Hardy & Harper Inc.ta
BID DOCUMENTS
SPECIFICATIONS
CITY PROJECT NO. 2023-01
MILES AVENUE PAVEMENT REHABILITATION
CITY OF LA QUINTA, CALIFORNIA
PREPARED FOR:
CITY OF LA QUINTA
PUBLIC WORKS DEPARTMENT
78-496 CALLE TAMPICO
LA QUINTA, CA 92253
(760) 777-7000
APPROVED BY: DATE: March 27, 2026
3 Izz2'c.�'
BR N McKINNEY, P.E.
PUETLIC WORKS DIRECTOR CITY ENGINEER
R.C.E. No. 49418 Exp Date: 09/30/26
MARCH 2O26
SECTION 1200
BID
The undersigned, as bidder, declares it has received and examined the Contract Document
entitled Project No. 2023-01, Miles Avenue Pavement Rehabilitation, and will contract
with the City, on the form of Contract provided herewith, to do everything required for the
fulfillment of the contract for said work at the prices and on the terms and conditions herein
contained.
We have included the following items and agree that they shall form a part of this bid:
SECTION TITLE
1200
Bid
1210
Bid Schedule
1220
Bid Guaranty Bond
1230
Certification of Bidder's Experience and Qualifications
1240
Proposed Subcontractors
1250
Non -Collusion Affidavit
1260
DIR Project Vendor Information
1270
Iran Contracting Act of 2010
1280
Russian Aggression Against Ukraine Sanctions
We acknowledge that the following addenda have been received and have been examined
as part of the Contract Documents. Bidders must be on the Plan Holders List with the City
of La Quinta in order to receive addenda.
Addendum #
Date Received
Initials
Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY.
Hardy & Harper, Inc.
Name of Bidder
714-444-1851
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.
Hardy & Harper, Inc.
Name of Bidder
32 Rancho Circle. Lake Forest, CA 92630
Bidder's Address
215952
Contractor's License No.
California
State of Incorporation
Signa ure of Bidder
Michael Amundson
Printed Name of Signatory
Vice President
Title of Signatory
714-444-1851
Bidder's Telephone Number
bids@hardyandharper.com
Bidder's Email Address
12/31/2027
Contractor's Expiration Date
Bid Coordinator
Title of Witness
Bid 1200-2
SECTION 1210
BID SCHEDULE
PROJECT NO. 2023-01
MILES AVENUE PAVEMENT REHABILITATION
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 2023-01, Miles Avenue Pavement Rehabilitation in
accordance with the plans and specifications therefore adopted and on file with the City
within the time hereinafter set forth and at the prices named in this Bid. It is understood that
the basis of award shall be the lowest total price of the Base Bid Area plus all Additive
Alternates.
Unit prices in each and every case represent the true unit price used in preparing the bid
schedule totals (Bid Form). Unit prices listed herein include material, installation and
appurtenant work as is necessary to have the item complete and in place meeting the full
intent of the plans and specifications. We acknowledge that unbalanced unit prices shall
be sufficient cause for the rejection of our bid.
BASE BID — MILES AVENUE PAVEMENT REHABILITATION
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Mobilization
1
LS
$ s o, ,s a
$ Se, 60a
2
Traffic Control
1
LS
$ 150, ooa
$ /Sol 000
3
Dust Control
1
LS
$ ZZ, v73
$ 221 0-1 3
4
Earthwork
1
LS
$ ZS) 6eo
$ 25, 000
Sawcut, Remove, and Dispose
5
of Existing Concrete Curb; Curb
675
LF
$ to
$ 131S010
and Gutter
Bid Schedule 1210-1
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Sawcut, Remove, and Dispose
6
of Existing Concrete Sidewalk,
9,570
SF
$ 5
$ y7l TSO
Cross -Gutter, and Ram
Construct 6"-8" Curb and Gutter
per City of La Quinta Std. No.
7
201 Mod, 3" Dowel into
45
LF
$ 75
$ 31 3 7 5--
Adjacent Existing Concrete
Curb and Gutter
Construct 6" Median Curb per
8
City of La Quinta Std. No. 210,
15
LF
$ 75
$ I, ! 2.5
3 Dowel into Adjacent Existing
Concrete Curb
Construct Cross -Gutter per City
9
of La Quinta Std. No. 230 Mod.
2,100
SF
$ 2-o
$ YZi 000
and 231 Mod.
10
Construct Sidewalk per City of
1 325
SF
$ 10
$ 13, Zso
La Quinta Std. No. 240 Mod.
Construct Concrete Curb Ramp
per City of La Quinta Std. No.
11
250 Mod., Case A or B
10
EA
$ 41500
$ L5! ooa
(Including Curb or Curb and
Gutter) — Limits BCR to ECR
Construct Concrete Curb Ramp
per City of La Quinta Std. No.
12
250 Mod., Case C (Including
3
EA
$ 6 500
$ /9 Soo
Curb or Curb and Gutter) -
1
1
Limits BCR to ECR (Dual Curb
Rams paid as single ram
Sawcut, Remove, and Dispose
of Existing Concrete Ramp;
13
Furnish and Install Truncated
25
SF
$ 175
$ q,375'
Dome Concrete Tile per City of
La Quinta Std_ 250 Mod.
Salvage to City Existing Pull
Box and Furnish and Install
14
New No. 6(T) Traffic Pull Box
22
EA
$ 11 360
$ 7-Y, b o0
per CALTRANS Std. Plan ES-
813
Grade Parkway, Remove,
15
Modify, and Replace
1
LS
$ Z 1 060
$ 7-1 ".00
Landscape and Irrigation in
Bid Schedule 1210.2
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Kind to Furthest Extent Possible
to Join Proposed Curb Ram
2" Grind and Asphalt Concrete
16
Overlay; Fill All Cracks'/4" and
3,960
SF
$
$ �3V76D
Larger Prior to Overly
17
Pulverize 12" of Road Section —
533,840
SF
$ / , PS
$ 415, CtJb
Three Step Process
18
4.5" Asphalt Concrete Over
533,840
SF
$ z , 6 5
$ 4 y /v% 04
Pulverized Base
Adjust Storm Drain Manhole
19
Frame and Cover to Grade per
1
EA
$ 31600
$ 3` 000
CVWD Standard Plan S-1 B
20
Signing and Striping, Including
1
LS
$106, ooa
$ 100, ooi)
All Incidentals
Total Amount of Bid Items 1 — 20
$ Z 1643)600.
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 to Grade
67
EA
$ l v0
$ 700
per CVWD Standards
2
Raise Water Valve to Grade per
67
EA
$ ��3 o0
$ $�� l00
CVWD Standards
Total Amount of Bid Items 1 — 2
$ `jy 000.44
ADDITIVE ALTERNATE NO. 2
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
1
Lower Sewer Manhole to Grade
1
EA
$ 11 500
$
per CVWD Standards
2
Raise Sewer Manhole to Grade
1
EA
$ �, 5°0
$ 11 foo
per CVWD Standards
Total Amount of Bid Items 1 — 2
$ 31oaa . �0
00
Bid Schedule 1210-3
ADDITIVE ALTERNATE NO. 3 — VIA ROSA CURB RAMPS
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Sawcut, Remove, and Dispose
1
of Existing Concrete Curb; Curb
120
LF
$ ZD
$ Z, yo0
and Gutter
Sawcut, Remove, and Dispose
2
of Existing Concrete Sidewalk
1,120
SF
$
and Ram
3
Construct Sidewalk per City of
110
SF
$
$
La Quinta Std. No. 240 Mod.
Construct Concrete Curb Ramp
per City of La Quinta Std. No.
4
250 Mod., Case A (Including
2
EA
$ 6)50.0
$ /3/ 000
Curb or Curb and Gutter) —
Limits BCR to ECR
Furnish and Install 3/8" Minus
5
w/ 20% Fines -Decomposed
670
SF
$
$ 5/ 340
Granite -Desert Gold 2" Thick
Grade Parkway, Remove,
Modify, and Replace
6
Landscape and Irrigation in
1
LS
$ I cis
$ I,
Kind to Furthest Extent Possible
to Join Proposed Curb Ram
Remove Existing AC, Compact
7
Existing Base, and Variable
395
SF
$ J S
$ 5, 7219
Overlay
Total Amount of Bid Items 1 — 7
$ 351000 , ,
Bid Schedule 1210-4
GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures):
GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words):
/7"0 r1 E,( �icc� i7��u5��� P•llgr5 L'
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. ,
-�Z
Signature of Bidder (Ink)
Hardy & Harper, Inc.
Name of Bidder (Printed or Typed)
714-444-1851
Bidder Telephone Number
bidso_hardyandharper.com
Bidder Email Address
Bid Schedule 1210-5
Bond No. CSBA-34571
SECTION 1220
BID GUARANTY BOND
PRINCIPAL, anCL Fidelity and Deposit Company of Maryland , 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.
*Hardy & Harper, Inc.
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. 2023-01
MILES AVENUE PAVEMENT REHABILITATION
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 13th day of
April , 2026.
Hardy & Harper, Inc.
Michael Amundson, Vice President
Title of Signatory
S' nature of Principal
32 Rancho Circle, Lake Forest, CA 92630
Address
Fidelity and Deposit Company of Maryland
Dwight Reilly, Attorney -in -Fact
Title of Signatory
Signature of Surety
777 South Figueroa Street, Suite 3900, Los Angeles, CA 90017
Address
Note: Signatures of those executing for the surety must be properly acknowledged.
Bid Guaranty Bond 1220-1
CALIFORNIA• • •
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 April 16 2026 before me, Bryanna Marquez, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Michael Amundson
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(k) whose name(x) is/aye
subscribed to the within instrument and acknowledged to me that he/sXe/they executed the same in
his/her/their authorized capacity(ies), and that by his/hear/their signature(x) on the instrument the person(k),
or the entity upon behalf of which the person(x) 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.
�a1s�f l`�s BRYANNA MARQUEZ t
s E"" Comm. # 2515738
T RIVERSIDE County Signature
California - Notary Public Signature of Notary PElblic
Cq(/FCRN`P CGMM, Expires MAR. 27, 2029
........................i
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Number of Pages:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Michael Amundson
2 Corporate Officer — Title(s): vice President
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Hardy & Harper, Inc.
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
02014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907
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 04/13/2026 before me, Adrian Benkert-Langrell, Notary Public
(insert name and title of the officer)
personally appeared Dwight Reilly
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
oDRIAN BENKERT4ANGRELLCOMM. #2403748
Notary Public -California
aORANGE COUNTY aHComm. ExpiresMay9,2026
(Seal)
Bond No. CSBA-34571
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY
OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Thomas O. McClellan, Vice President, in pursuance of
authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full
force and effect on the date hereof, do hereby nominate, constitute, and appoint Daniel HUCKABAY, Stephanie MCCLAIN, Dwight REILLY, Frank
MORONES, Arturo AYALA, Shaunna ROZELLE OSTROM, Benjamin WOLFE, Chelsea LIBERATORE, Ben STONG, Adrian LANGRELL,
Magdalena R. WOLFE, Robert WOOD of Orange, California, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and
on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these
presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the
regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of
said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH
AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT
COMPANY OF MARYLAND, this 30th day of March, A.D. 2026.
SEAL
„.., ATTEST:
ZURICH AMERICANINSURANCECOMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Thomas O. McClellan
G Vice President
By: Daniel Lutes
Secretary
State of Maryland
County of Baltimore
On this 30th day of March, A.D. 2026, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Thomas O.
McClellan, Vice President and Daniel Lutes, Secretary of the Companies, to me personally known to be the individuals and officers described in and who
executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of
the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
E31
Genevieve M. Maison
Notary Public
My Commission Expire January 27, 2029
EXTRACT FROM BY-LAWS OF THE COMPANIES
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
SECTION 1230
CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS
The undersigned Bidder certifies that he is, at the time of bidding, and shall be, throughout
the period of the contract, licensed under the provisions of Chapter 9, Division 3, of the
Business and Professions Code of the State of California, to do the type of work
contemplated in the Contract Documents. Bidder shall further certify that it is skilled and
regularly engaged in the general class and type of work called for in the Contract
Documents.
The Bidder represents that it is competent, knowledgeable, and has special skills on the
nature, extent, and inherent conditions of the work to be performed. Bidder further
acknowledges that there are certain peculiar and inherent conditions existent in the
construction of the particular facilities, which may create, during the construction program,
unusual or peculiar unsafe conditions hazardous to persons and property. Bidder expressly
acknowledges that it is aware of such peculiar risks and that it has the skill and experience
to foresee and to adopt protective measures to adequately and safely perform the
construction work with respect to such hazards.
The Bidder shall list below four (4) projects completed in the last seven (7) years of similar
size and complexity that indicate the Bidder's experience as a General Contractor.
1. Project Name: Please see attached Past Project References.
Owner:
Construction Cost: $
Construction Time:
Owner's Representative:
Owner's Telephone No.:
Date of Substantial Completion:
Calendar Days
2. Project Name: Please see attached Past Project References.
Owner:
Construction Cost: $
Construction Time:
Owner's Representative:
Owner's Telephone No.:
Date of Substantial Completion:
Calendar Days
Bidders Experience & Qualifications 1230-1
3. Project Name: Please see attached Past Project References.
Owner:
Construction Cost: $
Construction Time:
Calendar Days
Owner's Representative:
Owner's Telephone No.:
Date of Substantial Completion:
4. Project Name: Please see attached Past Project References.
Owner:
Construction Cost: $
Construction Time:
Owner's Representative:
Owner's Telephone No.:
Date of Substantial Completion:
Calendar Days
Signed this 16th day of April , 2026.
Hardy & Harper, Inc. 215952
Name of Bidder Contractor's License No.
12/31 /2027
Signat6re of Bidder Expiration Date
Michael Amundson
Printed Name of Bidder
Vice President
Title of Signatory
1000000076
DIR Reg No.
Bidders Experience & Qualifications 1230-2
Hardv & Harner. Inc. Past Proiect References
OWNER/AGENCY
CONTACT
PROJECT NAME, AMOUNT, & COMPLETION DATE
City of Adelanto
Richard Burgess
Dennis Street and Kay Street Pavement Rehabilitation
11600 Air Expressway
(909) 682-0051
Contract Amount: $349,000.00
Adelanto, CA 92301
rburgess@adelantoca.gov
Completion Date: May 2025
City of Cathedral City
Jesus Gutierrez
2024-2025 City Streets Pavement Reconstruction Projects
68700 Avenida Lalo Guerrero
(760) 202-2402
Contract Amount: $1,432,000.00
Cathedral City, CA 92234
'gutierrez@cathedralcity.gov
Completion Date: April 2025
City of Highland
Octavio Duran
FY 23-24 & 24-25 CDBG Pavement Improvement Project No. OLA24001
27215 Base Line
(909) 864-6861
Contract Amount: $578,000.00
Highland, CA 92346
oduran@cityofhighland.org
Completion Date: April 2025
City of Eastvale
Gabriel Mayorquin
2024 Median Improvement Project
12363 Limonite Ave, Suite 910
951) 703-4492
Contract Amount: $2,062,500.00
Eastvale, CA 91752
gmayorquin@eastvaleca.gov
Completion Date: March 2025
City of Indian Wells
Mirian Fulson
Local Roads Improvement - Phases 2, 3, 4
44-950 Eldorado Dr.
(760) 776-0237
Contract Amount: $1,460,000.00
Indian Wells, CA 92210
mfulson@indiamvelis.cont
Completion Date: February 2025
City of Highland
Octavio Duran
Greenspot Road Median and Street Improvements
27215 Base Line
(909) 864-6861
Contract Amount: $951,000.00
Highland, CA 92346
oduran@cityofhigliland.org
Completion Date: February 2025
City of Hawaiian Gardens
Neema Ghanbari
Carson Street Beautification (Phase II), Project 108
21815 Pioneer Blvd
(562) 420-2641
Contract Amount: $4,480,000.00
Hawaiian Gardens, CA 90716
nghanbari@hgcity.org
Completion Date: February 2025
City of Bell Gardens
Veronica Sanchez
Eastern Avenue Improvements Project
8327 Garfield Avenue
(562) 8069-7770
Contract Amount: $1,278,900.00
Bell Gardens, CA 90201
vsanchez@bellgardens.org
Completion Date: February 2025
City of Jurupa Valley
Youssef Baskaron
2023-2024 CDBG Glen Avon & 2024-2025 CDBG Rubidoux Area Pavement Rehab
8930 Limonite Avenue
(951) 332-6464
Contract Amount: $1,197,920.00
Jurupa Valley, CA 92509
ybaskaron@jurupavalley.org
Completion Date: January 2025
City of Monterey Park
Anthony Bendezu
2022-23 Monterey Pass Road Overlay
320 West Newmark Avenue
(626) 307-1283
Contract Amount: $1,133,912.00
Monterey Park, CA 91754
abenedezu@montereypark.ca.gov
Completion Date: December 2024
City of Grand Terrace
Kamran Dadbeh
Pavement Rehabilitation on Mount Vernon Avenue
22795 Barton Road
(909) 824-6621
Contract Amount: $693,000.00
Grand Terrace, CA 92313
kdadbeh a andterrace-ca. ov
Completion Date: December 2024
City of Fullerton
Melissa Rendon
Las Palmas Area Street Rehabilitation
303 West Commonwealth Avenue
(714) 738-6886
Contract Amount: $2,585,000.00
Fullerton, CA 92832
melissa.rendon ci offullerton.or
Completion Date: October 2024
County of Riverside
Joel Jimenez
Dillon Road Resurfacing and Bubbling Wells Resurfacing
3525 14th Street
(951) 955-1537
Contract Amount: $3,200,000.00
Riverside, CA 92501
r'imenez rivco.or
Completion Date: September 2024
City of Orange
Salvador Munoz
Annual Pavement Maintenance at Various Locations FY 23-24
300 E. Chapman Avenue
(714) 744-5547
Contract Amount: $3,850,000.00
Orange, CA 92866
smunoz@cityoforange.org
Completion Date: August 2024
City of Cathedral City
Armando Baldizzone
Panorama Neighborhood Pavement Reconstruction
68-700 Avenida Lalo Guerrero
(760) 770-0340
Contract Amount: $636,000.00
Cathedral City, CA 92234
abaidizzone cathedralci ov
Com letion Date: July 2024
City of Ontario
Yesenia Lopez
2024 Spring Pavement Rehabilitation Project
303 East "B" Street
(909) 395-2103
Contract Amount: $2,041,000.00
Ontario, CA 91764
to ez ,ontarioca. ov
Completion Date: June 2024
City of Los Alamitos
Chris Kelley
Bloomfield Street Improvement Project
3191 Katella Avenue
(562) 431-3538
Contract Amount: $207,000.00
Los Alamitos, CA 90720
ckelle cit ollosalamitos.or
Com letion Date: April 2024
City of Rancho Santa Margarita
Tri Nguyen
Fy 23-24 Annual Residential Overlay
22112 El Paseo
(949) 635-1813
Contract Amount: $829,425.00
Rancho Santa Margarita, CA 92688
tnguyen cityofrsm.org
Completion Date: March 2024
City of Vernon
Lissette Melendez
Gifford Ave, 48th, 49th & 50th Street Improvements
4305 Santa Fe Avenue
(323) 583-8811
Contract Amount: $792,000.00
Vernon, CA 90058
Melendez(a)cit ofvernon.or
Com letion Date: March 2024
Hardv & Harner. Inc. Past Proiect References
OWNER/AGENCY
CONTACT
PROJECT NAME, AMOUNT, & COMPLETION DATE
City of Signal Hill
Davina Buenavista
Palm Drive Pavement Rehabilitation Project
2175 Cherry Avenue
(310) 766-6985
Contract Amount: $774,000.00
Signal Hill, CA 90755
dbuenavista@koacorp.com
Completion Date: October 2023
City of Manhattan Beach
Gilbert Ramos
Cycle 2 Street Resurfacing Project
14000 Highland Avenue
(310) 802-5353
Contract Amount: $3,110,000.00
Manhattan Beach, CA 90266
gramos@manhattanbeach.gov
Completion Date: September 2023
San Bernardino County
Larry White
Rain Shadow Road and Other Roads
825 East 3rd Street
(909) 663-7599
Contract Amount: $830,000.00
San Bernardino, CA 92415
lwhite@,dpw.sbcounty.gov
Com letion Date: September 2023
City of El Segundo
Floriza Rivera
FY 23/24 Pavement Rehabilitation Project
350 Main Street
(310) 524-2361
Contract Amount: $1,635,000.00
El Segundo, CA 90245
frivera(&elsegundo.org
Completion Date: July 2023
City of La Canada Flintridge
Nasser Shoushtarian
2023 Citywide Street Resurfacing Program
1 Civic Center Drive
(818) 790-8882
Contract Amount: $1,060,000.00
La Canada Flintrid e, CA 91011
nshoushtarian Icf.ca. ov
Completion Dat: June 2023
City of Palos Verdes Estates
Monica Pango
FY 21-22 Street Improvements
340 Palos Verdes Drive West
(951) 475-3625
Contract Amount: $1,138,000.00
Palos Verdes Estates, CA 90274
mango hrgreen.com
Completion Date: May 2023
City of Norwalk
Delfmo Consunji
Local Streets Rehabiliation CDBG FY 22-23
12700 Norwalk Blvd
(714) 686-8911
Contract Amount: $956,000.00
Norwalk, CA 90650
dconsun'i oe-en .com
Completion Date: April 2023
City of San Gabriel
Alam Mai
CDBG Street Improvements Project FY 22/23
425 S. Mission Drive
(626) 308-2825
Contract Amount: $490,000.00
San Gabriel, CA 91776
amai(a),sgeh.org
Completion Date: March 2023
City of Fullerton
Rafael Chavez
Residential Street Rehabilitation
303 West Commonwealth Avenue
(714) 932-7506
Contract Amount: $1,204,780.00
Fullerton, CA 92832
rafael.cha-,,ez@cityoffullerton.com
Completion Date: February 2023
City of Moreno Valley
Quang Nguyen
Pavement Rehab. for Various Local Streets CDBG FY 21/22
14177 Frederick Street
(951) 413-3159
Contract Amount: $2,444,260.00
Moreno Valley, CA 92552
quangn ,moval.org
Completion Date: December 2022
City of Grand Terrace
Kamran Dadbeh
Pavement Rehab. On Barton Rd, Van Buren St & Vivienda Ave
22795 Barton Road
(909) 824-6621
Contract Amount: $570,000.00
Grand Terrace, CA 92313
kdadbeh andterrace-ca. ov
Com letion Date: September 2022
City of Downey
Desi Gutierrez
Residential Street Pavement Rehabilitation Project, Area 1
1 l 1 I 1 Brookshire Avenue
(562) 904-7110
Contract Amount: $2,875,000.00
Downey, CA 90241
d utierr ,down ca.or
Completion Date: June 2022
City of Orange
Youichi Nakagawa
Prospect & Spring Right Turn Lane Modification Project
300 E. Chapman Avenue
(714) 744-5572
Contract Amount: $920,000.00
Orange, CA 92866
naka awa ,cit oforan e.or
Completion Date: June 2022
City of San Fernando
Manuel Fabian
Pico Street Improvement Project
117 Macneil Street
(818) 898-1243
Contract Amount: $465,000.00
San Fernando, CA 91340
mfabian ,sfcity.org
Completion Date: May 2022
City of Downey
Desi Gutierrez
Residential Street Pavement Rehabilitation Project, Area 10
11111 Brookshire Avenue
(562) 904-7110
Contract Amount: $2,355,000.00
Downey, CA 90241
d tierr ,down ca.or
Completion Date: April 2022
City of Jurupa Valley
Desiree Flores
2021-22 CDBG Old Mira Loma Pavement Rehabilitation Project
8930 Limonite Avenue
(951) 332-6464
Contract Amount: $810,000.00
Jurua Valley, CA 92509
dflores .juruavalle .or
Completion Date: April 2022
City of Anaheim
Lorenzo Rea
Residential Street Improvement Project - Lotus & Tony, Group 13
200 S. Anaheim Blvd
(714) 765-6893
Contract Amount: $5,806,000.00
Anaheim, CA 92805
Irea anaheirn.net
Completion Date: March 2022
County of Riverside
Hector Davila
Fisher Street Resurfacing Project
3525 14th Street
(951) 955-6885
Contract Amount: $785,560.00
Riverside, CA 92501
hedavila@iivco.org
Completion Date: February 2022
City of Chino Hills
Carl Hassel
Village Center Drive Pavement Rehabilitation Project
14000 City Center Drive
(909) 364-2817
Contract Amount: $408,000.00
Chino Hills, CA 91709
chassel(a,chinohills.or
Completion Date: December 2021
Los Angeles County
Peter Sanque
Pavement Reconstruction (Sustainable) North LA County
900 S. Fremont Avenue
(661) 947-7173
Contract Amount: $1,873,929.57
Alhambra, CA 91803psanque@,pw.lacounty.gov
Completion Date: November 2021
SECTION 1240
PROPOSED SUBCONTRACTORS
Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list
gives the name, business address, and portion of work (description of work to be done) for
each subcontractor that will be used in the work if the bidder is awarded the Contract.
(Additional supporting data may be attached to this page. Each page shall be sequentially
numbered and headed "Proposed Subcontractors" and shall be signed.)
The Contractor shall perform, with its own organization, Contract work amounting to at
least 50 percent of the Contract Price except that any designated "Specialty Items" may
be performed by subcontract and the amount of any such "Specialty Items" so performed
will be deducted from the Contract Price before computing the amount required to be
performed by the Contractor with its own organization. "Specialty Items" will be identified
by the Agency in the Bid or in the Special Provisions. Where an entire item is
subcontracted, the value of work subcontracted will be based on the Contract Unit Price.
Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No.
I. 5 Pw'1 G x12M5 5 Sri Pih9
in it is oo g�l�l s9
Z. C- L4 M;r7JI P.,rve-n z, !o �.
-? Sy sov 1 f'2vc> Z5
%tGrfclkSG' %le
QF 14914 /b6600413t
Sign fe of Bidder
11 ffel 1 .11 .IT@ goT, I woul- R'1
Name of Bidder I
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 )
Michael Amundson being first duly sworn, deposes and say that he
or she is Vice President of Hardy & Harper, Inc. the
party making the foregoing bid that the bid is not made in the interest of, or on behalf of,
any undisclosed person, partnership, company, association, organization, or corporation;
that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly
induced or solicited any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in
a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner,
directly or indirectly sought by contract, agreement, communication, or conference with
anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit,
or cost element of the bid price, or of that of any other bidder, or to secure any advantage
against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further, that the bidder has
not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the
contents thereof, or divulged information or data relative thereto, or paid, and will not pay,
any fee to any corporation, partnership, company association, organization, bid depository,
or to any member or agent thereof to effectuate a collusive or sham bid.
Signat e
Hardy & Harper. Inc.
Name of Bidder
Michael Amundson, Vice President
Title
4/16/26
Date
Non -Collusion Affidavit 1250-1
SECTION 1260
DIR Proiect Vendor Information
Vendor Information:
Name. Hardy & Harper, Inc.
Address-32 Rancho Circle. City: Lake Forest
ST: CA Zip: 92630
Project Manager: TBD Email: bids@hardyandharper.com
Phone: 714-444-1851 CSLB/Certification Number: 215952 - A, C-8 & C12
Public Works Registration No.: 1000000076
Classification:
Asbestos Boilermaker Bricklayers
Cement Masons Drywall Finisher
Carpenter.
Drywall/Lathers
Carpet/Linoleum
Electricians
Elevator Mechanic Glaziers Iron Workers Laborers X Millwrights
Operating Eng X Painters Pile Drivers Pipe Trades Plasterers
Roofer SheetMetal Sound/Com Surveyor Teamster Tile Worker.
Prevailing Wages and Payroll:
The project is subject to prevailing wage rates and enforcement by the Department of
Industrial Relations (DIR). Prevailing wage rates can be obtained at:
http://www.dir.ca.-gov/Public-Works/Prevailing-Wage.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 html.
A copy of certified payroll, including the names and addresses of employees and/or
subcontractors working on thejob must be included with invoices submitted to the
City of La Quinta.
DIR Project Vendor Information 1260-1
SECTION1
•���-- �� _ 1 ■ ►'► •► ►.' 1. ' • _1 1
Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.),
(a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One
Million Dollars ($1,000,000) or more if Contractor engages in investment activities
in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is
identified on the list of persons engaging in investment activities in Iran prepared
by the State of California pursuant to Public Contract Code Section 2203
subdivision (b).
(b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that
it is not on the list of ineligible vendors prohibited from doing business with the State
of California and shall complete the Iran Contracting Act Certification and submit
with their proposal at the time of bid. Contractor shall obtain the Iran Contracting
Act Certification in the form approved by the State of California, or upon written
request to the City Clerk's Office, a copy of the form will be provided to
Contractor. Failure by Contractor to provide the certification required by this
Section may deem Contractor's bid non -responsive.
(c) Nothing in this Section is intended to prevent the City from exercising its rights
pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on
a case -by -case basis.
Iran Contracting Act Certification 1270-1
IRAN CONTRACTING ACT CERTIFICATION
Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208),
Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with
a public entity for goods or services of one million dollars ($1,000,000) or more
if the Vendor/Bidder engages in investment activities in Iran.
MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS
$1,000,000 OR MORE
Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public
entity contract for goods or services of $1,000,000 or more, a vendor must either: a)
certify it is not on the current list of persons engaged in investment activities in Iran
created by the California Department of General Services ("DGS") pursuant to Public
Contract Code section 2203(b) and is not a financial institution extending $20,000,000
or more in credit to another person, for 45 days or more, if that other person will use the
credit to provide goods or services in the energy sector in Iran and is identified on the
current list of persons engaged in investment activities in Iran created by DGS; or b)
demonstrate it has been exempted from the certification requirement for that
solicitation or contract pursuant to Public Contract Code section 2203(c) or (d).
To comply with this requirement, please insert your vendor or financial institution name
and Federal ID Number (if available) and complete one of the options below. Please
note: California law establishes penalties for providing false certifications, including civil
penalties equal to the greater of $250,000 or twice the amount of the contract for which
the false certification was made, contract termination, and three-year ineligibility to bid
on contracts. (Pub. Cont. Code § 2205.)
OPTION #1 - CERTIFICATION
I, the official named below, certify I am duly authorized to execute this certification on
behalf of the vendor/financial institution identified below, and the vendor/financial
institution identified below is not on the current list of persons engaged in investment
activities in Iran created by DGS and is not a financial institution extending twenty million
dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if
that other person/vendor will use the credit to provide goods or services in the energy
sector in Iran and is identified on the current list of persons engaged in investment
activities in Iran created by DGS.
I certify (or declare) under penalty of perjury under the laws of the State of California
that the foregoing is true and correct.
Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a)
Hardy & Harper, Inc. 1 95-2251022
By (Authorized ture)
' Printed-Naxre and Title of Person Signing Date Executed
Michael Amundson, Vice President 1 4/16/26
Iran Contracting Act Certification 1270-2
OPTION #2 — EXEMPTION
Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may
permit a vendor/financial institution engaged in investment activities in Iran, on a case -
by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or
renews, a contract for goods and services.
If you have obtained an exemption from the certification requirement under the
Iran Contracting Act, please fill out the information below, and attach documentation
demonstrating the exemption approval.
Vendor Name/Financial Institution (Printed) Federal 1D Number (or n/a)
N/A N/A
By (Authorized Signature)
N/A
Printed Name and Title of Person Signing Date Executed
N/A N/A
Iran Contracting Act Certification 1270-3
SECTION 1280
COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22
RUSSIAN AGGRESSION AGAINST UKRAINE
(a) Contractor shall comply with California Governor Executive Order N-6-22 regarding
sanctions in response to Russian aggression in the Country of Ukraine, and any
implementing guidelines and/or economic sanctions imposed by the United States
government in response to Russian actions in Ukraine, as well as any sanctions
imposed under California law (collectively "economic sanctions"). Contractor shall
comply with all such economic sanctions. By submitting a bid to the City, Contractor
agrees to take any and all actions to support the Ukrainian government and people
as required by law, including by refraining from new investments in, and financial
transactions with, Russian institutions or companies that are headquartered or have
their principal place of business in Russia (Russian entities), not transferring
technology to Russia or Russian entities, and directly providing support to the
government and people of Ukraine.
(b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall
submit a written report to the City on Contractor's compliance with the economic
sanctions, and the steps Contractor has taken in response to Russia's actions in
Ukraine, including, but not limited to, desisting from making new investments in, or
engaging in financial transactions with, Russian entities, not transferring technology
to Russia or Russian entities, and directly providing support to the government and
people of Ukraine as required by law. Failure to submit the report required by this
Section may deem Contractor's bid non -responsive.
Please include a written report to the City if this section is applicable.
N/A
Russian Aggression Against Ukraine Compliance 1280-1
STATE OF CALIFORNIA
l �-iuet�'••yP
Office of the Secretary of State
a STATEMENT OF INFORMATION
CORPORATION
California Secretary of State
1500 11th Street
Sacramento, California 95814
(916)657-5448
Entity Details
Corporation Name
HARDY & HARPER, INC.
Entity No.
0443071
Formed In
CALIFORNIA
Street Address of Principal Office of Corporation
Principal Address
32 RANCHO CIRCLE
LAKE FOREST, CA 92630
Mailing Address of Corporation
Mailing Address
32 RANCHO CIRCLE
LAKE FOREST, CA 92630
Attention
Street Address of California Office of Corporation
Street Address of California Office
32 RANCHO CIRCLE
LAKE FOREST, CA 92630
Officers
BA20241230236
For Office Use Only
-FILED -
File No.: BA20241230236
Date Filed: 7/1/2024
Officer Name
Officer Address
Position(s)
Kristen S. Paulino
32 RANCHO CIRCLE
Secretary, Chief Financial Officer
Lake Forest, CA 92630
DANIEL THOMAS MAAS
32 RANCHO CIRCLE
Chief Executive Officer
LAKE FOREST, CA 92630
Additional Officers
Officer Name
Officer Address
Position
Stated Position
Michael A Amundson
32 RANCHO CIRCLE
LAKE FOREST, CA 92630
Vice President
Directors
Director Name
Director Address
Tessa Irene Maas
32 Rancho Circle
Lake Forest, CA 92630
0 Daniel Thomas Maas
32 RANCHO CIRCLE
LAKE FOREST, CA 92630
0 Kristen S Paulino
32 RANCHO CIRCLE
LAKE FOREST, CA 92630
The number of vacancies on Board of Directors is: 0
Agent for Service of Process
Agent Name
Agent Address
KRISTEN S. PAULINO
32 RANCHO CIRCLE
LAKE FOREST, CA 92630
Type of Business
Type of Business ASPHALT PAVING CONTRACTOR
w
N
cc
to
dl
N
W
co
O
J
0
N
N
O
N
,P
N
0
m
O
n
m
N-
C
O
C�.
n
a
F'-
rn
0
n
N-
fv
to
rD
O
K
rD
rt
w
n
0
rn
rt
fL
c?
(D
Page 1 of 2
Email Notifications
Opt -in Email Notifications
Yes, I opt -in to receive entity notifications via email
Labor Judgment
No Officer or Director of this Corporation has an outstanding final judgment issued by the Division of Labor Standards
Enforcement or a court of law, for which no appeal therefrom is pending, for the violation of any wage order or
provision of the Labor Code.
Electronic Signature
® By signing, I affirm that the information herein is true and correct and that 1 am authorized by California law to sign
Kristen S. Paulino
Signature
0710112024
Date
0
m
xl
(D
n
cD
PEI
-
C
n
0
n
a
co
(D
0
n
rn
n
0
C
(D
Page 2 of 2
CNTCTORS
dCa STATE L CENSE E30ARD
ACTIVE LICENSE
215952 E"W COR P
9ualn.,. N... HARDY & HARPER ANC
A C-H C 12
12/31/2027 www.cslb.ca.gov sal
7/l/25,1:20 PM
1000000076 - Hardy & Harper, Inc.
APO0 SU49 of camoff" I AR Depamunt Public Works Support Login
01
MMM 1ndw&W UdWm
eCPR Search
Contractor Registration Search
Project Registration Search
Register
.H.P.Me > �;mAgmr.Ag!wmat Opkmp > 1000000076 - Hardy & Harper, Inc.
...........
1000000076 - Hardy & Harper, Inc.
Customer Account Lookup
PWCR
1000000076
Contractor Status
D I R Approved
CSLB
Business Phone
7144441851
https:llservices.dir.ca.gov/gsp?id=dir_public—form&table=x—cdoi2—csm_portal—customer—account—lookup&sys—id=3el74211 c38b02106cb75bea2b01 3... 1/4
7/1/25, 1:20 PM
i
Ext
1000000076 - Hardy & Harper, Inc.
Registration Start Date
2025-07-01 —.
L.
Legal Entity Name
Hardy & Harper, Inc.
Doing Business As (DBA)
3
Hardy & Harper, Inc. T
Business Structure
Corporation - S corp
President
Daniel Maas
Email
agarcia@hardyandharper.com
Registration End Date
2028-06-30
Crafts
i
Operating Engineer Cement Mason LABORER
Address
Mailing Address
32 Rancho Circle
Mailing Address - City
j Lake Forest
hftps://services.dir.ca.gov/gsp?id=dir_public_form&table=x_Cdoi2_csm_portal_customer_account_lookup&sys_id=3el74211 c38b02106cb75bea2b013... 2/4
7/1/25, 1:20 PM
Mailing Address - State
CA
Mailing Address - Zip
92630
I
Mailing Address - Country
United States
Physical Address
Physical Address - City
Physical Address - State
Nnyslcal Address - Zip
Physical Address - Country
Related Lists
Rcgi5.tratiQ.n.RatQ5. i3
1000000076 - Hardy & Harper, Inc.
hftps://services.dir.ca.gov/gsp?id=dir_public_form&table=x_cdoi2_csm_portal_customer_account_lookup&sys_id=3el7421l c38bO2106cb75bea2b013... 3/4
California Environmental Protection Agency
Air Resources Board
January 1, 2026
CERTIFICATE OF REPORTED COMPLIANCE
OFF -ROAD DIESEL VEHICLE REGULATION
is issued to
HARDY &. HARPER, INC.
This certificate indicates that the fleet listed above has reported off -road diesel vehicles to the
California Air Resources Board and has certified they are in compliance with title 13 CCR,
section 2449. All applicable vehicles owned by the individual, company, or agency must be
reported and labeled, as specified In Section 2449, with all possible completeness, else this
certificate is null and void. Certificate expires 2/28/2027
Off -road Diesel Fleet Identification
�lr�/cam �3•�
_ 4333
hStAel'e BNrr6fon
[Wef, MWY source[oNiol uni'i_ To vertfy the aatheMchy of this certificate, enter this rxa .W at
Cay muNrRc tcefso,rd hitp:/Amv.afb.ca.gov/doors/eomplianee_cert1.html
CALI FORN IA
AIR RESOURCES BOARD
Certificate of Reported Compliance With:
Truck and Bus Regulation
Issued to: ETD Trucking LLC
This certificate confirms that the fleet owner has attested under penalty of perjury that the statements
and information they provided to the California Air Resources Board (CARE) are true, accurate, and
complete regarding all relevant vehicles in the fleet required to show compliance. CARB hereby finds
that the fleet listed has met requirements of:
Title 13 CCR 2025 (Truck and Bus Regulation)
i
If CARB subsequently finds that the statements and information that have been provided are not true,
accurate, and complete, this certificate shall be effectlyely revoked and the fleet subject to penalties.
This certificate is valid until December 31, 2026
TRUCRS Fleet Identification
Printed on 2026-02-11 114882 _
FlkheUe lkdlh,Olun To m9Y Lilo nulheidlclLY of tbM M1111Cole, visit
C11vlsWu Cldef, Flohile &.I. a COW ... 1 8 Vehicles www.erb.ca,gov/msprop/otitdkcel/Iblookup•plip
UlulelonGilllunda N, lirrwurLu baud
,l
'�� � t of ]}oi•£ �i� ��, � f,i ii;t Sr -•-'�� fCr'I
t�5) 'l t7 ief tr�a�v f 1 ���• �N f`Va lit 1 f ��};
t (t