Loading...
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