CA 92780 MICHAEL TRAN 714-824-8384 SURETY AGENT: PERFORMANCE BONDING SURETY & INSURANCE BROKERAGE 15901 RED HLL AVE., SUITE 100, TUSTIN, CA 92780 ERIK JOHANSSON 714-505-7011 CREDIT REFERENCES: MATICH CORPORATION KELTERITE CORPORATION HOLLIDAY ROCK CO., INC GENERAL CONTRACTOR REFERENCES: FULLMER CONSTRUCTION BYROM-DAVEY, INC. PACIFIC CONST GROUP ERICKSON-HALL CONST. CO. P.O. BOX 10, HIGHLAND, CA 92346 TWILEY@MATICHCORP.COM 12231 PANGBORN AVE., DOWNEY CA 90241 RECEIVABLES@KELTERITE.COM 1401 N. BENSON AVE., UPLAND, CA 91786 ALUSSIERE HOLLIDAYROCK.COM 1725 S. GROVE AVE., ONTARIO, CA 91761 13220 EVENING CREEK DR. SOUTH #103 17895 SKY PARK CIR., IRVINE, CA 92614 500 CORPORATE DR., ESCONDIDO, CA 92069 TERI WILEY 909-382-7400 MIRIAM AVILA-RAMOS 562-401-0011 AMBER LUSSIER 909-982-1553 EXT: 1001 CASEYJONES 909-947-9467 STEVE DAVEY 858-513-7199 MARK BUNDY 949-748-1500 JUSTIN SINNOTT 760-769-7700 ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 -TEL (714) 632-6699 - FAX (714) 632-1883 RESUME Corey Kirschner - CEO Corey Kirschner is a seasoned leader with over 25 years of experience fueling growth in the construction industry, particularly in asphalt paving for city municipalities. Known for sharp organizational skills and a proactive approach, Corey has been instrumental in strengthening Onyx Paving's position among the top -tier General Contractors in Southern California. Since taking ownership of Onyx Paving in 2018, a company with a distinguished 30-year legacy, Corey has driven the company to surpass $120 million in annual revenue. With an eye for forecasting, budgeting, and crafting innovative solutions, Corey consistently navigates market challenges to deliver exceptional results, earning widespread respect and trust in the industry. Jay Kirschner — Vice President Jay Kirschner is Vice President at Onyx Paving since 2018. Jay takes pride in building strong, collaborative relationships with city agencies, fosters trust and open communication, ensuring projects align with municipal goals and community needs. By overseeing project managers and cultivating lasting partnerships, Jay drives seamless project delivery and upholds Onyx Paving's reputation as a trusted leader in Southern California's asphalt paving industry. Justin Kirschner — Director of Operations Justin Kirschner came on board with Onyx Paving in 2018. He has become a key leader managing daily operations across Southern California. He directly oversees over 20 foremen who lead a team of 150+ field employees, while keeping projects on track. Justin handles the job schedule and oversees a large fleet of equipment, working closely with the shop manager and mechanics to ensure the equipment is well -maintained and safe. Known for keeping teams efficient and meeting deadlines, Justin is quick to adapt, find solutions, and shift resources when needed. His practical approach and problem -solving skills strengthen Onyx Paving's reputation for dependable, high -quality results. Glenn Campbell — Safety Manager Glenn Campbell serves as Onyx Paving's dedicated Safety Manager, focusing entirely on ensuring compliance, workplace safety, and thorough employee onboarding with comprehensive training. With over 20 years of experience consulting for major highway and bridge contractors, Glenn chose to bring his expertise to Onyx Paving and make it his professional home. His approach to safety mirrors his role as head running back coach for Mater Dei football, where he fosters a team -oriented culture built on trust and care. Glenn instills a mindset where the field is his team, and he prioritizes the well-being of every employee thus cultivating a strong safety -first environment at Onyx Paving. General Superintendents John Garcia, Mario Alvarado and John Silva have over 60 years of combined experience and form the backbone of Onyx Paving's field operations. They are responsible for overseeing on -site laborers, cement masons, and operating engineers, ensuring projects are completed safely, on time, and in alignment with both city requirements and internal operational goals. Their deep expertise and hands-on leadership drive the successful execution of asphalt paving and concrete improvement projects across Southern California, maintaining Onyx Paving's commitment to quality and reliability in every job. ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 — TEL (714) 632-6699 — FAX (714) 632-1883 Vice President CEO I Director of operations L John Silva 1ohn-G Senio Project Manager Field Superintendent FieIC Super ntendent Fieltl Supennterclent Safety Officer BACKLOG ALLOCATION: Corey Kirschner, Jay Kirschner, and our Field Superintendent oversee 100% of all current project in attached backlog. Key Individual Responsibilities: Corey Kirschner - Manage overall operations and resources of company - Decision maker of corporation Jackson Hulse - Lead project management team with organization - Overseeing overall project scheduling, budgeting, and dispatching on all projects - Main point of communications between company and agencies Field Superintendents - Lead and manage on -site laborers and operators - Coordinate daily operations and project production - Ensuring project quality expectations are met ONYX PAVING COMPANY, INC. 22707 LA PALMA YORBA LINDA, CA 92887 —TEL (714) 632-6699 — FAX (714) 632-1883 tj S.rA,TE 0F. t,AllF9P-NIA �I j CQN- ''RArToRs STATE LICENSE BOARD 1 Pursuant to Chapter S of Division 3 of 5Btrinoss and ProfeC' i= Code and fife Rides and Reomficm of the Cortttacbam Sta2�' Umrtse Board,' + the Registrar of Cont-cu" does hereby issue U-IS Uowme to: i � c 1 OW PANINGG C— 0MPANY;jNC 1 dense Number 630360 to ergage in the Umlr>e—_ or act in tf►e-caaeity of a r in tle 9 ctaw6 catkm �i A- GENERAL ENGINEERING CON RAC�rOR C12- EAmi4wbwAND'PPr1fJM1Cz kl E Yfbew my nand andseal ttvs day, l; i Januwy- 4. 2ms I i Issued O.aWW 9, 1993. Mario Fkllardlsona Board Chair Davie! R. F'o rat Conbwtom t s nottamhrgk- attrl Sit be re�nrae>i�othe i;$grsbar 9�' E ,Qon aewand rorncr, asspanQat, ttvated, or iaranda bed i � for eery reason, kb¢eomus aacl � not eenewed. � I . � •tic warn .. - - _ - _ - - . _. ._ . . - __—_..- — � _ „_ .. _.1 rs,oR,aa�s CONTRACTORS dC� STATE LICENSE BOARD ACTIVE LICENSE , Lb.—Nbmb..630360 EM[y CORP 9�.In... N.m. ONYX PAVING COMPANY INC cu.om.abn,.,A 012 cslb.ca. Erylrnibn D.G 10/31/2027 wv✓w. g DIRDepartment Public Works Support oW MM tndostrW k4aim oW David Wiltfong eCPR Search Logout Contractor Registration Search Project Registration Search Services Your information. i G,t,Qmgr,Account.LpQkup i 1000004798 - ON PAVING COMPANY, INC. Search q 1000004798 - ONYX PAVING COMPANY, INC. Customer Account Lookup PWCR 1000004798 Contractor Status rDlR Approved CSLB 630360 Business Phone 7146326699 . ..... . .... ... Ext Registration Start Date 2025-07-01 Legal Entity Name ONYX PAVING COMPANY, INC. Doing Business As (DBA) ONYX PAVING COMPANY, INC. Business Structure President LCREY KIRSCHNER 0 Email d avid w@onyxpav i ng.co m Registration End Date 2028-06-30 Crafts Operating Engineer Laborer and Related Classifications Cement Mason Address Mailing Address 2890 E. LA CRESTA AVENUE Mailing Address - City ANAHEIM Mailing Address - State CA Mailing Address - Zip 92806 Mailing Address - Country LUSA Physical Address Physical Address - City Physical Address - State Physical Address - Zip Physical Address - Country Related Lists Registration �o Dates, Terms &Conditions ........................................................ Privacy -Policy, Disclaimer N2nOiscri,mi,nation lyot ce Accessibility d i r;ca; gov Copyright 2024 State of California r- ONYX PAVING COMPANY INC LICENSE# 630360 DIR# 1000004799 UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF ONYX PAVING COMPANY, INC, (a California corporation) June 3rd, 2025 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. # 22707 La Palma Ave, Vorba Linda, CA 92887 0 714-632-6699# 4k 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 22707 La Palma Ave, Yorba Linda, CA 92837 0 714-632-6699# ONYX PAVING COMPANY INC LICENSE# 630360 DIR# 1000004798 IN WITNESS WHEREOF, the undersigned has executed this Unanimous Written Consent of the Board of Directors as of the date first above written. X Corey IGrschner Chief Executive Officer Anthony Steen President x %- Richard DeVos Chief Financial Officer Jay Kirsch er Vice President, Secretary, Treasurer * 22707 La Palma Ave, Yorba Linda, CA 92887 0 714-632-6699# EQUAL EMPLOYMENT OPPORTUNITY The Company is committed to providing equal employment opportunities to all Employees and applicants ,vithout regard to race (including traits historically associated with race, such as hair texture and protective hairstyles). religion or religious creed (including religious dress or grooming practicesi color, sex (including pregnancy childbirth, breastfeeding, or related medical condition) genetic information, gender. gender identity and gender expression, sexual orientation, transgender status, transitioning status, national origin, ancestry, citizenship status, uniform service member status, military and veteran status, marital status, age, protected medical condition, physical or mental disability, riokiing or presenting a driver's license issued under Cal Vehicle Code Section 12801.9, or any other protected status in accordance with all applicable 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. Discrimination 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, including, but not limited to, recruiting, hiring, firing, promoting. transferring, compensation benefits, training,) leaves 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 race/ethnicity as another race/ethnicity, %,yho perform substantially similar work {consisting of similar skill, effort, and responsibility), under similar working conditions. ?he Company is also committed to complying with the laws protecting qualified individuals wrtl'i disiibihtie.s The Company -call provide a reasonable accommodation for any knovn physical of mental disability of a qualified individual with a disability to the extent regwreci t;y taw provided the requested accommodation does not create an undue hardship for the Cornpany and/or does not pose a direct threat to the health or safety of others in the Varkptace and/or to the individual If an Employee requiras an accommodation to perform the essential functions of therr job. the Employee must ttohty Human Resources Once the Company is aware of the need for an accommodation, the Company :vdl engage In an interactive process to identify possible accommodations that will enable the Employee to perform the essential functions of the job. Employees .-.,ith questions or concerns about discrimination in the workplace should bring these issues to the attention of Human Resources, or any member of management. Employees can raise concerns, report problems, or make cornplaints ,Nithout fear of retaliation. Anyone found to be engaging in any type of unlawful discrimination w0l be subject to disciplinary action, up to and including separation of employment. ONYX PAVING COMPANY, INC. COREY R, KIRSCHNER CEO, PRES, VP, SEC, TREA sk Form w-9 (Rev. March 2024) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Go to www.irs.gov/FormW9 for instructions and the latest information. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below. Give form to the requester. Do not send to the IRS. 1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/disregarded entity's name on line 2.) Onyx Paving Company Inc 2 Business name/disregarded entity name, if different from above. ') 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check 4 Exemptions (codes apply only to 03 only one of the following seven boxes. certain entities, not individuals; a o ❑ Individual/sole proprietor ❑✓ C corporation ❑ S corporation ❑ Partnership ❑ Trust/estate see instructions on page 3): m ❑ LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . . . Exempt payee code (if any) o Note: Check the "LLC" box above and, in the entry space, enter the appropriate code (C, S. or P) for the tax ` ii classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax o 2 box for the tax classification of its owner. Compliance Act (FATCA) reporting ❑ Other (see instructions) code (if any) d 3b If on line 3a you checked "Partnership" or "Trust/estate," or checked "LLC" and entered "P" as its tax classification, and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check (Applies to accounts maintained y this box if you have any foreign partners, owners, or beneficiaries. See instructions . ❑ outside the United States.) i(D 5 Address (number, street, and apt. or suite no.). See instructions. Requester's name and address (optional) 22707 La Palma Ave 6 City, state, and ZIP code Yorba Linda, CA 92887 7 List account number(s) here (optional) IMM Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number . 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 or TIN, later. Employer identification number Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. F31 3 — 0 1 3 1 9 1 4 1 3 1 4 1 4 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 (c) 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 (if 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 II, later. Sign Signature of Here U.S. person z7avlld � Date 4/29/2025 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. What's New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the "LLC" box and enter its appropriate tax classification. New line 3b has been added to this form. A flow -through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow -through entity in which it has an ownership interest. This change is intended to provide a flow -through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231X Form w-9 (Rev. 3-2024) ACOR" CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/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 fiVPNONE 714-824-8384 FAX No): 714-573-1770 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 Comp 16535 INSURER C :Scottsdale Indemnity CO 15580 INSURER D : Anaheim CA 92806-1816 INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: 151474';41a4 RFVICInN KIHMRFR- 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 ADDLSUBR INSD WVQ POLICY NUMBER MM/DDfYYYYI I (MM/DDfYYYYI LIMITS C X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR BCS2000426 3/14/2024 10/1/2024 EACHOCCURRENCE $2,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence $ 100.000 MED EXP (Any one person) $ Excluded PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ] JECT LJ LOC GENERALAGGREGATE $4,000,000 PRODUCTS -COMP/OPAGG $4,000,000 $ OTHER: A AUTOMOBILE LIABILITY BAP106300605 10/1/2023 10/1/2024 EOaaBINEDtSINGLELIMIT $2,000.000 X ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident ( ) $ HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY X PROPERTY DAMAGE Per accident $ UMBRELLA LIAB HCLAIMS-MADE OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB DED I I RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N / A WC106300505 10/1/2023 10/1/2024 X PER OTH- STATUTE I ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory In NH) If yes, describe under F.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... tr Cr%11r16rN IC 1-1ULUCR I;ANGtLLAI IUN Onyx Paving Company, Inc. 2890 E. La Cresta Ave. Anaheim CA 92806 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 ii��•::y STATE OF CALIFORNIA dr Office of the Secretary of State STATEMENT OF INFORMATION CORPORATION California Secretary of State c''�'" 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 Officers IINIII IIIII IIII IIIII IhY IYII IIIII IIIII IIIII IIIII IIIII ITV IIIII III IIII 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 Cr G n m ri K Page 2 of i•►f i[�,, i0►tlifls� l•i�t- ilf if 47,�1- j�.Empp .A•\il17:- d.•..r�� r it1II�r• r' ';tt►tt�*'• ;\•\iiSli[!t'rrj'. l;• t \ills!/•jay• ]t�tf /fy1•ttf :.\3{{It?ltt��tl• �.�4I7tNltJr�f. `ai,liN7flJta. �;at7t1{f/Jjy�. +��tfi{iflJrjlr. �aa• St1:�}ii � + 111�J1 r'. � 116SS1:.lr " �{ {1STlf f!' � r SlltsfSr: t 1 11 I r ' ••i:`,itil1itltr, �•.i t`;:' t.t • 7 I :�`�1 ttll!} r ray r+' fr,, ',t',\i I t�yN j' J+y` 4i��/. � ri ti !t _`y\a�{,1t14jj# 1y.�t�r' {f1:11! • t ,lt J , :,•r•: `�,] ,�1 Rc �. �r •°t t'{.S(1�1/ f�r+. •t•- �l �.:�r,'1.flfr�l 7 1 � , • \ i!f{i! 1 r1 �,,7rl�frl .++ 1• t•! ta:, ]tt {i, rr' +` i� ti, 1. .� ,' 11� � ,\\`��.511t3�:; ••� ,'+ �' ,,}' Caliform*a Environmental Protection Agency Air Resources Board a1«��. `t ,lam.✓ �:1 e 1j rr ..molar► w 7. •<<l,'��1 ifl!+ttjj�=l �1\+ ••+]rJ��ririi;%\5.5c.••'.'e .�ii l�•���: 4• Will '•%•ij. i� ijj- 1..,' \• .]:ty+�,•I�'f ]' .;�+�J�! �!{�� S�!�' rrrltli�� t7;t=•. '•i1t117i� t�`•' +r�����{��1',1 �] tfit �•'\lia�l�IH� �i lINts;'•' t (1!t tttt:' ��`, ': tf /J1JIJ!llie{{e\!F':' hsi/7tt{ s-. '::t+: ' �t�1'liit i'e ]\; JI>tt{sif�{ 11J+11i11{ttt 4'•' a l� �ltiliitlt°�\`�" %"' tr J fl f],. ,� J// ait .] , ►s� •i• i '\Iiilia'' � •. •ii,�••/��' fi M��il:-' t/ I.1t•:•• �