Loading...
HomeMy WebLinkAboutBid Documents_Redacted91 1Eel r1f1ULIKIT iar.�re 7tnI.9 SOUTH TAHOE PUBLIC UTILITY DISTRICT for the Construction of 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT DOCUMENTS IN THIS SECTION CONSTITUTE THE BID FORMS. BIDDERS ARE TO COMPLETE AND ATTACH THE DOCUMENTS CONTAINED IN THIS SECTION AS INSTRUCTED IN SECTION 00 20 00, INSTRUCTIONS FOR BIDDERS, AND SUBMIT THE COMPLETED BID PROPOSAL PACKAGE IN ITS ENTIRETY ELECTRONICALLY PRIOR TO THE BID DEADLINE. BIDDER IS REQUIRED TO SUBMIT THE ORIGINAL DOCUMENTS CONTAINED IN THIS SECTION WITHIN THE TIME STATED IN SECTION 0010 00, SOLICITATION — INVITATION TO BID (SEE SECTION 00 20 00, INSTRUCTIONS FOR BIDDERS, PART 2.03) Name0oz, CooSit k�✓J (_o L/// L. Bidder:: Business Address: 14 CV4;nPG 12K14&rnr lk"5y Ai// r?cg70G Phone No: �%q5) Rcei —K,ILI To South Tahoe Public Utility District: Pursuant to and in compliance with your Notice Inviting Bids and the other documents relating thereto, the undersigned, Bidder, being fully familiarwith the terms of the Contract Documents, local conditions affecting the performance of the Contract, the character, quality, quantities, and the Scope of the Work, the cost of the Work at the place where the Work is to be done, hereby proposes and agrees to perform within the time stipulated in the Contract, including all of Its component parts and everything required to be performed, and to furnish any and all of the labor, material, tools, equipment, transportation, services, permits, utilities, and all other items necessary to perform the Contract and complete in a workmanlike manner, all of the Work required in connection with the construction of said Work, all in strict conformity with the Specifications and other Contract Documents, Including Addenda Nos. for the prices hereinafter set forth. Bids that are submitted via the District's electronic bidding system at the time set for opening of Bids shall be irrevocable, and may not be withdrawn for a period of sixty (60) days after the date set for the opening of the bids except as noted in Section 00 20 00, Part 3.14. ELECTRONIC BID SCHEDULE PRICES: NOVMEBER 2023 SECTION 00 41 00 2024 HERBERT WALKUP PIPELINE BID FORMS REPLACEMENT PROJECT 1 All applicable sales taxes, State and/or Federal and any other special taxes, patent rights, or royalties are included in the prices quoted In this Bid. The quantities specified are the DISTRICT's estimates and are approximate only, being given as a basis for the comparison of Bids. The DISTRICT does not, expressly or by implication, agree that the actual amount of work will correspond therewith. The total amount bid will be used to determine the lowest, responsive, responsible, Bidder. Payment for each item will be based on the actual quantity of work performed times the item unit contract price. Determinations of the actual quantities and classifications of unit price work performed by the CONTRACTOR will be made by the DISTRICT and may be more or less than the specified, estimated quantities. Unless otherwise indicated in the Bid Item Descriptions, the unit price shall be valid for actual quantities up to 25% more than or less than the bid quantity. All representations made by Bidder in this Bid are made under penalty of perjury. DATED: 12 IP 1202 3 NOVMEBER 2023 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BIDDER: (IrUZ BY: 11% Il u-ta)r TITLE: O! tn.Q, .[ 1q- a e#,t/ SECTION 00 4100 BID FORMS 2 INFORMATION REQUIRED OF BIDDER DEPARTMENT OF INDUSTRIAL RELATIONS REGISTRATION: Bidder hereby certifies that It Is aware of the registration requirements set forth in Labor Code sections 1725.6 and 1771.1 and is currently registered as a contractor with the Department of Industrial Relations. Contractor DIR Realstration Number: 7 P—W—% 9— /Ul�llZOQ7p LIST OF SUBCONTRACTORS: The Bidder shall list in the space provided, the name and the location of the place of business of each Subcontractor who will perform work or labor or render service to the prime CONTRACTOR in or about the construction of the work or Improvement, or a Subcontractor licensed by the State of California who, under subcontract to the prime CONTRACTOR, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of one percent of the prime contractor's total bid or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of one percent of the prime CONTRACTOR'S total bid or ten thousand dollars ($10,000), whichever is greater. The Bidder shall list the Subcontractors License Number and, in accordance with Labor Code Section 1725.5 and 1771.1, the Subcontractor's Department of Industrial Relations Registration Number. The Bidder shall also list the portion of the work that will be done by each Subcontractor under this Contract. The prime CONTRACTOR shall list only one SUB -CONTRACTOR for each portion as is defined by the prime contractor in his or her bid. Failure to list subcontractors with portions of the Work in excess of the minimum amounts listed above constitutes a declaration by the CONTRACTOR that it is qualified and able to self -perform the work. Any CONTRACTOR found to be unqualified or unable to self -perform any part of the Work not listed below may be disqualified. The Bidders attention is directed to the provisions of Section 00 T3 00, Supplemental Conditions, Part 2.06, entitled Subcontracts. NOVMEBER 2023 SECTION 00 41 00 2024 HERBERT WALKUP PIPELINE BID FORMS REPLACEMENT PROJECT 3 ATTACH ADDITIONAL PAGES, 'E fyECESSARY Work to be Performed Subcontractor's License # Subcontractor's DIR Percent of Subcontractor's Name and Reoistration # Total Contract Address 1. 2. SU�VP. , rC 3. G7 ``. G1l/l1 wo Y a— CA Land. S„rd&tpr 7GSu G�Nicy�v- - r✓"GK'e n ro l Zn c ?w-ca—iaoos�as�a . R�2S% ap« S u r�t/e 1 r c �doG�fG3SlP e �i�152% 1� CfvZ Cans �r.fGkc•� Y �1�I.4(Z—IG01129010 C-(-(�•/ NOVMEBER 2023 SECTION 00 4100 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 4 EQUIPMENTIMATERIAL SUPPLIER LIST: The Bidder shall indicate below which Supplier the Bidder intends to use to furnish under the Bid - each item of equipment or material listed on this form by writing the supplier's name., Unless the use of alternatives for a particular item has been restricted by these Contract Documents, the Bidder may listany manufacturer whose productmeets all ofthe requirements and technical criteria specified. The listing of more than one supplier for each equipment/material to be furnished with the words "and/or" will not be permitted. Equipment/Material Supplier 1. Aggregate base material 2. Asphalt 3. Concrete 4. Water Piping 5. Water Fittings 6. Water Valves 7. Fire Hydrants 8. Sewer Piping 9. Sewer Fittings I0 Vrhoc 1!isohc,lr 30 iShC2�� ,�1 4ji,U6Vd�d�/U j� I p f vte4r� WG�dl(a �`1�1' � cJr�`wK (�JC4/d-ad 5�� �J�dar� Al�t/�1a�ilti Manufacturer � ldmoN d l�/as f'K .s/ t/i Ny lleo4 n- &/ VZA-e�/ 519W, a NeAl w /'luaf(er Dfaof +otid flcu6c-s/ �,ieyf{aka NOVMEBER 2023 SECTION 00 4100 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 5 EQUIPMENT/MATERIAL SUPPLIER LIST: The Bidder shall indicate below which Supplier the Bidder intends to use to furnish under the Bid each item of equipment or material listed on this form by writing the supplier's name.. Unless the use of alternatives for a particular item has been restricted by these Contract Documents, the Bidder may list any manufacturer whose product meets all of the requirements and technical criteria specified. The listing of more than one supplier for each equipmentImaterial to be furnished with the words "and/or' will not be permitted. Equipment/Material Supplier Manufacturer 1. Aggregate base material 2. Asphalt 3. Concrete 4. Water Piping 5. Water Fittings 6. Water Valves 7. Fire Hydrants B. Sewer Piping 9. Sewer Fittings lLO LYA 46V VPr\ Y_AIV� NOVMEBER 2023 SECTION 0041 00 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 5 THIS PAGE LEFT INTENTIONALLY BLANK NOVMEBER 2023 SECTION 00 41 00 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 6 BIDDER'S GENERAL INFORMATION: The Bidder shall furnish the following information. Additional sheets shall be attached as required. Failure to complete Item Nos. I through 7, at the time of bid submittal will cause the bid to be non- responsive and may cause its rejection. Bidders shall submit Item Nos. 8 and 9 if requested by the OWNER prior to award of contract. No award will be made until all of the Bidder's General Information (i.e., Items I through 7, inclusive and Items 8 and 9, if requested) is delivered to and accepted by the OWNER. (1) Contractor's Name and Address: (2) Contractor's Telephone Number: (3) Contractor's Preferred Email Address: rI (4) Contractor's License: Primary Classification COGS-Y /-r - /renew i ErMinwni State License No.A1g1C&td0A Expiration Date: /e I311202v Supplemental Classifications held, if any: PAZ Name of Licensee, if different from (1) above: /,✓/A (5) Name of person who inspected site or proposed Work for your firm: Namef(f 0 _ Date of Inspection: A/nVCr✓ k 1 � 7n 2T (6) Name, address, and telephone number of surety company and agent who will provide the required bonds on this contract: $(B V1 ¢Sege S%` fSu:1�.`f3oLe4 Cie C53o� P�?-�i3T (7) Complete the following forms: qDO( ( Ueann4 Ouinjeirc a) "Non -collusion Declaration' b) Iran Contracting Act Certification c) Public Works Contractor Registration Certification d) Contractor's Certificate Regarding Workers' Compensation e) Bid Bond NOVMEBER 2023 SECTION 0041 00 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 7 (8) List three projects completed as of recent date involving work of similar type and complexity: Name, address, telephone Proiect Contract Price 8 of OWNER 1. �Ic�ael hd�� �'L�l�rcl CGS, Ib�.f�U 3. VO Q V\ 03q r 4. 5. (8) The experience resume of the person who will be designated chjef construction superintendent or on -site construction manager. STP V2, biro' fR 1 $uQ¢.r tIrNkYe 1r'¢n T. (9) A financial statement,references, and other information, sufficientlycomprehensive to permit an appraisal of Contractor's current financial condition The financial statement shall be in accordance with Section 00 20 00, Part 3.01.1). NOVMEBER 2023 SECTION 00 41 00 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 0 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID The undersigned declares: ,.L , I I am the Y\1CA1.`St`t �"tN (position)of. �rUZ ��RS',`r`JC{�oYl (Firm),theparty making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has notdirectly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that th f regoing is true and correct ad that this declaration is executed on Ze23 date], at Ou OUj [city], IViVO4a [state]. gpmu loft\ `aver \ 9 P1 1l, Sig9L�tum of Declarer VA notary public or other officer completing this certificate verifies only the identity of the individual who signed the VA to which this certifCate is attached, and not the truthfulness, accuracy, or validity of that document. State of California J County of 7A �GI Q o LACY MUM salary Pobbq Stated Nevada Appointment No. 23-993"S (Seal) MYAppt. Expires Feb 17, 1017 Subscribed and swo n to (or affir(ned) before me This 8� day of \ .- - C{s:N\D-e� 20 , �AtA:✓1✓Q 1 yLtsM Y\5,sw. Na signor proved to me on the basis of satisfactory evidence to be the person who appeared before me. ignatifre 7otary NOVMEBER 2023 SECTION 00 4100 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 9 THIS PAGE INTENTIONALLY LEFT BLANK NOVMEBER 2023 SECTION 00 4100 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 10 IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code section 2200 at seq.) As required by California Public Contract Code Section 2204, the Contractor certifies subject to penalty for perjury thatthe option checked below relating to the Contractor's status in regard to the Iran ConI cting AU of 2010 (Public Contract Code Section 2200 at seq.) is true and correct: The Contractor is not: (1) Identified on the current list of person and entities engaged in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203; or (2) a financial instruction that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203, if that person or entity uses orwilI use the credit to provide goods or services in the energy sector in Iran. ❑ The City has exempted the Contractor from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, the City will be unable to obtain the goods and/or services to be provided pursuant to the Contract. ❑ The amount of the Contract payable to the Contractor for the Project does not exceed $1,000,000. SignaturL f YJ lO / Primed Nama• Ir1gz. Paue_l� Title:%il�inC-2 (/!/fGl✓IU�e✓ Firm Name:l.OA l'✓✓C-k 'el Date: lZ /gl7d73 Note: In accordance with Public Contract Code Section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. NOVMEBER 2023 SECTION 0041 00 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 11 THIS PAGE INTENTIONALLY LEFT BLANK NOVMEBER 2023 SECTION 00 41 00 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 12 PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, orenter into a contract to perform public work must be registered with the Department of Industrial Relations. See mto//www.dir.ca.aov/Plmlir- Works/PubllcWorks.html for additional information. No bid will be accepted nor any contract entered into without proof of the contractor's and subcontractors' current registration with the Department of Industrial Relations to perform public work. Bidder hereby certifies that it is aware of the registration requirements set forth in Labor Code sections 1725.5 and 1771.1 and is currently registered as a contractor with the Department of Industrial Relations.) Name of Bidder (,/,fjZ ('o!l S l/u ciTotl DIR Registration Number: etAl L& Z - l!>!)/1A32 Q DIR Registration Expiration: i - 30 - 1-00,5 Small Project Exemption': _ yes or ✓ No Unless Bidder is exempt pursuant to the small project exemption, Bidder further acknowledges: 1. Bidder shall maintain a current DIR registration for the duration of the project, 2. Bidder shall include the requirements of Labor Code sections 1725.5 and 1771.1 in its contract with subcontractors and ensure that all subcontractors are registered at the time of bid opening and maintain registration status for the duration of the project. 3. Failure to submitthis form or comply with any of the above requirements may result in a finding that the bid is non -responsive, Name of Bidder t Ifiij%q (?001115-bi/C`ItJ4 Signature NamemiHt9` l7i ems!! i7IGt✓ Dated 101,ebo23 1 If the Project is exempt horn the contractor registration requirements pursuant to Me small protect exemption under Labor Code Sections 1725 5 and 1771.1, please mark 1yosr in response to 'Small Project Exemption." NOVMEBER 2023 SECTION 00 4100 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 13 THIS PAGE INTENTIONALLY LEFT BLANK NOVMEBER 2023 SECTION 00 41 00 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 14 CONTRACTOR'S CERTIFICATE REGARDING WORKERS' COMPENSATION I am aware of the provisions of section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation orto 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. Nameof Bidder 0,612, rG/!d'/-r✓Ci-rail Slgnatu A Name and Title /if!iC Ma YtG5�61 /CIGrY 47✓F✓ Dated IZ��7oZ3 NOVMEBER 2023 SECTION 00 41 00 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 15 THIS PAGE INTENTIONALLY LEFT BLANK NOVMEBER 2023 SECTION 00 41 00 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 16 ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS This Document Must Be Full yy Executed By Contractor and Suhmitted Wlth The Bid The following insurance requirements have been adopted by The South Tahoe Public Utility District hereinafter designated the "OWNER,' and shall be applicable to this Contract. Insurance Reauirement Summary The CONTRACTOR shall furnish, prior to Notice to Proceed, Insurance Certificates and Endorsements as setforth in Section 00 20 00, Part 2.08.13 and Section 00 73 00, Supplementary Conditions, Part 2.01. No other Insurance documents shall be accepted in substitution of, nor In addition to, those set forth in Section 00 20 00, Instructions for Procurement. Insurance requirements and coverage will be In accordance with Section 00 73 00, Supplementary Conditions, Part 2.01. The CONTRACTOR shall not commence work underthis Contract until all insurance required under this heading Is obtained in a form acceptable to OWNER, nor shall the CONTRACTOR allow any Subcontractor to commencework on a subcontract until all Insurance required of the Subcontractor has been obtained. I� the of l( 1017 l'//}}��S t1C�0i�� `y'�.: (InsertTitle U ame o ompany or Corporatronowner) certify that the Insurance Requirements Summary has been read and understood and that as a material consideration of our bid, we are able to provide the document and coverage specified. Signature, r slit nsld Sec M ger, Ow rr r Representative Date:/Q /ZU2 3 NOVMEBER 2023 SECTION 00 4100 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 19 THIS PAGE INTENTIONALLY LEFT BLANK NOVMEBER 2023 SECTION 00 41 00 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 20 CERTIFICATION BY CONTRACTOR'S INSURANCE BROKER This Document Must he Fully Executed By Contractors Insurance Broker and Submitted With the Bid I, GCi.�CoY%/�G�i�aST/NScd?Afn authorized representative of (ndmdual's name and brokerage name) , AW /Alr&A?A✓e6 Ce 7t0AAVI e,3 ThIs company is the insurance broker (Insurance Company) for GftO- lfo*XfX"417X� (°Contractor•). (contractor) By my signature below, I hereby attest to the following: 1. I have reviewed the insurance requirements for the South Tahoe Public Utility District's 2024 Herbert Walkup Pipeline Replacement Project ('Project^), including the requirements set forth in Section 00 73 00, Supplementary Conditions, Part 2.01 of the Contract Documents. 2. The Contractor is eligible to be Insured for the policies necessary to satisfy the insurance requirements for the Project. This certification Is not intended to be binding of coverage and d try and/or alter the terms and conditions of the insurance policies issued to Comic Date: /eZ. /sj.�023 (Sig ure t horized representative) for A notary public or other officer completing this certificate verities only the Identity of the Individual who signed the document to which this certiticale is attached, and not the truthfulness, accuracy, or validity of that document. State of California �"�" ,� ) ss County of Sau'^"b ) On D2rIPJW,6'13r7AZ3befure me, r>1lf"Cy o Scovtj�E personally appeared who prov@ to me on the basis of satisfactory evidence to be the persons) whose name(s) is/are subscribed to the within Instrument and acknowledged to me that he/shelthey executed the same in his/her/their authorized capacity(ies), and that by his/herttheir signature(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. _ --- --- - —api WITNESS and and official seal. �� ALFgfIS �EYIIS f{ p OBMM. / 241 B497 rc ° KKTA0WPUBLIC.CAu9T01MA y COL11MOFS"RNIUa1U Mortify Pubta I Comm.FaNr+6�.Is. �t NOVMEBER 2023 SECTION F00 41 00 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT BID FORMS 21 SECTION 00 75 00 GRANTFORMS PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. To comply with the Contract requirements for Grant Funding, the contractor must complete the following forms (attached) and submit them with the Bid: a. Form 4500-3: DBE Subcontractor Performance b. Form 4500-4: DBE Subcontractor Utilization 2. To comply with Contract requirements for Grant Funding, the Contractor must complete the following forms and submit them at the District's reauPct in accordance with Section 00 20 00, Part 2.06.A: a. American Iron and Steel Certification b. Build America, Buy America Certification c. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion d. Lobbying Forms, only one shall be completed, as applies: 1) Certification Regarding Lobbying, or 2) Disclosure of Lobbying Activities e. Form 1: DBE "Good Faith" Effort List of Subcontractors Solicited L Form 5: Summary of Bids Received — DBE and non -DBE. 3. To comply with Contract requirements for Grant Funding, the Contractor must complete the following forms and submit them at the District's request following award of the Oolect. a. Certification of Non -Segregated Facilities b. Drug -Free Workplace Certification c. Non -Discrimination Clause d. Form 4500-2: DBE Subcontractor Participation Form B. The certification requirements included herein are described fully in Section 00 74 00, Grant Conditions. NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT t THIS PAGE LEFT INTENTIONALLY BLANK NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 2 AMERICAN IRON AND STEEL CERTIFICATION CONTRACTOR/APPLICANT: 1. Identification of American -made Iron and Steel: Consistent with the terms of the Purchaser's bid solicitation, the Bidder certifies that this bid reflects the Bidders best, good faith effort to identify domestic sources of iron and steel for every component contained in the bid solicitation where such American -made components are available on the schedule and consistent with the deadlines prescribed in or required by the bid solicitation. 2. Verification of US. Production The Bidder certifies that all components contained in the bid solicitation that are American -made have been so identified, and if this bid is accepted, the Bidder agrees that itwill provide reasonable, sufficient, and timely verification to the Purchaser of the U.S. production of every component so identified. 3. Documentation Regarding Non -American made Iron and Steel The Bidder certifies that for any component or components that are not American -made and are so identified In this bid, the Bidder has included in or attached to the bid one or both of the following, as applicable a. Identification of and citation to a categorical waiver published by the U.S. Environmental Protection Agency in the Federal Register that is applicable in such component or components, and an analysis that Supports Its applicability to the component or components. b. Verifiable documentation sufficient to the Purchaser, as required in the bid solicitation or otherwise, that the Bidder has sought to secure American made Components but has determined that such components are not available on the schedule and consistent with the deadlines prescribed in the bid solicitation, with assurance adequate for the Bidder under the applicable conditions stated in the bid solicitation or otherwise. 4. Information and Detailed Jushfication Regarding Non- Amencan-made Iron and Steel The Bidder canines that for any such component or components that are not so available, the Bidder has also provided in or attached to this bid information, including but not limited to the verifiable documentation and a full description of the bidder's effort to secure any such American -made component or components, that the Bidder believes are sufficient to provide and as far as possible constitute the detailed justification required for a waiver under section 1605 with respect to such component or components. The Bidder further agrees that, if this bid is accepted, it will assist the Purchaser in amending, supplementing, or further supporting such information as required by the Purchaser to request and, as applicable, implement me terms of a waiver with respect to any such component or components CERTIFICATION I, the official named below, hereby swear that I am duly authorized legally to bind the contractor or loan recipient to the above described certification. I am fully aware that this certification, executed on the date and in the county below, is made under penalty of perjury under the laws of the State of California, OFFICIAL'S NAME: L(,iC,ta— \xe—Aj' _ DATE EXECUTED: tiJ7 EXECUTED IN COUNTY OF: CONTRAtC�OR/APPLICANT SIGNATURE TITLE NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 3 THIS PAGE LEFT INTENTIONALLY BLANK NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 4 BUILD AMERICA, BUY AMERICA CERTIFICATION CONTRACTOR/APPLICANT: CrU2. COTIs�Lrjc�raYY riff i✓IG The Contractor acknowledges to and for the benefit of the District ("Owner's and the California Drinking Water State Revolving Fund (DWSRF) Program (the "Funding Authority") that it understands the goods and services under this Agreement are being funded with federal monies and have statutory requirements commonly known as "Build America, Buy America;" that requires all of the iron and steel, manufactured products, and construction materials used in the project to be produced in the United States ("Build America, Buy America Requirements') including iron and steel, manufactured products, and construction materials provided by the Contactor pursuant to this Agreement. 1. The Contractor hereby represents and warrants to and for the benefit of the Owner and Funding Authority: a) The Contractor has reviewed and understands the Build America, Buy America Requirements, b) All of the iron and steel, manufactured products, and construction materials used in the project will be and/or have been produced in the United States in a manner that complies with the Build America, Buy America Requirements, unless a waiver of the requirements is approved, and c) The Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the Build America, Buy America Requirements, as may be requested by the Owner or the Funding Authority. CERTIFICATION I, the official named below, hereby swear that I am duly authorized legally to bind the contractor or loan recipient to the above described certification. I am fully aware that this certification, executed on the date and in the County below, is made under penalty of perjury under the laws of the State of California. OFFICIAL'S NAME. LILPlT DATE EXECUTED: f � /� /1d%`� EXECUTED IN COUNTY OF! et Dor (Z4" CONTRACTTOORp/APPLICANTSIGNATU nl, TITLE' NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 5 THIS PAGE LEFT INTENTIONALLY BLANK NOVEMBER 2023 SECTION 00 76 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 6 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION CONTRACTOR/APPLICANT: (;N2 'CC) (1) The contractor certifies, by submission of this proposal, that it and its principals (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal agencies; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the contractor is unable to certify to any of the statements in this certification, such contractor shall attach an explanation to this proposal'. `Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate to whom it applies, initiating agency, dates of action, and the type of violation. CERTIFICATION I, the official named below, hereby swear that I am duly authorized legally to bind the contractor or loan recipient to the above described certification. I am fully aware that this certification, executed on the date and in the county below, Is made under penalty of perjury under the laws of the State of California. OFFICIAL'S NAME: Lae �/{J�( CI� r ''1� DATE EXECUTED: �% / / �,�,3 EXECUTED IN COUNTY OF: G � I,WQ A-D CONTRAC�1TTOR/APPLICANT SIGNATURE: TITLE kVV(i VA NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 7 THIS PAGE LEFT INTENTIONALLY BLANK NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 8 CERTIFICATION OF NON -SEGREGATED FACILITIES CONTRACTOR/APPLICANT: Ortiz Orts-�EucC 16Y-� eco-• .LYIt�'i Environmental Protection Agency Region IX 75 Hawthorne Street San Francisco, California 94105 (Applicable to federally assisted construction contracts and related subcontracts exceeding $10,000 which are not exempt from the Equal Opportunity Clause.) The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specified time period) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt form the provisions of the Equal Opportunity Clause, and that he will retain such certifications in his files. CERTIFICATION I, the official named below, hereby swear that I am duly authorized legally to bind the contractor or loan recipient to the above described certification. I am fully aware that this certification, executed on the date and in the county below, is made under penalty of perjury under the laws of the State of California. OFFICIAL'S NAME: L(,p�, / ,1�(T' 1A .-Ar j DATE EXECUTED: 12 /.A / 2�Z.3 EXECUTED IN COUMV OF. FI ` Dw Alb CONTRACCTTIO�R/APPLIC(A�NT SIGNATUI TITLE: C�d�ti( o y�(�\b�t — Nole:The pel'0f^"yJfor making false s t erns in offers is prescribed in 19 U.S.0 1001. NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 9 THIS PAGE LEFT INTENTIONALLY BLANK NOV EMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 10 DRUG -FREE WORKPLACE CERTIFICATION / CONTRACTOR/APPLICANT: ` h 1 %. C(3V) SI-f? 7 C-%r n eel The contractor or applicant named above hereby certifies compliance with Government Code Section 8355 in matters relating to providing a drug -free workplace. The above named contractor or applicant will: 1. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations, as required by Government Code Section 8355(a). 2. Establish a Drug -Free Awareness Program as required by Government Code Section 8355(b), to inform employees about all of the following: (a) The dangers of drug abuse In the workplace, (b) The person's or organiz ition's policy of maintaining a drug -free workplace, (c)Any available counseling, rehabilitation and employee assistance programs, and (d) Penalties that may be imposed upon employees for drug abuse violations. 3. Provide as required by Government Code Section 8355(c), that every employee who works on the proposed contract or loan: (a) Will receive a copy of the company's drug -free policy statement, and (b) Will agree to abide by the terms of the company's statement as a condition of employment on the contract a loan. CERTIFICATION I, the official named below, hereby swear that I am duly authorized legally to bind the contractor or loan recipient to the above described certification. I am fully aware that this certification, executed on the date and in the county below, is made under penalty of perjury under the laws of the State of California. OFFICIAL'S NAME: LQCJ.,f_'t A.Pf DATE EXECUTED: I2 I,T Y%p% EXECUTED IN COUNTY OF C.l Jil7V 0.LU1 CONTRACTOR/APPLICANT SIGNATURE-" TITLE: {'�{,'[.�„[P ,1✓��r�A.�t NOVEMBER 2023 d SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 11 THIS PAGE LEFT INTENTIONALLY BLANK NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 12 NON-DISCRIMINATION CLAUSE CONTRACTORIAPPLICANT: Cruz C'O/�� kY1J Cato 1'T During the performance of this contract, contractor and its subcontractors shall not unlawfully discriminate against any employee or applicant for employment because of sex, race, religion, color, national origin, ancestry, physical disability (including HIV and AIDS), mental disability, medical condition (cancer), marital status, age (over 40) or denial of family care leave. Contractors and subcontractors shall insure that the evaluation and treatment of their employees and applicants for employment are free of such discrimination and harassment. Contractors and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Government Code Section 12900 (a-f) et seq.) and the applicable regulations promulgated thereunder (California Administrative Cade, Title 2, Section 7285.0 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Section 12900 (a-f), set forth in Chapter 5 of Division 4 of Title 2 or the California Administrative Code are incorporated into this contract by reference and made a part hereof as if set forth in full. Contractor and its subcontractor shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. The contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the contract. CERTIFICATION I, the official named below, hereby swear that I am duly authorized legally to bind the contractor or loan recipient to the above described certification. I hereby certify that the Contractor will abide by the above requirements. I am fully aware that this certification, executed on the date and in the county below, is made under penalty of perjury under the laws of the State of California. OFFICIAL'S NAME: L )! l>ru-fr r' DATE EXECUTED /Z I e I Za%3 EXECUTED I COUNTY OF: El Dby-& 0 CONTRAC;RJA..FPLICANT n1p�aSI^GN,,ATU�RE-\r//,7IA TITLE: u l./��'I\A.y 4:Y NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 13 THIS PAGE LEFT INTENTIONALLY BLANK NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 14 CERTIFICATION REGARDING LOBBYING CONTRACTOR/APPLICANT: GYw 2.- Co r) S � Ve o C:-(ar-%, The undersigned certifies to the best of his or her knowledge and belief that (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in conjunction with the awarding of any Federal contract, the making of any Federaf grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for Influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, Disclosure Form to Report Lobbying, in accordance with its instructions. CERTIFICATION I, the official named below, hereby swear that I am duly authorized legally to bind the contractor or loan recipient to the above described certification. I am fully aware that this certification, executed on the date and In the county below, is made under penalty of perjury under the laws of the State of California. OFFICIAL'S NAME: DATE EXECUTED: lZ IAP✓L)2 3 EXECUTED IN . AUNTY OF: CONTRALTO APPLICANT SIGNATURE: TITLE: (lY U(�,. NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 15 THIS PAGE LEFT INTENTIONALLY BLANK NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 16 DISCLOSURE OF LOBBYING ACTIVITIES Approved by OMB Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 034E-0046 (See reverse for public burden disclosure.) 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract El a. bid/offerdapplication a. initial fling b. grant b. initial award b. material change c. cooperative agreement c. post -award For Material Change Only: J. loan year quarter e. loan guarantee date of last report f. loan insurance 4. Name and Address of Reporting Entity: Prime ❑ Subwurdee Tier, IF known:. Congressional District, if known: 6. Federal Department/Agency: B. Federal Action Number, if knot 10. a. Name and Address of Lobbying Re . trant (if individual, last name, first n ,M): 5. If Reporting Entity in No. 4 is a Subawardee, Enter Name and Address of Prime: Co♦ fessional District, if known: 7. F2ral Program NamelDescription: CFDA Number, if applicable: 9. Award Amount, if known: b. Individuals Performing Services (including address if different from No. 10a ) (last name, first name, MI): 11 "ronmebon requested MMUP the form is ammaam by lithe 31 U.S.0 sw.ann 3352 Tin:dismal Of nebyne anvmea hs a ream re,hraaamauwh Or rest Signature: sre rise hch reoancs over pha m by me her above Weer MIS thansaem wits made Print Name: or Orono imw Thhs difil'Is ",red par:aary to 33 U SC. 1352. This mformman sell ba mpwred to Me Coryress Seasonal ane.nu be all fd Title: Most hnspmMm. Any person sons fees to file me regmred u¢casure mall be Sabin to a evil pamay a not foss that m0,000 and nor more Man Moll for Telephone No.: dace sore fil Federal Use Only: NOVEMBER 2023 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT Date: AtMalzed for Local Reproduction Standard Form LLL (Rev. ]-97I SECTION 00 75 00 GRANT FORMS 17 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure farm shall be completed by the reporting entity, whether subawzrdee or prime Federal recpeM at the inmahan or receipt of a covered Federal action, or a material change to a previous filing, pursuant to fide 31 U.S.C. section 1352 The fling of a form is required for each payment or agreementto make payment to any lobbying entity for Influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action Complete all Items that apply fa both the ira l filing and malenal change report. Refer to the implementing guidance published by the Office of Management and Budget far adds anal Information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date aide last previously submitted report by this reporting away for this caveed Federal action 4. Enterthe full name, address, city. Stare and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification ofthe repomng entity that designates if it is, or expects to be, a prime or aIDaward recipient Identify theter of the subawardee, a g, the first subawardee of the prime is the 1 sther Subawards include but are not limited to subcamrecs, subgants and contract awards under grants 5. If the organization filing the report in item 4 checks "Subawardee,"then enter the full name, address. city, State and Ap code of the prime Federal redplent Include Congressional Dishil if known. 6. Enter the name of the Federal agency making the award or can commitment Include a[ least one organizational level below agency name, If known For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name an description for the covered Federal action (Item 1) If known, enter Me full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. B. Enter Me most appropriate Federal identifying number available for the Federal action Identified in item 1 (e.g , Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the cantract, grant, or loan award number, the apple abondproposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-904101: 9 For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award)loan commitment far the prime entry Identfied In item 4 or 5. 10. (a) Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged byte reporting entity identified in item 4 to Influence the covered Federal action. (b) Enter the full names of the Individuals) performing services, and include full address fi different from 10 (a) Enter last Name, First Name, and Middle Initial (MI). 11 The certifying official shall sign and date the from. print his/her name, rule, and telephone number. According to the Paperwork Reduction Ad, as amended, no persons are required to respond to a cdlection ofinfonnadon unless a displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of Information estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information Send comments regarding the burden estimate or any other aspect of [his collettlon Information, Including suggesfions for reducing Ns burden, to the Office of Management and Budget, Paperwork Reduction Protect (0348-0046), Washingtal, DC 20503. NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 18 Water Boards Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Participation Fonn A Financial Assistance Agreement Recipient must require Its prime cantractors to provide this faro to its DBE subcontractors. This form gives a DBE'subcontractor'the opportunity to describe work received and/or report any concerns regarding the funded project (e.g., in areas such as termination by prime contractor, late payments, etc.). The DBE subcontractor can, as an option, complete and submit this form to the DBE Coordinator at any time during the project period of performance. Subcontractor Name /( Pro ad Name t ��r Trod Y r i/�` �fra'T„/ Xzr 0#6r� lt1Ai�Ku)p ?', w l; hp r pocal No. - �Assl nce greeme IDNo. Aknown) I Poimof Corlett Prime ContmctorName Issuing Fun m CIM09 ()0r.S+G)C1-kQ^ Contract Item Description of Work Received from the Prime Contractor Involving Number I Construction, Services, Equipment" Supplies kfa��jG Canl�ro � Amount Racelvad aY Pdma Cerdlaataf 'A DBE is a Disadvantaged, Minority, or Woman Business Enterprisethat has been certified by an enthyfrom which EPA accepts certifications as described in 40 CFR 33.204-33.2025 or certified by EPA. EPA accepts certifications from entitles that meet or exceed EPA certification standards as described In 40 CFR 33.202. 'subcontractor is defined as a company, firm, joint venture, or Individual who enters Into an agreement with a contractor to provide services pursuant to an award of financial assistance. FORM 45062 (DBE subcontractor PartretpaNnn Form) NOVEMBER 2023 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT SECTION 00 75 00 GRANTFORMS 19 Please use the space below to report any concerns regarding the above funded project: Subcgntrectar gnaWre Print Name �a LTft Deft 11 s I Dl ree+ee- nF nor ( �. r _ 2073 t The public reporting and record keeping burden for this collection of information Is estimated to average three (3) hours per response. Send comments on the Agencys need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques In the Director, Collection Strategies Division, U.S. Environmental Protection Agency (26227), 1200 Pennsylvania Ave., NW, Washington, D.C. 20450. Do not send the completed form to this address. Send completed Form 45OD-2 to: Mr. Joe Ochab, DBE Coordinator 1 US EPA, Region 9 75 Hawthorne Street _San Francisco, CA 9410S FORM 45OO.2 (OBESubconrrodor Partidpation Forml NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 20 Water Boards Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Performance Form This form is intended to capture the DBE' subcontractor's' description of work to be performed and the price of the work submitted to the prime contractor. A Emanuel Assistance Agreement Recipient must require Its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor's bid or proposal package. Subcontractor Name I project Name 1�/r2eza NebPr} wt+lwEr 5?� I� Bid /Propose No. Aasstance Agreeme ID No. drf Brecon) f PdM OF Contact a itee 11„gG.s Prime Contractor Name _ I ssu ng in. CiV z- eOP7SiY() �IC1}V] /A Contract Item Description of Work Submitted from the Prime Contractor Involving Number Construction, Services, Equipment or Supplies q6 90c> �C. c'g rx�co t Price of Work Submitted to IM Prime Contractor DBE Certified By: DOT SBA Meets/exceeds EPA certification 5tandas7 Omer. YES ND Unknown -A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an amity from which EPA accepts certifications as described in 40 CFR 33.204-33.2015 or certified by EPA. EPA accepts certifications from entitles that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, toim venture, or individual who enters into an agreement with a contractor to provide services pursuant to an award of financial assistance. FORM 450"(DBE Subcontractor Per is monce Form) NOVEMBER 2023 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT SECTION 00 75 00 GRANTFORMS 21 I canny under penalty of perjury that the forgoing statements are true and correct Signing this form does not signify a commitment to utilize the subcontractors above. I am aware that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Pri C `Of Signature Print Name (IaQPt �lanagsar 1z no�st7,C)I, Subcontractor S' nature Print Name e "Clale I %mtcee,4w Me- 6 porg i10 nS Der //I 2e27 The public reporting and record keeping burden for this collection of Information is estimated to average than (3) hours per response. Send comments on the Agencys need for this infonnation, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, O.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Do not send the completed form to this address. FORM 4SOO-3 (DBESubcontractur Performance Farm) NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRAM FORMS REPLACEMENT PROJECT 22 Water Boards Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Performance Form This form is Intended to capture the DBE'subcontractors2description of work to be performed and the price of the work submitted to the prime contractor. A Financial Assistance Agreement Recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor's bid or proposal package. Subcontractor Name Project Name MAPCA SURVEYS, INC. 2024 Herbert -Walkup Pipeline Replacement Bid / Proposal No. Assistance Agreem ID No. (B known) Pointof Contact Guillermo E. Carey Address Telephone No. - Email Address Prime Contractor Name Issuing/Funding Entity Cruz Construction Co., Inc. DWSRF and STPUD Contract Item Description of Work Submitted from the Prime Contractor Involving Prim of Work Number Construction, Services, Equipment or Supplies Submitted to the Prima Contractor Construction Surveying $27,650.00 DBE Certified By: ""DOT" SEA Meets/exoeeds EPA certification standai 1s9 Other: YES NO 11Unknown 'A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certifications as described in 40 CPR 33.204-33.2015 or oevtfied by EPA EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33,202. 2Subcontractor is defined as a company, firm, joint venture, or Individual who enters into an agreement with a contractor to provide services pursuant to an award of financial assistance. FORM 4500-3 (DBESubcontrector Performance Form) NOVEMBER 2023 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT SECTION 00 75 00 GRANTFORMS 21 I certify under penally of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). /PrIme,fiontrector Signature Title _ I - /Title F1S LI ✓V1G I'�/ / Subcgptract rSignalure �(ww Title President Print Name ! 6v 14llGrrecI Dole ✓ZOZ3 Prim Neale Guillermo E. Carey Data 12/15/2023 The public reporting and rectum keeping burden for this cdlection of imormatlon is estimated to average three (3) hours per response. Send comments on the Agency's need for this Information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director. Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Do not send the completed form to this address. FORM 4500-3 )DBE5ubcontractor Performance Form) NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 22 Water Boards Disadvantaged Business Enterprise (DBE) Program DBE Subcontractor Utilization Form This form is intended to capture the prime contractor's actual and/or anticipated use of identified certified DBE' subcontractor's' and the estimated dollar amount of each subcontract. A Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors should also maintain a copy of this form on file. Prime Contractor Name PmJect Name yyyy CrtJz �a,sk�uck- I 2oZ� tV'1- Bid /Proposal No. Assistance Agreement ID No. (if known Poin in Contac ' 1 I have identified potential DBE certified subcontractors. ES NO If yes, please complete the table below If no, pleaseexplain. Subcontractor Name/ Company Address I Phone / Email Estimated Dollar f Currently DBE Company Name P y Amount Certified? wG� 1zo,o� 1 KAAPCck SvrUcyj In c --Continue on back if needed -- 'A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certifications as described in 40 CFR 33.204-33.2015 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described In 40 CFR 33.202. 'Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an award of financial assistance. FORM 4500-4 (DBE Subcontractor Utilization Form) NOVEMBER 2023 2024 HERBERT WALKUP PIPELINE REPLACEMENT PROJECT SECTION 00 75 00 GRANTFORMS 23 I certify under penalty of perjury that the forgoing statements are true and correct Signing this form does not signify a commitment to utilize the subcontractors above. I am aware that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Print Name it i Lac _ Data Date rq Cmy gQX I K 0, 23 The public reporting and record keeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Do not send the completed form to this address. FORM 4500-4 (DBE Subcontractor Utilization Form) NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 24 South Tanoe Public UtDoryc� trio n DBE Good - Faith Effort p15ADVANTAGED BUSINESS ENTER""'SF SOLICITED FORM1 .Type of N.&firade "GOOD FAITH" EFFORT LIST OF SUBCONT of I Contact Contractor Name W12y 9[Fr HpW Located Date Cent Method tlre55 Contractor Ad _ ow it k�e'F Ii z' y 'G— 111lto -�pIn444 frC64 cf. L rL=y afai^-.-g 11111We)l uLldl .n< lyp u-1 sf i�rGuidl;�l,rlS� t NOVEMBER 2023 ALKUP IAEt'1NE 2024 HERBERTPR jECT REPLACEMEN Response (Yes(No) Yes NG p/fl n/r> a c� r✓ �J .,44 reniP"-�- �{PSHVLf�.YI L'sN3{ eft 1\4l/Rii I� I provide complete list' Use additional sheets. If necessary SECTION 0015 00 GRANT FORMS5 NOVEMBER 2023 REPLA EMENT PROJeC TPIPELINE PROJEC somb DBE GoaU a Ic billit'y Distrkt ffart OoCumenta;Mn THIS PAGE LEFT INTENTIONALLY BLANK SECTION 00 75 00 GRANT FORMS 26 South Tahoe Public Utility District DBE Good - Faith Effort Documentation FORM 5 SUMMARY OF BIDS RECEIVED DBE & NON -DBE THIS SUMMARYIS PREPARED BY THE PRIME CONTRACTOR Type of Work or Company Name Selected Bid Amount DBE NON -DBE 1 Trade i[Yes or No) (Check) (Check) (J/rL✓ p/fJHrN rot/rn'<'"v��t5 a9,Gr/y1,-13 // r I GirlrL✓I_ Gin/arp l/P 2-7, /. <n I.l.rnrL:�ranlrnl telri� /f< ItoGoG C�I,E� TGln�c IASJ1v.IL �,.s t! u,lt� 3U fynr Yt.l-i 1/P.0 c/ I 1 I I I I List type of jobs alphabetically, from low to high in each category and selected low bidder. Include subcontractors, suppliers, and brokers. Use additional sheets, if necessary. NOVEMBER 2023 SECTION 00 75 00 2024 HERBERT WALKUP PIPELINE GRANT FORMS REPLACEMENT PROJECT 27 CRUZ CONSTRUCTION COMPANY, INC. Financial Statements (Unaudited) For the Years Ended December 31, 2022 and 2021 (With Independent Accountant's Review Report) TABLE OF CONTENTS Page Independent Accountant's Report 2 Financial Statements Balance Sheets (Unaudited) 3 Income Statements (Unaudited) 4-5 Statements of Shareholder's Equity (Unaudited) 6 Statements of Cash Flows (Unaudited) 7 Notes to Unaudited the Financial Statements 8 — 22 Supplemental Schedules 23 — 36 INDEPENDENT ACCOUNTANT'S REVIEW REPORT To Management Cruz Construction Company, Inc. Mound House, Nevada We have reviewed the accompanying financial statements of Cruz Construction Company, Inc. (a corporation), which comprise the balance sheets as of December 31, 2022 and 2021, and the related statements of income and statement of stockholder equity and cash flows for the years then ended, and the related notes to the financial statements. A review includes primarily applying analytical procedures to management's financial data and making inquiries of company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly, we do not express such an opinion. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement whether due to fraud or error. Accountant's Responsibility Our responsibility is to conduct the review engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. Those standards require us to perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any material modifications that should be made to the financial statements for them to be in accordance with accounting principles generally accepted in the United States of America. We believe that the results of our procedures provide a reasonable basis for our conclusion. We are required to be independent of Cruz Construction Company, Inc. and to meet our other ethical responsibilities, in accordance with the relevant ethical requirements related to our review. Accountant's Conclusion Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in accordance with accounting principles generally accepted in the United States of America. /s/Pinnacle Accountancy Group of Utah Pinnacle Accountancy Group of Utah (a dba of Heaton & Company, PLLC) Farmington, Utah November 20, 2023 Page 12 CRUZ CONSTRUCTION COMPANY, INC. Balance Sheets(Unaudited) As of December 31, 2022 and 2021 ASSETS Current Assets Cash and cash equivalents Marketable securities Accounts receivable, net Prepaid expenses Other receivable and shareholder loans Costs and estimated earnings in excess of billings on uncompleted contracts Tote] Current Assets Property and Equipment Vehicles and equipment Improvements Less: accumulated depreciation Net Property and Equipment Other Assets: Investment in closely held companies Tom] Other Assets Total Assets LIABILITIES AND SHAREHOLDER'S EQUITY Current Liabilities Accounts payable Credit cud payable Payroll taxes payable Related patty payable Billings in excess of costs and estimated eamtngs on uncompleted contracts Customer deposits Line of credit payable Other current liability Comm portion of long -teen debt Total Current Liabilities Long-term liabilities Long-term notes payable Less current portion of notes payable Total Long-term Liabilities Total Liabilities Shareholder's Equity Common stock, 2,000issued and outstanding Additional paid an capital Retained earnings Total Shareholder's Equity Total Liabilities and Shareholder's Equity See accomparrying notes and accountant's review report Page 13 2022 2021 S 1,808,857 $ 1,873,763 564,171 796,442 2,475,944 1,739,120 87,794 61,972 287,681 230,043 414,280 944,317 5,638,727 5,545,657 9,943,539 9,096,184 246,737 246,T37 10,190276 9,342,921 (5,425,914) (4.539,953) 4,764,362 4.802,968 25,000 25,000 25,000 25,000 $ 10,428,089 $ 10,373,625 $ 1,26Q367 $ 1,378,982 178,149 94,255 48,624 45,047 50,000 50,000 370,746 46.071 29,931 628,529 495,000 155.000 37,824 41,116 449,144 518,317 2,919,785 2,957,316 1,726,507 3,046,164 (4,19,144) (518,317) 1,277,363 2,527,947 4,197,148 5,485,163 2,000 Z000 29,107 29,107 6,199,834 4,857,355 62230rMl 4,888,462 $ 10,428,089 $ 10.373,625 CRUZ CONSTRUCTION COMPANY, INC. Statements of Income (Unaudited) For the Years Ended December 31, 2022 and 2021 2022 2021 REVENUE Jobs $ 22,047,552 $ 15,388,319 Toml Revenue 22,047,552 15,388,319 Job Costs Materials 5,537,970 3,793,265 Labor and payroll taxes 5,479,003 4,473,377 Subcontractors 2,262,555 666,749 Otherjob cost 220,670 350,056 Trucking 2,082,567 803,766 Total Job Cost 15,582,765 10,087,213 Gross Profits 6,464,787 5,301,106 EXPENSES Accounting fees 26,500 20,475 Advertising 50,315 20,944 Auto 387,872 309,421 Bad debt 8,625 - Bank charges 41,088 70,591 Cleaning services 4,660 30640 Contributions 9,945 24,450 Does and subscriptions 29,760 17,164 Education 7,300 2,754 Employee be 420,593 374,329 Insurance 191,414 146,659 Interest 109,013 65,752 Legal and professional fees 58,477 70,194 Licenses and permits 31,879 38,265 Office supplies 68,927 53,899 Postage 1,077 1,589 Rent 120,000 120,000 Repairs and maintenance 241,216 191,745 Continued on the following page See accompanying notes and accountant's review report Page 14 CRUZ CONSTRUCTION COMPANY, INC. Statements of Income (Unaudited) For the Year Ended December 31, 2022 Salaries and payroll expenses Officers Other Safely Small tools and parts Taxes Telephone Travel and entertainment Utilities Total Expanses Operating Income Other income Interest income Net income before depreciation and federal income taxes Depreciation Net Income before income taxes Provision for income taxes (note 5) Net Income See accompanying notes and accountanfs review report Page 15 2022 2021 483,995 720,597 1,034,880 834,051 12,686 12,410 332,221 412,151 260,003 238,193 23,460 24,553 98,086 30,797 17,191 14,912 4,070,983 3,919,535 2,393,804 1,481,571 879,362 897,072 17237 12,320 3,290,403 2,390,962 1,054,293 829,497 2,236,110 1,561,465 $ 2,236,110 $ 1,561,465 Statement oPSta W oldels Equity (Unaadltnd) For the Years Ended December 31, 2022 and 2021 Additional Total common Paid in Sbamkoldets Stuck C Piral Rembled Eammita Equity Shmeholdoes Equny at December31,2020 S 2,000 E 20,107 $ 4.138,314 8 4,169.421 Net mcome U61,465 1,561,463 Shareholder dnbtbuboos (842,4]A) (842,424) December 31, 2021 S ;OW S 29,107 S 4,85],333 8 4,888A62 Nttmcome 2,236,110 2,236,I10 Shareholder dentribudons (993,632) (893,632) amholdels Equiy at Daoember31,2022 T 2.000 S 29.107 S 6.199.832 S 6,230.939 See acconyanNne notes and accountamt review mpart Page 16 CRM CONSMUCPION COWA", WC. $mtanenta a Cash Flowa (D mmudited) For the Years Ended December 31, 2022 end U21 Cub mows from Operating Acfivlfim 21M 2021 Net Income S 2236,110 $ 1,561,465 Adjustments; to reconcile Net Income to cash provided by Operating Activities Depreciation expense 1,054,293 829,497 (Crain) loss on marketable securities 291,844 (125,344) Gam on forgiveness A PPP Loan (1,107,727) (750,000) (Gam) loss on sale ofvuludes and equipment (52,938) (19,002) Changes in operating assets and Ilahilitms Accounts receivable (n6,824) (840.454) Pretend experaes (25,822) (11,050) Costs and estimatedearnings in excess of billings on uncompleted cataracts 430.03I (733.353) Other receivables (1,950) (1,349) Accounts payable (75,615) 986,912 Credit cud payables 83,894 24,960 Cuaromc deposits (598,597) 466,083 Payroll taxes payable 3,M (29,932) Other current liabilities (3,292) 8,937 Bigmgs in excess ofwsts and emmmed comings an uncompleted contracts 32g6/5 (166,00) Net cash provided by(used in) Opentahg AcnvRies 1,821,665 1,20 ,682 Cash flows drum Investing Activities Fumhaces of equipmem (1,112,850) (1,880,222) Proceeds hint sale of vehicles and equipment 73,063 40,800 Shuehold loan (55,688) 534,165 Purchase of dentinal documents (70,098) 6Q110 Sak off mcml dstrumarts 10,524 (27F.992) Net cash provided by(used by) Investing Activities (1,155,W) (1,523,OW) Cash flows Ginn Financing Activities Payments oolong -term debt (52g932) 492,906 Proceeds from long-term debt 312,802 1,499,926 Payments an lme ofinedn - (350,000) Proceeds fiom Ime ofcredat 3 coll - Shueholderdtrntbutiovs (859,593) (842,424) Net Cash provided by (used d) Fuesumng Anlvifcs (931,523) 80,409 Net Candice(decreau) on cash and cash equivalents (64,906) 478,011 Cash and cash equivakents mthe begimdng ofthe year 1,873,70 1,4W,353 Cash and cash equivalents m the end of the year $ 1,808,857 $ 1.893.711 Supplemental ladotmation Interest pad $ 113,713 S 0,952 Income cox paid $ Notecash Investuig and Financing Activities Accounts payable paid wrch sale of vehicles and equipment $ 43,000 $ Non -cash dtstnbutien m shareholder S 34,038 $ - See nexcepanying notes and accotmtsnt's review report Page 19 CRUZCONSTRUCnONCOINPANY,INC Notes to UnavdEedFtieancial&atemenis December 31, 2022 and 2021 (SeelndependentAccoantant's Review Report) L ORGANIZATION Cruz Construction Company, Inc, (the Company) is incorporated in the state of Nevada. The date of incorporation was April 30, 1997. The Company performs paving and asphalt services in Northern Nevada and North= California. 2. SUMMARYOFSIGNIFICANTACCOUNTINGPOISCIES a Basis ofAccounting- The Company's polity is to prepare its financial statements on the accrual basis of accounting. b. Revenue Rewgnitlon Performance Obligations and Recognition Method The Company evaluates whether two or more contracts should be combined and accounted for m one single performance obligation and whether a single contract should he accounted for as more than one performance obligation. Accounting Standards Codification (ASC) Topic 606 defines a performance obligation as a contractual promise to transfer a distinct good or service to a customer. A contract's transaction price is al located to each distinct performance obligation and recognized as revenue when, or as, the performance obligation is satisfied. Contract revenues are primarily derived from fixed -price construction contracts. The Company has determined that generally these fixed -price construction projects provide a distinct service and, therefore, qualify as one performance obligation as the promise to transfer the individual goods or services is not separately identifiable from other promises in the contracts and, therefore, not distinct. Revenues from fixed -price construction contracts are recognized on the completed - contract method. This method is used because the typical contract is completed in two months or less, and the financial position and results of operations do not vary significantly from those which would result from use ofthe percentage -of -completion method. A contract is considered complete when all costs except insignificant items have been incurred andthe installation is operating according to specifications or has been accepted by the customer. Revenues from time -and -material contracts are recognized currently as the work is performed. Page 18 CRUZCONSFRUCHONCOMPANY, INC. Notes to UnauReafFinancial Statements December 31, 2022 and 2021 (SeebtdepmolientAccomiar Ps Review Report) Contract costs include all direct materials and labor costs and those indirect costs related to contract performance, such as indirect labor, supplies, tools, repairs, and depreciation costs. General and administrative costs we charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Claims are included in revenues when received Signicmrt Payment Terms Smaller projects that arc under $150,000 are required to pay a deposit upon signing the contract generally between 20-30%. Larger commercial projects are billed monthly based on work completed that month. Approximately 23%ofthe Company's revenue comes from its largest customer. c AarountsReceivabte-Accounts r=ivablefrom services performed are based upon the contracted prices. Contracts receivable consist primarily of large groups of smaller - balance homogeneous accounts that are collectively evaluated for impairment. Accordingly, the provisions of Fair Value Topic of the Financial Accounting Standards Board (FASB) Standards Codification, do not apply. Page 19 CRUZ CONSIRUMONCOMPANY,INC. Notes to UrmudAdFinancial Statements December 31, 2022 and2021 (See IndependentAccoantant's Review Report) Allowance for doubtful accoums is based upon a review of outstanding receivables, historical collection information, and existing economic conditions. Receivables past due more than 90 days are considered delinquent. Allowance for bad debt in both 2022 and 2021 was $45,000 while bad debt expense was $9,625 in 2022 and $0 in 2021. Delinquent receivables may be addressed with payment plans, mechanic liens, or are written off based on individual credit evaluation and specific circumstances of the customer. d. Vehicles, Equipment, and Leaseholdlmprovements-Vehicles and equipment and Leaseholdlmprovementsmemeordedatcost Depreciationis computed underthe straight-line method forfinancial reportingpurposes. Vehicles are depreciated using an estimated useful life of 5 years, construction equipment is depreciated at an estimated useful life of 7 years, and Leasehold Improvements are depreciated between 10-40 years. The total depreciation expense for the year ended 2022 for vehicles and equipment totaled $1,042,830 while the depreciation for leasehold improvements was $11,463 and for the year ended 2021 was $813,412 for vehicles and equipment and $11,463 for leasehold improvements. Accumulated depreciation was $5,425,914 for the year ended 2022 and was $4,539,953 for the year ended 2021. h12022, $97,164 of net assets were disposed of for $73,063 in cash proceeds, $43,000 of accounts payable and the remaining amount of $34,038 was the fair market value of the truck taken as a distribution. In 2021, $20,169 of net assets were disposed of for $40,800. e. Estimates-Thepmpamtionoffinancialstatementsinconformitywithgenerally accepted accounting principles requires management to makeestimatesandassumptionsthat affect the reportedamounts ofassetsand liabilities and disclosureofcontingentassetsand liabilities at the date ofthe financial statements and reported amounts oftevenues and expenses during the reporting period. Actual results may differ from those estimates. f. Cash and Cash Equivalents -For the purpose ofreporting cash flows, cash and cash equivalents include cash in demand deposit accounts and money market accounts. g. AdvertisingCosts-TheCompanyexpensesthecostsofadverlisingas they are incurred. Advertising costs were $50,315 for the year ended 2022 and $20,914 for the year ended 2021. h. Fab Value Measurements - ASC 820, Fair Value Measurements, defines fair value and establishes a three -level valuation hierarchy for disclosures of fair value measurement and enhances disclosure requirements for fair value measures. The three levels are defined as follows: Level I — Quoted prices in active markets for identical assets or liabilities. Level 2 Observable inputs other than quoted prices included in Level 1. We value assets and liabilities included in this level using dealer and brokerquotations, Page 110 bidprices, CRUZ C ONSIRUMON COMPANY, INC. Notes to Untru ded Financial Statements December 31, 2022 and 2021 (See Independent Accountant's Review Report) quoted prices for similar assets and liabilities in active markets, or other inputs that are observable or can be corroborated by observable market data. Level — Unobservable inputs that are supported by little or no market activity and that are significant to the fair value of the assets or liabilities. This includes certain pricing models, discounted cash flow methodologies and similar techniques that use significant unobservable inputs. The following tables provide information on those assets measured at fair value on a recurring basis as of December 31, 2022 and 2021, respectively: Carrying Amount In Balance Sheel Fairvalue Fair Value December 31, December3l, Measurement Usino 2022 2022 Level Level Level Assets: Money market funds $ 66U62 $ 660,362 S 660.362 $ — S — Marketable Securities 568,699 569,699 568,699 — — Equity in Private Companies 25,000 25,000 — — 25,000 Total Assets $ 1,254,061 $ 1,254,061 S 1.229,061 $ — $ 25,000 Carrying Amount to Balance Sheet Fair Value Fair Value December3l, December 31, Measurement Ushm 2021 2021 Level Level Level Assets: Money market funds S 403,309 $ 403,309 S 403,308 S — S — Marketable Securites 796,336 796,336 796,336 — — Equity an Private Companies 25,000 25,000 — — 25,000 Total Assets $ 1,224.644 $ 12M.644 $ 1,199.644 $ — $ 25,000 Page I II CRUZ CONSTRUMONCOMPANY,INC Notesto Unaudited Financial Statements December 31, 2022 and 2021 (SeelndependentAccouniant'sReview Report) i Marketable Securities — Marketable securities for sale are carried at fair value, with unrealized holding gains and losses reported in other income. All marketable securities for the Company are considered Level 1 in the fair value hierarchy as all of the securities are quoted on stock exchanges. The unrealized gains for securities held as of December 31, 2022 was $61,395 and $348,712 as of December 31, 2021. j. Warranties— The Company provides a one-year warranty covering defects specific to its portion on contracts on construction projects. This warranty historically has not produced material costs; therefore, the Company does not accrue future estimated expense against current operations. k New and Recently Adopted Accounting Policies— In October 2020, the Financial Accounting Standards Board ("FASB") issued Accounting Standards Update (ASU) No. ASU 2018-17, Consolidation (Topic 810): Targeted Improvements to Related Party Guidance far Variable Interest Entities, which provides private companies an accounting alternative to elect not to apply variable interest entity guidance to legal entities under common control if both the parent and the legal entity being evaluated for consolidation are not public business entities. Effectively, the amendments in this Update expand the private company alternative provided by Accounting Standards Update No. 2014-07, Consolidation (Topic 810): Applying Variable Interest Entities Guidance to Common Control Leasing Arrangements, not to apply the VIE guidance to qualifying common control leasing arrangements. Because the private company accounting alternative in this Update applies to all common control arrangements that meet specific criteria and notjust leasing arrangements, the amendments in Update 2014-07 are superseded by the amendments in this Update. For entities other than private companies, the amendments in this Update are effective for fiscal years beginning after December 15, 2019, and interim periods within those fiscal years. The amendments in this Update are effective for a private company for fiscal years beginning after December 15, 2020, and interim periods within fiscal years beginning after December 15, 2021. All entities are required to apply the amendments in this Update retrospectively with a cumulative -effect adjustment to retained earnings at the beginning of the earliest period presented. The Company adopted accounting standard ASU 2018-17 effective January 1, 2021 which updated the standards for what qualifies as a Variable Interest Entity (VIE). We have determined that companies that were disclosed as VIE's in the prior year no longer are required to be consolidated or combined in the financial statements. The adoption of ASU 2018-17 did not have an impact on our financial statements as we have had GAAP departures in prior years related to not consolidating the VIE's into our financial statements. Page 112 CRUZCOMMUCTIONCOMPANY,INC. Notes to Unaudited Financial Statements December 3l, 2022 and 2021 (See Independent Accountants Review Report) In November 2019, the Board issued ASU No. 2019-10, Financiallnstruments— Credit Losses (Topic 326), Derivatives and Hedging (Topic 815), and Leases (Topic 842): Effective Dates. The amendments in Update 2019-10 deferred the effective dates for Leases for entities in the "all other" category by an additional year. Therefore, Leases was effective for all other entities for fiscal years beginning after December 15, 2020, and interim periods within fiscal years beginning after December 15, 2021. In June 2020, the FASB issued Accounting Standards Update (ASU) No. ASU 2020- 05, Revenue from Contracts with Customers (Topic 606) and Lease (Topic 842): Effective Dines for Certain Entities. The amendments in this Update defer the effective date for one year for entities that have not yet issued their financial statements (or made financial statements available for issuance) reflecting the adoption of Leases. Therefore, under the amendments, Leases is effective for entities within the "all other" category for fiscal years beginning after December 15, 2021, and interim periods within fiscal years beginning after December 15, 2022. Early application continues to be permitted, which means that an entity may choose to implement Leases before those deferred effective dates. The Company is currently evaluating the potential impact that the adoption of ASU No. 2016-02 may have on its financial statements. The Company considers all new pronouncements and management has determined that there have been no other recently adopted or issued accounting standards that had or will have a material impact on its financial statements. 3. SUBSEQUENT EVENTS The Company has evaluated subsequent events through November 6, 2023, the date the financial statements were available to be issued and determined that there have been no events that have occurred that would require adjustments to our disclosure in the financial statements. Page 113 CRUZ CONSTRUCTION C OMPANY, INC. Notes to Unaudited Financial Statements December 31, 2022 and 2021 (See Independent Accountant's Review Report) 4. INVESTMENTS An investment of $25,000 is included in Other Assets at December 31, 2022 and 2021, representing the ownership of 2,000 share of common stock in Terra -Core. Tema -Core is a privately held corporation. This investment is valued at cost. Any variation of fair market value from cost (if lower) would be immaterial to the financial statements. 5. OTHER RECEIVABLES AND SHAREHOLDER LOANS December 31, December 31, 2022 2021 Due from CANICO, LLC $969195 $909005 Due from NV Aggregates, LLC 1895536 140,038 Meter/Utility 15950 - Total 5287.68] 230.043 Both loans are related party with the same owner and do not have a term or interest rate. 6. ACCOUNTS RECEIVABLE December 31, December 31, 2022 2021 Completed contracts $423,071 $675,569 Contracts in progress 2.097.873 1,108,551 Total 2,52%944 1,784,120 Less allowance for doubtful accounts (45,000) (45,000) Net accounts receivable 92 475 944 1 Z39 M Contracts receivable at December 31, 2022, include approximately $1,987,420 from three customers. Contracts receivable at December 31,2021 include approximately $1,242,795 from two customers. Page 114 CRUZCONSTRUCf'IONCOMPANY,INC. Notes to UnauditedFinancia! Statements December 31, 2022 and 2021 (Sea In depen den t A c c a im tan t Is Review Report) 7. RELATEDPARTYACTIVr1'1ES The Company leases the building itomupies and land used to store heavy equipmentfinm CANICO, LLC (CANICO) arelated entityundercommon control. Rem acctuedto CANICO for theycar ended December 31, 2022 and 2021, was $I20,000. As ofDecember31,2022 and 2021, $50,000 was owed to CANICO. The lease automatically renews annually until terminated by landlord or tenant. The Company's shareholder formed NV Aggregates, LLC (NVA) on February 12, 2020 for the purposes of crushing and mining aggregate used in construction. As of December 31, 2022 and 2021, the Company had a loan receivable balance of $189,536 and $140,038, respectively, which was used to operate NVA. In 2021, the Company and NVA entered into a mining lease agreement in which NVA grants to the Company the exclusive right to explore and use as much of the property's gravel as necessary for the Company's purposes. The Company shall pay to NVA 25% of the market rate for the type and grade of gravel used. Other than the shareholder loan, there were no cash transactions between the Company and NVA. During the year ended December 31, 2022, the Company paid $67,784 on behalf of NVA for the costs of utilities and engineering and then received $18,285 for reimbursement of utility expense and the year-end difference between NVA's total revenue and the Company's 75%portion. During the year ended December 31, 2021 the Company paid $30,523 on behalf of NVA for the costs of utilities and engineering and then received $69,426 towards the year-end difference between NVA's total revenue and the Company's 75%portion. The Company's principal shareholder owned Mountain Valley Storage. The property was sold in 2021 but the LLC remains with a payable to the Company. As of December 31, 2022, and 2021, Mountain Valley Storage owed the Company $96,195 and $90,005, respectively. During the year ended December 31, 2022, the Company paid $6,190 in engineering costs for Mountain Valley Storage. During the year ended December 31, 2021 the Company received $512,177 from the proceeds of the sale and 2,659 from a utility refund. The Company paid $19,574 of expenses for Mountain Valley Storage consisting of engineering costs and utilities. 8. TAXES The Company with the consent of its stockholder elected to be taxed undersubchapter S ofthe Internal Revenue Code, which provides that, in lieu ofcorporation income taxes, the stockholders separately account for their pro cuts shares of the Company's items of income, deductions, losses and credits. As a result of this election, no federal income taxes have been recognized in theaccompanying financial statemems. The State of Califomiataxes companies that have elected this S corporate status to pay atax at Page115 CRUZCONRMUCnON COMPANY INC Notes to Unaudited Financial Statements December 31, 1022 and 2021 (See Independent Accountant's Review Report) Ya% of California net source income, with a minimum tax of $800. For the year ended December 31, 2021, the amount oftax paid to the State of California was $656 due to the overpayment in 2020 of $344 as well as $3,000 in estimated tax payments. The total tax liability for 2021 was $990, leaving a $2,354 carryover payment for 2022. $1,000 in estimated taxes were paid to the State of California for the year ended December 31, 2022 on April 15, 2023 The state of Nevada passed a commerce tax in 2015 requiring businesses whose gross revenue is over $4,000,000 to pay. For the year ended December 31, 2022 the amount of commerce tax paid to the State of Nevada was $12,060. For the year ended December 31, 2021 commerce tax paid to the State of Nevada was $5,776. Page 116 CRUZ CON5PRUCHONCOMPANYJNC. Notes to UnauditedFinanctat Statements December 31, 2022 and 2021 (See Independent Accoantan Ps Review Report) 9. UNCOMPLETED CONTRACTS AND BACKLOG The Company had work -in -progress for work to be performed on 5 signed contracts at December 31, 2022. The following is a summary of contracts in progress at December 31, 2022 and 2021; December 31, December 31, 2022 2021 Costs incurred on uncompleted contracts $ 8,46Z696 $ 3,8672047 Estimated earnings on uncompleted contracts 3,948,028 2,420,494 12,310,724 6,287,541 Billings to date (12,267.1901 5.489 294 $ 43,534 $ 798,246 Costs & estimated earnings in excess of billings on $ 414,280 $ 844,317 contracts in progress Billings in excess of costs & estimated earning on 37! 0,7461 (46,071) uncompleted contracts $ 43,534 $ 798,246 Backlog represents the amount of revenue the Company expects to realize from work to be performed on uncompleted contracts in progress at year end and from contractual agreements on which work has not yet begun. Revenue expected from work to be performed on uncompleted contracts. Revenue from contractual agreements on work not yet begun Backlog at 12/31/22 and 12/31/21 Page 117 December 31, 7022 $ 4,506,261 6682.,794 $ 10,789,044 December 31, 2021 $ 5,350,811 5,722,494 $ 11,073,295 CRUZCONSTRUCITONCOMPANY, INC. Notes to Unaudited Financial Statements December 31, 2012 and 2021 (See Independent AccountanCs Review Report l 10. LONG TERM DEBT Followingis a summary of all Long Term Debt 2022 Note payable maturing March 2028, accruing interest at 5.39%arum, principal and interest payments of 33,869 approximately $620 due monthly, secured by a 2022 Ram 3500 Note payable maturing July 2027, accruing interest at 5.25%arum, principal and interest payments of 44,899 approximately $920 due monthly, secured by a 2022 Yanmar Excavator and three Yammer Buckets Note payable maturing April 2028, accruing interest at 4.75%arum, principal and interest payments of 85,751 approximately $1,520 due monthly, secured by a 2022 Dodge Ram 1500 Note payable maturing August 2027, accruing interest at 4.825% arum, principal and interest payments of 148,282 approximately $2,963 due monthly, secured by a 2020 Hitachi Wheel Loader Note payable maturing June 2025, accruing interest at 4.99%arum, principal and interest payments of 211,129 approximately $7,517 due monthly, secured by a 2014 Powerscreen 1000 Maxtrak Crusher Note payable maturing December 2026, accruing interest at 4.92% arum, principal and interest payments of 250,290 approximately $5,766 due monthly, secured by a 2018 Powerscreen Premiernak Jaw Crusher 300 Note payable maturing December 2027, accruing interest at 4.89% arum, principal and interest payments of 273,571 approximately $5,158 due monthly, secured by a 2021 Powerscreen Chieftain Model 2100X Note payable maturing October 2028, accruing interest at 5.1% per arum, principal and interest payments of approximately $3,188 due monthly, secured by a 2020 Case 192,890 Excavator Model CX145C, and a 2021 Case Skid Steer Model SV340B Page 118 2021 289,170 306,158 321,300 220,617 CRUZ CONSPRUCTTON COMPANY, INC. Notesto UnauditedFinancia! Statements December 3I, 2022 and 2021 (See Independent Accountant's Review Report) Note payable maturing in July 2026, accruing interest at 6.18%per annum, principal and interest payments of 160,263 199,023 approximately $4,164 due monthly, secured by a 2020 Peterbilt Model 567, a 2021 Peterbilt Model 367, a 2021 Rance ED32-34 Trailer, and a 2020 Reliance Model 2TROHD-21 Note payable maturing in December 2026, aceming interest at 2.5% per annum, principal and interest payments 116,326 143,637 of approximately $2,549 due monthly, secured by a Leeboy Model 8510E Paver Note payable maturing in December 2023, accruing interest at 5.95% per mum, principal and interest payments of approximately $4,055 due monthly, secured by - 909954 two Peterbilt 2018 heavy duty dump trucks Note payable maturing in December 2024, accruing interest at 7.35% per mum, principal and interest payments of approximately $1,873 due monthly, secured by - 60,097 Low Boy Trailer Page 119 CRUMON5TRUCHONCOMPANYjNC. Notesto Unaudited Financial Statements December 31, 2022 and 2021 (See Independent Accountant's Review Report) Note 10 LONG TERM DEBT Continued Note payable maturing in August 2025 accruing interest at 3.9%per annum principal and interest payments of approximately $2,080 due monthly, secured by a 2019 Peterbilt Note payable maturing in February 2024 accruing interest at 4.34%per annum principal and interest payments of approximately $1,916 due monthly, secured by a Leeboy Paver Note payable maturing in April 2024, accruing interest at 4.62%per annum principal and interest payments of approximately $3,025 due monthly, secured by Laden Financial Note payable maturing in October 2025, accruing interest at 4.74% per annum, principal and interest payments of approximately $1,449 due monthly secured by two Chevy Barbed trucks Note payable maturing in March 2026, accruing interest at 4.59% per annum, principal and interest payments of approximately $849 due monthly, secured by a Chevy Silvemdo Paycheck Protection Program maturing in April 2022, accruing interest at 1%per annum. The entire principal balance of $1,107,727 was forgiven during 2022. Subtotal Current Portion Non -current Portion Page 120 59,811 79,891 26,163 47,629 46,856 809154 45,808 609642 30,599 39,165 1,1079727 1,726,507 3,046,164 (449,144) (518,317) 51277.363 $2.527.847 CRUZ CON91RUCTIONCOMPANY,INC. Notes to Unaudited Financial Statements December 31,2022 and 2021 (See Independent Accountant's Review Report) Note 10 LONG TERM DEBT Continued Total principal payments on debt after December 31, 2022 are as follows: Period Ending Amount Demmber3l 2023 $449,144 2024 427,570 2025 3749564 2026 2869739 2027 1492620 Thereafter 38,870 Total SI.726507 H. LINE OF CREDIT In January 2010, the Company secured a bank line of credit (LOC) for cash flow with a limit of $200,000. The LOC renews quarterly and bears a floating interest rate computed as the Prime bank rate plus 2% with a floor of 5%. Interest is charged on the outstanding balance and requires monthly payments. The Company paid off this line of credit in August 2014 when they secured a new LOC. The new LOC has a limit of $750,000 and carries a floating interest rate computed as the Bank of the West prime rate plus 0.650 percentage points. Under no circumstances will the interest rate be less than 4.000% per annum. Interest accrues on the unpaid balance. The outstanding balance at December 31, 2022 was $495,000. At December 31, 2021, the outstanding balance was $155,000. 11 PENSION AND TAX DEFERRED PLAN The Company maintains a 401(k) defused -contribution plan. Employees who are 21 years or older and have completed one year of service are eligible to participate in the Plan. The Company may make a discretionary matching contribution equal to a uniform percentage of an employee's salary deferrals up to 4% of the employee's compensation. Each year, the Company will determine the amount of the discretionary percentage. Each year, the Company may also make a discretionary profit-sharing contribution to employee accounts. The 401(k) benefit costs of $76,786 and $68,389, for the years ended December 31, 2022 and 2021, respectively, are included in "Employee Benefits" in the income statement. Page 121 CRUZC0NSIRUCI'10N COMPANY,INC. Notes to U a u2isdFinancial Statements December 31.2022 and 2021 (See IndenpdentAccountant's Review Report) 13. ENTITIES UNDER COMMON CONTROL The Company leases the building it occupies and a warehouse shop building from CANICO, LLC (CANICO) a related entity under common control. CANICO was formed to hold and lease the buildings occupied by Cruz Construction Company, Inc. The principal shareholder also owned NV Aggregates LLC For the purposes of crushing and mining aggregate used in construction. There are no liabilities to or from these entities under common control outside of the loans from the Company discussed in Note 7. 14, EQUITY President Steven Cruz owns 100% of the Company's 2,000 issued and outstanding shares. During the years ended December 31, 2022 and 2021, the Company paid cash distributions of $859,953 and $842,424, respectively. During the year ended December 31, 2022, a vehicle was taken as a distribution valued at the blue book value of $34,038. Page 122 CRUZ CONSIRUCHON COMPANY, INC. December 31, 2022 Supplementary Schedule # 1: Vehicles and Equipment (Unaudited) Page 123 CRUZ CONSTRUCTION COMPANY, INC. Supplementary Schedule#1 VehicfesandEqufpmenl(Onaud&O December 31, 2022 Date Acquired Description Amount 1997 LO-1 7D 544 E Loader $57,9341 1997 TR-1 Zieman trailer 19476 1998 TR-2 Towmaster Trailer 189880I 1999 GR-2 Large Smith Grinder 5,438 2000 SB-1 Wilson Sealcoat Buggy 17,000 2000 BH-1 Super LBackhoe 56,106I 2000 RO.4 2000 ingersol Rand Roller 19,791 2002 MISC - Other miscellaneous equipment 4,423 2003 MISC - Other miscellaneous equipment 5,358 2003 RO-1 Hyster C530A Pneum 3,149 2003 DT-1 1997 Peterbuilt Truck with Trailer 70,350 2003 SL-3 2003 Sealcoat Tank 21,250 2003 TR-4 2003 Towmaster Trailer 59636 2004 CM-1 Curb Machine 8,922 2004 AC-1 Compressor Sullair 122588 2004 WT-12000 Ford F750 Water Track 36,730I 2005 FT-1 Red Dye/Clear Fuel Tanks 252117 2005 SS-1 Security Camera System 5,743 2005 MISC - Other miscellaneous equipment 27,768 2005 TR-5 2006 Utility Trailer 8,708 2005 TR-6 Towmastster B-20 Trailer 17,775 2006 CF-22002 Crafco Crackfiller 25,400I Page 124 CRUZ CONSTRUCTION COMPANY, INC. Supplementary Schedule #1 Vehicles andEq*ment (Unaudited) December 31, 2022 (See Independent Accountants Review Report) Date Acquired Description Amount 2006 LO-2 Case Loader 5%683 2006 MX-1 Concrete Mixer 3,053 2006 TK-7 Interstate Enclosed Trailer 4,633 2007 FB-5 2003 Ford F450 15,749 2007 TR-8 Snake River Dump Trailer 6,668 l 2007 SK-2 Bobcat T-250 36,511 2007 MISC - Other miscellaneous equipment 27,882 2007 TR-10 Dragon End Dump Trailer 27,486 2008 DD-22 Roller 10,000 2008 T-5 1999 Peterbuilt Truck 32,3501 2008 MG-2 CAT 140 G Motor Grader 50po 2008 SL4 Cromer Built Sealcoat Tank (built in-house) 5,0001 2010 MISC - Other miscellaneous equipment 47,595 2010 EX-3 1994 D) 892 excavator 20,000 2010 FB-7 2002 Ford F550 Super flat bed 59000 2010 FB-8 2003 Ford F 450 flat bed 5,000 2010 SK-3 2005 Takeuchi TL140 Skid steer 20,000 2010 Z-1 1991 Zipper 17,000 2010 TT-2 WESCO 5001 2010 SN-I 2011 Ski-doo Snowmobile 12,648 2010 SK-1 S-185 Bobcat 20,000 2011 AS -AC Stamps 25,000 2011 LO-3 1993 CAT 950F Loader 10,000 Page 125 CRUZ CONSTRUCTION COMPANY, INC. SrrpplemimtmySchedule#1 VehidevandEgngrrrrenl(Unaudited) December 31, 2022 JSee Independent A^coumant's Review Renart) Page 26 Date Acquired Description Amount I 2011 TR-13 2012 Towmaster Trailer 69900 2012 RO-7 Hypac Roller 20,000 2012 SW-2 Lay-Mor Sweeper 9,634 2012 Vibroplate 2,027 2012 EX-4 Takeuchi mini -excavator 28,907 2012 PU-10 2012 Toyota Tundra Truck 43,671 2012 MISC-Multiquip Ramma 2,950I 2012 MISC -Multi Quip Trash Pump 1,010 2012 TR-13B Towmaster Trailer 201 l 1,389. 2012 QB-1496 Asphalt Heater 7,341 2012 MISC - Crafco Paving Cutting RO 12900 2012 SIT-2-Snow removal equipment 13,190 2012 SN-3 Snow removal equipment 13,190 2012 Z-I Case Zipper New Engine 11,4741 2012 FB-9 2012 Ford Flatbed Truck 549181 2012 RO-8 Volvo Roller 30,546 2012 CF-3 Cmfco Crack Filler 449260 2013 SNB-1 2012 Erskine Snowblower 72979 2013 PU-11 Toyota Tundra pick-up 2013 50,002 2013 EX-5 Link Belt Excavator 74,645 2013 T-6 1987 Peterbilt 205000I 2013 TR-151990 Reliance hailer 10,0001 2013 TR-I62002 Wedco trailer 15,WO 2013 MG-3 Leeboy Molar Grader 635 30,000 CRUZ CONSTRUCTION COMPANY, INC. Srr7plewmwySchedale#1 Vehic%sandEquipmem ((Unaudited) December 31, 2022 ee Independent Accountants Review Report) Date Acquired Description Amount 2013 P V-5 New Leeboy 8510 Paver 10%9881 2013 MISC -Mist equipment 11,910 2014 FB-11 2010 Dodge Ram 3500 30,5141 2014 PU-14 2006 Ford F250 14,3681 2014 L04 John Deere 624G Loader 35,0001 2014 LO-5 John Deere 544G Loader 25,0001 2014 SNB-3 Erskine ES 2410 snowblower (mist equip acct) 3,213 2014 LO-6 Wacker Loader 72,0651 2014 FB-12 2015 Dodge Ram 46,4891 2014 QB-1532 Meyers Super V snow plow 7,0971 2014 MISC- Plotter printer 1,3091 2015 FB-14 GMC Sierra 47,3811 2015 EX-7 Yanmar Excavator 75,332I 2015 PU-16 2015 GMC Sierra 53,3701 2015 SW-3 Sweeper 24,188 2015 QB-1551 Furniture 7,7961 2016 EX-10 Link Belt Spinace 950001 2016 EX -II John Deere 45OLC 18,0001 2016 EX-9 Caterpillar 330C 11,0001 2016 FL-2 Gradall 534010-45 10,0001 Page 127 CRUZ CONSTRUCTION COMPANY, INC. StWerr idwSchedule#1VehiderandEgaiprtwm(UnautGW December 31, 2022 aeIndependent 4,com1mdYYReview&Mr0 Date Acquired Description Amount 2016 LO-7 Cat 950F Series 2 7,0001 2016 RO-9 Ingersoll Rand Pro Pao SD70D 12,000 2016 DT-6A Rebuilt Box DT-6 19,0451 2016 TT-3A RELIANCE - Rebuilt Boxes 19,0451 2016 RO.10 Cat CB-14 14,9001 2016 SKA-4 Hammer 24,000 2016 SB-2 Wilson Sealcoat Buggy 25,0001 2016 SK-6 Bobcat T630 10,000 2016 PU-18 SIERRA DENALI 65,880 2016 FB-15 GMC SIERRA 56,1071 2016 WT-2 2000 Ford F750 Water Truck (WT-2) 7,500 2016 FB-16 SIERRA 3500HD 43,4991 2016 DT-8 PETERBR.T 48,224 2016 TT-4 RELIANCE see DT8 169094 2016 FB-17 3500 CREW TRUCK 5653761 2016 FL-3 Gradall 534D-10 27,0001 2017 PV-6 2016 Leeboy 851 OD Asphalt Paver 163,1921 2017 ST-3 2017 Ford F550 126,326 2017 WB-12017 Multiquip Water Trailer w/Hose Reel 7, 1621 2017 JJ-3 2017 Multiquip MTX70HD 2,993 1 2017 JJ-4 2017 Multiquip MTX70HD 2,9931 2017 TR-17 2017 Felling FT-121T Trailer 9,1571 2017 RO-I1 Dbl Drum Roller w/ Econimzer Display 55,6921 2017 SNIP-1 Swamp Cooler 2,581 1 Page 128 CRUZ CONSTRUCnON COMPANY, INC. SuNle"idwySchedule #1 VehiciesandEgt*wnt(OnauakO December 31, 2022 (See Independent Accoummu's Review Reoor p Date Acquired Description Amount 2017 TR-18 2006 Ranco Bottom Dump Trailer 20,0001 2017 JJ-1 12017 Multiquip MTX70HD 2,993 1 2017 PU-20 2017 Dodge Ram 57,121 1 2017 EX-12 Yanmar Vi035 Mini -Excavator 54,300 2017 EX-13 Yanmar Vi035 Mini -Excavator 54,3001 2017 TR-19 2017 Mirage Trailer 4,8721 2017 TR-202015 LKUT Utility Trailer 5,000 2017 BRK-I 2017 Erskine 21OX Breaker 8,514 2017 FB-18 2017 Chevrolet Silverado 59,2091 2017 PW-3 PHW4030024G(208-1PM 7,3471 2017 WB-22017 WT5C 7,0961 2017 WB-3 2017 WT5C 7,0961 2017 D-9 2018 Peterbilt Model 567 172,274 1 2017 D-102018 Peterbilt Model 567 172,274I 2018 CM-2 Capitalized Repairs 179,066 2019 1627 - Vehicle Code Reading Sensor 3,213 1 2018 TR-21 Snake River Dump Trailer 991501 2018 PU-21 GMC Sierra 2500 54,7731 2018 T-7 2018 Peterbilt 161,1731 2018 RO-12 2018 CAT Roller 45,674 2018 TR-23 Lowboy Trailer 128,943 2018 GEN - Office Generator 18,0871 2018 PU-22 2018 Dodge RAM 3500 45,000 2018 PU-23 2019 Ford Track 79,1921 11I 2018 FB-20 2015 Dodge FB 5000 30,0001 Page 129 CRUZ COSSTRUCPION COMPANY, INC. .SupplememarrScheddeW Ve6idaandEgrdpmeM(Unau*4 December 31, 2022 f Iee Independent Accountant's Revunv Report) f Date Acquired Description Amount 2018 EX-14 2016 Case Excavator CX-80 56,0001 2018 ROCK - 2017 New Rock Grizzly HD 5,500 2018 SK-4'14 Bobcat Skid Steer T750 4256751 2018 TR-22 Trailer 5,800 2018 CHEV - 2019 Chev Silverado 2500 51,920 2018 JJ-13 Rammer 2018 2,999I 2018 JJ-14 Rammer 2018 2,999I 2018 PHONE - Mitel Phone System 6,1441 2018 SIM - Simulator 27,053 2018 EX-15 2018 Linkbelt Excavator 190,000 2018 FB-19 2000 Ford F750 4,069 2018 PL- Shop Power Lift 3,165 1 2018 OTHER - COMMERCIAL CONTAINER 395001 2019 LO-I IMP -I 5,745� 2019 BH-1 IMP -01 New Engine 13,091 2019 FB-5 IMP Engine 16,7861 2019 T- 5 Cylinder Head 11,0261 2019 MG-2 IMP Total New Blade Lazer & Electronics 28,6501 2019 FB-7 Total New Engine 8,8791 2019 TR-15 IMP Reliance Trailer 10,8611 2019 PV-5 IMP Total New Tracks 19,0631 2019 LO-5 IMP-0I New Rear Axle 18,066 2019 LO-7 IMP HVAC Pump and Tires 275855 2019 EX-9 IMP Thumb Link and Quick Coupler 7,625 Page 130 CRUZ CONSTRUCITON COMPANY, INC. SnpptemerdmySchedidee#1 VehidesandEgr*ment((hwra&4 December 31, 2012 (See Independent Axoun mn'sReviewRevmO Date Acquired Description Amount 2019 WT-2 IMP Total Engine 14,7741 2019 SK-4 IMP New Bucket 5,197 2019 WD5 MUG Welding Machine 3,327 2019 PU26 2019 GMC 80,5801 2019 LO-8 Loader Komatsu WA 320-8 155,2951 2019 EX-16 Thumb Link and Quick Coupler 51)4081 2019 PU-27 2017 Ford F350 4%0001 2019 PW-4Pressure Washer SN 15130920 4,1871 IJ 2019 FB-22 2019 Dodge Ram 3500 61,8671 1 2019 FB-21 2019 Dodge ram 3500 61,8671 2019 BP-2 LEE -BOY L250T SN 250215313 16,242 2019 JJ15 Rummer 2019 2,9991 2019 JJ16 Rummer 2019 SN E2187 2,9991 2019 FB-23 2019 Chevy Flatbed 55,235 1 2019 FB-24 2018 Chevy FB 3500 559235 2019 WT-4 Peterbilt 8095 157,4581 2019 TTR-120I7 KERV Bullet Trailer 1935001 2019 TR-24 2020 14k Tilt Trailer 7,1901 2019 FL-5 2013 Doosan Forklift 229491 2019 TR-25 Felling Tilt Trailer 3%7481 2019 FB-25 2019 Chevy Silverado DT 73,2531 2019 UV-5 2020 Jeep 51,8701 2019 CM-3 Curb Machine GT-3600 62,118 2019 EX-18 2007 CAT 308CCR 42,8401 2019 TTR-2 2015 Cole Trailer 1520001 Page 131 CRUZ CONSTRUC110N COMPANY, INC. SW#ememmySchedule#I VehiclesandEquipment(Unaudd4 December 31, 2022 Date Acquired Description 2019 WT-51987 Water Truck 2019 EX -MINI John Deer 50c Mini Ex 2019 SIM BAP- Simulator 2020 CW-14 Cat Nine Wheel Roller 2020 S-I Truck Scale 2020 P-1 Trench Plates 2020 T-8 2020 Peterbilt 567 2020 DT-11 2021 Peterbilt 367 2020 TT-5 2020 Reliance Trailer 2020 TR-26 Rancho Ed32-34 2020 SP-1 Extec SN 7058 2020 DT-12 2021 Peterbilt 567 2020 PV-7 2020 Leeboy Model 8510E 2020 TR-28 Enclosed Trailer 2020 TR-24 2020 14k Tilt Trailer 2020 LO-8 Loader Komatsu A 320-8 2020 FB-20 General Transmission 2020 ST-3 General Transmission 2020 PU-15 Replacement Transmission 2020 FB-14 Replacement Transmission 2020 EX-9 Engine 2020 LO-4 Pape Machinery 2020 LO-3 Cat Lever Control and Cover 2020 SS-1 Security Camera System 2021 LO-3 1483 Bucket Repair 2021 EX-9 1539.04 Reconditioned Equip Thumb 2021 GS- 1698 Grizzly Screen 2021 OTHER 1699 Land Mont Blanc 2021 GPS 1700 GPS Lazer and System 2021 UV-6 1701 2022 Chevy Page 132 Amount 10,710I 14,9941 27,053 II� 49,802 20,0001 99,6031 156,3401 141,218 116,4551 50,6261 31,1661 176,739 18795641 4,1471 2,201 1 1992781 8,1901 7,9511 4,343 1 6,042 7,146 15,4401 7,311 12,1051 12,9801 9,7431 4,0001 366,157 1 78,926 72,0831 CRUZ CONSTRUCRON COMPANY, INC. Stg kmentmySchedule#1 Vehicles and Equipment(Unaudited) December 31, 1022 (SealndependentACeOunttmtsBe "RgMH) Date Acquired Description Amount 2021 PU-28 1702 2012 Toyota Tundra 29,1711 2021 RS-1 1703 Rock Splitter 25,1711 2021 EX-19 1704 2021 Case Excavator 173,7501 2021 SK-7 1705 2021 Case Skid Steer 65,7501 2021 SL 1706 Shop Lift 5,4711 2021 FB-26 1707 2021 3500 RAM 65,088 2021 PU-30 1708 2021 Dodge RAM 2500 53,252 I 2021 PU-29 1709 2021 GMC 2500 545253 2021 OTHER 1711 2014 Powerscreen Crusher SN7991 2895170 I 2021 OTHER 1712 2018 Powerscreen Jaw SN6229 319,158 I I 2021 OTHER 1713 2021 Powerscreen Tracked Screen 321,3001 2021 OTHER 1714 Field Laser 3,800 2021 TR-29 1715 2022 Mirage 11,911 2022 EX-9 1539.05 Excavator Engine Electronic Control 5,4671 2022 EX-111540.01 Excavator Cab Assembly 515441 2022 EX-10 1544 Excavator Bucket Repair 5,7001 2022 EX-10 1544 Thumb Cylinder 6,5571 2022 IGR-1 iMP 1545 Reno Forklift (FL-2) 192133 2022 IGR-1 IMP 1545.01 Engine Repair 7,0001 2022 ISK-4 HAP 1565 New Motor 8,2671 2022 ST-31MP 1599 General Transmission 3,0921 I 2022 FB-27 1710 2022 RAM 3500 68,0001 2022 DTHER 1716 Wylie Water Trailer 30,856I 2022 DTHER1717 Hydraulic Hose Crimper 6,694 I 2022 EX-20 1718 2022 Yanmar VI035 Excavator 58,4721 2022 PU-31 1719 2022 Dodge RAM 3500 1003173 2022 LO-10 1720 Hitachi Wheel Loader 203,449 2022 LO-10 IMP 1720.01 Cylinders, Hydraulics 14,375 I 2022 DTHER 1721 GPS Laser System (SN 0259 1648) 31,563 2022 DTHER 1722 GPS Laser System (SN 76SW 34SY) 42,3911 2022 DTHER 1723 Tire Changer and Balancer 19,510 Page 133 CRUZ CONSTRUC'HON COMPANY, INC. StWementmy Schedule#1 VehichsandEtl4wnt (Unaudited) December 31, 2022 2022 LTV-7 1724 Sprinter Van 122,399 2022 DT-14 1725 1988 Peterbilt 19,0001 2022 EX-21 1726 Case 245 Ex avitor 221,589 2022 LO-9 1727 John Deere Loader 58,000 2022 SS-11400.01 Side by Side 28,700I 2022 SS-2 1044.02 Side by Side 26,569 TOTAL $99905,693 1 Page 134 CRUZ CONSTRUCTION COMPANY, INC. December 31, 2022 Page 135 mmcc Rx ONMMPAW.we SUPP%�1^q56e5We2-wneln PmmJUww 6) DKe e,31,2022 m1wto We end En 31nftll a, Pn'lu Esl6 by CYlk Ue GmlWln of fm &E,t OeWPWn Eatinan[Pml¢ nnlneml We15m0an Wn %Cmm Iw Eematl bnnOMlllne E ,Im IID,,I mmnIX 5 2.107.7M $ I.w557 $ 21 $ 429.631 $ 54350 4% 5 i9&616 W0,I46 aNBIMMl -Alen AP 5558.563 ;295.1A %aap2 ;905,621 117A16 mm ZZ272 Xafinmrywh 533,218 MM 141J52 110.794 292.E2 23% 37p9 6Am - mN 7,MD 20 2492E bM=4 4®3A84 5915E an 2, ; v ®,287 Mn 2s1,B99 3 A6 33i160 105.212 26% 26 l 62,426 0 O% indla 16223ASI S 5M550 5 32263.190 5 8.i62 6 S 2 S 3A "6 5 0 5 ➢ V46 PJa6