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
DEPARTMENT OF PUBLIC WORKS CITY OF DIAMOND BAR CALIFORNIA C I T Y 0 F J DIAMOND BAR C A L I F 0 R N I A CONTRACT DOCUMENTS AND SPECIFICATIONS FOR AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254. All Questions Regarding This Project Are to Be Directed To: Mr. Christian Malpica Associate Engineer City of Diamond Bar (909) 839-7038 Chia Yu Teng, Mayor Steve Tye, Mayor Pro Tem Andrew Chou, Council Member Stan Liu, Council Member Ruth M. Lou, Council Member Daniel Fox, City Manager February 2025 CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254. By �O Q4pFESS/p� s1M 8V,, �F No. C 86467 .J> CNIt. �P qp£ OF CAL1Fd 03/20/2025 L"Am Bui, P.E. C 86467 Date Exp: 03/31/2027 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 4:00 PM on April 8, 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 - 25 LIST OF SUBCONTRACTORS 23 - 24 DECLARATION OF ELIGIBILITY TO CONTRACT 25 - 26 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE 27 CONTRACTOR INDUSTRIAL SAFETY RECORD 28 AFFIDAVIT FOR CO -PARTNERSHIP FIRM 29 AFFIDAVIT FOR CORPORATION BIDDER 30 AFFIDAVIT FOR INDIVIDUAL BIDDER 31 AFFIDAVIT FOR JOINT VENTURE 32 FAITHFUL PERFORMANCE BOND 33 - 34 LABOR AND MATERIAL BOND 35 - 36 BID BOND 37 - 38 CERTIFICATE OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION 39 CERTIFICATE WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS AND SUBCONTRACTS 40 NON -COLLUSION AFFIDAVIT 41 CONTRACT AGREEMENT 42-58 PART II - GENERAL PROVISIONS GP-1 - GP-16 i TABLE OF CONTENTS (Continued) PART III- SPECIAL PROVISIONS SP-1 - SP-8 PART IV - TECHNICAL PROVISIONS TP-1 - TP-67 PART V - APPENDICES APPENDIX A - STREET SWEEPING SCHEDULE APPENDIX B - CONSTRUCTION & DEMOLITION REQUIREMENTS APPENDIX C - PLANS APPENDIX D - RAISED PAVEMENT MARKERS PRODUCT SHEETS APPENDIX E - PREFORMED THERMOPLASTIC PRODUCT SHEETS ii 4,ARvjw BIDDING AND CONTRACTUAL DOCUMENTS NOTICE INVITING SEALED BIDS FOR FOR AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAID TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. S1251 & SI254. RECEIPT OF PROPOSALS: Proposals will be received online at http://at/ https://www.planetbids.com/portal/portal.cfm?CompanyID=39500 until 4:00 PM on April 8, 2025 for the furnishing of all labor and materials and equipment for the AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & S1254 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-12 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 proposals will be publicly opened and read virtually via GoTo Meeting at 4:00 PM on April 8, 2025. A link to the virtual bid opening will provided on PlanetBidsTM and on the City website (https://www.diamondbarca.gov/712/RFP-RFQ-BID-Opportunities). DESCRIPTION OF WORK: The Work to be performed or executed under these Plans and Specifications consists of and includes the application of cape seal and slurry sealing of the existing pavement; AC grind and overlay; utility adjustments, signing and striping; traffic signal loop detector replacement, removal and replacement of PCC; drainage improvements; ADA curb ramp improvements; and other incidental and appurtenant work necessary for the proper construction of the contemplated improvements. The Bid Items for this work is shown as Base Bid Schedule A and Base Bid Schedule B under the Bid Schedule START OF WORK: The City at its sole discretion will issue the Notice to Proceed to the Contractor within thirty (30) calendar days of the Bid Opening date. Work by the Contractor shall begin within seven (7) calendar days from the date the Notice to Proceed is issued by the City, at which time the calculation for Working Days shall commence. 1 The Contractor's Bid and proposed work schedule shall reflect these schedule commitments. No delays to the Notice to Proceed or Start of Work will be granted by the City. COMPLETION OF WORK: All work shall be completed within Fifty (50) Working Days after the Notice to Proceed is issued by the City. TIME EXTENSIONS: No time extensions for Working Days will be granted by the City unless the delay is due solely to the direct actions of the City and is immediately documented by the Contractor and submitted to the Engineer as a time extension request. Time extension requests not received from the Contractor within five (5) calendar days of the purported occurrence shall be considered forfeited by the Contractor. The City at its sole discretion may approve a time extension request as described herein and provide an increase to the Working Days for the approved duration. ENGINEER'S ESTIMATE: The Project is estimated to cost approximately $1, 500, 000 for Bid Schedule A and $1, 900, 000 for Schedule B Items 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%) of the bid price payable to the City of Diamond Bar as a guarantee that the bidder, if his proposal is accepted, will 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 (1000) 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 incorporates diem wages as et seq. the City Council of the City of Diamond Bar herein by reference the general prevailing rate of per 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. 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) Contractor's License status at http://www.cslb.ca.gov, and 2) Status with the California Department of Industrial Relations at eligibility at http://www.dir.ca.gov/dlse/debar.html. RETENTION OF RECORDS RELEVANT TO AUDITS AND REVIEWS: Th and subcontractors working in the City of Diamond Bar records pertaining to said project for a minimum of five Records to be retained include but are not limited t 3 e Contractor must retain (5) years. o 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 their bid for a period of thirty (30) calendar days after the date of the bid opening. BID AWARD: Subject to the reservations noted above, the Contract will be awarded to the lowest responsible bidder. CITY OF DIAMOND BAR, CALIFORNIA DATE: 3/21 /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%) 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. C 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 (1000) 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 7 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-12 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 base 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 thirty (30) 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 base bid, or on the base bid and any specified alternate(s). 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 be skilled and of work called forth his/her n the EXPERIENCE EXPERIENCE STATEMENT 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 $2,500,000 each qualify as similar for this project. 1. Project Title CITYWIDE ASPHALT REPAIRS PROJECT FY 21/22 Contract Amount $1,314,878.59 Type of Work CITYWIDE STREET IMPROVEMENTS Client CITY OF DANA POINT Agency Project Manager SCOTT FISHER Date Completed NOV 2022 Phone 760-814-7226 % Subcontracted 2. Project Title 22-23 ANNUAL ASPHALT CONCRETE OVERLAY PROJECT Contract Amount $5,998,000 Type of Work CITYWIDE STREET IMPROVEMENT Client CITY OF EASTVALE Agency Project Manager CHUCK STAGNER Phone 714-925-4628 Date Completed MAR 2024 % Subcontracted 3. Project Title 22-23 S131 PAVEMENT REHABILITATION PROJECT Contract Amount $2,528,000 Type of Work VARIOUS STREET FULL DEPTH RECONSTRUCTION Client CITY OF HEMET Agency Project Manager JILLEEN FERRIS Phone 951-765-2360 Date Completed MAY 2024 % 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 of his current financial condition. Bidder's Signature E 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 five (5) 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 five (5) years of experience in the construction of Polymer Modified Asphalt Emulsion Chip Seal. 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 to 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 thereafter within the number of Working Days stated in the Notice Inviting Sealed Bids. 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 13 the Claim. A Claim may include a Claim by a subcontractor or 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 BIDDER'S PROPOSAL FOR AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254 Date APRIL 7TH , 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: ONYX PAVING COMPANY, INC. COREY R. KIRSCHNER - CEO, ANTHONY STEEN - PRES., RICHARD DEVOS - CFO, JAY KIRSCHNER - VRSEC, TREAS. (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, payable to the order of the City of Diamond Bar in the sum of BIDDER'S BOND 10% DOLLARS ($ NSA ) . 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. 714-632.6699 Address of Bidder Telephone of Bidder ANAHEIM, CA 92806 COREY R. KIRSCHNER-CEO City Zip Code 1gnature of Bidder 16 BID SCHEDULE FOR AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. S1251 & SI254 BASE BID "SCHEDULE A" - RESIDENTIAL & COLLECTOR STREETS, PROJECT NO, SI251 ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT A-1 1 LS MOBILIZATION AND DEMOBILIZATION A-2 1 LS TRAFFIC CONTROL AND �gbrq?A tgb,g26 PUBLIC SAFETY A-3 1 LS WATER POLLUTION CONTROL 11r0e1� �lrOOo A-4 1 LS CONSTRUCTION STAKING AND MONUMENT PRESERVATION A-5 1 LS PUBLIC NOTIFICATION ��rppp �IrDCO A-6 61 EA ADJUST WATER VALVE BOX 111 �r�l AND COVER TO GRADE A-7 4 EA ADJUST STORM DRAIN 7-n 3r1O6 MANHOLE FRAME AND COVER TO GRADE A-8 46 EA ADJUST SANITARY SEWER 7 77 1I2 MANHOLE FRAME AND COVER TO GRADE A-9 1 EA COORDINATE SANITARY SEWER g4LA 4N4 VAULT FRAME AND COVER ADJUSTMENT WITH OWNER A-10 2 EA COORDINATE ELECTRICAL t40 �s% MANHOLE FRAME AND COVER ADJUSTMENT WITH OWNER A-11 2 EA COORDINATE TELECOMM HULA T% MANHOLE FRAME AND COVER ADJUSTMENT WITH OWNER 17 ITEM EST. DESCRIPTION UNIT NO. QUANT. UNIT WRITTEN IN WORDS PRICE AMOUNT A-12 16 EA REMOVE EXISTING 171•300 m.Aoo IMPROVEMENTS AND INSTALL NEW ADA COMPLIANT CURB RAMP PER SPPWC STD. PLAN 111-5 A-13 50 LF REMOVE EXISTING CURB AND i11 a� 550 GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 120-3 (A2-6 or A2-8) A-14 6,133 SF REMOVE EXISTING CROSS 2:1 GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 122-3 (8" DEPTH) A-15 13,334 SY APPLICATION OF TYPE II SLURRY SEAL AND CRACK SEAL A-16 30,074 SY APPLICATION OF CAPE SEAL 5.b1 1'7C) .511.58 AND CRACK SEAL A-17 6,266 SY COLD MILL EXISTING AC z.lz 17,VIC).(2 (1.5" DEPTH) A-18 6,870 SY COLD MILL EXISTING AC 3.69 (2.0" DEPTH) A-19 582 TON CONSTRUCT HMA OVERLAY i23 ho (1.5" DEPTH) -711$S(o A-20 850 TON CONSTRUCT HMA OVERLAY i7P5 5so (2.0" DEPTH) A-21 10,382 SF BASE REPAIR (6" DEPTH) A-22 11,456 LF MICRO MILLING AC (1.0 DEPTH AND 4' WIDTH) A-23 1 LS REMOVE TRAFFIC STRIPING T AND MARKINGS (SLURRY SEAL AND CAPE SEAL STREETS) A-24 1 LS THERMOPLASTIC TRAFFIC 2100o 1:2AD O STRIPING, PAVEMENT MARKINGS, MARKERS, CURB MARKINGS, AND SIGNPOSTS. A-25 22 EA]PAVEMENT CORING PROGRAM i,ppp O00 18 am TOTAL AMOUNT BASE BID "SCHEDULE "A" ITEMS (IN FIGURES)-> $ 1I2kstoo TOTAL AMOUNT BASE BID "SCHEDULE A" (WRITTEN IN WORDS): one, vwWcw\ isoQ NyAdveA Alms n -Hw 5anb d kUo even - BASE BID "SCHEDULE B" - ARTERIAL STREETS (), PROJECT NO. SI254 ITEM EST. DESCRIPTION UNIT °TI AMOUNT NO. QUANT. WRITTEN IN WORDS PRICE B-1 1 LS MOBILIZATION AND 3]��5.$3 31i�S•4�3 DEMOBILIZATION B-2 1 LS TRAFFIC CONTROL AND PUBLIC ({rk� I�LICClJ SAFETY B-3 1 LS WATER POLLUTION CONTROL (1i0oD 1( )OD B-4 1 LS CONSTRUCTION STAKING AND (( ibOD (I t `(AO MONUMENT PRESERVATION B-5 1 LS PUBLIC NOTIFICATION B-6 29 EA ADJUST WATER VALVE FRAME 222 6tc496 AND COVER TO GRADE B-7 11 EA ADJUST STORM DRAIN MANHOLE L�Z2Z uti2 FRAME AND COVER TO GRADE B-8 13 EA ADJUST SANITARY SEWER Z�2Z2 '%fiSi6 6 (� MANHOLE FRAME AND COVER TO GRADE B-9 4 EA ELECTRICAL MANHOLE FRAME �j65 �j2Zb AND COVER COORDINATE ADJUST TO GRADE B-10 7 EA TELECOM MANHOLE FRAME AND 5 SS 3 6`6S COVER COORDINATE ADJUST TO GRADE B-11 1 EA REMOVE EXISTING ulDoo LICDC(D IMPROVEMENTS AND INSTALL NEW ADA COMPLIANT CURB 19 ITEM EST. DESCRIPTION UNIT °TI AMOUNT NO. QUANT. WRITTEN IN WORDS PRICE RAMP PER SPPWC STD. PLAN 111-5 B-12 130 LF REMOVE EXISTING CURB AND kll ILAig3(D GUTTER AND RECONSTRUCT PER SPPWC STD. PLAN 120-3 (A2- 8 or A2-10) B-13 37,705 SY COLD MILL EXISTING 3.0 j3glV,cAg PAVEMENT (2.5" DEPTH) B-14 5,832 TON CONSTRUCT ARHM OVERLAY ;y Ll 6l 6 (2.5" DEPTH) B-15 26,169 SF BASE REPAIR (8" DEPTH) B-16 63 EA INSTALL TRAFFIC LOOP LP44 Zi aZ2 DETECTOR (TYPE E OR TYPE F) B-17 1 LS THERMOPLASTIC TRAFFIC Lr7two � STRIPING, PAVEMENT MARKINGS, MARKERS, CURB MARKINGS, AND SIGNPOSTS B-18 1 LS COORDINATE VIDEO DETECTION 3,$13 3,313 ZONE ADJUSTMENTS B-19 8 EA PAVEMENT CORING PROGRAM B-20 150 SF REMOVE EXISTING SIDEWALK 2-1-7M AND RECONSTRUCT PER SPPWC STD. PLANS 112-2 AND 113-2 (4" DEPTH) TOTAL AMOUNT BASE BID "SCHEDULE B" ITEMS (IN FIGURES)-> $ 1511 00 1�(0lJu" TOTAL AMOUNT BASE BID "SCHEDULE B" (WRITTEN IN WORDS): Bvt2 rn:AIDA R\&- VNOA60-d F to iftosuy)d c\okbls2tvtn. 20 TOTAL AMOUNT BASE BID "SCHEDULE A" + "SCHEDULE B" $ 1 ITEMS IN FIGURES) 2t 72%1 OO TOTAL AMOUNT BASE BID "SCHEDULE A" + "SCHEDULE B" ITEMS (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 will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. Accompanying this proposal is BIDDER'SBOND10% (Insert "$ NIA cash", "cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (100) 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. 21 NAME OF BIDDER (PRINT) 2890 E. LA CRESTA AVE. ADDRESS 4/7/2025 TUBE DATE ANAHEIM, CA 92806 714-632-6699 CITY ZIP CODE TELEPHONE 630360; A, C12 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. SIGNATURE OR AUTHORIZED OFFICER _ v i �. � �' i � .. _ . � .. - i� ,•\ `, •� / � A � �T ••♦ � � ••• s/ ' i � � i a � _ � � �' ;� _' I ...•. ..� �� '� . ; �- 1 i /1 :� � � �' •1 ti � � .• � LIST OF SUBCONTRACTORS * BID OPENING DATE 4/7/2025 AREA 4 RESIDENTIAL & COLLECTOR STREETS PROJECT REHABILITATION AND ARTERIALSTREET REHAB.PROJECT NO. SI251 & SI254 LOCATION ANAHEI_M, CA CLIENT CITY OF DIAMOND BAR CONTRACTOR ONYX PAVING COMPANY, INC. Name Under Which Subcontractor is Licensed License No. Address of Office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract 3036cq \I cit - , 6,17. alp jdtak � a Pl��ttbr� e©vn��{ (Ais-nu��i°�-ray alp v Tyctw y�'C- �`�lI2L Rwmi 5� I Ynitln�pY� Cum Lom * 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 23 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 base 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 (0.5%)of the Prime Contractor's total base bid or ten thousand ($10,000.00), whichever is greater, and the portion of the work which will be done by each Subcontractor. 24 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 25 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. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of APRIL7TH , 2025, at ANAHEIM,CA (place of execution). 1� S' nature Name: COREY R. KIRSCHNER Title: CEO Name of Contractor ONYX PAVING COMPANY, INC. 1 •• `�•1 • '�` = 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 NO 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. 27 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification AREA 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION Bid Date 4/8/2025 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 surrounding anv and all fatalities. ITEM 3CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2022 2023 2024 TOTAL 2025 No. of Contracts 133 140 121 394 5 Total dollar amount of contracts in 1,000's 83,134 108,532 150,044 341,710 2624 No. of lost workday cases 0 0 0 0 0 No. of lost work day cases involving permanent transfer to 0 1 0 1 0 anotherjob or termination of employment No. of lost workdays 0 0 0 0 0 *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. ONYX PAVING COMPANY, INC. Name of Bidder (Print 2890 E. LA CRESTA AVE. Address ANAHEIM, CA 92806 City Zip Code Signature 630360; A, C12 State Contractor's Lic. 714.632-6699 .� Telephone 33 NIA 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 of 20 Signature of Officer Administering Oath (Notary Public) 29 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, ONYX PAVING COMPANY INC 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. COREY R. KIRSCHNER - CEO Signature Subscribed and sworna- to before me this day of ��r�I 20 Zs... -.... ***SEE ATTACHED NOTARY JURAT*** Signature of Officer Administering Oath (Notary Public) 30 • 1 ., � • p f � � � `� - � � A � • � •ice^ � ,� � � i i � : ;` .. i _ ir. � ��� �Tt �•�� ��j�ffrsst�si�`��`�� CALIFORNIA.VERNMENT CODE § 82M ® See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signerts], not Notary) x 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 County of Orange LESLIE IYOCHq Notary P�bllc • California € Orange County Commission # 2484949 My Comm. Expires Mar 19. 2028 Seal Place Notary Seal Above Subscribed and sworn to (or affirmed) before me on this 7 day of April 20 25 by Date Month Year (1) � P. y\x'CK.11W (and (2 1 ), Name( of Signer(,) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature" 1 `�J v" v OPTIONAL Signature of Notary Public 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: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5910 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) 31 NIA 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 20 Signature of Officer Administering Oath (Notary Public) BOND No. 32 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 4 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (BREA CAYON CUTOFF ROAD FROM 57 FREEWAY SOUTH OFF RAMP TO NORTH CITY LIMITS AND LEMON AVENUE FROM GOLDEN SPRINGS DRIVE TO NORTHERN CITY LIMITS) PROJECT NO. SI251 & SI254. WHEREAS Onyx Paving Company, Inc. 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 Coraoration 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 0 ) 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. 37 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: April4th, 2025 "Principal" Onyx Paving Company. Inc. 2890 East La Cresta Avenue. Anaheim. CA 92806 By: P / tsGD" . 'fw-h V.f-Ceo By: Its "Surety" Swiss Re Corporate Solutions America Insurance Corporation 1200 Main St. Suite 800, Kansas Citv MO 64105-2478 By: '.WJ k!t-- Zyano H mand z I is Attorney -in -Fad 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. S EALI 38 r rift _ .� ``t� - 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 April 4. 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 narrI is/eve subscribed to the within instrument and acknowledged to me that he/sP(e/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(o on the instrument the person(a), or the entity upon behalf of which the person(s) acted, executed the instrument. LESLIE 0.0CHA Notary Pooiic • California `�'• = orange County Commission X 1414141 ray Comm. Expires fear 19, 2028 0 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 h and offiqALsetal. Signature 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: Document Date: Number of Pages: 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: 02014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 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 On APR 0 4 2025 before me, Albert Melendez Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(x) whose name(s) is/ate subscribed to the within instrument and acknowledged to me that ke/she/thty executed the same in lAs/her/their authorized capacity(ixs), and that by his/her/their signature(si1 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. ALBEaTMELENpE2 ,I Notary Pubilc -%il" -- orange eoumy J:2 a r°"m+�,« >:39,a6, - WITNESS my hand and official seal. My Wmm. Eaalres Jar r3. rp26 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 611AIRRIA 8111110) :1�Y�F�i]1l(yYLi7 SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") WESTPORT INSURANCE CORPORATION ("WIC") GENERAL POWEROF 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 BATIN, VANESSA RAMIREZ, and ZYANYA HERNANDEZ JOINTLY OR SEVERALLY Its true and lawful 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 Attorney 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 therein the seal of the Corporation; 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 certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be bindine union the Corporation when so affixed and in the future with reeard to my bond, undertaking or contract of surety to which /iitt^hiss attached." °M., OR: pNPORM ,''. l-r'\ /.n�'�„�e:� oa 4r•. �•' } g Ed'k Jenvenr. .ior Vire PreddeniorSRCSAIC&senor V.,rPmid.I S E A L ? of SRCSPIC&Senior Vice President ofwrC % h�d„SS30V� N` By •eeoy *o CenW Jopowald. Vitt Pmideve of SRCSAIC&\'irr PdsidmrofSRCSPIC H,,,+ & \ire PmWenl of \\'IC INWITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by Iheii authorized officers this 10 day of NOVEMBER 20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook El Westport insurance Corporation On this 10 day of NOVEMBER 20 22 , before me, 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 Jaerowski , Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFIAL CCalHoiRISTINA MMI SW IXTAW OF .rr I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is stillllofyfull force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this alh day of Apol 20 Jeffrey Goldberg, Senior Vice President & 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 ONYX PAVING COMPANY, INC. TITLE OF OFFICER SIGNING COREY R.KIRSCHNER -CEO .. SIGNATURE 1/ PAT E 4/7/202&. Please include any additional information available regarding equal opportunity employment programs now in effect within your company: N/A 39 -. - - _/ .._ 1� �� f .�� � /7 i �• � ' � • � _ •� � � ' _ _ - �� • � 11 .� r L. X, :.... _ ter•. �� _ ., .ter. ,. - �:� 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 I 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. ONYX PAVING COMPANY, INC. (COMPANY) BY • (A///� COREY R. KIRSCHNER - CEO (TITLE) DATE: APRIL7TH 20 25 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. 40 .-.I - .. � _ � ,,. - - � r -1 is NON -COLLUSION DECLARATION (TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID) The undersigned declares: I am the CEO the foregoing bid. of ONYX PAVING COMPANY. INC. 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 o true and correct 477/2025 [city], CA [state]. ONYX PAVING COMPANY, INC. Business Name f the State of and that this [date], at COREY R. KIRSCHNER - CEO Signature of Bidder (must be notarized) 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 �- Business Address Attach Notary Acknowledgement Form to this form when submi.tti-n4- ` ***SEE ATTACHED NOTARY ACKNOWLEDGEMENT*`* 41 „� .f�. �j /'!� � . +sue �/' '"� �� -_� + r � ; � •� _- � h �� �, � • _ _ _ _ _ �, f_ - ,,��f fi�tt4�\t♦\\\� 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 April 7 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 persons) whose name(b) is/ato 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/hear/their signature($) on the instrument the person(st), or the entity upon behalf of which the person(s) acted, executed the instrument. LESLIE ROCHA " Notary Public -California I orange County Commisston 8 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 ( officialfficial s Signatur� l7" 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: 02014 National Notary Association • www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 REFERENCES PROJECT NAME: CITYWIDE ASPHALT REPAIRS PROJECT FY 21/22 PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: FEB 2022 - NOV 2022 CONSULTING COMPANY: CITY OF DANA POINT- 33282 GOLDEN LANTERN, DANA POINT, CA 92629 CONTACT PERSON: SCOTT FISHER 760-814-7226 ORIGINAL CONTRACT AMOUNT: $1,595,000.00 FINAL CONTRACT AMOUNT: $1,314,878.59 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINALAMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID SCHEDULE QUANTITIES DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 22-23 ANNUAL ASPHALT CONCRETE OVERLAY PROJECT PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENT APPROXIMATE CONSTRUCTION DATES: SEP 2023- MAR 2024 AGENCY: CITY OF EASTVALE - 12363 LIMONITE AVE #J910, EASTVALE, CA 91752 CONTACT PERSON: CHUCK STAGNER 714-92S-4628 ORIGINAL CONTRACT AMOUNT: $5,858,000 FINAL CONTRACT AMOUNT: $5,998,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 2021-2022 PAVEMENT REHABILITATION PROJECT PROJECT DESCRIPTION: VARIOUS PAVEMENT REHABILITATION & CONCRETE IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: NOV 2022 - MARCH 2O23 AGENCY: CITY OF ARCADIA -240 W. HUNTINGTON DR, ARCADIA, CA 91007 CONTACT PERSON: JAN BALANAY 626-254-2726 ORIGINAL CONTRACT AMOUNT: $1,727,000.00 FINAL CONTRACT AMOUNT: $1,899,698.72 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 -TEL (714) 632-6699- FAX (714) 632-1883 qWk PROJECT NAME: 21-22 PAVEMENT REHABILITATION PROJECT PROJECT DESCRIPTION: CITYWIDE STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: NOV 2022- MAY 2023 AGENCY: CITY OF TEMPLE CITY - 9701 E LAS TUNAS DR, TEMPLE CITY, CA 91780 CONTACT PERSON: ALI CAYIR 714-883-8677 ORIGINAL CONTRACT AMOUNT: $3,727,000 FINAL CONTRACT AMOUNT: $4,031,000 IF FINALAMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONALSCOPE OUTSIDE OF PROJECT LIMITS, DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 23-24 SLURRY SEAL AT VARIOUS LOCATIONS PROJECT DESCRIPTION: CITYWIDE ASPHALT REPAIRS & SLURRY APPROXIMATE CONSTRUCTION DATES: JAN 2024 - APRIL 2024 AGENCY: CITY OF MONTEREY PARK -320 WEST NEWMARK AVE MONTEREY PARK, CA 91754 CONTACT PERSON: ZIAD MAZBOUDI 626-532-2018 ORIGINAL CONTRACT AMOUNT: $1,400,000 FINAL CONTRACT AMOUNT: $1,269,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: ACTUAL BID QUATITIES LESS THAN ORIGINAL BID QUANTITY. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: 22-23 SBl PAVEMENT REHABILITATION PROJECT PROJECT DESCRIPTION: VARIOUS STREET FULL DEPTH RECONSTRUCTION APPROXIMATE CONSTRUCTION DATES: JAN 2024 - MAY 2024 AGENCY: CITY OF HEMET- 445 E FLORIDA AVENUE HEMET, CA 92543 CONTACT PERSON: JILLEEN FERRIS 951-765-2360 ORIGINAL CONTRACTAMOUNT: $2,020,000 FINAL CONTRACT AMOUNT: $2,528,000 IF FINALAMOUNT IS DIFFERENT FROM ORIGINALAMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 -TEL (714) 632-6699- FAX (714) 632-1883 Wk PROJECT NAME: PARKS, CIVIC CENTER & SHERRIF STATION PARKING LOT REHABILITATION PROJECT DESCRIPTION: ASPHALT REMOVAL & REPLACEMENT APPROXIMATE CONSTRUCTION DATES: FEB 2024 - MAY 2024 AGENCY: CITY OF LAWNDALE - 14717 BURIN AVE LAWNDALE, CA 90260 CONTACT PERSON: NICK PETREVSKI 310-973-3265 ORIGINAL CONTRACT AMOUNT:: $486,486 FINAL CONTRACT AMOUNT: $601,000 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: CHANGE ORDER WORK FOR ADDITIONAL SCOPE OUTSIDE OF PROJECT LIMITS. DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: RESIDENTIAL STREET PAVEMENT REHABILITATION PROJECT, AREA 8 PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: JULY 2022 - OCT 2022 AGENCY: CITY OF DOWNEY-11111 BROOKSHIRE AVE, DOWNEY, CA 90241 CONTACT PERSON: BRIAN ALENAN 562-904-7110 ORIGINAL CONTRACT AMOUNT: $3,227,000.00 FINAL CONTRACT AMOUNT: $3,553,442.43 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID SCHEDULE QUANTITIES DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 -TEL (714) 632-6699- FAX (714) 632-1883 Wk LARGE PROJECT REFERENCES PROJECT NAME: CULVER DRIVE IMPROVEMENTS FROM WALNUTAVENUE TO 1-5 FREEWAY PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: SEPT 2022 - JAN 2023 CONSULTING COMPANY: CITY OF IRVINE - 6427 OAK CANYON, IRVINE, CA 92618 CONTACT PERSON: FARHAD BOLOURCHI 949-724-6689 ORIGINAL CONTRACT AMOUNT: $1,677,000.00 FINAL CONTRACT AMOUNT: $1,704,308.59 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINALAMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID SCHEDULE QUANTITIES DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: PHASING 6A - RESIDENTIAL STREET REHABILITATION PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: CONSULTING COMPANY: CITY OF LA MIRADA - 15515 PHOEBE AVE, LA MIRADA, CA 90638 CONTACT PERSON: ERIC VILLAGRACIA 562-902-2373 ORIGINAL CONTRACT AMOUNT: $4,242,000.00 FINAL CONTRACT AMOUNT: $4,524,646.67 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: SCOPES Of WORK CHANGED BY AGENCY DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO PROJECT NAME: ROCHESTER AVENUE PAVEMENT REHABILITATION PROJECT DESCRIPTION: STREET IMPROVEMENTS APPROXIMATE CONSTRUCTION DATES: MARCH 2O22-AUG 2022 AGENCY: CITY OF RANCHO CUCAMONGA - 10500 CIVIC CENTER DRIVE, RANCH CUCAMONGA, CA 91730 CONTACT PERSON: ROMEO DAVID 909-774-4070 ORIGINAL CONTRACT AMOUNT: $1,727,000.00 FINAL CONTRACT AMOUNT: $1,714,733.75 IF FINAL AMOUNT IS DIFFERENT FROM ORIGINAL AMOUNT, PLEASE EXPLAIN: FIELD QUANTITIES DIFFERED FROM BID SCHEDULE QUANTITIES DID THE AGENCY FILE ANY CLAIMS AGAINST YOU? NO ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 -TEL (714) 632-6699 - FAX (714) 632-1883 Wk REFERENCES GENERAL CONTRACTORS: LOCATION: AMOUNT: American Asphalt South, Inc. Eastvale $365,000 2990 Myers St. Ventura $37,000 Riverside, CA 92503 Ontario $595,000 Ph:909-427-8276 Palos Verdes Estates $174,000 Contact: Tim Griffin Santa Clarita $484,000 Roy Allan Slurry Seal La Mirada $222,000 12643 Emmens Way Victorville $77,000 Santa Fe Springs, CA 90670 La Palma $107,000 Ph: 562-864-3363 San Clemente $432,000 Contact: Lawrence Allan Buena Park $88,550 KASA Construction Westminster $602,800 15148 Sierra Bonita Ln El Monte $233,000 Chino, CA 91710 Ph:909-457-8260 Contact: Sam Kasbar Alabbasi Construction & Menifee $51,000 Engineering Coachella $45,000 764 W. Ramona Expressway, Suite C Perris $68,900 Perris, CA 92571 Ph: 951-776-9300 Contact: Han Sohn ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 —TEL (714) 632-6699— FAX (714) 632-1883 Pavement Coatings Company 10240 San Sevaine Way Jurupa Valley, CA 91752 Ph:951-934-4763 Byrom Davey 1232 Monte Vista Ave, Suite 5 Upland, Ca 91786 Ph:858-513-7199 Contact: Julio Diaz Wk Los Angeles County $177,235 Manhattan Beach $115,000 Upland $48,000 East Los Angeles $344,000 Los Angeles $333,000 Anaheim $30,000 ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 — TEL (714) 632-6699 — FAX (714) 632-1883 ASPHALT RUBBER HOT MIX REFERENCES: GENERAL CONTRACTORS: JOBS PERFORMED: LOCATION: AMOUNT: GMC ENGINEERING, INC. 1401 Warner Ave, Ste B. Tustin, CA 92780 Ph:714-247-1040 Fx:714-247-1041 Contact: Gennady Chizik R.D OLSON CONSTRUCITON, INC. 2955 Main Street, V Floor Irvine, CA 92614 Ph:949-474-2001 Fx:949-474-1534 Contact: Jeremy Dunn Katella Ave. St. Improv Los Alamitos $120,000.00 Various Projects Lido House Hotel Newport Beach $193,105.00 IF YOU HAVE ANY QUESTIONS, PLEASE FEEL FREE TO CONTACT COREY KIRSCHNER AT 714-632-6699 OR VIA EMAIL AT BIDS@a ONYXPAVING.COM ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 —TEL (714) 632-6699 — FAX (714) 632-1883 ONYX PAVING COMPANY, INC. 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 PHONE: 714-632-6699 FAX: 714-632-1883 CFO: RICHARD DEVOS BANK: BMO BANK N.A. ONYX PAVING DATE ESTABLISHED: 01/04/1990 CORP TAX ID: #33-0394344 TYPE OF WORK: ASPHALT PAVING CONTRACTORS LIC. # 630630-A INSURANCE AGENT: WOOD GUTMANN & BOGART 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 320 S. CANAL ST. CHICAGO, IL 60606 CHRISTINA LEON 949-404-0019 15901 REDHILL AVE., STE 100, TUSTIN, CA 92780 MICHAELTRAN 714-824-8384 SURETY AGENT: PERFORMANCE BONDING SURETY & INSURANCE BROKERAGE 15901 RED HILL AVE., SUITE 100, TUSTIN, CA 92780 ERIKJOHANSSON 714-505-7011 MATICH CORPORATION KELTERITE CORPORATION HOLLIDAY ROCK CO., INC. GENERAL CONTRACTOR REFERENCES: P.O. BOX 10, HIGHLAND, CA 92346 TW ILEYP MATICHCORRCOM 12231 PANGBORN AVE., DOWNEY CA 90241 RECEIVABLES@KELTERITE.COM 1401 N. BENSON AVE., UPLAND, CA 91786 ALUSSIEROHOLLIDAYROCK.COM TERI WILEY 909-382-7400 MIRIAM AVILA-RAMOS 562-401-0011 AMBER LUSSIER 909-982-1553 EXT. 1001 FULLMER CONSTRUCTION 1725 S. GROVE AVE., ONTARIO, CA 91761 CASEYJONES 909-947-9467 BYROM-DAVEY, INC. 13220 EVENING CREEK DR. SOUTH #103 STEVE DAVEY 858-513-7199 PACIFIC CONST. GROUP 17895 SKY PARK CIR., IRVINE, CA 92614 MARK BUNDY 949-748-1500 ERICKSON-HALL CONST. CO. 500 CORPORATE DR., ESCONDIDO, CA 92069 JUSTIN SINNOTT 760-769-7700 Wk RESUME Corey Kirschner has over 20 years of experience both as an estimator and CEO. Corey is an experienced estimator and lead a majority of those years being the Chief Estimator before becoming CEO and President of Onyx Paving Company, Inc. Over the short period of time here at Onyx Paving, Corey has completed over 3,000 paving projects, allowing the company to gross over $50 million dollars in the previous year. Jay Kirschner, Senior Project Manager, holds a Bachelor's Degree from Chapman University and has 7 years of experience upholding the maintenance supervisor and lead estimator position for Onyx Paving. He leads our team, with the project managers under his direct supervision, in managing our productions and coordinating our field mobilizations for all projects. Tyler Henry, Field Superintendent, serves as the core of all field related matters. He has over 20 years of paving experience performing jobs that stretches from San Diego County to Ventura County. Tyler has been with Onyx in completing all of our Public Works projects. Overseeing the on -site laborers, cement masons, and operating engineers is one of his many responsibilities. BACKLOG ALLOCATION: Corey Kirschner, Jay Kirschner, and Tyler Henry oversee 100% of all current project in attached backlog. ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 —TEL (714) 632-6699 — FAX (714) 632-1883 Key Individual Responsibilities: Corey Kirschner - Manage overall operations and resources of company - Decision maker of corporation Jackson Hulse - Lead project management team with organization - Overseeing overall project scheduling, budgeting, and dispatching on all projects - Main point of communications between company and agencies Tyler Henry - Lead and manage on -site labors and operators - Coordinate daily operations and project production - Ensuring project quality expectations are met ONYX PAVING COMPANY, INC. 2890 EAST LA CRESTA AVE, ANAHEIM, CA 92806 —TEL (714) 632-6699 — FAX (714) 632-1883 CONT-RACT -C>R.S- STATE LICENSE BOARD .Mr. Asrstcar'a'm Chapter 8 of Dan mn 3 of di%.Bu:gnoss and A VWM-O= coca and to Rides and t Wg&cm offlte Ca tracbar-ftti+a'lmeso.Boarct:' Uw Rexj,sb w of cosftctom does Pa.mby =me albs UOM-00 to: � it .t l 0WX' PA; GlC0MPAW,'JKC l t snse Nu 630M. - to engage in the btu cr act in ttee•capa* of a'cmbwbr!n-%e #dlowkq cWsedkab= ' aM font Ehttain ERtNc-t CONTRACTOR ' �i 012- EAWF iVVORKAND'PA1ANe !< i Wbew my hacui andseaft day. l .�antiaty- 4. 2019 : , Issued Ozl bdw 3,199�- Mario Rk ordgon, Board Chair David FL Fcq% RegisEi�T o� ContraciQis � t isc�otiras�5tsi;assd.s�be�oti�rar � j � ae�a aRrar,•s:6panasc0, , asr tetra I l tar �as�. Etbacomo:voul�natnena�+►ea. i 4 CONTRACTORS dCc'� STATE LICENSE BOARD ACTIVE LICENSE .._.._.630360 .. CORP ONYX PAVING COMPANY INC ..,A C 12 .m...— 10i31/2025 www csib ca.aov stk of C411 o n'-i D Depariment of hodustml Relations Home i Contractor i ONYX PAVING COMPANY, INC. ONYX PAVING COMPANY, INC. Contractor Contractor business email davidw@onyxpaving.com Contractor c ation eff date 2024-07-01 Contractor first name David Contractor mailing city ANAHEIM eCPR Public Search Log in Public Works Support Contractors Projects Register Contractor mailing state 1 Contractor mailing zip ?2806 Contractor physical city kNAHEIM Contractor physical state . . . . .. . ........... ............ CA f Contractor physical zip ...... 92806 I i •.._- _.__._......... .-._._....__................_.____.___..._._._._........ ..................... . ... .... _..__............ ....... ...._.... ._..i Contractor certify date �2023-06-21 ! i Contractor company type corporation Contractor craft legacy Cement Mason; Operating Engineer; Labore Contractor craft snow Contractor c ation exp date 90 Contractor date deactivated %.unLracwr uua name ............... _.................................. .............. .......................... .. Contractor entity number 630360 ........... ....................... ................................................................................................................._....................._.._......_............._..........................__._.-...._._I...__..._._........_........... .-...................................................... _.... .................. ................................ ................... ....... .............. ................. .............. Contractor ID 1000004798 Contractor last name Wiltfong Contractor mailing address2 Contractor physical addressl 2890 E. LA CRESTAAVENUE --._._....__..._....._......_.__..._..-.._._...-...... _.._....... _................... ................ ..... -._._....__................ Contractor physical address2 Contractor source SNOW ----- ---- -_---------- --- __ Contractor we cent date f 2022-10-01 j Contractor we exp date i 2023-10-12 Contractor we policy number WC106300504 Contractor we selection Insured by carrier Contractor legal entity name i } i i ONYX PAVING COMPANY, INC. Contractor mailing addressl 2890 E. LA CRESTA AVENUE Contractor we carrier Zurich American Insurance Compamy Checked 'FaA fst ., w . _is YEi! is TRANSACT0003992 Transaction Record First Name David Last Name Wiltfong Payment Amount eCPR Public Search Public Works Support Contractors Projects Services Your information M ow David Wiltfong Logout 400 Payment Period 1 Registration Valid Date 2024-07-01 User Account Email davidw@onyxpaving.com Confirmation Number 24071791440573 *Status Successful Number TRANSACT0003992 Payment URL .Clif;Upre Is this registration a renewal of an existing registration Yes ONYX PAVING COMPANY INC LICENSE# 630360 DIR# 1000004798 UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF ONYX PAVING COMPANY, INC, (a California corporation) August 20`h, 2024 The undersigned director, constituting the entire board of directors (the "Board") of Onyx Paving Company, Inc., 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. 0 2890 E. La Cresta Ave., Anaheim, CA 92806 0 714-632-6699 0 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] 0 2890 E. La Cresta Ave., Anaheim, CA 92806 0 714-632-6699 40 rJc� ONYX PAVING COMPANY INC LICENSE# 630360 DIR# 1000004798 IN WITNESS WHEREOF, the undersigned has executed this Unanimous Written Consent of the Board of Directors as of the date first above written. F 9. Corey46sthner Chic/ Executive Officer X Anthony Steen President F Richard DeVos Chief Financial Officer IxKirs ner Vice P e nt, Secretary, Treasurer 19 2890 E. La Cresta Ave., Anaheim, CA 92806 IF 714-632-6699 6 EQUAL EMPLOYMENT OPPORTUN The Company is committed to providing equal employment opportunities to all Employees and applicants without regard to race (including traits historically associated with race, such as hair texture and protective hairstyles), religion or religious creed (including religious dress or grooming practices), color, sex (including pregnancy, childbirth, breastfeeding, or related medical condition), genetic information, gender, gender identity and gender expression, sexual orientation, transgender status, transitioning status, national origin, ancestry, citizenship status, uniform service member status, military and veteran status, marital status, age, protected medical condition, physical or mental disability, holding or presenting a driver's license issued under Cal. Vehicle Code Section 12801.9, or any other protected status in accordance with all applicable federal, state, and local laws. Company policy also prohibits unlawful discrimination based on the perception that anyone has any of the above characteristics, or is associated with a person who has or is perceived as having any of the above characteristics. Discrimination can also include failing to reasonably accommodate religious dress and grooming practices, or individuals with mental or physical disabilities where the accommodation does not pose an undue hardship. This Policy extends to all aspects of the Company's employment practices, including, but not limited to, recruiting, hiring, firing, promoting, transferring, compensation, benefits, training,l leaves of absence, and other terms and conditions of employment, as well as providing wages at the same rate for one sex as those of the opposite sex, and at the same rate for any race/ethnicity as another race/ethnicity, who perform substantially similar work (consisting of similar skill, effort, and responsibility), under similar working conditions. The Company is also committed to complying with the laws protecting qualified individuals with disabilities. The Company will provide a reasonable accommodation for any known physical or mental disability of a qualified Individual with a disability to the extent required by taw, provided the requested accommodation does not create an undue hardship for the Company andfor does not pose a direct threat to the health or safety of others in the workplace andlor to the individual. if an Employee requires an accommodation to perform the essential functions of their job, the Employee must notify Human Resources. Once the Company is aware of the need for an accommodation, the Company will engage In an interactive process to identify poeslble accommodations that will enable the Employee to perform the essential functions of the job. Employees with questions or concerns about discrimination in the workplace should bring these issues to the attention of Human Resources, or any member of management. Employees can raise concerns, report problems, or make complaints without fear of retaliation. Anyone found to be engaging in any type of unlawful discrimination will be subject to disciplinary action, up to and including separation of employment. ONYX PAVING COMPANY, INC. ra COREY R. KIRSCHNER CEO, PRES, VP, SEC, TREA 0 W= Request for Taxpayer Give Form to the Form WN (Rene. October 2018) Identification Number and Certification requester, do not Department ry Send to the IRS. Intrnal ►uea.� ► Go to www.1mgov/FbrmW9 for instructions and the latest information. # Name (as shown on your income tax return). Name is required on this fins, do not leave this line blank. ONYX PAVING COMPANY, INC. 2 Business name/disregarded entity name, If different from above 4) 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to tZ a following seven boxes. certain entities, not individuals; see instructions 3): ❑ individuall4ole proprietor or ❑ C Corporation S Corporation ❑ Partnership '� Twavestste on page single -member LLC Exempt payee code (if any) ❑ Untited liability company. Enter that tax classification (C: C corporation, S-S corporation, P=Partnership) No, O Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting LLC If the LLC is classified as a single -member LLC that Is disregarded from the owner unless the owner of the LLC is for code (if any) another LLC that Is not disregarded from the owner U,S, federal tax purposes. Otherwise, a single -member LLC that Is disregarded from the owner should check the appropriate box for the tans classification of its owner. El other (see instructions) s Kaprox to " U.S.) S Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional] 7 List account number(a) here (optional) i TaxMer Identification Number ([IN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid facial sewrity number backup withholding. For individuals, this Is generally your social security number (SSN). However, for e resident alien, sole proprietor, or disregarded entity, see the instructions for Part 1, later. For other E entities, it is your employer identification number (EIN). if you do not have a number, see How to get a ' r/N, later. or Note: If the account is in more than one name, see the instructions for tine 1. Also see What Name and Employer Identification number Number ro Give the Requester for guidelines on whose number to enter. Under penalties of perjury, I certify that: 1. The number shown on this form Is my correct taxpayer Identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3.1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (€f any) Indicating that I am exempt from FATCA reporting is correct. Certification Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return, For real estate transactions, item 2 doe's not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement ORA), and generally, payments other than interest and Date ► 03/27/2024 General Instructions * Form i099-©IV (dividends, including those from stocks or mutual funds) Section references are to the internal Revenue Code unless otherwise noted. * Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) Future developments. For the latest information about developments related to Form W-9 and Its Instructions, such its legislation enacted * Form 1099-8 (stack or mutual fund sales and certain other after they were published, go to www.1rs.gov1FormW9. transactions by brokers) • Form 1099-S (proceeds from real estate transactions) Purpose of Form * Form 1099-K (merchant card and third party network transactions) An Individual or entity (Form W-9 requester) who is required to file an * Form 1098 (home mortgage interest), 1 098-E (student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T (tuition) identiflratfon number (nN) which may be your social security number * Form 1099-C (canceled debt) (SSN), Individual taxpayer identification number (MN), adoption taxpayer Identification number (ATIN), or employer Identification number * Form 1099-A(acquishion or abandonment of secured property) (EIN), to report on an information return the amount paid to you, or other Use Form W-9 only if you are a U.S. person (including a resident amount reportable on an Information return. Examples of information alien), to provide your correct TIN. returns Include, but are not limited to, the following. If you do not return Form W-S to the requester with a 71N, you aright • Form 1099-INT (interest earned or paid) be subject to backup withholding. Sae What Is backup withholding, later. Cat. No. 10231 x Form VV -9 (Rev. 1 o-2018) AC40R& CERTIFICATE OF LIABILITY INSURANCE `,...� DATE(MMIODNYYY) 3/12/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Burnham WGB Insurance Solutions CA Insurance License OF69771 15901 Red Hill Avenue CONTACT NAME: Michael Tran PHONE FAX : 714-824-8384 AIC No): 714-573-1770 ADDRESS: michael.tran@wgbib.com Tustin CA 92780 INSURERS AFFORDING COVERAGE NAIC 0 INSURER A: American Zurich Insurance Comp 40142 LicenseM OF69771 INSURED ONYXPAV-01 Onyx Paving Company, Inc. 2890 E. La Cresta Avenue INSURER B : Zurich American Insurance Comp 16535 INSURER C : Scottsdale Indemnity Co 15580 INSURER D : Anaheim CA 92806-1816 INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER:1519793494 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL 2M SUBR Wvp POLICY NUMBER POLICY EFF MMIDDIYYYY1 POLICY EXP (MMIDDNYYYI LIMITS C X COMMERCIAL GENERAL LIABILITY BCS2000426 3/14/2024 10/1/2024 EACH OCCURRENCE $ 2.000,000 DAMAGE TO RENTED CLAIMS -MADE FRI OCCUR PREMISES Ea occurrence $ 100,000 MED EXP (Any one person) $ Excluded PERSONAL & ADV INJURY $ 2.000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY PRCT LOC PRODUCTS -COMP/OP AGG $ 4,000,000 $ OTHER: A AUTOMOBILE LIABILITY BAP106300605 10/1/2023 10/1/2024 COMBINED SINGLE LIMIT Ea accident $ 2,000.000 BODILY INJURY Per ( person) $ X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE Per accident $ $ UMBRELLA LM OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED I RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILI Y Y I N ANYPROPRIETOR/PARTNERIEXECUTIVE ❑ OFFICER/MEMBEREXCLUDEDT NIA VVC106300505 10/1/2023 10/1/2024 X PER ERH- E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1.000.000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate holder(s) is/are named as additional insured per the attached endorsements as required by written contract subject to the terms & conditions of the policy: GL Additional Insured Form #CG 20 10 12 19 and CG 20 37 12 19 GL Additional Insured State -Permits Form #CG 20 12 12 19 GL Primary and Non -Contributory Form #CG 20 01 12 19 GL Waiver of Subrogation Form #CG 24 04 12 19 GL Per Project Form #GLS-332s 01 12 See Attached... bCR I Irnom I C nULLJCK GANC:CLLA I IUN Onyx Paving Company, Inc. 2890 E. La Cresta Ave. Anaheim CA 92806 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD IBIIII IIIII III NIII IIIN INII IIIII IIIII ICI IIIII IIIII IIIII III IIII IIII STATE OF CALIFORNIA sung „, Office of the Secretary of State STATEMENT OF INFORMATION CORPORATION California Secretary of State �* 1500 11th Street Sacramento, California 95814 (916) 657-5448 For Office Use Only -FILED - File No.: BA20250508272 Date Filed: 3/11/2025 Entity Details Corporation Name ONYX PAVING COMPANY, INC. Entity No. 1659076 Formed In CALIFORNIA Street Address of Principal Office of Corporation Principal Address Mailing Address of Corporation Mailing Address Attention Street Address of California Office of Corporation Street Address of California Office Officers 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 Position(s) 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 Additional Officers Officer Name Officer Address Position Stated Position Jay Kirschner 2890 E. LA CRESTA AVE. Treasurer ANAHEIM, CA 92806 0 Anthony Steen 2890 E LA CRESTA AVE Other President ANAHEIM, CA 92806 Directors Director Name Director Address Anthony Steen 2890 E. LA CRESTA AVE. ANAHEIM, CA 92806 Corey Kirschner 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 COREY KIRSCHNER 2890 E. LA CRESTA AVE ANAHEIM, CA 92806 Ln N i w w O O w N N N O N Ln to w N fD 0 rn P- 1.4 cD a K n w rh O K sv to fD 0 K O rt sy K 0 rn In rt a rt 0 Page 1 of 2 Type of Business Type of Business ASPHALT PAVING AND CONCRETE SERVICES 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. Joan Ward 0311112025 Signature Date W w Ln FJ F1 w w 0 0 w F, F' tv O W to r w F-' m n rn F'- m ,z K n FJ F'- rn 0 �i F- ly Page 2 of 2 ^^�+y� .� ti r"-y.� n 2! �"`Y 2 1='.'-. tr..t`, r a. .,n ) emu. .e. u .u� � �..� r ar. "i `E .. Qi�._. .. 'bra.,..' '.>"ii '.'za.' .r`i wi.....:'. �. :+-,OraW "V `.1^ '�