Loading...
Bid - Superior Pavement Marking, LLCW �GNNW -- CALIFORNIA - ADDENDUM NUMBER 1 TO: All Prospective Bidders and Plan Holders FROM: Ubaldo Ayon, Assistant Construction Manager DATE: April 20, 2026 SUBJECT: Project No. 2025-01, Citywide Striping Refresh The following shall be considered as incorporated into the project plans and specifications for the above referenced project. Portions of plans and specifications not specifically mentioned in this Addendum remain in force. ■ CLARIFICATIONS Note: All Clarifications shall be considered as included in the Bid Documents Question 1. Are the green backgrounds on bike/golf-carts symbols and in bike lane conflict zones to be refreshed? Response: Yes. The Contractor shall remove the paint from the green background prior to refreshing the green background. The paint for bike lane symbol and striping shall be replaced with 2-coats per the specifications as new striping. The green background shall be MMAX Extended Season per the specifications. Question 2. Is a map or GIS data available of the streets to be refreshed? Response: A PDF map can be provided to the successful bidder. Question 3. Please confirm the only one PCMS board will be required for each direction of a street that is being striped and not on side streets. (So, two total per street being worked on.) Response: PCMS boards will not be required and are considered as removed from the specifications. Question 4. Will signed Traffic control plans be required on refresh work or will WATCH manual pages be sufficient? Response: WATCH is acceptable for locations that match the typical details in WATCH. Question 5. Will we be required to clear streets of dirt and debris or will the city perform this? Response: The Contractor is responsible to remove dirt and debris. Question 6. Pre -form thermoplastic cannot be refreshed. Will we be required to remove and replace. taQaiwra CALIFORNIA --- Response: No. The only location in the City pre -form thermoplastic is located is in the Village Area at two cross -walks. One on Calle Tampico and the second on Avenue 52. Question 7. Is curb paint refresh required in this contract? Response: No. Question 8. Are all crosswalks on side streets to be refreshed.. Response: Yes within the City of La Quinta Limits. Crosswalks that split jurisdiction shall be completely refreshed. Question 9. Should RPMs be removed and replaced or only if damaged. Response: RPMs shall ALL be removed and replaced. This is a change from the specifications. The Contractor is hereby notified; Addendum No. 1 must be acknowledged and initialed as stipulated under the instructions to Bidders and submitted as part of the Bid. Failure to do so shall result in the City designating said bid as "Non -Responsive." APPROVED: bald A• yo Jr. (Apr 20 2026 16 au Ubaldo Ayon, Assistant Construction Manager END OF ADDENDUM NUMBER 1 2025-01_Citywide Striping Refresh- Addendum01 Final Audit Report 2026-04-20 Created: 2026-04-20 By: Carley Escarrega (cescarrega@laquintaca.gov) Status: Signed Transaction ID: CBJCHBCAABAAN41FTuWURU3KEap3VNvggJLXibssXBMo "2025-01_Citywide Striping Refresh-Addendum01" History Document created by Carley Escarrega (cescarrega@laquintaca.gov) 2026-04-20 - 11:36:52 PM GMT Document emailed to uayon@laquintaca.gov for signature 2026-04-20 - 11:36:57 PM GMT Email viewed by uayon@laquintaca.gov 2026-04-20 - 11:37:17 PM GMT d© Signer uayon@laquintaca.gov entered name at signing as Ubaldo Ayon Jr. 2026-04-20 - 11:46:37 PM GMT 6 Document e-signed by Ubaldo Ayon Jr. (uayon@laquintaca.gov) Signature Date: 2026-04-20 - 11:46:39 PM GMT - Time Source: server ® Agreement completed. 2026-04-20 - 11:46:39 PM GMT a Adobe Acrobat Sign SECTION 1200 BID DATE: 04/22/2026 The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2025-01, Citywide Striping Refresh, and will contract with the City, on the form of Contract provided herewith, to do everything required for the fulfillment of the contract for said work at the prices and on the terms and conditions herein contained. We have included the following items and agree that they shall form a part of this bid: SECTION TITLE 1200 Bid 1210 Bid Schedule 1220 Bid Guaranty Bond 1230 Certification of Bidder's Experience and Qualifications 1240 Proposed Subcontractors 1250 Non -Collusion Affidavit 1260 DIR Project Vendor Information 1270 Iran Contracting Act of 2010 1280 Russian Aggression Against Ukraine Sanctions We acknowledge that the following addenda have been received and have been examined as part of the Contract Documents. Bidders must be on the Plan Holders List with the City of La Quinta in order to receive addenda. Addendum # Date Received Initials 1 04/20/2026 `,ti Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. Superior Pavement Markings, LLC Name of Bidder (714) 995-9100 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. Superior Pavement Markings, LLC Name of Bidder 5312 Cypress Street, Cypress CA 90630 Bidder's Address 1141887 Contractor's License No. California State of Incorporation � 2 Signature of Bidder Darren Veltz Printed Name of Signatory President Title of Signatory (714) 995-9100 Bidder's Telephone Number estimating(a-)-superiorpavementmarkings.com Bidder's Email Address 08/31 /2027 Contractor's Expiration Date -TZ� Witnes Raul Guzman, Estimator Title of Witness Bid 1200-2 SECTION 1210 BID SCHEDULE PROJECT NO. 2025-01 CITYWIDE STRIPING REFRESH City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 To Whom It May Concern: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for Project No. 2025-01, Citywide Striping Refresh, 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. Bid Schedule 1210-1 BASE BID — CITYWIDE STRIPING REFRESH — APPENDIX C Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $ 75,000.00 $ 75,000.00 2 Traffic Control 1 LS $ 170,000.00 $ 170,000.00 Refresh Pavement Striping and 3 Markings, Including All 1 LS $ 1,684,852.00 $ 1,684,852.00 Incidentals Total Amount of Bid Items 1 — 3 $ 1,929,852.00 City may award all or none of the following additive alternates: ADDITIVE ALTERNATE NO. 1 — APPENDIX D & E Item No. Item Description Est. Qty. Unit Unit Price (in figures) Dollars Item Total (in figures) Dollars 1 Mobilization 1 LS $ 2,500.00 $ 2,500.00 2 Traffic Control 1 LS $ 5,000.00 $ 5,000.00 3 Proposed Signing and Striping, IncludingAll Incidentals 1 LS $ 29,872.00 $ 29,872.00 Total Amount of Bid Items 1 — 3 $ 37,372.00 Bid Schedule 1210-2 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures): $ 1,967,224.00 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words): One Million, Nine Hundred Sixty Seven Thousand, Two Hundred Twenty Four Dollars and Zero Cents Bid Amount of each of the above Bid Items must be filled in and completed. It is understood that the quantities shown hereon are but estimates and the bidder is responsible to verify quantities prior to submitting a bid. Final payment will be based upon actual work performed, subject to such adjustments and alterat' s as elsewhere provided herein. Signature of Bidder (Ink) Darren Veltz, President Name of Bidder (Printed or Typed) (714) 995-9100 Bidder Telephone Number estimating _superiorpavementmarkings.com Bidder Email Address Bid Schedule 1210-3 SECTION 1220 BID GUARANTY BOND PRINCIPAL, and Ascot Surety & Casualty Company as SURETY, are held and firmly bound unto the City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made to the City to which said bid was submitted, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal has submitted the above -mentioned bid to the City, for certain construction specifically described as follows, for which bids are to be opened at La Quinta, California. PROJECT NO. 2025-01 MarType text here CITYWIDE STRIPING REFRESH 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 16th day of April , 2026. Superior Pavement Markings, LLC z�� ' Title of Signatory Signature of Principal 53t2 fl.]e,rfss -A c,�, C4rtaS CA 15:1ou3b Address Ascot Surety & Casualty Company KID Wapato, Attorney -in -Fact Title of Signatory Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 ALL-PURPOSE ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the docurnent to which this certificate is attached, and rat the truthfulness, or validity ofthat document. State of Arizona County of Iyi" aricoua before me, NotaryPubic who proved to me on the basis of sAans ctory evidence to be the nersoally appeared afe subscribed to the within instrument and aclmowled p whose name(o is/ the same in $�i�/her/ter authorized c aci acknowledgment to me that he/she/ executed instrument the erson � �' and that by h /herf signature{ on the p: or the entity upon behalf of which the persons acted, executed the instrument. 1 certi> under PENALTY OF PERJURY under the laws of the State of Arizona that the fflregoing Paragraph is true and correct. W la Witness my hand and official seal. ONA NTY PIRES Siglradre Notary Public 2SCOt Power of Attorney Ascot Surety & Casualty Company Ascot Insurance Company 55 W 461' Street, 26t" Floor New York, NY 10036 KNOW ALL MEN BY THE PRESENTS: That Ascot Surety & Casualty Company and Ascot Insurance Company, each a corporation organized and existing under the laws of the State of Colorado (the "Companies"), do hereby constitute and appoint: Marina Tapia, Edward C. Spector, Ethan Spector, B. Aleman, Sandra Corona, Aidan Smock, D. Garcia, Sarah Campbell, Jennifer Ochs, Erin Brown, Jaren A Marx, Rachel A Mullen, Michelle Haase, Simone Gerhard, Alysha Mendoza and KID Wapato of Los Angeles. CA (city, state) and each its true and lawful Attorney(s)-in-Fact, with full authority to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line is filled in, only within the area and up to the amount therein designated, any and all bonds, undertakings, recognizances, and other contracts of indemnity or writings obligatory in the nature thereof, issued in the course of its surety business, and to bond the Companies as follows: Any such obligations in the United States not to exceed $50,000,000.00. The Companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority Resolutions adopted by the Board of Directors of the Companies, which resolutions are still in effect: RESOLVED, that any of the Chief Executive Office, the Chief Operating Officer or the Chief Underwriting Officer, acting in conjunction with the head of the surety business line for the Corporation (each an Authorized Individual" and, collectively, the Authorized Individuals"), are authorized to jointly appoint one or more attorneys -in -fact to represent and act for and on behalf of the Corporation in the transaction of the Corporation's surety business to execute (under the common seal of the Corporation if appropriate) bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof: RESOLVED, that in conjunction with the Corporation's transaction of surety business the signatures and attestations of the Authorized Individuals and the seal of the Corporation be affixed to any such Power of Attorney or to any certificate relating thereto (electronic or otherwise) by facsimile and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seals (electronic or otherwise) shall be valid and bonding upon the Corporation when so affixed with respect to any bond, undertaking, recognizance or tother contract of indemnity or writing obligatory in the nature thereof; RESOLVED, that in connection with the Corporation's transaction of surety business, the facsimile electronic or mechanically reproduced signature of any Authorized Individual, whether made heretofore or hereafter, whenever appearing upon a copy of any Power of Attorney of the Corporation, with signatures IN WITNESS WHEREOF, the Companies have caused these presents with the respective corporate seals and to be executed by the individuals named below who are duly authorized and empowered to execute the Power of Attorney on the Companies' behalf, this 1st day of July 2024. ;• y ........... ''. : '�rvcF •., ASCOT SURETY & CASUALTY COMPANY °o': ASCOT INSURANCE COMPANY 0. �SEALSEAL" 202 Matthew Conrad Kramer (Chief Executive Officer) ra North (Execlutive Vice President, Surety) STATE OF CONNECTICUT ) COUNTY OF FAIRFIELD ) ss. On this 151 day of July 2024, before me came the above named Chief Executive Officer of each Ascot Surety & Casualty Company and Ascot Insurance Company and the head of the surety business line for each of Ascot Surety & Casualty Company and Ascot Insurance Company, to me personally known to be the individuals described herein, and acknowledged that the seals affixed to the preceding instrument and the corporate seals of each Ascot Surety & Casualty Company and Ascot Insurance Company, and that the said corporate seals and signatures were duly affixed and subscribed to said instrument by the authority and direction of said Companies. KSENIA E. GUSEVA NOTARY PUBLIC STATE OF CONNECTICUT My Commission Expires June 30, 2029 / eat„- F. qt�,4 Notary Public Ksenia E Guseva My commission expires on June 30, 2029 I, the undersigned Secretary of the Company, do hereby certify that the foregoing excerpts of the Resolution adopted by the Board of Directors of the Companies, and the Power of Attorney issued pursuant thereto, are true and correct, and further certify that both the Resolution and the Power of Attorney are still in full force and effect. This Certificate may be signed by facsimile under and by the authority of the following resolution of the Board of Directors of the Companies. RESOLVED, that in connection with the Corporation's transaction of surety business the signatures and attestations of the Authorized Individuals and the seal of the Corporation be affixed to any such Power of Attorney or to any certificate relating thereto (electronic or otherwise) by facsimile and any such Power of Attorney of certificate bearing such facsimile signatures or facsimile seal (electronic or otherwise) shall be valid and binding upon the Corporation when so affixed with respect to any bond, undertaking, recognizances or other contract of indemnity or writing obligatory in the nature thereof; IN WITNESS WHEREOF; I have hereunto set my hand and affixed the seal of the Companies, this 16th day of April , 20 26 ASCOT SURETY & CASUALTY COMPANY ASCO INSURANCE COMPANY 611- f J hn Gill, Secretary All Claims Notices should be sent to Ascot Surety & Casualty Company 55 W 461h St, 26' Floor, New York NY 10036: Attention Surety Claims suretyclaims(giascotgroup.com CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 tmthfitlneee accuracy. or validity of that document State of California County of San Bernardino On April 22, 2026 before me, Rebecca Parra, Notary Public Date Here Insert name and Title of the Officer personally appeared Darren Veltz Name(s) of Signer(s) f who proved to me on the basis of satisfactory evidence to be the person(s) whose name(&) is/are subscribed to the within instrument and acknowledged to me that he/shelthey executed the same in his/herltheir authorized capacity(ies), and that by his/herltheir REBECCAPARRA signature(s) on the instrument the person(s), or the entity upon behalf 4 _ Notary Public - California of which the person(s) acted, executed the instrument. San Bernardino County Commission N 2536112 1 certify under PENALTY OF PERJURY under the laws of the State of My Comm. Expires Nov 16, 2029 California that the forgoing paragraph is true and correct. WITNESS my hand ial seal. Signature Lim Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Bid Bond Document Date: April 16, 2026 Number of Pages: 1 Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Darren Veltz Signer's Name: ❑ Individual ❑ Individual X Corporate Officer — Title(s): President ❑ Partner ❑ ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee 7Top of thun ❑ Other: Signer is Representing: ❑ Corporate Officer — Title(s): ❑ Partner ❑ ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: 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: As -Needed Street Striping Services 21-3028 Owner: City of Irvine Construction Cost: $ $639,220.12 Construction Time: 365 Days (Annual Contract) Calendar Days Owner's Representative: Jose Alvarado Owner's Telephone No.: (562) 762-5177 Date of Substantial Completion: 06/12/2025 2. Project Name: Street Striping & Pavement Marking Services Owner: City of Arcadia Construction Cost: $135,693.00 Construction Time: 365 Days (Annual Contractl Calendar Days Owner's Representative: Dave Thompson Owner's Telephone No.: (626) 254-2726 Date of Substantial Completion: 03/25/2025 Bidders Experience & Qualifications 1230-1 3. Project Name: Street Striping Improvement Project, CIP-CS-23-07 Owner: City of Claremont Construction Cost: $ 217,165.00 Construction Time: 43 Days Calendar Days Owner's Representative: Cari Dillman Owner's Telephone No.: (909) 399-5479 Date of Substantial Completion: 08/02/2024 4. Project Name: Safe Route To School Striping Project, PZ941 Owner: City of Culver City Construction Cost: $ 431,162.69 Construction Time: 83 Days Calendar Days Owner's Representative: Andrew Maximous Owner's Telephone No.: (310) 253-5628 Date of Substantial Completion: 05/14/2026 Signed this 22nd day of 2026. Superior Pavement Markings, LLC 1141887 2000015240 Name of Bidder Contractor's License No. DIR Reg No. Signature of Bidder Darren Veltz Printed Name of Bidder 08/31 /2027 Expiration Date President Title of Signatory Bidders Experience & Qualifications 1230-2 Pavement Markings Experience 2023 City of San Dimas Esau Ramos, (909) 208-9431, eramos@sandimasca.gov Project Name: Striping on San Dimas and Lone Hill Completed: 12/2023 Contract Amount: $48,004.00 City of Covina Hugo Guerrero, (626) 705-6300, hguerrero@covinaca.gov Project Name: Annual Striping Maintenance Contract FY 2019/2020 Completed: 10/2023 Contract Amount: $33,754.91 City of Murrieta Jason Morrell, (951) 461-6400, JMorrell@murrieta.org Project Name: On -Call Street Striping & Pavement Marking Maintenance Services 2023 -2024 Completed: 08/2023 Contract Amount: $26,718.00 City of Signal Hill Arvin Pacheco, (562) 335-9513, Apacheco@cityofsignalhill.org Project Name: Segment B Striping Measurement Completed: 07/2023 Contract AMount: 28,216.33 City of San Dimas Esau Ramos, (909) 208-9431, eramos@sandimasca.gov Project Name: Arterial Restripe in Various Locations at the City of San Dimas Completed: 06/2023 Contract Amount: $98,927.46 City of Irvine Jose Alvarado, (562) 762-5711, jalvarado@cityofirvine.org Project Name: As -Needed Street Striping Services 21-3028 Completed: 07/2023 Contract Amount: $588,572.93 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 �ac�P�or� Pavement Marlsings Experience 2024 City of Baldwin Park Anthony Vazquez, (626) 960-3993, AVazquez@baldwinpark.com Project Name: Los Angeles Street Repainting Little John St to Park Ave) Completed: 01/2024 Contract Amount:$13,846.00 City of Arcadia Dave Thompson, (626) 254-2726, Dthompson@arcadiaca.gov Project Name: Street Striping and Pavement Marking Services Completed: 02/2024 Contract Amount: $113,264.00 City of San Marino Chris Gutierrez, (626) 300-0793, cgutierrez@cityofsanmarino.org Project Name: Restriping Los Robles Completed: 03/2024 Contract Amount: $29,870.00 City of Costa Mesa Henry Granados, (714) 327-7472, henry.granados@costamesaca.com Project Name: Street Striping & Thermoplastic Markings (22-09) Completed: 04/2024 Contract Amount: $159,612.00 City of San Dimas Esau Ramos, (909) 208-9431, eramos@sandimasca.gov Project Name: Repaint Citywide Schools Completed: 06/2024 Contract Amount: $26,837.60 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 Pavement Markings Experience 2025 City of Irvine Jose Alvarado, (562) 762-5177, jalvarado@cityofirvine.org Project Name: As -Needed Street Striping Services 21-3028 Completed: 06/2025 Contract Amount: $639,220.12 City of San Dimas Esau Ramos, (909) 208-9431, eramos@sandimasca.gov Project Name: Repainting Citywide Schools Work Completed: 07/2025 Contract Amount-$45,369.00 City of Signal Hill Elizabeth Camarena, (562) 989-7349, ecamarena@cityofsignalhill.org Project Name: Segment B Striping B Measurement Completed: 06/2025 Contract Amount: $59,895.29 City of Desert Hot Springs Daniel Porras, (760) 329-6411, dporras@cityofdhs.org Project Name: Repaint of Various Arterial Streets Completed: 06/2025 Contract Amount: $131,236.00 City of Covina Hugo Guerrero, (626) 705-6300, huerrero@covinaca.gov Project Name: Annual Striping Maintenance Contract Completed: 03/2025 Contract Amount: $47,333.65 City of Palm Desert Richard Trupiano, (760) 776-6327, rtrupiano@cityofpalmdesert.org Project Name: High Visibility Crosswalks Improvement Project Completed: 05/2025 Contract Amount: $158,395.00 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 City of Rosemead Chris Camacho, (626) 569-2189, Ccamacho@cityofrosemead.org Project Name: Citywide Striping Maintenance Services Completed: 06/2025 Contract Amount: $74,998.65 City of Murrieta Jason Morrell, (951) 461-6400, JMorrell@murrieta.org Project Name: On -Call Street Striping And Pavement Marking Maintenance Services 2023 -2024 Completed: 04/2025 Contract Amount: 54,963.34 City of Arcadia Dave Thompson, (626) 254-2726, Dthompson@arcadiaca.gov Project Name: Street Striping and Pavement Marking Services Completed: 03/2025 Contract Amount: $135,693.00 City of Irvine Jose Alvarado, (562) 762-5177, jlvarado@cityofirvine.org Project Name: As -Needed Street Striping Services 21-3028 Completed: 06/2025 Contract Amount: $639,220.12 City of Costa Mesa Henry Granados, (714) 327-7472, Henry.Granados@costamesaca.gov Project Name: Street Striping & Thermoplastic Markings (22-09) Completed: 08/2025 Contract Amount: $137,576.99 City of Murrieta Steve Nickerson, (951) 765-2348, SNickerson@MurrietaCA.gov Project Name: On -Call Street Striping And Pavement Marking Maintenance Services 2023 -2024 Completed: 11 /05/2025 Contract Amount: $24,602.24 City of Murrieta Steve Nickerson, (951) 765-2348, SNickerson@MurrietaCA.gov Project Name: On -Call Street Striping And Pavement Marking Maintenance Services 2023 -2024 Completed: 04/08/2025 Contract Amount: $54,963.34 5312 Cypress St Cypress Ca Tel. 714.995.9100 Fax 714.995.9400 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. None Signature of Bidder Darren Veltz, President Name of Bidder Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ) ss. County of San Bernardino ) Darren Veltz being first duly sworn, deposes and say that he efshe is President of Superior Pavement Markings. LLC , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly sought by contract, agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. 2----- Signature Darren Veltz Name of Bidder President Title 04/22/2026 Date Non -Collusion Affidavit 1250-1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 thie certificate is attached and net the tnrthfninees. acenracv or validity of that document State of California County of San Bernardino On April 22, 2026 before me, Rebecca Parra, Notary Public Date Here Insert name and Title of the Officer personally appeared Darren Veltz Name(s) of Signer(s) REBECCA PARRA Notary Public - California San Bernardino County Commission # 2536112 emy Comm. Expires Nov 16, 2029 who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/&heA4ey executed the same in his/her4heir authorized capacity(ie&), and that by his/bet## & signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the forgoing paragraph is true and correct. WITNESS my hand ffic' I seal. Signature Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Non Collusion Affidavit Document Date: April 22, 2026 Number of Pages: 1 Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s) Signer's Name: Darren Veltz Signer's Name: ❑ Individual ❑ Individual X Corporate Officer — Title(&): President ❑ Partner ❑ ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: ❑ Corporate Officer — Title(s): ❑ Partner ❑ ❑ Limited o General ❑ Attorney in Fact ❑ Trustee ❑ Other: Signer is Representing: SECTION 1260 DIR Protect Vendor Information Vendor Information: Name, Superior Pavement Markings, LLC Address: 5312 Cypress Street City: Cypress ST: CA Zip: 91630 Project Manager: Raul Guzman, Estimator Email: raul __superiorpavementmarkings.com Phone: (714) 995-9100 CSLB/Certification Number: 1141887 Public Works Registration No.: 2000015240 Classification: Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum Cement Masons Drywall Finisher Drywall/Lathers Electricians Elevator Mechanic Glaziers Iron Workers X Laborers Millwrights Operating Eng Painters Pile Drivers Pipe Trades Plasterers _ Roofer SheetMetal Sound/Com Surveyor Teamster Tile Worker. Prevailing Wages and Payroll: The project is subject to prevailing wage rates and enforcement by the Department of Industrial Relations (DIR). Prevailing wage rates can be obtained at.- hftp://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 Superior Pavement Markings© PWCR Number: 2000015240 Registration Status: • ... -. Current registration 09/18/2025-06/30/2026 SECTION CO Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.), (a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One Million Dollars ($1,000,000) or more if Contractor engages in investment activities in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is identified on the list of persons engaging in investment activities in Iran prepared by the State of California pursuant to Public Contract Code Section 2203 subdivision (b). (b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that it is not on the list of ineligible vendors prohibited from doing business with the State of California and shall complete the Iran Contracting Act Certification and submit with their proposal at the time of bid. Contractor shall obtain the Iran Contracting Act Certification in the form approved by the State of California, or upon written request to the City Clerk's Office, a copy of the form will be provided to Contractor. Failure by Contractor to provide the certification required by this Section may deem Contractor's bid non -responsive. (c) Nothing in this Section is intended to prevent the City from exercising its rights pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on a case -by -case basis. Iran Contracting Act Certification 1270-1 IRAN CONTRACTING ACT CERTIFICATION Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208), Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with a public entity for goods or services of one million dollars ($1,000,000) or more if the Vendor/Bidder engages in investment activities in Iran. MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS $1,000,000 OR MORE Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public entity contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services ("DGS") pursuant to Public Contract Code section 2203(b) and is not a financial institution extending $20,000,000 or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d). To comply with this requirement, please insert your vendor or financial institution name and Federal ID Number (if available) and complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made, contract termination, and three-year ineligibility to bid on contracts. (Pub. Cont. Code § 2205.) OPTION #1 - CERTIFICATION I, the official named below, certify I am duly authorized to execute this certification on behalf of the vendor/financial institution identified below, and the vendor/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Vendor Name/Financial Institution (Printed) Federal 1D Number (or n/a) N/A By (Authorized Signature) Printed Name and Title of Person Signing Date Executed 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 rVa) By (Autberffy—d Sign ure) Printed Name and Title o erson Signing Date Executed Darren Veltz, President 04/22/202 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 of STATE OF CALIFORNIA 9epL Office of the Secretary of State ® o STATEMENT OF INFORMATION LIMITED LIABILITY COMPANY California Secretary of State °" on 1500 11th Street Sacramento, California 95814 (916) 657-5448 For Office Use Only -FILED - File No.: BA20251702969 Date Filed: 8/22/2025 Entity Details Limited Liability Company Name Superior Pavement Markings, LLC Entity No. B20250161695 Formed In DELAWARE Street Address of Principal Office of LLC Principal Address Mailing Address of LLC Mailing Address Attention Street Address of California Office of LLC Street Address of California Office Manager(s) or Member(s) 5312 CYPRESS STREET CYPRESS, CA 90630 5312 CYPRESS STREET CYPRESS, CA 90630 5312 CYPRESS STREET CYPRESS, CA 90630 Manager or Member Name Manager or Member Address Darren Veltz 5312 CYPRESS STREET CYPRESS, CA 90630 Agent for Service of Process California Registered Corporate Agent (1505) CORPORATE CREATIONS NETWORK INC. Registered Corporate 1505 Agent Type of Business Type of Business Street Striping Email Notifications Opt -in Email Notifications Yes, I opt -in to receive entity notifications via email. Chief Executive Officer (CEO) CEO Name CEO Address None Entered Labor Judgment No Manager or Member, as further defined by California Corporations Code section 17702.09(a)(8), has an outstanding final judgment issued by the Division of Labor Standards Enforcement or a court of law, for which no appeal is pending, for the violation of any wage order or provision of the Labor Code. Electronic Signature ® By signing, I affirm under penalty of perjury that the information herein is true and correct and that I am authorized by California law to sign. Jordae Cole, Special Manager Signature 0812212025 Date Page 1 of 1 CONTRACTORS C'JC2 STATE LICENSE ACTIVE LICENSE RD0 -- 1141887 - LLC „. SUPERIOR PAVEMENT MARKINGS LLC C31 C32 C61/D38 C61/D42 'A�` E,,.„--. 08/31 /2027 www cslb. ca. gov i+�►s�