Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SCANNED BID - DIAMOND BAR
C I T Y 0 F A1111116 AIL DIAMOND BAR C A L I F 0 R N I A DEPARTMENT OF PUBLIC WORKS OFFICIAL NOTICE Request for Bids AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMPS IMPROVEMENT PROJECT CDBG PROJECT NO. 602671-24 CIP PROJECT NO. SI254 ADDENDUM NO. 1 The following changes to the Request for Bids (RFB) for the above project shall be incorporated into the RFB. The Contractor shall sign this page as acknowledgement of receipt of Addendum No. 1 and attach it to the bid. 2/25/2025 David G. Liu, P.E. Date Director of Public Works/City Engineer COREY R. KIRSCHNER - CEO Contractor's Authorized Signature DEPARTMENT OF PUBLIC WORKS CITY OF DIAMOND BAR CALIFORNIA JL64,111k DIAMOND BAR C A L I F 0 R N I A CONTRACT DOCUMENTS AND SPECIFICATIONS FOR AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602671-24 CIP PROJECT NO. S1254 All Questions Regarding This Project Are to Be Directed To: Mr. Christian Malpica Associate Engineer City of Diamond Bar (909) 839-7042 Chia Yu Teng, Mayor Steve Tye, Mayor Pro Tern Andrew Chou, Council Member Stan Liu, Council Member Ruth M. Low, Council Member Daniel Fox, City Manager February 2025 CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602671-24 CIP PROJECT NO. SI254 QvoFESS/ qr� pF Cp�IF�' By: 02/11 /2025 Pedro Rafael Sanchez, P.E. C 84649 Date Exp: 03/31/2026 PREPARED BY: Nichols Consulting Engineers, Chtd. (NCE) 2300 E. Katella Avenue, Suite 125 Anaheim, CA 92806 TELEPHONE: (657)275-3018 Proposals will be received online at https://www.planetbids.com/portal/portal.cfm?CompanyID=39500 until 3:00 PM on March 4, 2025 for the performance of the above -described services. TABLE OF CONTENTS ITEMS PAGES PART I - BIDDING AND CONTRACTUAL DOCUMENTS NOTICE INVITING SEALED BIDS 1 - 4 INFORMATION FOR BIDDERS 5 - 14 BIDDER'S PROPOSAL 15 - 16 BID SCHEDULE 17 - 19 LIST OF SUBCONTRACTORS 20 - 21 DECLARATION OF ELIGIBILITY TO CONTRACT 22 - 23 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE 24 CONTRACTOR INDUSTRIAL SAFETY RECORD 25 AFFIDAVIT FOR CO -PARTNERSHIP FIRM 26 AFFIDAVIT FOR CORPORATION BIDDER 27 AFFIDAVIT FOR INDIVIDUAL BIDDER 28 AFFIDAVIT FOR JOINT VENTURE 29 FAITHFUL PERFORMANCE BOND 30 - 31 LABOR AND MATERIAL BOND 32 - 33 BID BOND 34 - 35 CERTIFICATE OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION 36 CERTIFICATE WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS AND SUBCONTRACTS 37 NON -COLLUSION AFFIDAVIT 38 CONTRACT AGREEMENT 39-46 PART II - GENERAL PROVISIONS GP-1 - GP-16 i TABLE OF CONTENTS (Continued) PART III- SPECIAL PROVISIONS Sp-1 - Sp-9 PART IV - TECHNICAL PROVISIONS TP-1 - TP-19 PART V - APPENDICES APPENDIX A FEDERAL/STATE CONTRACT COMPLIANCE DOCUMENTS APPENDIX B CURB RAMP PLANS APPENDIX C CONSTRUCTION & DEMOLITION (C&D) DEBRIS PLAN APPENDIX D PREVAILING WAGE RATES ii PART I BIDDING AND CONTRACTUAL DOCUMENTS iii CITY OF DIAMOND BAR NOTICE INVITING SEALED BIDS FOR AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602671-24 CIP PROJECT NO.S1254 RECEIPT OF PROPOSALS: Proposals will be received online at http://at/ https://www.planetbids.com/portal/portal.cfm?CompanyID=39500 until 3:00 PM on March 4, 2025 for the furnishing of all labor and materials and equipment for the AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAmp IMPROVEMENT PROJECT (CIP NO. SI254, CDBG NO. 602671-24) and other incidental and appurtenant work. No proposal will be considered from a Contractor who is not licensed as either a Class A or C-8 Contractor at time of award in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. DESCRIPTION OF WORK: The work to be performed or executed under these plans and specifications consists of and includes removal of existing sidewalk and curb & gutter and the construction of new PCC curb ramps with curb & gutter and a minimum 4' HMA plug; and other incidental and appurtenant work necessary for the proper construction of the contemplated improvements, as indicated on the project plans for Area 5 Residential Neighborhood ADA Curb Ramp Project. COMPLETION OF WORK: All work shall be completed within thirty (30) working days after the Notice to Proceed is issued by the City. ENGINEER'S ESTIMATE: The Area 5 Residential Neighborhood ADA Curb Ramp Project is estimated to cost $120,000 all in accordance with the provisions of the Plans, Specifications, Notices and Instructions to Bidders. OBTAINING CONTRACT DOCUMENTS: Plans and Specifications and all contract documents may be obtained at Planet Bids (https://www.planetbids.com/portal/portal-cfm?CompanyID=39500). PROPOSAL GUARANTEE: Each proposal must be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of ten percent (10 0 ) of the bid price payable to the City of Diamond Bar as a guarantee that the bidder, if his proposal is accepted, will 1 promptly execute the contract, secure payment of Workmen's Compensation Insurance, furnish a satisfactory Faithful Performance Bond in the amount of one hundred percent (100%) of the total bid price, and a Labor and Material Bond in an amount not less than one hundred percent (100%) of the contract price. Said bonds to be secured from a surety company authorized to do business in the State of California, and subject to the approval of the City Attorney. MINIMUM QUALIFICATIONS OF BIDDERS: Prospective bidders should examine the minimum qualifications found in number 15 of the "Information for Bidders" section, pages 5 through 9. Bidders who do not meet the minimum qualifications should not submit a bid, as the bids will be considered nonresponsive. PREVAILING WAGE RATE: As required by the California Labor Code, Section 1770 et seq. the City Council of the City of Diamond Bar incorporates herein by reference the general prevailing rate of per diem wages as determined by the Director of Industrial Relations of the State of California. Copies of the prevailing rate of per diem wages are on file in the office of the City Clerk and will be made available to any interested party upon request. In accordance with the Labor Code, no workman employed upon work under this contract shall be paid less than the above referenced prevailing wage rate. A copy of said rates shall be posted at each job site during the course of construction. This project is funded in whole or in part with Community Development Block Grant (CDBG) funds provided by the U. S. Department of Housing and Urban Development (HUD). Federal Labor Standards Provisions, including prevailing wage requirements of the Davis -Bacon and Related Acts will be enforced. In the event of a conflict between Federal and State wages rates, the higher of the two will prevail. The State wage rates are available online at http://www.dir.ca.gov/DLSR/PWD/index.htm. Lower State wage rates for work classifications not specifically included in the Federal wage decision are not acceptable. The Contractor's duty to pay State prevailing wages can be found under Labor Code Section 1770 et seq. and Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and employ apprentices including forfeitures and debarment. CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars ($200.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under this AGREEMENT, by him or by any subcontractor under him. Any classification omitted herein shall be paid not less than the prevailing wage scale as established for similar work in the particular area, and all overtime shall be paid at the prevailing rates as established for the particular area. Sunday and holiday time shall be paid at the wage rates determined by the Director of Industrial Relations. CONTRACTOR and any of its subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations. PAYMENT: Payment will be made to the Contractor in accordance with the Specifications. CONTRACTOR ELIGIBILITY VERIFICATION Prior to awarding a contract, the Contractor's Eligibility will be verified as follows: 1) status with the California Department of Industrial Relations at http://www.cslb.ca.gov, https://efiling.dir.ca.gov, and 2) eligibility at http://www.dir.ca.gov/dlse/debar.html and excluded parties list at the federal System for Award Management (SAM) website https://www.sam.gov. PAYMENT: Payment will be made to the Contractor in accordance with the Specifications. RETENTION OF RECORDS RELEVANT TO AUDITS AND REVIEWS: The Contractor and subcontractors working in the City of Diamond Bar must retain records pertaining to said project for a minimum of five (5) years. Records to be retained include but are not limited to documents regarding payroll, change orders, field directives, as -built plans, etc. CITY'S RIGHTS RESERVED: The City of Diamond Bar reserves the right to reject any and all proposals or bids, should it deem this necessary for the public good, and also the bid of the bidder who has been delinquent or unfaithful in any former contract with the City of Diamond Bar. No bidder may withdraw his bid for a period of thirty (30) days after the date of the bid opening. 3 BID AWARD: Subject to the reservations noted above, the contract will be awarded to the lowest responsible bidder. CITY OF DIAMOND BAR, CALIFORNIA DATE: 2/11 /2025 By: David G. Liu, P.E Public Works Director/City Engineer 4 INFORMATION FOR BIDDERS 1. PREPARATION OF BID FORM: The City invites bids on the form attached to be submitted at such time and place as is stated in the Notice Inviting Sealed Bids. All bids should be made in accordance with the provisions of the Standard Specifications for Public Works Construction, Latest Edition (with all supplements). All blanks on the bid form must be appropriately filled in. All bids shall be submitted in sealed envelopes bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. It is the sole responsibility of the bidder to see that the bid is received in the proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. 2. PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of not less than ten percent (10 0 ) of the amount named in the proposal. Said check or bond shall be made payable to the City Clerk of the City of Diamond Bar and shall be given as a guarantee that the bidder, if awarded the work, will enter into a contract within ten (10) days after written notice of the award and will furnish the necessary bonds as hereinafter provided. In case of refusal or failure to enter said contract, the check or bond, as the case may be, shall be forfeited to the City. No bidder's bond will be accepted unless it conforms substantially to the form furnished by the City, which is bound herein, and is properly filled out and executed. 3. SIGNATURE: The bid must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the bid on behalf of the bidder. 4. MODIFICATIONS: Changes in or addition to the bid form, recapitulations of the work bid upon, alternative proposals or any other modifications of the bid form which is not specifically called for in the contract documents may result in the Owner's rejection of the bid as not being responsive to the invitation to bid. No oral or telephonic modification of any bid submitted will be considered. The bid submitted must not contain any erasures, interlineation, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. 5. DISCREPANCIES IN THE PROPOSALS: In case of discrepancy between words and figures, the words shall prevail. If the amounts bid on individual items (if called for) do not in fact add to the 5 total amount shown by the bidder, the correctly added total of the individual items shall prevail over the total figure shown. The estimated quantities and amounts are for the purpose of comparison of bids only. The City Council of the City of Diamond Bar reserves the right to reject any or all bids and to waive any irregularity or informality in any bid to the extent permitted by law. 6. BIDDER'S EXAMINATION OF SITE: Each bidder shall examine carefully the site of the proposed work and the contract documents therefore. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered as to the character, quality, and quantity of materials to be furnished, and as to the requirements of the contract, specifications and drawings. The name of the individual who examined the site of the work and the date of such examination shall be stated in the proposal. By submitting a bid, the bidder will be held to have personally examined the site and the drawings, to have carefully read the specifications, and to have satisfied himself as to his ability to meet all the difficulties attending the execution of the proposed contract before the delivery of his proposal, and agrees that if he is awarded the contract, he will make no claim against the City of Diamond Bar based on ignorance or misunderstanding of the contract provisions. 7. WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either personally, by written request, or by telegraphic request confirmed in the manner specified above at any time prior to the scheduled closing time for receipt of bids. 8. INSURANCE AND BONDS: The Contractor shall not commence work under this contract until he has secured all insurance and bonds required under this section nor shall he allow any subcontractor to commence work on this subcontract until all similar insurance issued in compliance with this section shall be issued in the form, and be an insurer of the insurers, satisfactory to and first approved by the City in writing. Certificates of Insurance in the amounts required shall be furnished by the Contractor to the City prior to the commencement of work. The Contractor shall maintain adequate Workmen's Compensation Insurance under the laws of the State of California for all labor employed by him or by any subcontractor under him who may come within the protection of such Workmen's Compensation Insurance laws. 6 The Contractor shall maintain public liability insurance to protect said Contractor and the City against loss from liability imposed by law, for damages on account of bodily injury, including death resulting therefrom, suffered or alleged to have been suffered by any person or persons, other than employees, resulting directly or indirectly from the performance or execution of this contract or any subcontract thereunder, and also to protect said Contractor and the City against loss from liability imposed by law, for damage to any property. Damage insurance shall be maintained by the Contractor in full force and effect during the entire period of performance under this contract, in the amount of not less than $2, 000, 000 for one person injured in the accident and in the amount of not less than $2,000,000 for more than one person injured in one accident and in the amount of not less than $1,000,000 with respect to any property damage aforesaid. The Contractor shall secure with a responsible corporate surety, or corporate sureties, satisfactory bonds conditioned upon faithful performance by the Contractor of all requirements under the contract and upon the payment of claims of materials, men and laborers thereunder. The Faithful Performance Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payment to be made under the contract computed on the basis of the prices stated in the proposal. The Labor and Material Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to be made under the contract computed on the basis of the prices stated in the proposal. 9. INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating submitting a bid for proposed contract is in doubt as to the true meaning of any part of the drawings, specifications, or other contract documents, or finds discrepancies in, or omissions from the drawings and specifications, he may submit to the City a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by Addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract document. No person is authorized to make any oral interpretation of any provision in the contract documents to any bidder, and no bidder is authorized to rely on any such unauthorized oral interpretation. 10. DISQUALIFICATION OF BIDDERS: More than one proposal from an individual, firm partnership, corporation, or association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there is reason for believing that collusion exists among the bidders, all bids will be rejected and none of the participants in such collusion will be considered in future proposals. No award will be made to any bidder who cannot give satisfactory assurance as to his ability to carry out the Contract, both from his financial rating and by reason of his previous experience as a Contractor on work of the nature contemplated in the Contract. The bidder may be required to submit his record of work of similar nature to that proposed under these specifications, and unfamiliarity with the type of work may be sufficient cause for rejection of the bid. 11. INELIGIBLE SUBCONTRACTORS: The successful bidder shall be prohibited from performing work on this project with a subcontractor who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code. 12. AWARD OF CONTRACT: No proposal will be considered from a Contractor who is not licensed as a Class A or Class C-8 contractor at time of award in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. The City may award the Contract to the lowest responsible bidder on the total bid. Bids will be compared on the basis of the lowest possible cost relative to the alternate or alternates selected and the Contract, if awarded, will be awarded to a responsible bidder whose proposal complies with the requirements of these specifications. The award, if made, will be made within ninety ( 90 ) calendar days after the opening of the proposals; provided that the award may be made after said period of the successful bidder shall not have given the City written notice of the withdrawal of his bid. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Public Contract Code §4104, or engage in the performance of any contract for public work, as defined in the Public Contract Code, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of Labor Code §1771.1 for an unregistered contractor to submit a bid that is authorized by Business and Professions Code § 7029.1 or by Public Contract Code §§ 10164 and 20103.5, provided 8 the contractor is registered to perform public work pursuant to Labor Code § 1725.5 at the time the contract is awarded. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The prime contractor is required to post job site notices as prescribed by regulation pursuant to Labor Code § 1771.4 and all contractors must secure the payment of compensation to its employees pursuant to Labor Code § 3700. 13. ALTERNATES: If alternate bids are called for, the Contract may be awarded at the election of the governing board to the lowest responsible bidder on the bid. 14. COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder including qualifications, references, proper licensing, adequate workforce and experience for the performance of the work covered by the proposal. 15. OUALIFICATION OF BIDDERS: Each bidder shall regularly for under experience STATEMENT engaged in the general class or type the contract. A statement setting shall be submitted by each bidder o form provided. 9 I be skilled and of work called forth his/her n the EXPERIENCE To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past three years. Only projects in excess of $250,000 each qualify as similar for this project. 1 . Project Title PAVEMENT REHABILITATION AT FOURTEEN LOCATIONS #13468 Contract Amount $2,922,917 CONSTRUCTION OF PCC CURB & GUTTER, SIDEWALK, CROSS -GUTTER, Type of Work DRIVEWAY, CURB DRAIN, ACCESS RAMPS WITH CAST IN PLACE TRUNCATED DOMES. Client CITY OF SAN BERNARDINO Agency Project Manager DONNA PUENTES Phone 909-384-5140 Date Completed OCTOBER2022 % Subcontracted d 2. Project Title SLURRY SEAL AND CURB RAMP ACCESSIBILITY PROJECT DISTRICT 1 & 2 Contract Amount $782,938 Type of Work CONSTRUCTION OF PCC CURB RAMPS, CURB & GUTTER, SPANDREL. Client COUNTY OF RIVERSIDE Agency Project Manager MEHRAN SANATI Phone 951-255-2762 Date Completed APRIL 2023 % Subcontracted O 3. Project Title ATP CYCLE 5 — PALM DRIVE NORTH — PHASE 1 Contract Amount $908,262 CONSTRUCTION OF PCC CROSS -GUTTER & Type of Work SPANDREL. CURB & GUTTER. ADA RAMPS AND SIDEWALK. Client CITY OF DESERT HOT SPRINGS Agency Project Manager JILLEEN FERRIS Phone 760-329-6411 EXT. 220 Date Completed JAN 2023 % Subcontracted NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal/o//£/_his current financial condition. Bidder's Signaturey - COREY R. KIRSCHNER - CEO 10 Each bidder shall possess a valid Contractor's License issued by the Contractor's State License Board at the time his/her bid is submitted. The class of license shall be applicable to the work specified in the contract. Each bidder shall also have no less than three (3) years of experience in the magnitude and character of the work bid. Bidder Qualifications called for to be submitted at time of bid include, but are not necessarily limited to: 1. The Contractor shall have been in business under the same name and California Contractors License for a minimum of three (3) continuous years prior to the bid opening date for this Project. The license used to satisfy this requirement shall be of same type required by the contract. 2. License classification shall be as required by the contract specifications. 3. The Contractor shall have three (3) years of experience in the construction of ADA compliant curb ramps and CDBG work. 4. The Contractor shall perform at least 500 of contract with its own forces. 16. LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Government Code Section 4100 and following). Forms for this purpose are furnished with the contract documents. The name and location of business of any subcontractor who will perform work exceeding 1/2 of 1% of the prime contractor's total bid or ten thousand dollars ($10,000.00), whichever is greater, must be submitted with the bid. Any other information regarding the foregoing subcontractors that is required by City to be submitted may be .submitted with the bid, or may be submitted to City up to 24 hours after the deadline established herein for receipt of bids. The additional information must be submitted by the bidder to the same address and in the same form applicable to the initial submission of bid. 17. WORKER'S COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the City the following certificate prior to performing the work under this contract: "I am aware of the provisions of Section 3700 of the Labor Code which require 11 compensation or to undertake self insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The form of such certificate is included as part of the contract documents. 18. BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being at the discretion of the City, will be held for ninety (90) days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 19. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the agreement form provided, and shall secure all insurance and bonds as herein provided within ten (10) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the Contract, the City may award the Contract to the next lowest responsible bidder or re -advertise. On the failure or refusal of the lowest responsible bidder or next lowest responsible bidder to execute the Contract, such bidder's guarantees shall be likewise forfeited to the City. 20. "OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380) Government Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 21. EMPLOYMENT OF APPRENTICES: Attention is directed to Sections 1777.5. 1777.6 and 1777.7 of the California Labor Code and Title 8, California Administrative Code, Section 200 seq. to ensure compliance and complete understanding of the law regarding apprentices. The Contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices; however, the Contractor shall have full responsibility for compliance with said Labor Code section, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. In addition to the above State Labor Code Requirements regarding the employment of apprentices and trainees, the Contractor and 12 all subcontractors shall comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR). 22. EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the Contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organization and plant facilities available for the performance of the contract. 23. WAGE RATES: The Contractor and/or subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, two hundred dollars ($200.00) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any subcontractor under him, in violation of the provisions of Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file with the Department of Industrial Relations, Division of Labor Statistics and Research. 24. PERMITS, FEES AND LICENSES: The Contractor shall possess a valid business license prior to the issuance of the first payment made under this Contract. Any work required within Caltrans right-of-way will require a separate permit to be obtained by the Contractor. 25. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before the date of written "Notice to Proceed" of the City and to fully complete the project within thirty (30) working days thereafter. Bidder must agree also to pay as liquidated damages, the sum of seven hundred fifty dollars ($750.00) for each calendar day thereafter. 26. CLAIMS FILING AND PROCESSING: The City and Bidder agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and Bidder shall process the Claim in accordance with Section 9204. In summary, if the Bidder decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt requested, together with reasonable documentation to support the Claim. A Claim may include a Claim by a subcontractor or 13 a lower tier subcontractor meeting the requirements of Section 9204 (d) (5) . Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City and the Bidder, the City will conduct a reasonable review of the Claim and provide the Bidder with a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60 days after the City issues its written statement. If the City does not provide a written statement within the time specified, the Claim shall be deemed rejected. If the Bidder disputes the City's written statement or if the Claim is deemed rejected, the Bidder may demand in writing by registered or certified mail to the City, return receipt requested, an informal conference to meet and confer in an effort to settle the disputed portion of any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and confer conference. If any portion of the Claim remains in dispute after the conference, the City shall, within 10 City business days of the conclusion of the conference, provide the Bidder with a written statement identifying any portion that remains in dispute and any portion that is undisputed. Payment of any undisputed portion shall be made within 60 days after the City issues its written statement. Any remaining disputed portion shall be submitted to nonbinding mediation in accordance with Section 9204 (c) (2) (B) , unless the Bidder and City waive the mediation upon mutual written agreement. 27. CONFLICT OF INTEREST: In the procurement of supplies, equipment, construction and services by sub -recipients, the conflict of interest provision including, but not limited to, 2 CFR part 200, Subpart B. 200.112, 24 CFR Part 570.611 and 24 CFR part 85, Section 85.36 (b), respectively, shall apply. No employee, officer or agent of the sub -recipient shall participate in selection or in award of administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. 14 Date MARCH 3RD BIDDER'S PROPOSAL CITY OF DIAMOND BAR AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602671-24 CIP PROJECT NO. SI254 2025 To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a) That the only persons or parties interested in this proposal as principals are the following: CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY ANTHONY STEEN - PRES. , COREY R. KIRSCHNER - CEO, RICHARD DEVOS - CFO, JAY KIRSCHNER- VP,SEC,TREAS. 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 714-632-6699 (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co -partnership, give the name, under which the co -partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b) That this proposal is made without collusion with any person, firm or corporation. (c) That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. (e) That he has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. 15 (f) That, if this bid is accepted he will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. (g) That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates and that the unit prices will apply to the actual quantities whatever they may be. Accompanying this proposal is a certified or cashier's check or bidder's bond, the sum of BIDDER'S BOND 10% payable to the order of the City of Diamond Bar in DOLLARS ($ N/A ) . Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound surety company authorized to transact business in this state. It is understood and agreed that should the bidder fail within ten (10) days after award of contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of said check, or bidder's bond, shall become the property of the City of Diamond Bar; but if this Contract is entered into and said bonds are furnished, or if the bid is not accepted then said check shall be returned to the undersigned, or the bidder will be released from the bidder's bond. 2890 E. LA CRESTA AVE. Address of Bidder ANAHEIM, CA 92806 City Zip Code 16 714-238-1444 Telephone of Bidder COREY R. IQRSCHNER-CEO Signature of Bidder _ _ - i mot. -'r ♦ _ .f- - C - L .- _ _♦ - _.- L--1. _ f - •... - _ _ ' '- - - .ice _ ;. _ -rJ - - - J •� i .=: r .r - _ _. ��i t t• r, .i .. I. i_t - i,'_f- 1-- .A � f l i. �`. 1__- � iG_ _ r. - 77 ->. r - - _ .r J.:. . - "-r. r..1�� it r . l.i .. .... t.: t -_'�-, _ .. _ J .�i. �•1 1 : .irk = - BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602671-24 CIP PROJECT NO. SI254 BID SCHEDULE ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT 1 1 LS CONSTRUCTION STAKING AND iO 7 3 2 MONUMENT PRESERVATION tOi--)7 J REMOVE EXISTING IMPROVEMENTS AND CONSTRUCT 2 6 EA CURB RAMP PER SPPWC STD. -7100D C+-24coo PLAN 111-5, INCLUDING MOBILIZATION, TRAFFIC CONTROL, AND PUBLIC SAFETY REMOVE EXISTING CURB AND 3 179 LF GUTTER AND CONSTRUCT CURB AND GUTTER PER SPPWC STD. PLAN 120-3 REMOVE EXISTING SIDEWALK 4 318 SF AND CONSTRUCT CONCRETE I, G n SIDEWALK PER SPPWC STD Jf� PLAN 113-2 5 818 SF REMOVE PAVEMENT SURFACE, BASE, AND SUBGRADE, AND INSTALL 4-FT WIDE HMA PLUG REMOVE EXISTING CONFLICTING YELLOW 6 1 LS CROSSWALK PAINT AND �' js�b cl RESTORE STRIPING AND RED CURB PAINT BID SCHEDULE ITEMS: TOTAL AMOUNT (IN FIGURES)-4 17 BID SCHEDULE TOTAL AMOUNT (WRITTEN IN WORDS): Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award of the project shall be determined based on the lowest responsible bidder. Therefore, the Contractor shall completely fill out the Bid Schedule. Accompanying this proposal is BIDDER'S BOND 10% (Insert "$ N/A cash", "cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. CARTER ENTERPRISES GROUP. INC. NAME OF BIDDER (PRINT) 2890 E. LA CRESTA AVE. SIGNATURE ADDRESS - _ 18 3/3/2025 DATE ANAHEIM, CA 92806 `71`i-2:N-14q { CITY ZIP CODE TELEPHONE 1051374 - A,C12, C8 STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the requirements of California Business and Professional Code Section 7028.15. M COREY R. KIRSCHNER - CEO CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER 19 LIST OF SUBCONTRACTORS * BID OPENING DATE 3/4/205 AREA 5 RESIDENTIAL NEIGHBORHOOD CDBG PROJECT NO. 602671-24 PROJECTADA CURB RAMPS IMPROVEMENT PROJECT PROJECT NO.CIP PROJECT NO. SI254 LOCATION DIAMOND BAR, CA CLIENT CITY OF DIAMOND BAR CONTRACTOR CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY Name Under Which Subcontractor is Licensed License No. Address of Office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract µacl4`V�5 -TI6306 �i lS U `f % C.T� I� S��iY�c� eat , .-(% 'e- * In compliance with the provisions of the Public Contract Code Section 4104, the undersigned bidder herewith sets forth the name, location of the place of business, and California contractor 20 license of each Subcontractor - who will perform work or labor or render service to the Prime Contractor, specially fabricates and installs a portion of the work or improvement necessary to complete construction contained in the plans and specifications, in an amount in excess of one-half (1/2) of one percent (1%) of the General Contractor's total bid amount or, in the case of bids or offers for the construction of streets or highways, including bridges in excess of one-half of 1 percent (0.5o)of the Prime Contractor's total bid or ten thousand ($10,000.00), whichever is greater, and the portion of the work which will be done by each Subcontractor. 21 DECLARATION OF ELIGIBILITY TO CONTRACT (Labor Code Section 1777.1; Public Contract Code Section 6109] The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1. The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3. The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works 22 project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. 2 declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of MARCH3RD , 2025, at ANAHEIM.CA (place of execution). Z/ Signature Name: COREY R. KIRSCHNER Title: CEO Name of Contractor: CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY 23 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5 and in conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? YES NOy If the answer is yes, explain the circumstances in the following space: STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 24 CONTRACTOR'S INDUSTRIAL SAFETY RECORD AREA 5 RESIDENTIAL NEIGHBORHOOD Project Identification ADA CURB RAMPS IMPROVEMENT PROJECT Bid Date3/4/2025 This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last three calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data, which he would like, taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surroundina anv and all fatalities_ ITEM 3CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2022 2023 2024 TOTAL 2025 No. of Contracts 103 155 105 363 15 Total dollar amount of 20,635 28,150 22,208 70,993 3,435 contracts in 1,000's No. of lost workday cases 0 2 5 7 0 No. of lost work day cases involving permanent transfer to 0 25 3 28 0 another job or termination of employment No. of lost workdays 0 60 2 62 0 *fhe intormation required for this columns 3 to 6, Code 10, Occupation Injuries and Illnesses, OSHA No. 10 The above information was compiled to me at this time and I declare information is true and accurate records. CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY Name of Bidder (Print 2890 E. LA CRESTA AVE. Address ANAHEIM, CA 92806 City Zip Code item is the same as required for al Injuries, Summary - Occupational 2. from the records that. are available under penalty of pesiury that the within ithe limitations of theee Signature 1051374 - A, C1 2, C8 State Contractor's Lic. No. & Class 714-238-1444 Telephone 25 N/A AFFIDAVIT FOR CO -PARTNERSHIP FIRM STATE OF CALIFORNIA } }SS COUNTY OF LOS ANGELES } , being first duly sworn, deposes and says: That he is a member of the co -partnership firm designated as which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co -partnership by who constitute the other members of the co -partnership. Signature Subscribed and sworn to before me this day o f 20 Signature of Officer Administering Oath {Notary Public} 26 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) COREY R. KIRSCHNER , being first duly sworn, deposes and says: That he is CEO of, CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY a corporation which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this 3RD day of MARCH COREY R. KIRSCHNER - CEO Signature 20 25 ***SEE ATTACHED NOTARY JURAT*** Signature of Officer Administering Oath (Notary Public) 27 ® See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) x Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) 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 Subscribed and swom to (or affirmed) before me County of Orange on this 3 day of March , 20 25 by Date Month Year (1) Cn"TQ. kiYicM-y- LESUE ROCHA (and (2) ), "•` Nctary Public California Name# of Signer orange County commission 4 2484949 my Comm. expires ear M toza' proved to me on the basis of satisfactory evidence to be the per on(a) w peared before me. Signatur Signature of Notary Public Seal Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Other Than Named Above: Document Date: r v ,: y1 r 1 a' a1 .\ ; ei a1�. ' 1 1� i r r ei : .v vi r r v r N/A AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES } , being first duly sworn, deposes and says: That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this day of Signature 20 Signature of Officer Administering Oath (Notary Public) 28 N/A AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) ) SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he of, one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this day of Signature ff 20 Signature of Officer Administering Oath (Notary Public) BOND No. 29 BID BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has issued an invitation for bids for the work described as follows: AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT CDBG PROJECT NO. 602671--24 CIP PROJECT NO. SI254 WHEREAS Carter Enterprises Group, Inc. dba Pavement Rehab Compary 2890 East La Cresta Avenue, Anaheim, CA 92806 (Name and address of Bidder) ("Principal"), desires to submit a bid to Public Agency for the work. WHEREAS, bidders are required under the provisions of the California Public Contract Code to furnish a form of bidder's security with their bid. NOW, THEREFORE, we, the undersigned Principal, and Swiss Re Corporate Solutions America insurance Corporation 1200 Main St Suite 800, Kansas City, MO 64105-2478 (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto Public Agency in the penal sum of Ten Percent of the Total Amount Bid Dollars ($ —10% — ) , being not less than ten percent (10%) of the total bid price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work by City and within the time and in the manner required by the bidding specifications, entered into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. 34 In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by City in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil Code § 2845. IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: February 28th, 2025 "Principal" Carter Enterprises Group, Inc. dba Pavement Rehab Company 2890 East La Cresta Avenue Anaheim. CA 92806 By: C/ Its covQf CEO By: Its "Surety" Swiss Re Corporate Solutions America Insurance Corporation 1200 Main St. Suite 800 Kansas City, MO 64105-2478 By: Its Chrl ti aR w,Attomeyan-Fact By: Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney -in - fact must be attached. ••"„noon,,,,, JS�pNS AMER��q (Seal) (Seal)=o: EM:S E A L :0 1973 35 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 Orange ) On February 28. 2025 before me, Leslie Roche, Notary Public Date Here Insert Name and Title of the Officer personally appeared Of who proved to me on the basis of satisfactory evidence to be the person(a) whose name(b) is/ate subscribed to the within instrument and acknowledged to me that he/ske/they executed the same in his/her/their authorized capacity(ies), and that by his/tnar/their signature(is) on the instrument the person(yt), or the entity upon behalf of which the person(s) acted, executed the instrument. LESLIE ROCHA Notary Public • California ' Orange Countyi Commi5510f1 X 2484949 -my Comm. Expires Mar 19. 2028 - Place Notary Seal 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 had and official seal. Signatur Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 'ei 'a ',i -ei v .v '.v 'a' 'vim .v '.v-si'y4\ .4\ :S\a d ii\v ti 'v -ei a -u 'v 'ti 'vv 'd 'ev 'r -y 'u -d , yqy '.vi 4 \a"h.4'ati✓5< Q r, .1-101.1.1�. • • • • • • irr • �° err i • •� y. •r CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 I County of Orange FEB 2 8 2025 Albert Melendez On ,before me, ,Notary Public, personally appeared Christina Rogers who proved to me on the basis of satisfactory evidence to be the person(x) whose name() is/a*e subscribed to the within instrument and acknowledged to me that Ile/she/tIty executed the same in his/her/their authorized capacity(ixs), and that by Ms/her/their signature(o on the instrument the person(g), or the entity upon behalf of which the person(g) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of State of California that the foregoing paragraph is true and correct. ALBERT MELENDE2 Notary Public , Callfarnla aa 4 I 0ranpe County 5 cwnm asmn a ns,.a, - WITNESS my hand and official seal. " My Carom. Ex,tres Ln 22, 2026 SIGNATURE PLACE NOTARY SEAL ABOVE Though the information below is not required by law, it may prove valuable to persons 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: Document Date: Number of Pages: Signer(s) Other than Named SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ('SPCSPIC-) WESTPORT INSURANCECORPORATION ("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: ERIK JOHANSSON, JENNIFER ANAYA, MELISSA LOPEZ, CHRISTINA ROGERS, ALBERT MELENDEZ MARTHA BARRERAS, JOAQUIN PEREZ, JONATHAN BATIK, VANESSA RAMIREZ, and ZYANYA HERNANDEZ JOINTLY OR SEVERALLY Its true and lawfid Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of TWO HUNDRED MILLION ($200,000,000.00) DOLLARS This Power of Atk wwy is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the I8th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach dwrein the seal of the Con xmnk n; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certifi cede relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be the Corporation when so affixed and in the future with reon d to anv bond, undertaking or contract of surety to which it is attached." �yq ,���y GOB RgrG By, i PX&.laoOWS, Seaiar Vice P1r9d&W afSRCSAW & Seder Via FVeMszt O S E A L =o1 4f3WW &seWWViaPted&ftafWiC r s IicnNiapaniKViaPnWeateFSRLMX&Vim PnW&ztdSBCSPrC & via PaadP - arwrc IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 10 day of NOVEMBER . 2022 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Pannier Insurance Corporation County of Cook ® Westport Insurance Corporation On this 10 day of NOVEMBER , 20 22 . befve rue, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald JagZwski , Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, personaElly known tome, who being by me duly swan, admowkdged that they signed the above Power of Attorney as officers of and adcnowle4ed said instrument to be the voluntary act and deed of their respective companies. o�ss� C�rfl�s>tl tM�wt.e I, J Goldberg, the duly elected Senior Vice President and Assistant Seaetary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and foregoing is a true and correct copy ofa Power ofAttemey given by said SRCSAIC and SRCSPIC and WIC, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this ?.80h day of FAY . 20 25 . Jeffrey Goldberg Senior Vice President 8c Assistant Secretary of SRCSAIC and SRCSPIC and WIC CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that it does not discriminate in its employment with regards to race, religion, sex, or national origin; that it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY TITLE OF OFFICER SIGNING COREY R. KIRSCHNER - CEO SIGNATURE 3/3/2025 Please include any additional information available regarding equal opportunity employment programs now in effect within your company:` WT CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder V, proposed subcontractor , hereby certifies that he has V , has not , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has V , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY (COMPANY) BY: COREY R. KIRSCHNER - CEO - (TITLE) DATE: MARCH 3RD 2o25 NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt). Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 37 r 4N v1 NON -COLLUSION DECLARATION (TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID) The undersigned declares: I am the the foregoing CEO bid. CARTER ENTERPRISES GROUP, INC. Of DBA PAVEMENT REHAB COMPANY the party making The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by 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. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under California that declaration is ANAHEIM penalty of perjury the foregoing is executed on under the laws of true and correct 3/3/2025 _ [city], CA [state]. the State of and that this [date], at CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY COREY R. KIRSCHNER - CEO Business Name Signature of Bidder (must be notarized) 2890 E. LA CRESTA AVE. ANAHEIM. CA 92806 Business Address Attach Notary Acknowledgement Form to this form when submitting - - "`SEE ATTACHED NOTARY ACKNOWLEDGEMENT"' - - - sa CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT .. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) On March 3. 2025 before me, Leslie Roche, Notary Public Date Here Insert Name and Title of the Officer personally appeared of who proved to me on the basis of satisfactory evidence to be the persona) whose name(b) is/axe subscribed to the within instrument and acknowledged to me that he/sKe/they executed the same in his/her/their authorized capacity(iee), and that by his/her/their signature(s) on the instrument the person(u), or the entity upon behalf of which the person(x) acted, executed the instrument. LEAAE ROCHA Notary Public - California Orange County Commission N 2484949 °•�°"�" My Comm, Expires Mar 19, 2028 + Place Notary Seal 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 offi2�a ial seal. Signatur� Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: NOTICE TO BIDDERS COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) COMPLIANCE DOCUMENTS FOR CONSTRUCTION CONTRACTS of LESS Than $200,000 A Bidder is required to familiarize itself with the information provided on the following pages. Failure to comply with and/or meet the requirements may result in a bid being determined incomplete or non- responsive. A, bidder is required to submit the following Compliance forms with its Bid Proposal: l� . County Lobbying Certification Y Request for Additional Classification and Rate Contractor's List of Proposed Subcontractors [/: Worker's Compensation Certification �J : Non -Segregated Facilities Certification '9 6: ast Performance Certification L✓ 7. Notice of Equal Employment Opportunity Commitment QZ�on Collusion Declaration 9: Federal Lobbying Certification COUNTY LOBBYIST CODE CHAPTER 2.160 COUNTY ORDINANCE NO. 93-0031 CERTIFICATION Name of Firm: Carter Enterprises Group Inc, DBA Pavement Rehab Company Address: 2690 E La Cresta Ave, Anaheim State: CA Zip Code: 92806 Telephone Number: ( ) 714-632-6699 Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the Los Angeles County Development Authority (LACDA). 1) It is understood that each person/entity/firm who applies for a Los Angeles County Development Authority contract, and as part of that process, shall certify that they are familiar with the requirements of the Los Angeles County Code, Chapter 2.160 (Los Angeles County Ordinance 93-0031) and; 2) That all persons/entities/firms acting on behalf of the above named firm have and will comply with the County Code, and; 3) That any person/entity/firm who seeks a contract with the Los Angeles County Development Authority shall be disqualified therefrom and denied the contract and, shall be liable in civil action, if any lobbyist, lobbying firm, lobbyist employer or any other person or entity acting on behalf of the named firm fails to comply with the provisions of the County Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into contract with Los Angeles County and the Los Angeles County Development Authority. Authorized Official: CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY (Conuncmr/Subcontr cmr) By: (Signemre) 3/3/2025 - COREY R. KIRSCHNER -CEO (Dam) — (Tme) U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT -7 HUD FORM 4230A REPORT OF ADDITIONAL CLASSIFICATION AND RATE OMBAPpmVal Namber2501-0011 (Exp. W3120M) 1. FROM (name and address of requesting agency) 2. PROJECT NAME AND NUMBER Carter Enterprises Group Inc, DBA Pavement AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP Rehab Company IMPROVEMENT PROJECT CDBG PROJECT NO.602671-24 2890 E La Cresta Ave CIP PROJECTNO. SI254 Anaheim CA 92806 3. LOCATION OF PROJECT (City, County and State) DIAMOND BAR, LOS ANGELES COUNTY, CA 4. BRIEF DESCRIPTION OF PROJECT 5. CHARACTER OF CONSTRUCTION ❑ Building ❑ Residential ❑ Heavy ❑ Other (specify) ❑ Highway 6. WAGE DECISION NO. (include modification number, if any) DATE of WAGE DECISION: 7. WAGE DECISION EFFECTIVE DATE (LOCK -IN): i0 COPY ATTACHED CA20240022 Mod 2 02/07/2025 02/07/2025 8. WORK CLASSIFICATION(S) HOURLY WAGE RATES BASIC WAGE FRINGE BENEFIT(S) (if any) Cement Mason $45.50 $28.02 Laborer Grp 1 $43.88 $27.81 Laborer Grp 4 $46.53 $27.81 Operator Eng Grp 6 $61.18 $34.33 Parking & Hwy $46.65 $25.56 9. PRIME CONTRACTOR (name, address) 9a. 10. SUBCONTRACTORIEMPLOYER, IF APPLICABLE Carter Enterprises Group Inc, DBA Pavement Rehab ❑Agree (name, address) Company ❑ Disagree 9b. SIGNATURE DATE Check All That Apply l ❑ The work to be performed by the additional classification(s) is not performed by a classification in the applicable wage decision. [� The proposed classification is utilized in the area by the construction industry. The proposed wage rate(s), including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage decision. [� The interested parties, including the employees or their authorized representatives, agree on the classification(s) and wage rate(s). Supporting documentation attached, including applicable wage decision. Check One] ❑ Approved, meets all criteria. DOL confirmation requested. ❑ One or more classifications fail to meet all criteria. DOL decision requested. FOR HUD USE ONLY i FS22000: v COREY R. KIRSCHNER- CEO 3/3/2025= Agency Representative - Daie I Lag In: (Typed name and signature) t Log out: 714-238-1444 Phone Number HUD42MA (8-19) PREVIOUS EDITION 13 OBSOLETE CONTRACTOR LIST OF PROPOSED SUBCONTRACTORS Bidder must list all subcontracts regardless of dollar amount or percentage of bid AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMPS IMPROVEMENT PROJECT CITY OF DIAMOND BAR PROJECT NAME AWARDING AGENCY CDBG PROJECT NO. 602671-24 Location: DIAMOND BAR, CA Project Number: CIP PROJECT NO, SI254 SUBCONTRACTORS: Name, Address, and Telephone Number Employer Identification Number Contractor License Number Contract Amount Estimated Start Date Estimated Completion Date TRADES TO BE USED c i he�sr CA 1'j -RRRS-I fto 77WD06 61&$ I�D i�Cc'rers - S�r��� v�G J 0m C- 7lq � � { Z$3i f6M TQD �� (aK�oye rs _ 5�rvey Signature 3/3/2025 Date COREY R. KIRSCHNER - CEO Name and Title CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY Company Name WORKER'S COMPENSATION CERTIFICATION I certify, by my signature below, that I am aware of the provisions of Section 3700 of the California Labor Code. §3700 requires every employer be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code. I further certify that I will comply with such provisions before commencing the performance of the work of this contract. Date: 3/3/2025 Project Number: 602671-24 Project Name: AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT Company Name: Carter Enterprises Group Inc, DBA Pavement Rehab Company Address: 2890 E La Cresta Ave, Anaheim CA 92806 Print Name: COREY R. KIRSCHNER Title: CEO Signature: NON -SEGREGATED FACILITIES CERTIFICATION Federally Assisted Construction Projects The federally assisted construction contractor certifies that he/she DOES NOT and WILL NOT: Maintain or provide, for his/her employees, any segregated facilities at any of his/her establishments. Permit his/her employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The federally assisted contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term segregated facilities means any waiting room, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally -assisted contractor agrees that (except where he/she has obtained identical certifications from proposed subcontractors for specific time periods) he/she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause, and that he/she will retain such certifications in his/her files. NOTE: The penalty for making false statements in offers are prescribed in 18 U.S.C. 1001. Date: 3/3/2025 Project Number: Company: Carter Enterprises Group Inc, DBA Pavement Rehab Company Address: 2890 E La Cresta Ave, Anaheim CA 92806 0 Title: COREY R. KIRSCHNER - CEO 602671-24 - - t .lam t _ I 1 •1.` 1 .I r 1. 11 ?. 1' .! -,i I' � '•• � - �- "rat ;'I: - .i:, :;.. All PAST PERFORMANCE CERTIFICATION With regard to performance of previous contracts or subcontracts subject to the Equal Opportunity Clause and filing of required reports The ®bidder, ❑proposed sub -contractor, hereby certifies that he/she ®has, ❑has not, participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he/she ❑has, ®has not, filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance (OFCCP), a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Date: 3i3i2025 Awarding Agency: Project Number: of Ontario Contract Award: $66000 Carter Enterprises Group Inc, Contractor Name: DBA Pavement Rehab Company Total Number of Employees 100 Affiliate Comoanv: N/A Title: COREY R. KIRSCHNER - CEO NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b)(1), and must be submitted by bidders and proposed subcontractors only in connection withcohtracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5 (Generally only contracts or subcontracts of $10,000 or under are exempt). Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the U.S. Department of the Interior or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. SF-100 (EEO-1) must be filed by (A) All private employers who are: (1) Subject to Title VII of the Civil Rights Act of 1964 (as amended) with 100 or more employees. (2) Subject to Title VII who has fewer than 100 employees, if the company is owned or affiliated with another company, or there is centralized ownership, control or management so that the group legally constitutes a single enterprise, and the entire enterprise employs a total of 100 or more employees. (B) All federal contractors (private employers), who: (1) Are not exempt as provided for by 41 CFR 60-1.5 (2) Have 50 or more employees, and a. Are prime contractors or first -tier subcontractors, and have a contract, subcontract, or purchase order amounting to $50,000 or more; or b. Serve as a depository of Govemment funds in any amount, or c. Is a financial institution, which is an issuing, and paying agent for U.S. Savings Bonds and Notes. ,.: _ _ i, .,.. _ _ •;� � � ....r• v � r1 -i_ .. • t _. _ _ _ _ � 1 �: J� � ''- � V '��' L� �� 1 r t EQUAL EMPLOYMENT OPPORTUNITY COMMITMENT TO; The Laborers Training School (Name of Labor Union, Workers Representative, etc. 1385 Sierra Madre Ave, Azusa, CA 91702 (Address) Name of Business (Contractor): Pavement Rehab Company AREA 5 RESIDENTIAL NEIGHBORHOOD CDBG PROJECT NO. 602671-24 Project Name: ADA CURB RAMP IMPROVEMENT PROJECT Project Number: CIP PROJECT NO. SI254 The Undersigned currently holds a contract with City of Diamond Bar , involving funds of the U. S. Government, or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract, and in accordance with Executive Order 11246, the undersigned is obligated not to discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. This obligation not to discriminate in employment includes, but is not limited to the follow: 1. Hiring, placement, upgrading, transfer or demotion; 2. Recruitment, advertising or solicitation for employment; 3. Treatment during employment; 4. Rates of pay or other forms of compensation; 5. Selection for training, including apprenticeship; and 6. Layoff or termination. This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. COREY R. KIRSCHNER (Print Name) 3/3/2025 (Date) By: (Signature) CEO California Public Contract Code requires every bid on every public works contract of a public to include a declaration under penalty of perjury under the laws of the State of California, in the following form: NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID The undersigned declares: CARTER ENTERPRISES GROUP, INC. CEO DBA PAVEMENT REHAB COMPANY I am the __^ of the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by 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. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on _[date], at ___[city], ___[state]." 3/3/2025 ANAHEIM, CA COREY R. KIRSCHNER - CEO :1 ! i 4 : - _- _. I�' fK' r t< •l'- -"j♦ _ j _1-; 1 1.1 It F.. •'�, �3 _ _ � l .1:1 .!_ , _ t1i-i `J - . _. - -. 1�. _ � 1, �l �'r- � t'. - :f _ t _ 'i . .t:.• .- ... ti.t."•.. l •� ._ -1.. • � „'c f_ f' t � c �: .,1 i 1 - .i }, 1 ,i' �' _ :i:\•i ; t• 1.1��: -` •.j .. •.! ff l-ti= fi'• . t- jl� .- 1 rl t�. . �.� . }• (.r ).li �' .11• �. __ - •`f•. •. n. till 77 �•/I . - . \\`� , /�•�, - - ,� r it ...- FEDERAL LOBBYIST CERTIFICATION Name of Firm: Carter Enterprises Group Inc, DBA Pavement Rehab Company Address: 2890 E La Cresta Ave, Anaheim State: CA Zip Code: 92806 Telephone Number: ( ) 714-632-6699 Acting on behalf of the above named firm as its Authorized Official, I make the following Certification to the U. S. Department of Housing and Urban Development and the Los Angeles County Development Authority (LACDA). 1) No Federal appropriated funds have been paid by or on behalf of the above named firm to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of and Federal grant, loan or cooperative agreement, and any extension, continuation, renewal, amendment, or modification thereof, and; 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee or any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this Federal contract, grant loan, or cooperative agreement, the above named firm shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions, and; 3) The above name firm shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreement) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into the transaction imposed by Section 1352 Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Authorized Official: CARTER ENTERPRISES GROUP, INC. / l DBA PAVEMENT REHAB COMPANY By: c� (Contractor/Subcontractor) (Signal 3/3/2025 COREY R. KIRSCHNER - CEO (Date) — - (Title) REFERENCES 1. CLIENT- CITY OF SAN BERNARDINO- 290 NORTH D STREET, SAN BERNARDINO, CA 92401 PROJECT- PAVEMENT REHABILITATION AT FOURTEEN LOCATIONS #13468 DESCRIPTION OF WORK- CONSTRUCTION OF PCC CURB & GUTTER, SIDEWALK, CROSS -GUTTER, DRIVEWAY, CURB DRAIN, ACCESS RAMPS WITH CAST IN PLACE TRUNCATED DOMES. 194:1GJ401294:ir�J:J��i/_1 [y d/_\'QiZ��i�➢�a COST OF BIDDER'S WORK- $2,922,917 CONTACT: DONNA PUENTES, CITY OF SAN BERNARDINO, PUBLIC WORKS INSPECTOR (909) 384-5140 CONTACT: MATICH CORPORATION- PRIME CONTRACTOR ON THE PROJECT. GEORGE FONVILLE (909)228-1656 2. CLIENT- COUNTY OF RIVERSIDE- 4060 COUNTY CIRCLE DR. RIVERSIDE, CA 92503 PROJECT- SLURRY SEAL AND CURB RAMP ACCESSIBILITY PROJECT DISTRICT 1 & 2 DESCRIPTION OF WORK- CONSTRUCTION OF PCC CURB RAMPS, CURB & GUTTER, SPANDREL. PERIOD OF PERFORMANCE- APRIL 2023 COST OF BIDDER'S WORK-$782,938 CONTACT: MEHRAN SANATI (951) 255-2762, PROJECT ENGINEER — CITY OF SAN BERNARDINO PAVEMENT REHAB COMPANY 2890 E. LA CRESTA AVE, ANAHEIM, CA 92806- OFFICE: (714) 238-1444 - FAX: (714) 333-4844 3. CLIENT- CITY OF DESERT HOT SPRINGS -11999 PALM DRIVE, DESERT HOT SPRINGS, CA 92240 PROJECT- ATP CYCLE 5 - PALM DRIVE NORTH - PHASE 1 DESCRIPTION OF WORK- CONSTRUCTION OF PCC CROSS -GUTTER & SPANDREL, CURB & GUTTER, ADA RAMPS AND SIDEWALK. PERIOD OF PERFORMANCE- JAN 2023 COST OF BIDDER'S WORK- $908,262 CONTACT: JILLEEN FERRIS (760) 329-6411 EXT. 220, PUBLIC WORKS DIRECTOR, INSPECTOR 4. CLIENT- COUNTY OF LOS ANGELES - 500 W. TEMPLE ST., LOS ANGELES, CA 90012 PROJECT- CASTAIC ROAD AT RIDGE ROUTE ROAD #TDS0001703 DESCRIPTION OF WORK- CONSTRUCTION OF PCC CURB & GUTTER, SIDEWALK, CROSS -GUTTER, DRIVEWAY, CURB DRAIN, ACCESS RAMPS WITH CAST IN PLACE TRUNCATED DOMES. PERIOD OF PERFORMANCE- APRIL 2023 COST OF BIDDER'S WORK- $420,000 CONTACT: CINDY SCHEEBKE (626) 228-9033, LEAD INSPECTOR 5. CLIENT- CITY OF SAN FERNANDO -117 MACNEIL STREET, SAN FERNANDO, CA 92340 PROJECT- FY 2022-23 PHASE 2, ANNUAL STREET RESURFACING PROJECT #7619 DESCRIPTION OF WORK- CONSTRUCTION OF PCC CURB & GUTTER. PERIOD OF PERFORMANCE- MARCH 2O23 COST OF BIDDER'S WORK- $95,800 CONTACT: ALI ZALGHOUT (480) 242-4457, CITY CONSULTANT PAVEMENT REHAB COMPANY 2890 E. LA CRESTA AVE, ANAHEIM, CA 92808- OFFICE: (714) 238-1444 - FAX: (714) 333-4844 6. CLIENT- TEMPLE CITY - 9701 LAS TUNAS DRIVE, TEMPLE CITY, CA 91780 PROJECT- FY 2021-22 PAVEMENT REHABILITATION PROJECT #P-19-07 DESCRIPTION OF WORK- CONSTRUCTION OF PCC CURB & GUTTER AND SIDEWALK. PERIOD OF PERFORMANCE- NOVEMBER 2022 COST OF BIDDER'S WORK- $69,000 CONTACT: FURKAN CETINKALE (951) 534-8983, CITY CONSULTANT 7. CLIENT- MARCH JOINT POWERS AUTHORITY-14025 MERIDIAN PARKWAY, SUITE 140, RIVERSIDE, CA 92518 PROJECT- MERIDIAN PARKWAY SLURRY SEAL & INNOVATION DRIVE DRAINAGE IMPROVEMENTS DESCRIPTION OF WORK- CONSTRUCTION OF PCC CROSS -GUTTER & SPANDREL, CURB & GUTTER AND SIDEWALK. PERIOD OF PERFORMANCE- SEPT/OCT 2020 COST OF BIDDER'S WORK- $65,000 CONTACT: ROY ALLEN COMPANY, LAWRENCE ALLEN, PRESIDENT (562) 864-3363. EMAIL AT: LAWRENCE@RASLURRY.COM 8. CLIENT- COUNTY OF FRESNO, 2281 TULARE ST., 6T" FLOOR, FRESNO, CA 93721 PROJECT- CRACK SEAL- VARIOUS LOCATIONS IN FRESNO COUNTY - CONTRACT #22-18-M DESCRIPTION OF WORK- CRACK SEAL ON 180 LANE MILES OF COUNTY ROADS PERIOD OF PERFORMANCE- AUG 2023 COST OF BIDDER'S WORK- $780,515 CONTACT: RESIDENT ENGINEER - JAMES DREWS (559) 862-5258, JDREWS@FRESNOCOUNTYCA.GOV PAVEMENT REHAB COMPANY 2890 E. LA CRESTA AVE, ANAHEIM, CA 92806- OFFICE: (714) 238-1444 - FAX: (714) 333-4844 I of PAVEMENT REHAB COMPANY Carter Enterprises Group, Inc. dba Pavement Rehab Company! 2890 E. La Cresta Ave Anaheim, CA 92806 Phone: 714-234-1444 DATE ESTABLISHED: 03/13/2018 COPR. TAX ID:30-1075109 Fax: 714-333-4848 TYPE OF WORK: CRACK SEAL, CONCRETE CONTRACTOR'S LIC: 105137 CLASS: C-12, C-8 PRESIDENT! ANTHONY STEEN 2890 E. LA CRESTA AVE ANAHEIM, CA 92806 BANK: BANK OF THE WEST 4501 E. LA PALMA AVENUE, ANAHEIM, CA 92807! PHONE: (714) 777-9620 BRYAN PLOESSEL INSURANCE AGENT. WOOD GUTMANN & BOGART 15910 RED HILL AVE. STE 100, TUSTIN, CA 92780 PHONE: (714) 824-8384 MICHAEL TRAN SURETY AGENT: PERFORMANCE BONDING SURETY & INSURANCE BROKERAGE 15901 RED HILL AVENUE, SUITE 100, TUSTIN, CA 92780 PHONE: (714) 505-7011 ERIK JOHANSSON CREDIT REFERENCE HOLLIDAY ROCK 1401 N. BENSON AVE., UPLAND, CA 91786 909-982-1553 ROBERTSON'S READY MIX P.O. BOX 3600, CORONA, CA 92878 800-834-7557 MAXWELL PRODUCTS 650 S. DELON ST , SALT LAKE CITY, UT 84104 801.433-4335 SUPERIOR READY MIX CONCRETE 1564 W. MISSION RD., ESCONDIDO, CA 92029 760-745-0556 GENERAL CONTRACTOR REFERENCE: MATCH CORPORATION! P.O. BOX 10, HIGHLAND, CA 923461 909-382-7400 AMERICAN ASPHALT SOUTH 19792 EL RIVING RD., RIVERSIDE, CA 92509 909-427-8276 ELECNOR BELCO ELECTRIC 14320 ALBERS WAY, CHINO, CA 91710 909-993-5470 RESUME Corey Kirshner has more than 20 years of experience, both as a Chief Estimator and CEO, bidding on and managing Public Works projects throughout California. In 2019 he incorporated and became CEO of Pavement Rehab Company. Since that time, Pavement Rehab Company has completed hundreds of Public Work's projects steadily growing year by year. In 2024 the company grossed more than $30 million dollars. Jay Kirschner, Vice President and Senior Project Manager, holds a Bachelor's Degree from the Chapman University and has more than 10 years' experience managing Public Work's project in California. Jay leads our team, with the project managers under his direct supervision, in managing our production and coordinating our field mobilizations for all projects. John Garcia, Field Superintendent, serves as the head of all field related matters. He has more than 20 year's experience performing Public Works projects in California. Overseeing the on -site laborers, cement masons, and operating engineers is one of his main responsibilities. BACKLOG ALLOCATION: Corey Kirschner, Jay Kirschner and John Garcia oversee 100% of all current projects in attached backlog. PAVEMENT REHAB COMPANY 2806 E. LA CRESTA AVE, ANAHEIM, CA 92806 - OFFICE: (714) 238-1444 - FAX: (714) 333-4844 Corey Kirschner CEO/President Jay Kirschner Senior Project Manager Key Individual Responsibilities: Corey Kirschner - Manage overall operations and resources of company. - Decision maker of corporation. John Garcia Field Superintendent Jay Kirschner - Lead project management team. - Oversee project scheduling, budgeting and dispatching on all projects - Main point of contact between company and agencies. John Garcia - Lead and manage on -site laborers, masons and operators. - Coordinate daily operations and project productions. - Ensuring quality control and that agency expectations are met. PAVEMENT REHAB COMPANY 2806 E. LA CRESTA AVE, ANAHEIM, CA 92806 - OFFICE: (714) 238-1444 - FAX: (714) 333-4844 CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY LICENSEN 1051374 DIRtt 1000064823 UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY (a California corporation) August 2001', 2024 The undersigned director, constituting the entire board of directors (the "Board") of Carter Enterprises Group, Inc. DBA Pavement Rehab Company, a California corporation (the "Corporation"), hereby takes the following actions, adopts the following resolutions, and transacts the following business, by written consent without a meeting, as of the date above written, pursuant to Section 307(b) of the General Corporation Law of the State of California and the Corporations Bylaws: Approval of Loan Transactions WHEREAS. Corey Kirschner is currently the Corporation's Chief Executive Officer and Jay Kirschner is the Vice President, Secretary and Treasurer (the "Officers"), both with authority to enter Into contracts on behalf of the Corporation. WHEREAS. the Corporation opportunities from time to time to bid on various governmental and non -governmental projects; WHEREAS. after careful consideration, the Board has determined that the terms and conditions of the proposed project in the form of the bid attached hereto as Exhibit A (the "Project") are just and equitable and fair as to the Corporation and that it is in the best interests of the Corporation and its stockholder to submit the bid and complete the Project subject to the terms agreed upon by the parties. NOW THEREFORE BE IT RESOLVED the Board on behalf of the Corporation hereby approves and ratifies the Project in all respects, and hereby authorize and direct the Corporation to negotiate, execute, deliver and perform the terms of all documents, required in connection with title Project, together with such changes thereto as may be approved by the Officer executing the same on behalf of the Corporation (pursuant to the authorization provided herein), such approval of the Officer to be conclusively evidenced by its execution and delivery of same. RESOLVED FURTHER. that the Officer may execute and deliver any and all agreements and any and all other documents and instruments, and take such further actions as may be necessary or appropriate, for the financing of the Corporation. 2890 E. La Cresta Ave., Anaheim, CA 92806 0 714-238-1444 RESOLVED FURTHER, that the Officer(s) are hereby authorized, directed, and empowered to execute and deliver any and all agreements and any and all other documents and instruments, and take such further actions as may be necessary or appropriate, for the consummation of the Project. RESOLVED FURTHER, that the Officer, in the name of the Corporation, is hereby authorized, directed, and empowered to negotiate, execute and deliver to the applicable counterparty, any and all documents with respect to the Project and other instruments as may be reasonably requested, and the Officer on behalf of the Corporation is authorized from time to time to execute extensions or other Installments as may be necessary. RESOLVED FURTHER, that the authority given hereunder shall be deemed retroactive and any and all acts authorized hereunder performed prior to the passage of this resolution are hereby ratified and affirmed. The Secretary of the Corporation is directed to file the original executed copy of this Consent with the minutes of proceedings of the. Corporation. [Signature page follows] 2890.E. La Cresta Ave., Anaheim,. CA 92806 0 714-238-1444 CARTER ENTERPRISES GROUP, INC. DBA PAVEMENT REHAB COMPANY LICENSE# 1051374 DIR# 1000064823 IN WITNESS WHEREOF, the undersigned has executed this Unanimous Written Consent of the Board of Directors as of the date first above written. X , Corey Ch5chner Chief Executive Officer Anthony Steen President Richard DeVos Chief Financial Officer X Jay Kirschn Vice Pre de ecretary, Treasurer 2890 E. La Cresta Ave., Anaheim, CA 92806 0 714-238-1444 u r �y1buti yr V. cUliudutum apes nereoy issue this license W: 4T hg .. �fNll SiP OvEttl144eMSdt�r'�Elkf CART - PRI S ' `i PJNC yt Z a :' .. iPAVEME1gTv, RE _, G E �i 'Lcensa Numb 1` to engage m bu iie�s pr a ^the fio{l�u_Qd1 ass'Iflcations: "} 8N c i , ' f e IN RiA j it �,:}► VGIrP.ssi18 d and seal this' LifE;' Q �•t-a��:rtiu..^ifr:.u.::r.: m.. This license ss the property of the Registrar of Contractors, Michael Mark, 8oard Chair is not transferable, and shall be! returned to fhe Registrar DaVid R. Fogt, Registrar. of Contractors upon demaridwtien'saspsnded, rovoked, arintigffdated for any reason. It becomes void if not renewed. 131f2t tREY iRN7) osv rr 143M AUb17NO: 789743 Contractor Information Re istration H.isto Legal Entity Name Effective Date Expiration Date CARTER ENTERPRISES GROUP, INC. 03/19/19 06/30/19 Legal Entity Type _ ...._ Corporation 07/01/19 06/30/21 Status 07/01/21 06/30/23 Active Registration Number 07/01/23 06/30/26 1000064823 _..,._..-__..-.... _...._... _._._........_.._.............. Registration effective date 07/01/23 Registration expiration date 06/30/26 Mailing Address 2890 E LA CRESTA AVE ANAHEIM 92806 CA United Sta... Physical Address 2890 E LA CRESTA AVE ANAHEIM 92806 CA United Sta... Email Address tylerw@onyxpaving.com Trade Name/DBA PAVEMENT REHAB CO. License Number (s) CSLB:1051374 E Legal Entity Information Corporation Entity Number: 201808610159 Federal Employment identification Number: 301075109 President Name: Robert Steen Vice President Name: Treasurer Name: Robert Steen Secretary Name: Robert Steen CEO Name: Robert Steen A9ency for Service: Agent of Service Name: Corey Kischner Agent of Service Mailing Address: 2890 E La Cresta Ave Anaheim 92806 CA United States of America Worker's Compensation Do you lease employees through Professional Employer Organization (PEO)?: No Please provide your current worker's compensation insurance information below: PEO PEO PEO PEOlnformationName Phone Email Insured by Carrier Policy Holder Name: Carter Enterprises Group Inc dba: Pavement Rehi Insurance Carrier: ZURICH gMERICAN INSURANCE CO. Policy Number: WC10630 504 Inception date: 10/01/22 Expiration Date: 10/01/23' STATE OF CALIFORNIA tltlR■;� Office of the Secretary of State fu o o STATEMENT OF INFORMATION y ; CORPORATION California Secretary of State ' 150011th Street Sacramento, California 95814 (916) 657-5448 Entity Details Corporation Name Entity No. Formed In IStreet Address of Principal Office of Corporation Principal Address IMailing Address of Corporation Mailing Address Attention IStreet Address of California Office of Corporation Street Address of California Office I Officers BA20=41=01=92 For Office Use Only -FILED - File No.: BA20241501592 Date Filed: 8/20/2024 CARTER ENTERPRISES GROUP, INC. 4228088 CALIFORNIA 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Joan Ward 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Officer Name Officer Address Positions) © Corey Kirschner 2890 E. LA CRESTA AVE. Chief Executive Officer ANAHEIM, CA 92806 ® Richard DeVos 2890 E. LA CRESTA AVE. Chief Financial Officer ANAHEIM, CA 92806 ® Jay Kirschner 2890 E. LA CRESTA AVE. Secretary ANAHEIM, CA 92806 I Additional Officers Officer Name Officer Address Position Stated Position Anthony Steen 2890 E. LA CRESTA AVE. Other President ANAHEIM, CA 92806 © Jay Kirschner 2890 E. LA CRESTA AVE. Treasurer ANAHEIM, CA 92806 I Directors Director Name Director Address Corey Kirschner 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Anthony Steen 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 The number of vacancies on Board of Directors is: 0 Agent for Service of Process Agent Name Agent Address Courtney Kirschner 2890 E. LA CRESTA AVE ANAHEIM, CA 92806 N 00 0 i N Fj N O 0 co N 0 N O N �P to w N rd tD n fD N- m n sy N- r-h n D N- to M n M rt sy K K 0 rn m rt fv rr rD Page 1 of 2 Type of Business Type of Business Concrete and Slurry Email Notifications Opt -in Email Notifications Yes, I opt -in to receive entity notifications via email. Labor Judgment No Officer or Director of this Corporation has an outstanding final judgment issued by the Division of Labor Standards Enforcement or a court of law, for which no appeal therefrom is pending, for the violation of any wage order or provision of the Labor Code. Electronic Signature ® By signing, I affirm that the information herein is true and correct and that I am authorized by California law to sign. A fshin Hakim 0812012024 Signature Date LT: 0 n lu (D 0 n m rt 2) n L< 0 t-n U) rt a rt M Page 2 of 2 -4" CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 Ad Proofs Project Name: AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT Contract/Bid #: CDBG PROJECT NO.602671-24, CIP PROJECT NO. S1254 Awarding Agency: CITY OF DIAMOND BAR Focus Journal Ad Publication: DBE GoodFaith (DBEGoodFaith.com) Published On: 03/03/2025 @ 12:42:07 PM Pacific Expired On: 03/04/2025 @ 11:59:59 PM Pacific Message Notifications Sent To: bids@pavementrehab.com Published At: https://dbegoodfaith.com/item.php?item type=ads&ad_adid=63489 CA..RTE.R ,E.NTERPRISE$,.G.. ROUP, INC.. DB.A„P..AVEM,ENT, REH..AB.,COMPANY Project Name AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT Bid/Contract 4 CDBG PROJECT NO. 602671-24, CIP PROJECT NO. SI254 Awarding Agency CITY OF DIAMOND BAR DIAMOND BAR, LOS ANGELES County, CA Bid Da`,e 03/04/2025 at 03:00 tr ;,ii: TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. Get in Touch TIM FITZPATRICK TIM FITZPATRICK s,'eplt��r (714)238-1444 (000) 000-0000 2890 E.La Cresta Ave. Anaheim, CA 92806 Certification & Assistance California DBE Program San Francisco LBE Program San Diego SLBE Program Bay Area Rapid Transit MBE, WBE (EOPP) Program Los Angeles County CBE Program Alameda County SLEB Program California Supplier Clearinghouse Diversity Program Program Oakland LBE/SLBE Program Los Angeles County SLBE & DVBE Program Alameda County Alameda CTC LBE/SLBE Program California SB-PW Program California DVBE Program The U.S. Department of Transportation - supported Southwest Region SBTRC helps DBEs with Procurement, Capital Access, and Surety Bond Assistance - and much more - at no cost. Trade Journal Ad Publication: DBE Journal (DBEJournal.com) Published On: 03/03/2025 @ 12:42:07 PM Pacific Expired On: 03/04/2025 @ 11:59:59 PM Pacific Published At: http://dbejournal.com/index.php?show ad=63489&ad_project name=AREA+5+RESIDENTIAL+NEIGHBORHOOD+ADA+CURB+R AMP+IMPROVEMENT+PROJECT&co name=CARTER+ENTERPRISES+GROUP+INC+DBA+PAVEMENT+REHAB+COMPANY+ Outreach Coordinator TIM FITZPATRICK Estimator TIM FITZPATRICK Cont1.a1.ct Information 1.2890 E. La Cresta Ave. Anaheim, CA 92806 Telephone (714) 238-1444 Fax (000) 000-0000 CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is seeking qualified Section 3s Project Name AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT Bid/Contract # CDBG PROJECT NO.602671-24, CIP PROJECT NO. S1254 Awarding 4ency CITY OF DIAMOND BAR Project Location .......... ....... - ............ DIAMOND BAR, LOS ANGELES County, CA Bid Date 03/04/2025 at 03:00 Project Details TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. Linkedin Remember to follow DBEGoodFaith on Linkedin and re -post the bid invitation provided below. This will help you get more eyes on the sub/supplier opportunities available on the project. Published On: 03/03/2025 @ 12:56:01 PM Pacific Published At: https://www.linkedin.com/feed/update/urn:li:share:7302431582219288578/ CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 Outreach Invitation Proofs Project Name: AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT Contract/Bid #: CDBG PROJECT NO.602671-24, CIP PROJECT NO. S1254 Awarding Agency: CITY OF DIAMOND BAR Log details - This document contains a single copy of the bid invitation emailed to each company with an email address listed on their certification. The same email was sent to all companies, which is why we have provided the single email proof. - This document contains a copy of each fax notice sent to solicited companies with a fax number listed on their certification. Email Proof Subject Line: [ Bid Invite I AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT Reply To Email: bids@pavementrehab.com CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is seeking qualified Section 3s and invites you to bid on the following contract. PROJECT NAME: AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID #: CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 BID DUE DATE: 03/04/2025 at 03:00 (local time) AWARDING AGENCY/OWNER: CITY OF DIAMOND BAR PROJECT LOCATION: DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEM ENTREHAB.COM. If interested, contact: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: A.A. Gonzalez, Incorporated Tel: (818) 367-2242 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO.602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227846-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:03 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.comAvhy INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: ABBOUD DIAMOND PAVEMENT REHAB COMPANY Tel: (909) 335-4866 2890 E. La Cresta Ave. Fax: () - Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK CONSTRUCTION, INC. CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227870-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:02 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: Beuse Inc PAVEMENT REHAB COMPANY Tel: (213) 284-1234 2890 E. La Cresta Ave. Fax: () - Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227847-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:04 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: California Quality Floors Tel: (310) 930-8673 Fax: () CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227848-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: Coleman Construction Inc Tel: (323) 295-5484 Fax: () CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227849-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the D BE Good Faith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith.comAvhy INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: Complete Construction Tel: (661) 599-4269 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227871-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:06 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: Completely Concrete Structures, Inc Tel: (323) 775-7863 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO.602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit_ dbegoodfaith.com/respond and enter Solicitation ID 3227850-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: Crystal's Senior Services LLC Tel: (909) 887-1904 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit_ dbegoodfaith.com/respond and enter Solicitation ID 3227872-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL j Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:06 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Leam more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: Davis Construction Plumbing Inc Tel: (661) 269-4325 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227851-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: DECON -1 LLC PAVEMENT REHAB COMPANY Tel: (310) 9904493 2890 E. La Cresta Ave. Fax: {) - Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227852-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith. com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK DBA TO: EXCEL CONTRACTORS, DRYWALL CORP. Tel: (661) 942-6944 Fax: () - INC dba PROGRESSION CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID I PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit-dbegoodfaith.com/respond and enter Solicitation ID 3227853-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith. com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: First Choice Landscape Corp Tel: (909) 267-9613 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227854-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: Green Spaces Preservation, LLC Tel: (800) 465-8720 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227856-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03103/2025 01:00:05 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: Home of Kings and Queens nonprofit organization Tel: (323) 318-0924 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbeaoodfaith.com/respond and enter Solicitation ID 3227857-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/INBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.comAvhy INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: Jacobi Williams PAVEMENT REHAB COMPANY Tel: (424) 223-0689 2890 E. La Cresta Ave. Fax: () - Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK Plumbing and Mechanical CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO.602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227858-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ j Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: Jeremy Morris Construction Tel: (323) 356-5907 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/res and and enter Solicitation ID 3227859-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: L&B Builders Inc PAVEMENT REHAB COMPANY Tel: (323) 208-701 2890 E. La Cresta Ave. Fax: () - Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO.602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227860-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the D BEGood Faith. corn outreach platform. Find other DBE, M/IMBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith. com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: LANGARICA INC PAVEMENT REHAB COMPANY Tel: (626) 213-9347 2890 E. La Cresta Ave. Fax: () - Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID 1 PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/rest and enter Solicitation ID 3227861-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: Lipham Construction PAVEMENT REHAB COMPANY Tel: (818) 522-5978 2890 E. La Cresta Ave. Fax: (} - Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO.602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227862-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith. com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: NICE Landscape and PAVEMENT REHAB COMPANY Tel: (714) 836-4025 2890 E. La Cresta Ave. Fax: (} - Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK Maintenance Inc. CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227873-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ j Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:06 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M11MBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith. com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: Nikki Nguyen PAVEMENT REHAB COMPANY Tel: (424) 946-7498 2890 E. La Cresta Ave. Fax: () - Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO.602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/resNond and enter Solicitation ID 3227863-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: Osmart General Construction Inc Tel: (323) 685-5655 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID ! PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visitdbegoodfaith.com/respond and enter Solicitation ID 3227865-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith. com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: PBS Construction Services Tel: (909) 202-9204 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227874-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:06 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith. corn/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: Proficient Builders, Inc Tel: (949) 302-4462 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227875-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL [Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:06 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: Qwest Engineering, Inc. Tel: (714) 900-1070 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO.602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227876-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:06 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: Reliable Monitoring PAVEMENT REHAB COMPANY Tel: (855) 760-1822 2890 E. La Cresta Ave. Fax: () - Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK Services (dba RMS Life Safety) CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO.602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbeaoodfaith.com/resg_ond and enter Solicitation ID 3227866-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the D BEGood Faith. com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: South West Concrete Inc. Tel: (909) 267-9613 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227867-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:05 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith. com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: Stacey's Cleaning Service Tel: (661) 510-8880 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227868-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:06 pm Pacific through the DBEGood Faith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Learn more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA TO: T&M Projects Inc. PAVEMENT REHAB COMPANY Tel: (310) 833-3366 2890 E. La Cresta Ave. Fax: () - Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK dba T&M Construction CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO.602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit dbegoodfaith.com/respond and enter Solicitation ID 3227845-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:02 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/WBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith.com. Leam more about why you received this invitation at DBEGoodFaith.com/why INVITATION TO BID FROM: CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Crests Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 bids@pavementrehab.com CONTACT NAME: TIM FITZPATRICK TO: Triangle Enterprises, Inc Tel: (818) 767-3366 Fax: () - CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY is Seeking Qualified Section 3s PROJECT NAME AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT BID DUE DATE 03/04/2025 at 03:00 BID / PROJECT # CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 AGENCY NAME CITY OF DIAMOND BAR PROJECT LOCATION DIAMOND BAR, LOS ANGELES, CA TRUCKING HAULING TRAFFIC CONTROL SURVEY STRIPING PLANS AND SPECS WILL BE MADE AVAILABLE UPON REQUEST VIA EMAIL TO BIDS@PAVEMENTREHAB.COM. HOW TO REPLY ONLINE Visit_ dbegoodfaith.com/respond and enter Solicitation ID 3227869-63489 BY FAX Fax back this invitation with your response to: (000) 000-0000 [ ] Yes, we will send a fax quote by the bid date. [ ] No, we are not interested. [ ] Interested, but we would like more information. Please contact us at BY EMAIL Contact TIM FITZPATRICK at bids@pavementrehab.com This solicitation was generated and sent on behalf of CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY at 03/03/2025 01:00:06 pm Pacific through the DBEGoodFaith.com outreach platform. Find other DBE, M/INBE, DVBE, SBE, and other subcontracting and supplier opportunities at DBEGoodFaith. com. Learn more about why you received this invitation at DBEGoodFaith.com/why CARTER ENTERPRISES GROUP INC DBA PAVEMENT REHAB COMPANY 2890 E. La Cresta Ave. Anaheim, CA 92806 Tel: (714) 238-1444 Fax: (000) 000-0000 Email & Fax Solicitation Log Project Name: AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IMPROVEMENT PROJECT Contract/Bid #: CDBG PROJECT NO. 602671-24, CIP PROJECT NO. S1254 Awarding Agency: CITY OF DIAMOND BAR Log Details • All emails and faxes were sent and tracked through D BEGood Faith. com's automated solicitation and logging system. • The solicitation system makes up to 5 attempts to successfully delivery a fax as long as a human does not answer the call. If a human answers the call, only 1 attempt is made. • The solicitation system attempts to successfully deliver emails until the response from the recipient's email server requests that no other attempts be made. Company Fax Send Date Email Send Date & Delivery Status & Delivery Status A.A. Gonzalez, Incorporated n/a 03/03/2025 13264 Ralston Avenue 01:00 pm PST Sylmar, CA 91342 Delivered Tel: 8183672242 Fax: None Listed julie@aagonz.com Cert: Sec3 ABBOUD DIAMOND CONSTRUCTION, INC. n/a 03/03/2025 1849 W. REDLANDS BLVD #10 1 01:00 pm PST REDLANDS, CA 92373 Delivered Tel: 9093354866 Fax: None Listed THOLIAJ@DCC-INC.COM Cert: Sec3 ... .. ....... Beuselnc n/a 03/03/2025 9055 Varna Ave 01:00 pm PST Arleta, CA 91331 Delivered Tel: 2132841234 Fax: None Listed beusedesign@gmail.com Cert: Sec3 California Quality Floors n/a 03/03/2025 14622 S. Cairn Ave 01:00 pm PST Rancho Dominguez, CA 90220 Delivered Tel: 3109308673 Fax: None Listed dvabuilders@outlook-com Cert: Sec3 --- ----- - -- ...... .... ...... Coleman Construction Inc n/a 03/03/2025 1973 W. 48th St. 01:00 pm PST Los Angeles, CA 90062 Delivered Tel: 3232955484 Fax: None Listed scoleman@colemancon.com Cert: Sec3 Page 11 Solicitation Log - AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IN Complete Construction n/a 11510 Valletta Ave Bakersfield, CA 93312 Tel: 6615994269 Fax: None Listed 21 jasonc21 @gmail.com Cert: Seca Completely Concrete Structures, Inc n/a P O Box 862010 LOS ANGELES, CA 90018 Tel: 3237757863 Fax: None Listed marco@completelyconcrete.com Cert: Sec3 Crystal's Senior Services LLC n/a 1945 Porter Street San Bernardino, CA 92407 Tel: 9098871904 Fax: None Listed Admin@crystalsseniorservices.com Cert: Sec3 Davis Construction Plumbing Inc n/a 32120 Mountain Shadow Rd Acton, CA 93510 Tel: 6612694325 Fax: None Listed Brooke@davisconstructionplumbing.com Cert: Sec3 DECON A LLC n/a 6934 Nita Ave Canoga Park, CA 91303 Tel: 3109904493 Fax: None Listed rjdecon1@gmail.com Cert: Sec3 03/03/2025 01:00 pm PST Delivered 03/03/2025 01:00 pm PST Bounced 03/03/2025 01:00 pm PST Bounced 03/03/2025 01:00 pm PST Delivered 03/03/2025 01:00 pm PST Delivered Page III Solicitation Log - AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IN EXCEL CONTRACTORS, INC dba PROGRESSION n/a DRYWALL CORP. 348 E. AVE. K-8, SUITE B LANCASTER, CA 93535 Tel:6619426944 Fax: None Listed JOEYG@PROGRESSIONCORP.COM Cert Seca First Choice Landscape Corp n/a 1123 Wehner Ln San Dimas, CA 91773 Tel: 9092679613 Fax: None Listed edith@fclandsr,ape.com Cert: Sec3 Green Spaces Preservation, LLC n/a 3217 W 73rd Street 2 Los Angeles, CA 90043 Tel: 8004658720 Fax: None Listed regina@greenspacespreservation.com Cert: Sec3 Home of Kings and Queens nonprofit organization n/a 709 w Sacramento Altadena , CA 91001 Tel: 3233180924 Fax: None Listed shawnlampley@gmail.com Cert: Sec3 Jacobi Williams Plumbing and Mechanical n/a 1149 W. 85th. St. #1 Los Angeles, CA 90044 Tel: 4242230689 Fax: None Listed jacobicawilliams@gmail.com Cert: Sec3 03/03/2025 01:00 pm PST Delivered 03/03/2025 01:00 pm PST Delivered 03/03/2025 01:00 pm PST Delivered 03/03/2025 01:00 pm PST Delivered 03/03/2025 01:00 pm PST Delivered Page IV Solicitation Log - AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IN Jeremy Morris Construction 336 S. Arizona Ave Los Angeles, CA 90022 Tel: 3233565907 Fax: None Listed jeremymorrisconstruction@gmail.com Cert Sec3 L&B Builders Inc 10124 S Broadway Ste 110 Los Angeles, CA 90003 Tel: 323208701 Fax: None Listed kquarles@lbrbuilders.com Cert: Sec3 LANGARICA INC 2532 MOUNTAIN VIEW RD EL MONTE , CA 91733 Tel: 6262139347 Fax: None Listed LANGARICA_MAYRA@YAHOO.COM Cert: Sec3 Lipham Construction 14516 La Mesa Dr La Mirada, CA 90638 Tel: 8185225978 Fax: None Listed jeff@liphamconstruction.net Cert: Sec3 NICE Landscape and Maintenance Inc. 13281 lilly st GARDEN GROVE, CA 92843 Tel: 7148364025 Fax: None Listed glenny@nicelandscape.net Cert: Sec3 n/a 03/03/2025 01:00 pm PST Delivered n/a 03/03/2025 01:00 pm PST Delivered n/a 03/03/2025 01:00 pm PST Delivered Page V Solicitation Log - AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IN Nikki Nguyen 1724 N Highland Avenue, Apt. 635 Los Angeles, CA 90028 Tel:4249467498 Fax: None Listed nikkitvnguyen@gmail.com Cert: Seca Osmart General Construction Inc 2909 E 1 st Street Los Angeles, CA 90033 Tel: 3236855655 Fax: None Listed osmartgeneralconstruction@gmail.com Cert: Sec3 PBS Construction Services 15920 Pomona Rincon Road 6514 chino hills, CA 91709 Tel: 9092029204 Fax: None Listed yvonne@pbsconstructioncompany.com Cert: Sec3 Proficient Builders, Inc 14 Monarch Bay Plaza Suite 293 Monarch Beach, CA 92629 Tel: 9493024462 Fax: None Listed tommymcneil35@gmail.com Cert: Sec3 Owest Engineering, Inc. 692 N. Cypress Street, Ste B Orange, CA 92867 Tel: 7149001070 Fax: None Listed meganleed@hotmail.com Cert: Sec3 n/a 03/03/2025 01:00 pm PST Delivered n/a 03/03/2025 01:00 pm PST Delivered n/a 03/03/2025 01:00 pm PST Delivered n/a 03/03/2025 01:00 pm PST Delivered n/a 03/03/2025 01:00 pm PST Delivered Page VI Solicitation Log - AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IN Reliable Monitoring Services (dba RMS Life Safety) n/a 2698 JUNIPERO AVE STE 105-107 Signal Hill, CA 90755 Tel:8557601822 Fax: None Listed rmendoza@rmslifesafety.com Cert Seca South West Concrete Inc. n/a 1123 Wehner Lane San Dimas, CA 91773 Tel: 9092679613 Fax: None Listed edith@swccompany.com Cert: Sec3 Stacey's Cleaning Service n/a 37153 Liana In Palmdale, CA 93551 Tel: 6615108880 Fax: None Listed staceylucille@msn.com Cert: Sec3 T&M Projects Inc. dba T&M Construction n/a 780 W CHANNEL STREET San Pedro, CA 90731 Tel: 3108333366 Fax: None Listed office.tmconstruction@gmall.com Cert: Sec3 Triangle Enterprises, Inc n/a PO Box 11386 Burbank, CA 91510 Tel: 8187673366 Fax: None Listed sadtah@tri-ent.com Cert: Sec3 03/03/2025 01:00 pm PST Delivered 03/03/2025 01:00 pm PST Delivered 03/03/2025 01:00 pm PST Delivered 03/03/2025 01:00 pm PST Delivered 03/03/2025 01:00 pm PST Delivered Page VI Solicitation Log - AREA 5 RESIDENTIAL NEIGHBORHOOD ADA CURB RAMP IN