Loading...
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