Vance CoporationSECTION 1200
BID
DATE: 04/23/2026
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 #
I0I/\
Date Received
Initials
Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY.
VANCE CORPORATION
Name of Bidder
909-355-4333
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.
VANCE CORPORATION
Name of Bidder
459 EGAN AVENUE P.O. BOX 575
BEAUMONT. CA 92223
Bidder's Address
414567
Contractor's License No.
CA
State of Incorporation
1,14
Signature of Bidder
DEREK RITARITA
Printed Name of Signatory
PRESIDENT
Title of Signatory
909-355-4333
Bidder's Telephone Number
BIDS@VANCECORP.NET
Bidder's Email Address
11-30-2027
Contractor's Expiration Date
&X/
Witness (ROBERT ERAUTT)
VICE PRESIDENT
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
2
Traffic Control
1
LS
$A41,gok0, 0o
$0k4, $(1,0,0
3
Dust Control
1
LS
$4q,'VA ko
$4R. 3yb.0
4
Earthwork
1
LS
$ cK,SoB• 00
$ otc
Sawcut, Remove, and Dispose
5
of Existing Concrete Curb; Curb
675
LF
$ 17"lli, o o
$ 1 % ,��5.0
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
$ %.1'�
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
$ $Z.00
$3,wga.00
Adjacent Existing Concrete
Curb and Gutter
Construct 6" Median Curb per
8
City of La Quinta Std. No. 210,
15
LF
$ c6l . b u
$ %-11 O p p
3 Dowel into Adjacent Existing
Concrete Curb
Construct Cross -Gutter per City
9
of La Quinta Std. No. 230 Mod.
2,100
SF
$ oo • 00
$131tPOO-00
and 231 Mod.
10
Construct Sidewalk per City of
1,325
SF
$ -A• cO
$ 1o, k'}b.Op
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
$ ko,030 pu
$b0, 300, O
(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
Curb or Curb and Gutter) —
3
EA
$ �,a�a o 0
$ ate►, �o�vb.
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
O u
$ a►, �'�S •gyp
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
$ S 4; . 00
$ vt, o S b
per CALTRANS Std. Plan ES-
8B
Grade Parkway, Remove,
15
Modify, and Replace
1
LS
$ a$, }�0 Oo
$ O•
Landscape and Irrigation in
Bid Schedule 1210-2
tJ
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 Y4" and
3,960
SF
$ y .3�
$ %--r,0k07l. kO
Larger Prior to Overlay
17
Pulverize 12" of Road Section —
533,840
SF
$ O • S3
$ 2 $2,G is.
Three Ste Process
18
4.5" Asphalt Concrete Over
533,840
SF
$ i •%q1
$
Pulverized Base
Adjust Storm Drain Manhole
19
Frame and Cover to Grade per
1
EA
$ a, 01S ou
$ A., oaS • po
CVWD Standard Plan S-1 B
20
Signing and Striping, Including
1
LS
$Bq,'lg1 0
$ $q
All Incidentals
Total Amount of Bid Items 1 — 20
$ a,yS I,cta
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
$ SJS .O p
$ aE, S'L S•
per CVWD Standards
2
Raise Water Valve to Grade per
67
EA
$ �,�SO
$
CVWD Standards
.100
Total Amount of Bid Items 1 — 2
$
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
$ S1 S • O0
$ S S • p v
per CVWD Standards
2
Raise Sewer Manhole to Grade
1
EA
$+,ySp -pp
$ 1 S 0 C7l�
per CVWD Standards
,\A
Total Amount of Bid Items 1 — 2
$
Bid Schedule 1210-3
XO
903
.3 O
OO
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
$ ,"}. D p
$ 1 a yp p
and Gutter
Sawcut, Remove, and Dispose
2
of Existing Concrete Sidewalk
1,120
SF
$ q, 3
$
and Ram
3
Construct Sidewalk per City of
110
SF
$ 46
$
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
$ b , o30.00
$ IZ, 0 to (3.
Curb or Curb and Gutter) —
Limits BCR to ECR
Furnish and Install 3/8" Minus
5
w/ 20% Fines -Decomposed
670
SF
$ Q • O O
$ g. u-10.00
Granite -Desert Gold 2" Thick
Grade Parkway, Remove,
Modify, and Replace
6
Landscape and Irrigation in
1
LS
$ $� O� 00
$ 00,
Kind to Furthest Extent Possible
to Join Proposed Curb Ram
Remove Existing AC, Compact
7
Existing Base, and Variable
395
SF
$ '11. O 0
$ 00,bq 0.0
Overla
Total Amount of Bid Items 1 — 7
$ S\ , to 00f .0 ,11
Bid Schedule 1210-4
GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures):
$ a, �0 �7.G . 3 p
GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words):
Y W o rt, c �� � o�. , s ; � v-\ u v,, doc 2 a 'i k �-\ 'r'v\ve',e �A-N 0 Q c a�, of
AV\Yke\o
CeV S
Bid Amount of each of the above Bid Items must be filled in and completed. It is
understood that the quantities shown hereon are but estimates and the bidder is
responsible to verify quantities prior to submitting a bid. Final payment will be based upon
actual work performed, subject to such adjustments and alterations as elsewhere
provided herei
Signature of Bidder (Ink)
DEREK RITARITA
Name of Bidder (Printed or Typed)
909-355-4333
Bidder Telephone Number
BIDS@VANCECORP.NET
Bidder Email Address
Bid Schedule 1210-5
SECTION 1220
BID GUARANTY BOND
(1)
PRINCIPAL, and Old Republic 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.
(1) Vance Corporation
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 17th day of April
, 2026.
Vance Corporation
SignatoryTitle of
L / a
- of Principal
459 Egan Avenue, Beaumont, CA 92223
Address
Old Republic Surety Company
Julia B. Bales, Attorney -in -Fact
Title olSignatory
Signatkre of Surety
6 Jenner, Suite 230, Irvine, CA 92618
Address
Note: Signatures of those executing for the surety must be properly acknowledged.
Bid Guaranty Bond 1220-1
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Certificate of Authority
J
N° 5410
1
1
Tms Is To CExTnry, That, pursuant to the Insurance Code of the State of California,
Old Republic Surety Company
Of Brookfield, Wisconsin , organized under the
laws of Wisconsin , subject to its Articles of Incorporation or
other fundamental organizational documents, is hereby authorized to transact within this State,
subject to all provisions of this Certificate, the following classes of insurance:
SURETY, LIABILITY and MISCELLANEOUS
as such classes are now or may hereafter be defined in the Insurance Laws of the State of California.
Tms CERTiFmcATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of any, of the applicable laws and lawful requirements
made under authority of the laws of the State of California as long as such laws or requirements are
in effect and applicable, and as such laws and requirements now are, or may hereafter be changed
or amended.
IN WrrxEss WHmEoF, effective as o f the 14 t h _day
Of- December , I9 9 9, I have hereunto set
my hand and caused my official seal to be affixed this 14 t h ___
day of December 19 90
By
Qualification with the Secretary of State must be accomplished as required by the California CorporatioU Code
promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Ins. Code See. 701
and will be grounds for revoldng this Certificate of Authority pursuant to the covenants made in the application
therefor and the conditions contained herein.
FORM CB-3
88 84651
it yt
* OLD REPUBLIC SURETY COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and
appoint:
Julia B. Bales, Kenneth A. Coate, Andrea Paris, Jonathan M. Cagner of Riverside, CA
its true and lawful Attorneys) -in -Fact, with full power and authority for and on behalf of the company as surety, to execute and
deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof,
(other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note
guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds), as follows:
ALL WRITTEN INSTRUMENTS
and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed.
This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD
REPUBLIC SURETY COMPANY on February 18,1982.
RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint
attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to
execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may
remove any such attomey-in-fact or agent and revoke any Power of Attorney previously granted to such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company
(i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant
secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be
required) by a duly authorized attomey-in-fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority
evidenced by the Power of Attorney issued by the company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or
certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such
signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be
affixed this 20th day of May 2025
, SU11 gFT ,,,. OLD REPUBLIC SURETY COMPANY
W L00.VOa�re `,. o'c
g! SEAL
Assistant Secretary
# President
STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS
On this 20th day of May 2025 , personally came before me, Alan Pavlic
and Kevin J. Abitz to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY
who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that
they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation.
Notary Public
My Commission Expires: September 28, 2026
CERTIFICATE (Expiration of notary's commission does not invalidate this instrument
I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached
Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of
Attorney, are now in force.
17th April 2026
744030 g SEAL > = Signed and sealed at the City of Brookfield, VV! this day of
ORSC 22262 (3-06) °,�wmnmo°`\•
Assistant Secr ry
Inland Surety Bonds & Ins Sery
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 Riverside
On APR 1 7 2026
Date
personally appeared
J
before me, Mariah Giselle Barela, Notary Public
Here Insert Name and Title of the Officer
Julia B. Bales
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the persons) whose names} is/atesubscribed
to the within instrument and acknowledged to me that he/she/they executed the same in #is/her/theif
authorized capacity(ies), and that by his/herAheie signature( on the instrument the person(s), or the entity
upon behalf of which the person(s) acted, executed the instrument.
hl'ARIAH GISFLLE E'A 3Fr- LA
COMM. #2-,417169
a� x NOTARY PUB:
L -CALIFORNIA m
._:. • ��
RIVERSIDE Colir4Ty
My Comm. Expires Sept. 20, 2026
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
ignature of Notary Public
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:
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:
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: Signer is Representing:
02019 National Notary Association
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Riverside
On APR 2 3 2026
Date
personally appeared
before me, Izabella Rose Daniello, Notary Public
Here Insert Name and Title of the Officer
Derek Ritarita
Name( of Signers)
who proved to me on the basis of satisfactory evidence to be the persono whose name($) is/aFe
subscribed to the within instrument and acknowledged to me that he/sheAbey executed the same in
his/hen'their authorized capacity(iEA, and that by his/herAheir signature(V) on the instrument the
person(, or the entity upon behalf of which the person( acted, executed the instrument.
IZABELLA ROSE DANIELLO
Notary Public - California [�
Riverside County >
Commission tf 2515631
Comm. Expires Mar 26, 2029
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 i 't�`_ �a�
Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
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 C Attorney in Fact
❑ Trustee C Guardian or Conservator
❑ Other:
Signer Is Representing:
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:
•d 'dG .Y 'Y .Y 'N 'b . G/ . 'L .N — Y/ -- - . ✓ ' — '!l Eic'U -✓ •✓<'f/ 'L '!/ 'b 'b 'b
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: 'SEE ATTACHED
Owner:
Construction Cost: $
Construction Time:
Owner's Representative:
Owner's Telephone No.:
Date of Substantial Completion:
2. Project Name:
Owner:
'SEE ATTACHED
Construction Cost: $
Construction Time:
Owner's Representative:
Owner's Telephone No.:
Date of Substantial Completion:
Calendar Days
Calendar Days
Bidders Experience & Qualifications 1230-1
3. Project Name: -SEE ATTACHED
Owner:
Construction Cost: $
Construction Time:
Owner's Representative:
Owner's Telephone No.:
Date of Substantial Completion:
4. Project Name: 'SEE ATTACHED
Owner:
Construction Cost: $
Construction Time:
Owner's Representative:
Owner's Telephone No.:
Date of Substantial Completion:
Signed this 23rd
VANCE CORPORATION
day of APRIL
414567
Name of Bidder Contractor's License No
Signature of Bidder
DEREK RITARITA
Printed Name of Bidder
Calendar Days
Calendar Days
.2026.
11-30-2027
Expiration Date
PRESIDENT
Title of Signatory
1000008103
DIR Reg No.
Bidders Experience & Qualifications 1230-2
CORPORATION
Project History
Koala Road Repaving Project CIP 2023-04
Owner: City of Adelanto
Address: 11600 Air Expressway, Adelanto, CA 92301
Contact: Richard Burgess 1 (760) 246-2300 1 rburgess@adelantoca.gov
Type of Work: Asphalt and base pulverizing, aggregate base, subgrade, asphalt concrete base
pavement, asphalt grinding and rubberized asphalt concrete pavement overlay.
Contract Duration: 60 Calendar Days
Contract Price: $888,888.88
Project Duration: January 2024- March 2024
East Main Street Evan Hewes Hwy Rehabilitation Project CRSAL-5169(057)
Owner: City of El Centro
Address: 1275 Main Street El Centro, CA
Contact: Felix De Leon Jr. 1 (760)337-5182 1 f_deleon@cityofelcentro.org
Type of Work: Grinding of existing asphalt concrete pavement, installation of asphalt -rubber and
aggregate membrane, gap graded base, monument preservation, utility cover adjustments.
Contract Duration: 45 Calendar Days
Contract Price: $1,918,840.00
Project Duration: February 2024- April 2024
Mission Lakes Boulevard and Little Morongo Road Resurfacing D1-0073 & D1-0074
Owner: County of Riverside Transportation Department
Address: 3525 14th Street, Riverside, CA 92501
Contact: Richard Mortan 1 (951)955-6885 1 RMortan@Rivco.org
Type of Work: Resurfacing asphalt concrete pavement, removing existing AC pavement, and placing
Hot Mix Asphalt.
Contract Duration: 60 Working Days
Contract Price: $1,197,631.42
Project Duration: July 2024- August 2024
Lone Hill Avenue Street Improvement Project 2024-02
Owner: City of San Dimas
Address: 245 E Bonita Avenue, San Dimas, CA 91773
Contact: Brandon Slater 1 (909)394-6278 1 blater@sandimasca.gov
Type of Work: Roadway Milling, ARHM Paving, Asphalt Concrete paving and striping and pavement
markings.
Contract Duration: 60 Working Days
Contract Price: $942,207.95
Project Duration: June 2024- September 2024
Dune Palms Road Pavement Rehabilitation- 2021-01
Owner: City of La Quinta
Address: 78-495 Calle Tampico, La Quinta, CA 92253
Contact: Ubaldo Ayon 1 (760)777-7051 1 uayon@laquinraca.gov
Type of Work: Pulverization, grind, asphalt overlay, signing and striping.
Contract Duration: 20 Working Days
Contract Price: $744,891.95
Project Duration: August 2024- September 2024
FY2023-2024 Street Improvement Project ST24007
Owner: City of Chino Hills
Address: 14000 City Center Drive, CA 91709
Contact: Victor Yanez 1 (909)364-2755 1 vyanez@chinohills.org
Type of Work: Grind and AC overlay
Contract Duration: 40 Working Days
Contract Price: $928,742.72
Project Duration: August 2024- September 2024
Phase IV -A Street Improvement Project
Owner: City of Needles
Address: 817 3rd Street, Needles, CA 92363
Contact: Kathy Raasch 1 (760)326-2113 1 KRaasch@cityofneedles.com
Type of Work: Grind and Pave thick asphalt with petromat, including full depth AC spot repairs.
Contract Duration: 20 Working Days
Contract Price: $1,333,319.11
Project Duration: August 2024- October 2024
Citywide Street Overlay- IFB-24-066
Owner: City of Banning
Address: 99 E. Ramsey Street, CA 92220
Contact: Kevin D. Sin 1 (951)992-3140 1 ksin@banningca.gov
Type of Work: Grind/Cold plane of existing asphalt, grading, placing new asphalt concrete.
Contract Duration: 60 Working Days
Contract Price: $1,308,987.71
Project Duration: July 2024- October 2024
Bellflower Street Rehabilitation Project CIP 2024-06
Owner: City of Adelanto
Address: 11600 Air Expressway, Adelanto, CA 92301
Contact: Richard Burgess 1 (760) 246-2300 1 rburgess@adelantoca.gov
Type of Work: Removal of existing asphalt concrete pavement, aggregate base, subgrade, concrete
curb access ramps.
Contract Duration: 40 Working Days
Contract Price: $544,100.03
Project Duration: September 2024-October 2024
CP 23-391 Country Club Morningside to 111 Street Rehab
Owner: City of Rancho Mirage
Address: 69-825 Highway 111, Rancho Mirage, CA 92270
Contact: Chet Kan 1 (760)770-3224 Ext. 277 1 chetk@ranchomirageCA.gov
Type of Work: Removal and reconstruction of A.C. pavement, ADA curb ramp, adjusting utility vaults
and manholes to grade, installing new striping and pavement markings.
Contract Duration: 90 Calendar Days
Contract Price: $1,649,883.02
Project Duration: December 2024- February 2025
Nuevo Area Resurfacing Group Project No. D4-0136-0140
Owner: County of Riverside
Address: 3525 14th Street, Riverside, CA 92501
Contact: Douglas Christensen 1 (951)955-6880 1 dchriste@rivco.org
Type of Work: Road Excavation, Pulverize, & Grade Overlay
Contract Duration: 85 Working Days
Contract Price: $2,845,653.61
Project Duration: January 2025- March 2025
A Street and Nuevo Road Reconstruction- D2-0095
Owner: County of Riverside
Address: 3525 14th Street, Riverside, CA 92501
Contact: Minh Ly 1 (951)955-6885 1 MinhLy@rivco.org
Type of Work: Removal of existing AC pavement and underlying material and placing Hot Mix Asphalt
pavement.
Contract Duration: 50 Working Days
Contract Price: $1,643,347.00
Project Duration: March 2025- May 2025
FY 2024-2025 Dream Homes Neighborhood Area & East Palm Canyon Drive Rehab B24-79E
Owner: City of Cathedral City
Address: 68700 Avenida Lalo Guerrero, Cathedral City, CA 92234
Contact: Jesus Gutierrez 1 (760)770-0340 1 jutierrez@cathedralcity.gov
Type of Work: Removal/disposal of existing asphalt pavement, construction of asphalt concrete.
Contract Duration: 45 Calendar Days
Contract Price: $481,836.28
Project Duration: March 2025- May 2025
Reche Canyon Road and Other Roads- H1517
Owner: County of San Bernardino
Address: 825 E 3rd Street, San Bernardino, CA 92415
Contact: Andrew Truong 1 (909)387-7937 1 Andrew.Truong@dpw.sbcounty.gov
Type of Work: Roadway reconstruction, Mill overlay, Rubberized chip seal, Crack seal.
Contract Duration: 100 Working Days
Contract Price: $3,553,529.57
Project Duration: April 2025- July 2025
Citrus Street and Other Roads- Phase I H15161
Owner: County of San Bernardino
Address: 825 E 3rd Street, San Bernardino, CA 92415
Contact: Edward Lopez 1 (909)387-7936 ( elopez@dpw.sbcounty.gov
Type of Work: Pavement Reconstruction, Mill and overlay.
Contract Duration: 80 Working Days
Contract Price: $3,302,653.07
Project Duration: June 2025- August 2025
Butterfield Ranch Road Pavement Rehabilitation ST24001
Owner: City of Chino Hills
Address: 14000 City Center Drive, Chino Hills, CA 91709
Contact: Javier Sigala 1 (909)364-2755 ( jsigala@chinohills.org
Type of Work: Removal and reconstruction of deteriorated pavement, grind and overlay asphalt
pavement.
Contract Duration: 40 Working Days
Contract Price: $1,866,330.42
Project Duration: May 2025- July 2025
North Shore Area Resurfacing Project No. D090073
Owner: County of Riverside
Contact: Abigail Manriquez 1 (760)397-3933 1 abigail.manriquez@tylin.com
Type of Work: Reconstructing AC pavement, removing existing AC pavement, placing Hot Mix Asphalt.
Contract Duration: 100 Working Days
Contract Price: $5,901,041.98
Project Duration: August 2025- December 2025
Panorama Neighborhood Streets, Corta Road S Alcita Road Rehab CO2605, CO2606
Owner: City of Cathedral City
Contact: Jesus Gutierrez 1 (760)202-2402 1 jutierrez@cathedralcity.gov
Type of Work: Asphalt pavement reconstruction and rehabilitation.
Contract Duration: 35 Working Days
Contract Price: $919,715.40
Project Duration: November 2025- December 2025
Fifth Street Et Al Street Improvement Project 2025-04
Owner: City of San Dimas
Contact: Peter Jacoy 1 (909)394-6245 ( pjacoy@sandimasca.gov
Type of Work: Asphalt pavement reconstruction and rehabilitation, pavement grinding, conventional AC
overlay.
Contract Duration: 35 Working Days
Contract Price: $894,454.38
Project Duration: October 2025- December 2025
Phase V- Street Paving Improvements PW2602
Owner: City of Needles
Contact: Kathy Raasch 1 (760)326-2113 1 KRaasch@cityofneedles.com
Type of Work: Pulverize in Place and pavement rehabilitation.
Contract Duration: 60 Calendar Days
Contract Price: $1,373,796.30
Project Duration:
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.
( A� jtralC�-�Nq %-A(p,
w\c. A\vle .(b S"-ViPl 1Gj 3.t0:gCk\\2Z, + 000o\l�Sp
�ew,S, �PuwJey �,e%-g9 s�a3Sa 000003��3
�"c . T vvUwa V a\11e.v, , ( VA
p,Z Stye ,tat- 31aLA Y5r. `°Sa1g pCLq�, Z. 1 Gg3i. b'
Piz : �w:
• - of Bidder (DEREK RITARITA)
VANCE CORPORATION
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 RIVERSIDE )
DEREK RITARITA being first duly sworn, deposes and say that he
or she Is PRESIDENT Of VANCE CORPORATION , 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 anv member or agent thereof to effectuate a collusive or sham bid.
AAezSignature (DEREK RITARITA) 22&2�L
VANCE CORPORATION
Name of Bidder
PRESIDENT
Title
04/23/2026
Date
Non -Collusion Affidavit 1250-1
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Riverside
On APR 2 3 2026
Date
personally appeared _
before me, Izabella Rose Daniello, Notary Public
Here Insert Name and Title of the Officer
Derek Ritarita
Name(,4 of Signer(
J
who proved to me on the basis of satisfactory evidence to be the person() whose name(j) is/aye
subscribed to the within instrument and acknowledged to me that he/s4@A0Aiy executed the same in
his/h@A44ieir authorized capacity(io), and that by his/hen'"ir signature(j4 on the instrument the
person(, or the entity upon behalf of which the persono 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.
*my
¢ABEI LA RosE oAN�ELI oWITNESS my hand and official seal.
Notary Public -CaliforniaRiverside County
Commission f� 2515631 Signature. Comm. Expires Mar 26, 2029
Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
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:
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
rl Other:
Signer Is Representing:
N •✓ 'J� '•✓ 'f/ 'U 'L 'd 'M 'Af d ✓ -�/ 'y 'Y 'U 'L 'H d 'b '✓ !/<-S/ -!/ '✓ 'G� 'G/ 'd 'd 'd 'C/ ✓<'s '✓ d 'd 'b 'b 'M '
SECTION 1260
DIR Project Vendor Information
Vendor Information:
Name: VANCE CORPORATION
Address: 459 EGAN AVENUE P.O. BOX 575
City: BEAUMONT
ST: CA Zip: 92223
Project Manager: CODY ERAUTT Email: CODY@VANCECORP.NET
Phone: 909-355-4333 CSLB/Certification Number: 414567
Public Works Registration No.: 1000008103
Classification:
Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum
Cement Masons Drywall Finisher Drywall/Lathers Electricians
Elevator Mechanic Glaziers Iron Workers Laborers x Millwrights
Operating Eng x Painters Pile Drivers Pipe Trades Plasterers
Roofer SheetMetal Sound/Com Surveyor Teamster x 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 the job must be included with invoices submitted to the
City of La Quinta.
DIR Project Vendor Information 1260-1
SECTION 1270
COMPLIANCE WITH IRAN CONTRACTING ACT OF 2010
Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.),
(a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One
Million Dollars ($1,000,000) or more if Contractor engages in investment activities
in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is
identified on the list of persons engaging in investment activities in Iran prepared
by the State of California pursuant to Public Contract Code Section 2203
subdivision (b).
(b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that
it is not on the list of ineligible vendors prohibited from doing business with the State
of California and shall complete the Iran Contracting Act Certification and submit
with their proposal at the time of bid. Contractor shall obtain the Iran Contracting
Act Certification in the form approved by the State of California, or upon written
request to the City Clerk's Office, a copy of the form will be provided to
Contractor. Failure by Contractor to provide the certification required by this
Section may deem Contractor's bid non -responsive.
(c) Nothing in this Section is intended to prevent the City from exercising its rights
pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on
a case -by -case basis.
Iran Contracting Act Certification 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) VANCE CORPORATION Federal ID Number (or n/a)
95-3767799
By (A h rued gnat
P rnted Name and Title of Person Signing Date Executed
DEREK RITARITA, PRESIDENT 04/23/2026
Iran Contracting Act Certification 1270-2
OPTION #2 — EXEMPTION
Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may
permit a vendor/financial institution engaged in investment activities in Iran, on a case -
by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or
renews, a contract for goods and services.
If you have obtained an exemption from the certification requirement under the
Iran Contracting Act, please fill out the information below, and attach documentation
demonstrating the exemption approval.
Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a)
N/A N/A
By (Authorized Signature) N/A
Printed Name and Title of Person Signing Date Executed
N/A N/A
Iran Contracting Act Certification 1270-3
SECTION 1280
COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22
RUSSIAN AGGRESSION AGAINST UKRAINE
(a) Contractor shall comply with California Governor Executive Order N-6-22 regarding
sanctions in response to Russian aggression in the Country of Ukraine, and any
implementing guidelines and/or economic sanctions imposed by the United States
government in response to Russian actions in Ukraine, as well as any sanctions
imposed under California law (collectively "economic sanctions"). Contractor shall
comply with all such economic sanctions. By submitting a bid to the City, Contractor
agrees to take any and all actions to support the Ukrainian government and people
as required by law, including by refraining from new investments in, and financial
transactions with, Russian institutions or companies that are headquartered or have
their principal place of business in Russia (Russian entities), not transferring
technology to Russia or Russian entities, and directly providing support to the
government and people of Ukraine.
(b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall
submit a written report to the City on Contractor's compliance with the economic
sanctions, and the steps Contractor has taken in response to Russia's actions in
Ukraine, including, but not limited to, desisting from making new investments in, or
engaging in financial transactions with, Russian entities, not transferring technology
to Russia or Russian entities, and directly providing support to the government and
people of Ukraine as required by law. Failure to submit the report required by this
Section may deem Contractor's bid non -responsive.
Please include a written report to the City if this section is applicable.
Russian Aggression Against Ukraine Compliance 1280-1
California Environmental Protection Agency
Air Resources Board
January 1, 2026
CERTIFICATE OF REPORTED COMPLIANCE
OFF -ROAD DIESEL VEHICLE REGULATION
is issued to
VANCE CORPORATION
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 vehcles 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
!/ 2204
won
Chiet. Mobile Souice Control flms t
Calilmia air Resources 8o 1
To v ty the authenticity of the cartileate. erner the number at
httpJ/www.arb.ca.gov/doorstoompliance-certl.html
CONTRACTORS
CJCc� STATE LICENSE BOARD
ACTIVE LICENSE
----414567 CORP
VANCE CORPORATION
A C31
un
11/30/2027 www csib.ca.gov ualary
11/17/25, 2:24 PM
04
F%T. 1927 i
1000008103 - VANCE CORPORATION
Public Works Support
eCPR Search
Knowledge
Contractor Registration Search
Project Registration Search
Register
Home i ;mAq er,Account,Lookup i 1000008103 -VANCE CORPORATION
1000008103 - VANCE CORPORATION
Customer Account Lookup
PWCR
i
Lr00008103
Contractor Status
DI R Approved
CSLB
414567
Log in
https://services.dir.ca.gov/gsp?id=dir public—form&table=x—cdoi2_csm_portal_customer—account_lookup&sys_id=57b6e9adc3df42140cl7b7ff050131... 1 /4
11/17/25, 2:24 PM 1000008103 - VANCE CORPORATION
Business Phone
9093554333
Ext
Registration Start Date
2024-07-01
Legal Entity Name
VANCE CORPORATION
Doing Business As (DBA)
VANCE CORPORATION
Business Structure
Corporation - S corp
President
Derek Ritarita
Email
rpayne@vancecorp.net
Registration End Date
2027-06-30
Crafts
Laborer and Related Classifications Operating Engineer
Teamster (Applies only to work on the construction site)
Address
Mailing Address
459 Egan Avenue
https://services.dir.ca.gov/gsp?id=dir publ ic_form&table=x_cd o i 2_csm_porta I_custom er_account_I ookup&sys_id=57b6e9 ad c3df42140c 17b7ff050131... 2/4
11/17/25, 2:24 PM
Mailing Address -
City
Beaumont
Mailing Address -
State
CA
Mailing Address -
Zip
92223
Mailing Address -
Country
united states
Physical Address
P.O. Box 575
Physical Address
- City
Beaumont
Physical Address
- State
Physical Address
- Zip
92223
Physical Address
- Country
United States
Related Lists
Registration D11 ates.
Terms & Conditions
........................................................
Ppvacy,,.Pol.icy,
1000008103 - VANCE CORPORATION
https://services.dir.ca.gov/gsp?id=dir public_form&table=x_cdoi2_csm_portal_customer_account_lookup&sys_id=57b6e9adc3df42140c17b7ff050131... 3/4
11/17/25, 2:24 PM
1000008103 - VANCE CORPORATION
Disclaimer
Nondiscrimination Notice
.........................................................................
Accessibi,li,ty,
d,i r ;ca; goy
Copyright 2024 State of California
https: //services. d i r. ca. gov/g sp?id=di r_public _form&table=x_cd of 2_csm_p orta l_customer_account _looku p&sys_id=57b6e9ad c3df42140c17 b7ff050131... 4/4
nera
Engine
Vance Corporation License
e se Nol. a 45567-A ing Contractor
P.O. Box 575, Beaumont, CA 92223 • (909) 355-4333 • Fax No. (909) 355-4339
BOARD RESOLUTION
APPOINTING OFFICERS
APPOINTMENT OF OFFICERS
RESOLVED, On May 12th, 2025 that the following person are elected to the office(s)
indicated next to their names to serve until their successor(s) shall be duly elected, unless
he or she resigns, is removed from office or is otherwise disqualified from serving as an
officers of this corporation, to take their respective office(s) immediately to upon such
appointment:
OFFICE: NAME:
President and Chief Executive Officer Derek Ritarita
Vice President and Chief Financial Officer Robert Erautt
Secretary Cody Erautt
Resolved, that the officers of this corporation are, and each acting alone is, hereby
authorized to do and performed any and all such acts, including execution of any and all
documents and certificates, as such officers shall deem necessary or advisable, to carry
out the purpose and intent of the foregoing resolutions.
Further Resolved, that any actions taken by such officers prior to the date of the
foregoing resolutions adopted hereby that are within the authority conferred thereby are
hereby ratified, confirmed and approved as the acts and deed of this corporation.
There being no further business to come before the Board, the meeting was accordingly
adjourned.
OFFICERS:
Derek Ritarita
President, CEO
Robert Erautt
Vice President, CFO
y Erautt
Secretary