R.J. Noble CompanyC.\I II ORNIA _.
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 Qa�a
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.
ta
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: 2025.11.03 14:56:17
-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
taau�a
n 77�►1�1.1u�i•L•1•1:1�:��yl
TO: All Prospective Bidders and Plan Holders
FROM: Ubaldo Ay6n, 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
Question 2
Response
Question 3.
Response
Question 4
Response
See the following for updated clarification language hereon this addendum.
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?
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.
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.
Working days have been revised to 50, no additional working days shall be
considered for additive alternates or deductive alternates.
Additive Alternate 4 does not have a Mobilization or Traffic Control line item. Please
Advise.
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:
IJORMA-
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 furnish 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.
ta 62"fra
(Al IFOR\IA -
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."
I-1:2=103 I "s
/ Digitally signed by Ubaldo Ayon
4 � j { Date: 2025.10.2908:59:37
/ _1 -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
11/06/2025
DATE:
SECTION 1200
BID
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 1
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 Informations'
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 Initials
#1 10/29/2025
. v 11 �0�12�•z��
Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY.
R.J. NOBLE COMPANY
Name of Bidder
714-637-1550
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.
R.J. NOBLE COMPANY
Name of Bidder
15505 E. LINCOLN AVE., ORANGE, CA 92865
Bidder's Address
782908 CLASS A & C12
Contractor's License No.
CALIFORNIA
State of Incorporation
X
Sign a ure BiddO
STEVEN L. MENDOZA,
Printed Name of Signatory
VICE PRESIDENT
Title of Signatory
714-637-1550
Bidder's Telephone Number
stevemendoza@rjnoblecompany.com
Bidder's Email Address
08/31/2026
Contractor's Expiration Date
X
Witness
JENNIFER M. VEGA, SECRETARY
Title of Witness
Bid 1200-2
Addendum 02 — 11/04/2025
SECTION 1210
BID SCHEDULE
PROJECT NO. 2025-02
FY25/26 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
$250,000.00
$250,000.00
2
Traffic Control
1
LS
$250,000.00
$ 250,000.00
3
Dust Control
1
LS
$ 3,400.00
$3,400.00
4
Crack Seal and Type II, Latex
2,761,010
SF
$ 0.20
$ 552,202.00
Emulsion Aggregate Slurry
Pavement Repair Type I: 1 1/2"
5
Grind and Asphalt Concrete
662,770
SF
$1.20
$ 795,324.00
Overlay
Pavement Repair Type 11:
6
Remove Ex. A.C., Compacting
66,360
SF
$ 3.50
$232,260.00
Ex. Base, and Variable Overlay
(Depth Per Plan
Localized Dig Out and AC
7
Pavement Type I I Repair per
1,130
SF
$ 15.50
$17,515.00
Plan
Localized Dig Out and AC
8
Pavement Type I Repair per
1,250
SF
$ 13.00
$16,250.00
Plan
9
Lower and Raise Drainage
6
EA
$ 2,350.00
$ 14,100.00
Manhole
10
Signing and Striping, Including
1
LS
$340,000.00
$ 340,000.00
All Incidentals
Total Amount of Bid Items 1 —10
$ 2,471,051.00
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
$500.00
$ 44,000.00
Cover Per CVWD Standards
2
Raise Water Valve Frame and
88
EA
$1,250.00
$ 110.000.00
Cover Per CVWD Standards
Total Amount of Additive Alternate No. 1 Items 1 — 2
$ 154,000.00
Bid Schedule
Addendum 02 — 11l041202
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
$600.00
$19,800.00
Standards
Raise Sewer Manhole Frame
2
and Cover Per CVWD
33
EA
$ 950.00
$ 31,350.00
Standards
Total Amount of Additive Alternate No. 2 Items 1 — 2
$51,150.00
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
$5,000.00
$5,000.00
2
Traffic Control
1
LS
$ 7,000.00
$7,000.00
3
Dust Control
1
LS
$ 1,500.00
$1,500.00
Pavement Repair Type II:
4
Remove Ex. A.C., Compacting
7,540
SF
$ 7.75
$58,435.00
Ex. Base, And Variable Overlay
(Depth Per Plan
5
Lower Water Valve Frame and
12
EA
$500.00
$6,000.00
Cover Per CVWD Standards
6
Raise Water Valve Frame and
12
EA
$1,250.00
$15,000.00
Cover Per CVWD Standards
Total Amount of Additive Alternate No. 3 Items 1 — 6
$92,935.00
Bid Schedule 1210-3
Addendum 02 — 11/04/2025
ADDITIVE ALTERNATE NO. 4 — La Quinta Highlands
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Mobilization
1
LS
$10,000.00
$10,000.00
2
Traffic Control
1
LS
$ 70,000.00
$ 70,000.00
3
Dust Control
1
LS
$1,500.00
$ 1,500.00
Pavement Repair Type II:
4
Remove Ex. A.C., Compacting
423,330
SF
$3.35
$1,418,155.50
Ex. Base, And Variable Overlay
(Depth Per Plan
5
Lower Water Valve Frame and
73
EA
$500.00
$36,500.00
Cover Per CVWD Standards
6
Raise Water Valve Frame and
73
EA
$1,250.00
$91,250.00
Cover Per CVWD Standards
Lower Sewer Manhole Frame
7
and Cover Per CVWD
31
EA
$600.00
$18,600.00
Standards
Raise Sewer Manhole Frame
8
and Cover Per CVWD
31
EA
$950.00
$29,450.00
Standards
Lower Sewer Clean -Out Frame
9
and Cover Per CVWD
3
EA
$500.00
$1,500.00
Standards
Raise Sewer Clean -Out Frame
10
and Cover Per CVWD
3
EA
$1,000.00
$ 3,000.00
Standards
Total Amount of Additive Alternate No. 4 Items 1 —10
$1,679,955.50
DEDUCTIVE ALTERNATE NO. 1 — La Quinta Highlands
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
$ (0.20)
$ (84,666.00)
Emulsion Aggregate Slurry
I
Total Amount of Deductive Alternate No. 1 Items 1:
$ (84,666.00)
Bid Schedule 1210-E
Addendum 02 — 11/04/2025
GRAND TOTAL BASE BID PLUS ALL ADDITIVE AND DEDUCTIVE ALTERNATES
(Figures):
$ 4,364,425.50
GRAND TOTAL BASE BID PLUS ALL ADDITIVE AND DEDUCTIVE ALTERNATES
(Words):
Four Million Three Hundred Sixty Four Thousand Four
Hundred Twenty Five Dollars and Fifty Cents
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.
x
JACOB BRUEDLOYE, VICE PRESIDENT
714-637-1550
jacobbreedlove@rjnoblecompany.com
Signature of Bidder (Ink)
Name of Bidder (Printed or Typed)
Bidder Telephone Number
Bidder Email Address
Bid Schedule 1210
SECTION 1220
BID GUARANTY BOND
R.J. NOBLE COMPANY,
PRINCIPAL, and Western Surety Company , 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 20th day of
October 2025.
Principal: R.J. Noble Company
STEVEN L. ME,NDOZA, VICE PRESIDENT
Title of Signatory
x
s
Signa&ufe of rincipal
15505 E. LINCOLN AVE..,
ORANGE., CA 92865
Address
Surety: Western Surety Company
Kelly Vincent, Attorney -in -Fact
Title of Signatory
Signature Surety
J
2 Park Place, Suite 400
Irvine, CA 92626
Address
Note: Signatures of those executing for the surety must be properly acknowledged.
BW Guaranty Bond 1220-1
CALIFORNIA 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 1
On
10/21/2025 before me, J. DEIONGH, NOTARY PUBLIC
Date Here Insert Name and Title of the Officer
personally appeared STEVEN L. MENDOZA
Nomers) of SignerA
who proved to me on the basis of satisfactory evidence to be the personpg) whose name(4) isAk subscribed
to the within instrument and acknowledged to me that heP9444ity executed the same in hish"a tQ eU
authorized capacity(, and that by hlS7Ae*WVF signature(g) on the instrument the personr.), or the entity
upon behalf of which the person(k) acted, executed the instrument.
or r J. DEIONGH
Notary Public Ca,iiornia Z
Orange Cc_nr!
r Com,!,,!on j 2161111
My Comm. Expires Oct 28. 2027
Place Notary Seal and/or Stomp 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-ci*\id official seal.
X
Signature
OPTIONAL
Signature of Notary Public
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to on unintended document.
Description of Attached Document
Title or Type of Document:
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:
C2019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer - Title(s):
❑ Partner - ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
ALL- PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
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 03k& t o20J before me, Susan E. Morales, Notary Public ,
ere insert name an vile at me officer)
personally appeared Kelly Vincent
who proved to me on the basis of satisfactory evidence to be the persons whose
names) isMm subscribed to the within instrument and acknowledged to me that
t-n-,/sheAKey executed the same in ftisiher/#,heir authorized capacity{iesj, and that by
-hWherAl"ir signature* on the instrument the person(s), or the entity upon behalf of
which the personal 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. susAN E. MORALES M
COMM. #2444309 -1
I-- NOTARY PUBLIC- CALIFORNIA
( /�.� W ORANGE COUNTY
- J ,(/J(, za'n / / p7 I MY CO%W. Expires April 14, 2027
Notary Public Signature (Notary Public Seal)
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED OCUMENT
,�j l�'ev
(Title or d tion of watt ocu t)
"X0aohl ,
(Title or description of attached document continued)
Number of Pages f Document Date 46
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
❑ Corporate Officer
(Title)
❑ Partner(s)
DQ Attorney -in -Fact
❑ Trustee(s)
❑ Other
201 Veisoor vvvvw,NoiaryCi@sses.ccm 800-873-9865
INSTRUCTIONS FOR COMPLETING THIS FORM
This form complies with current California statutes regarding notary u,ording and,
if needed, should be completed and attached to the document. Acknolrvedgents from
other states may be completed for documents being sent to that state so long as the
wording does not require the California notary to violate California notary laiv.
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
he/she/they- is /are ) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. if seal impression smudges, re -seal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
indicate title or type of attached document, number of pages and date.
indicate the capacity claimed by the signer. if the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this document to the signed document with a staple.
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its
principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint
David S Jacobson, Kelly Vincent, Individually
of Anaheim, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings
and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,
pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By -Laws and Resolutions printed at the bottom of this page, duly
adopted, as indicated, by the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on
this 29th day of July, 2024.
mom WESTERN SURETY COMPANY
W;�,eoRq '• 3e
3yrV� jF�q_�y
Larry Kasten, Vice President
State of South Dakota 1
J ss
County of Minnehaha
On this 29th day of July, 2024, before me personally came Larry Kasten, to me known, who, being by me duly sworn, did depose and say: that he resides in the City
of Sioux Falls, State of South Dakota; that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows
the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of
said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation.
{ggqqq►ggqqqqqqqqqqqqqqqq {
My commission expires : M. BENT
A� SEALs
NOTARY PUBLIC i
�.
March 2, 2026 iSOUTH DAKOTAf
{ggqq 44ggqqqqqqqqqqqqqqq {
M. Bent, Notary Public
CERTIFICATE
I, Paula Kolsrud, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and
further certify that the By -Law and Resolutions of the corporatio�R prm ed below this certificate are still in force. In testimony whereof I have hereunto subscribed my name
and affixed the seal of the said corporation this_%/ly(L day of/ 1` 6e �, $
WESTERN SURETY COMPANY
Q�� �&&AJ,16
Paula Kolsrud, .Assistant Secretary
Authorizing By -Laws and Resolutions
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by
the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any
Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings
in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
This Power of Attorney is signed by Larry Kasten, Vice President, who has been authorized pursuant to the above Bylaw to execute power of attorneys on behalf of Westem
Surety Company.
This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority ofthe following
Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27" day of April, 2022:
"RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and
confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the act and deed of the Company."
Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity.
Form F4280-&-2023
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.
2.
Project Name: ZONE 1 RESIDENTIAL OVERLAY CC; 1743
CTTV (lF HT TNTTNCTCIN RF A CH
Owner:
Construction Cost: $ $3,903,531.79
Construction Time: 66 WORKING DAYS
Owner's Representative:
Owner's Telephone No.:
MAX OLIN
714-536-5518
Date of Substantial Completion: 11/12/2024
Calendar Days
Project Name: GARDEN GROVE BLVD FROM BFACI I BLVD TO F.DWARDS SIRFET #2563
CTTV C)F WFCTMTNCTFR
Owner:
Construction Cost: $ S3,327,726.23
Construction Time: 77 WORKING DAPS Calendar Days
Owner's Representative: CINDY HUYNH
Owner's Telephone No.:
714-548-3497
Date of Substantial Completion: 1°13012024
Bidders Experience & Qualifications 1230-1
3. Project Name: VARIOUS STREET REHABILITATION 2023 CP 1356000
Owner: CITY OP GARDEN GROVE
4.
Construction Cost: $ $6,880,367.86
Construction Time: 264 WORKING DAYS Calendar Days
Owner's Representative: TONY AN
714-741-5180
Owner's Telephone No.:
Date of Substantial Completion: I0/31/2024
Project Name: LA SERNA DRIVE REHABILITATION
CITY OP WI-IITTIER
Owner:
Construction Cost: $ $I,882,320.09
Construction Time: 59 WORKING DAYS Calendar Days
Owner's Representative: REGINO AVILA
Owner's Telephone No.: 562-567-9526
Date of Substantial Completion: 1112112024
Signed this 6TI4
R.J. NOBLE. COMPANY
day of NOVEMBER
782908 CLASS A & C12
.2025.
1000004235
Name of Bidder Contractor's License No. DIR Reg No.
a ��� CSLB 08/31/2036 DIR 06/30/2028
Signatu of Bidder Expiration Date
STEVEN L. MENDOZA,
Printed Name of Bidder
VICE PRESIDENT
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 NoJDIR Reg No.
PAVEMENT REHAB CO. / 2890 E. LA CRESTA AVE, ANAHEIM, CA 92806
CRACK SEAL / 3.4 % / CLSB 1051374 / DIR 1000064823
SUPERIOR PAVEMENT MARKINGS / PO BOX 278, BEAUMONT, CA 92223
STRIPING, SIGNS AND RELATED / 7.8 % / CLSB 1141887 / DIR 2000015240
AMERICAN ASPHALT SOUTH INC. / 2990 MYERS STREET, RIVERSIDE, CA 92503
SLURRY AND RELATED / 8.8% / CLSB 784969 / DIR 1000000645
X I kL- �/, 11 �- el 1�
SignatuT/of Bidder
STEVEN L. MENDOZA, VICE PRESIDENT
Name of Bidder
Proposed Subcontractors 1240-1
SECTION 1250
NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED
WITH BID
State of California }
) ss.
County of ORANGE )
STEVEN L. MENDOZA being first duly sworn, deposes and say that he
W" is VICE. PRESIDENT Of R.I. NOBLF. COMPANY the
party making the foregoing bid that the bid is not made in the interest of, or on behalf of,
any undisclosed person, partnership, company, association, organization, or corporation;
that the bid is genuine and not collusive or sham; that the bidder has not directly or
indirectly induced or solicited any other bidder to put in a false or sham bid, and has not
directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone
else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not
in any manner, directly or indirectly sought by contract, agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder, or to
secure any advantage against the public body awarding the contract of anyone interested
in the proposed contract; that all statements contained in the bid are true; and, further,
that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate
a collusive or sham bid.
x
ZY �2_
Signatur
STEVEN L. MENDOZA
Name of Bidder
VICE PRESIDENT
Title
I0/2I/2025
Date
Non -Collusion Affidavit 1250-1
CALIFORNIA ACKNOWLEDGMENT
CIVIL CODE § 1189
A notarypublic 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 1
County of ORANGE J}
On 10/21/2025
Date
personally appeared
before me, J. DEIONGH, NOTARY PUBLIC
Here Insert Name and Title of the Officer
STEVEN L. MENDOZA
Nomelt) of Signer(
who proved to me on the basis of satisfactory evidence to be the person(g) whose name(4) is/W subscribed
to the within instrument and acknowledged to me that he)4Ly executed the same in hishbWA eU
authorized capacity(, and that by his7ffeP X signature(ti) on the instrument the personpi), or the entity
upon behalf of which the person(k) acted, executed the instrument.
J. DEIONGH
Notary
Public - California
Orange County >
Commission = 24b8114
My
Comm.. Expires Oct 28. 2027
Place Notary Seal and/or Stamp 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 seal.
Signature
OPTIONAL
X
of Notary Public
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to on unintended document.
Description of Attached Document
Title or Type of Document:
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:
:c�2019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
SECTION 1260
DIR Project Vendor Information
Vendor Information:
Name: R.J. NOBLE COMPANY
Address: 15505 E. LINCOLN AVENUE
Project Manager: JESS LIBSACK
Phone: 858-226-0431
Public Works Registration No.:
Classification:
Asbestos Boilermaker
City: OR»GE �� CA92865
tY Zip:
Email: 1essLibsack@rjnoblecompany.com
CSLB/Certification Number: 782908 CLASS A &C12
1000004235
Bricklayers Carpenter Carpet/Linoleum
Cement Masons Drywall Finisher Drywall/Lathers Electricians
Elevator Mechanic Glaziers Iron Workers Laborers xxx Millwrights_
Operating Eng I 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.-qov/Public-Works/Prevailing-Wage. html.
Contractors and subcontractors on most public Works projects are required to submit
certified payroll records to the Labor Commissioner using DIR's electronic certified
payroll reporting system. For your convenience, the link for reporting certified payroll is:
http://www.dir.ca.gov/Public-Works/Certified-Payroll-Reporting.htm1.
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
SECTIONra
COMPLIANCE WITH IBM CQSTRACTING ACT OF
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/Financiai Institution (Printed) Federal 1D Number (or n/a)
R.J. NOBLE COMPANY 33-0866299
By (Authorized Signature)
x
Printed Na/he andJAe of Person Signing Date Executed
STEVEENDOLA, VICE PRESIDENT 11/06/2025
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, enters into or
renews, a contract for goods and services.
If you have obtained an exemption from the certification equirement under the
Iran Contracting Act, please fill out the information belo and attach documentation
demonstrating the exemption approval.
Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a)
By (Authorized Signature)
Printed Name and Title of Person
Date Executed
Iran Contracting Act Certification 1270-3
SECTION 1280
COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22
RUSSIAN AGGRESSION AGAINST UKRAINE
(a) Contractor shall comply with California Governor Executive Order N-6-22 regarding
sanctions in response to Russian aggression in the Country of Ukraine, and any
implementing guidelines and/or economic sanctions imposed by the United States
government in response to Russian actions in Ukraine, as well as any sanctions
imposed under California law (collectively "economic sanctions"). Contractor shall
comply with all such economic sanctions. By submitting a bid to the City, Contractor
agrees to take any and all actions to support the Ukrainian government and people
as required by law, including by refraining from new investments in, and financial
transactions with, Russian institutions or companies that are headquartered or have
their principal place of business in Russia (Russian entities), not transferring
technology to Russia or Russian entities, and directly providing support to the
government and people of Ukraine.
(b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall
submit a written report to the City on Contractor's compliance with the economic
sanctions, and the steps Contractor has taken in response to Russia's actions in
Ukraine, including, but not limited to, desisting from making new investments in, or
engaging in financial transactions with, Russian entities, not transferring technology
to Russia or Russian entities, and directly providing support to the government and
people of Ukraine as required by law. Failure to submit the report required by this
Section may deem Contractor's bid non -responsive.
Please include a written report to the City if this section is applicable.
Russian Aggression Against Ukraine Compliance 1280-1
ACTION BY UNANIMOUS WRITTEN CONSENT
OF
DIRECTORS
OF
R.J. NOBLE COMPANY,
A California Corporation
The undersigned, all of the directors of R.J. Noble Company, a California corporation, do
hereby consent to and adopt the following resolutions as the action of the board of directors of this
corporation.
Election of Officers
RESOLVED, that the following people are elected as the officers of this
corporation, to serve until the first annual meeting of directors of this corporation
and until their successors shall be duly elected and qualified:
Name
Austin M. Carver
Jennifer M. Vega
James N. Ducote
Steven L. Mendoza
Ja,:ob Breedlove
haSondra C. Gonzalez
Title
President
Secretary
Chief Financial Officer
Vice President
Vice President
Vice President
Resolution Authorizing Execution of Contracts and Revoking Prior Resolutions
WHEREAS, the directors desire to establish updated authorization limits for the execution
of contracts on behalf of the Corporation;
WHEREAS, the Board of Directors previously adopted resolutions on May 28, 2025, and
�pri 19, 2025, relating to the authority of officers to execute contracts on behalf of the Corporation;
RESOLVED, that Hassan Bitar, as General Manager of the Corporation's
San Diego office is hereby authorized and empowered, acting individually, to
negotiate, execute, and deliver contracts, agreements, and other binding
commitments on behalf of the Corporation; provided, however, that the value of
any such contract or commitment shall not exceed Five Million Dollars
($5,000,000) in the aggregate;
, •,�.3897 . /003," CO 00
RESOLVED FURTHER, that each of the Corporation's Vice Presidents
and the Secretary are hereby authorized and empowered, acting individually, to
negotiate. execute. and deliver contracts, agreements. and other binding
commitments on behalf of the Corporation, provided, however. that the value of
am such contract or commitment shall not exceed Fifteen Million Dollars
(S I i.000.000) in the aggregate;
1*1 RTHER RESOLVED, that an}' contract. agreement, or other binding
commitinent exceeding Fifteen Million Dollars (S 15,000,000) in value shall require
the prior %%Titten approval and authorization of any one of the following individuals:
Austin Carver or James Ducote.
11 RTHER RESOLVED, that all prior resolutions or portions thereof'
relating to contract execution authority adopted b) the Board of Directors on Ma}
28. 'u'5. and April 9, 2025. are hereby revoked, rescinded, and shall have no
further fierce or effect;
ITRTHER RESOLVED, that the officers of the Corporation are hereby
authorized and directed to take all actions and to execute all documents necessarN
or appropriate to cant' out the purpose and intent of the foregoing resolutions.
This Action by Unanimous Written Consent of Directors is taken as authorized under
�.. an 307(b) ol'the California Corporations Code on this I" day of August, 2025.
r
Mi'chalftl Carver. Director
aSo Gonzalez. rector
Austin M er, Director
Brenda L. Carver. Director
IUN
L:
30
1999 Q
c'�l 1 � pR�•
2 /
3987 ie i -a.1 9Ad