Loading...
Proposal - Desert Concepts Construction, Inc.Desert Concepts Construction, Inc. TRANSMITTAL —TABLE OF CONTENTS DATE: February 10, 2025 ENCLOSED FIND THE FOLLOWING DOCUMENTS FOR THE RFP — ON -CALL PUBLIC WORKS CONCRETE MAINTENANCE SERVICES Project No. CLQ001162025. Table of Contents 1. Cover Letter A. Contractor's Background, Qualifications, and Experience a) Number of Years in Business b) Taxpayer Information c) Number of Years Performing Concrete Projects D. Background Information and Qualifications Summary a. Mission Statement b. Key Personnel c. Business Ownership and Incorporation d. Parent Company Information e. Equipment & Maintenance f. Traffic Control Measures g. Proposed Personnel h. Certifications 2. References of California Government Agencies 3. Complete Pricing List/Fee Schedule 4. Subcontracting Services 5. Disclosures 6. Acknowledgement of Insurance Requirements 7. Non -Collusion Affidavit 8. Acknowledgement of Addenda Page 1 of 1 Desert Concepts Construction, Inc. 1) Cover Letter City of La Quinta Attn: David Eastlick Public Works Superintendent 78495 Calle Tampico La Quinta, CA 92253 Regarding: Request for Proposals for Project No. CLQ001162025 On -Call Public Works Concrete Maintenance Services Dear David Eastlick, First, thank you for the opportunity to submit this proposal for Project No. CLQ001162025 On - Call Public Works Concrete Maintenance Services (Project). We have evaluated the requirements of this Project per the Request for Proposals for Project No CLQ001162025 (RFP CLQ001162025), and we comprehend the goals, work constraints, budget constraints, and project schedule challenges that must be addressed through sound design and practical field experience that our team will bring to this project. Over the past 35 years, Desert Concepts Construction, Inc. (DCCI) has collected a plethora of construction experience from concrete, paving, public works utility installation, to electrical, landscaping, and masonry. Having all of these trades in-house allows DCCI to self -perform the work and provide a fast response to any emergency field repairs that may arise throughout the life of the project. Along with this in-house capability, DCCI also owns a lot of specialty equipment that ultimately allows us to have full control of the project & schedule. Desert Concepts Construction Inc. is located at 79-775 Ave 40, Indio, 92203 and is a locally owned and operated business with several hundred employees located in the Coachella Valley. In order to provide efficient, reliable, and quality service, to our customers, we are licensed in several classifications. In response to RFP CLQ001162025, we have submitted an electronic pdf submission via email to the City of La Quinta Attn: David Eastlick. All prices quoted in response to this RFP CLQ001162025are valid for 90 days. Individuals performing work as requested are free of any conflict of interest. Desert Concepts has no civil, or criminal, or pending investigations, no prior or ongoing agreement failures, and/or negative history to report. We recognize the critical nature of this project and commit Desert Concepts' resources to ensure that City of La Quinta's schedule and budget constraints are met. Desert Concepts Construction, Inc. Nate: Prices subject to charge upon DIR mandatory increases, these rates do not include overtime rates. Thank you For the opportunity. Sincerely, lio Ca ro re ' ent DESERT CONCEPTS CONSTRUCTION, INC. CORPORATE OFFICE: 79-775 AVE 40, INDIO, CA 92203 Ph: (760) 200-9007 Fax: (760) 200-9014 E-Mail: mail @)desertconcepts, net CONTACT: Julio Castro Desert Concepts Construction, Inc. A) CONTRACTORS BACKGROUND, QUALIFICATIONS AND EXPERIENCE Established in 1989, Desert Concepts Construction, Inc. (DCCI) is a civil general contractor, construction and landscape management firm based in Indio, California. With an aggregate bonding capacity in excess of $15 million dollars, DCCI is recognized as one of the most qualified maintenance and sitework contractors in Southern California. Building over the years DCCI has acquired new accounts and has been able to network with a variety of engineering companies enabling DCCI to grow and become a leader of maintenance, landscape maintenance, landscape construction, construction and civil site work in the Southern California desert area. The driving force behind this type of dedication to remain an industry leader is by pioneering new technologies and construction techniques. DCCI completes multiple large-scale commercial projects each year. Dealing mainly in Public Works and HOAs delivering large-scale projects with difficult tasks, conditions and schedules. DCCI executes projects through a variety of delivery systems, ranging from traditional contracting arrangements to turnkey design -build and CM/GC project execution. Typical projects include Annual HOA and Public Works Maintenance Contracts, Landscape Construction, Reconstruction, Underground utilities, Commercial and Industrial Site Developments, Asphalt Paving, and Improvement and Upgrade Projects for School Districts, Cities, and Municipalities. a) Number of Years in Business: 35 years in business b) Taxpayer identification number: 56-9307703 a. DIR identification number: 100006619 b. CA Contractors License No. 849837 Classifications: A, B, C8, C10, C16, C23, C27, C36 i. A Engineering ii. B General Contractor iii. C8 Concrete iv. C 10 Electrical v. C16 Fire Suppression vi. C23 Welding vii. C27 Landscaping viii. C36 Plumbing c) Years Performing Concrete Projects: 19 years Page 1 of 6 Desert Concepts Construction, Inc. Dj BACKGROUND INFORMATION AND QUALIFICATIONS SUMMARY a) Mission Statement: DCCI's business philosophy is dedicated to trusting relationships, excellent service, workmanship that has enduring character and ,meeting ar exceeding customer expectations every time. DCCI is defined by its people - honest, experienced, safety canscic+s, professional and hard-working, DCCI team members form collaborative relationships with owners, developers, design teams, subcontractors and others to assist in delivering the most desirable and economical solution to the construction goal, reinforcingthe company's reputation for superior workmanship and performance, b) Key Personnel: a. Julio Castro — maildesertconcepts.net 35 Years Experience Jab Oescri►ation President f General Manager f Owner. Plan, organize and develop short and long-range objectives for the company. Develop supervisors and work teams to efficiently and effectively secure, plan and complete jobs. Ensure tabs are completed with the highest level of quality passible. Direct and oversee estlmatir►g, marketing and sales staff. b. Pedro Laaiza—Ploaizadccftgm@1I.com Superintendent / Administrator 26 Years Experience Job Description Project Superintendent. Coordinates subordinates, vendors, purchasing entity representatives, material suppliers and work crews to initiate and coordinate projects encompassing construction infrastructure, concrete, asphalt paving, Pipeline, and civil sitework. Oversee projects from inception to completion. c) Business Ownership and Incorporation a_ Owners: i. Julio Castro, President, and Regirfa Castro, Vice President ii. 5ilviano Castro, RHO and Eloy Ochoa, RMO b. Incorporation. Incorporated in California on December 241'', Z002 Page 2 of 6 Desert Concepts Construction, Inc. d) Parent Company. N/A— Desert Concepts Construction, Inc. is not a subsidiary of a parent company, e) Equipment & Maintenance: a. Desert Concepts Construction, Inc. is. unique. In the fact that we also are active in General Constructions of schools, water districts, cities and municipalities. We awn our awr fleet of commercial grade equipment including dump trucks, tractors, excavators, wheel loaders, tract loaders and most types of equipment to fulfill most types of construction & landscape projects, and landscape maintenance needs. We can self -performs with our own equipment anything from street grading and paving to general buildirig construction. Page 3of6 Desert Concepts Construction, Inc, M-7- Desert Concepts Construction, Inc. f) Traffic Control Measures: a. As a maintenance contractor, our primary goal when implementing a traffic control plan (TCP) is to meticulously assess its effectiveness in ensuring the safety of both road users and our employees. We have certified Traffic Control Flaggers and a certified Traffic Control Technician and in the process of certifying additional members of our team. We scrutinize various aspects including traffic flow management, emergency response access, and the clarity of communication to identify any potential risks, inconsistencies, or deficiencies before the plan is implemented. This comprehensive process is crucial as it minimizes disruptions and congestion, facilitating efficient traffic management throughout the project or event. By meticulously examining the TCP, we aim to promote a seamless execution that fosters a safer and more organized road environment. Ultimately, our commitment to thorough review and implementation contributes significantly to the overall success and safety of our employees. g) Proposed Personnel: a. Supervisors i. Julio Castro: 39 years Landscape Maintenance experience. 1. Oversees 12 accounts ii. Pedro Loaiza: 26 years construction, masonry and concrete construction and maintenance experience. Page 5 of 6 Desert Concepts Construction, Inc. 1. Oversees 4 accounts iii. Orlando Castro: 20 years construction, landscape and concrete construction and maintenance experience. 1. Oversees 4 accounts iv. Ian Castro: 6 years general construction experience 1. Oversees 1 account h) Certifications: a. Riverside County Pest Control Business License No. 35960 b. California State Pest Control Applicators License (QAL) i. Emilio Hernandez (QAL #13833) ii. Julio Castro (QAC #83778) c. Certified Arborist: i. Julio Castro d. Certified Landscape Irrigation Auditor (CLIA) i. Silviano Castro e. IQ4 System Certified: i. Mario Castillo ii. Dario Rivas iii. Rafael Medina f. Certified Flagger i. Mario Castillo g. Certified Traffic Control Technician i. Mario Castillo Page 6 of 6 El c In it C 0. d V d ti o v C. CL 0 Lj t 0r■� Ln LU ' V V Vl m i.F S.F fI-J, fJ G] u V} T J..L Ln ato t1 C7 u 4 LO r o 00 hoc •tea yam} y N cn L 1 4�l<l to .0 s3 > > k > > y EJ bfJ d UC R w p 41 ► mot D, 7 L) �' U -3 L) w U ) 1�-1 a `L � rl C O ' ao � r.5 C� G oa rry I�D En CV C'W f' I f,! a! O O O to N cd CJS o 5 Q3 p �. C' ii p O G O d G E t9j 4 yyyy y -r. F. C C u 0➢ . U Lr-; L� J ' `d 6F N 'Q Ed N 67 CJ d1 7 0 0 di M C k � •� � O � O O - di CJ r� Q U CL u d otl e�i p rr m ri "' asa b 1~ U�rs d a [I: fern C> n :O r+y rn r'l f"'i eM7 7 rG�l r�iY} COJ7 4v}y r+d��ly m Yr �! ❑ V6 th .Y ❑ O > ❑ >�+ O Q S%k 04 C3 ; -1l 0 oo h;A ��5 I� V rrt I� V n rr�� Fr V y�� F-M� ICI L.f ff d. V CL01 4 4 CL C t'wl is'. Q O G � c a+ CL �1 Un IL z CyV ~ z1.4 0� V � 44 E L.EJ " 5 ❑ ~ Y t Q V U g Lri V ID i Ln O � A � GO rr_ x 1 rd � o�c IE �4vy5, L � 'w .0 �.F Ill e N ` 00 1 A Q Y OC' zy 1 I 'F W} u v ` O m 5 as w '� vi❑ v= FC v" U. a U d 0 o 4r. �+ ZD Lr: c C oa o o ago — ao kl Iri og iY e7 Y� y oc, cc ri ate, rr5 ,ry — '34 r'1 69 b9 69 CA `fi j E�#9 g N 4 nl 0 Cy C, o C r4 a; CD t-4 +ems ri , — ti6 06 Lr7 Icy �4 p La ej Lb rn p 53 ,� 3 �. a , u o tu r�1~ Ln 1 Ly of Ucr vi O dfu IM ti gm R C eG 4q 13-I to Q p C 4 E [J pp ,' C? O > C M- ^� L." b 41 r ai G C } ib R� p Si 12 ' N � 4] 4 U 144 C G, '�y1�y R' _ 41 49 ' b�, [G� R 3 C7 W V1 4J = 17 cy u d Cf U= 0 ch 4Cy W v {ytu {J Ir, 2 E _ 'C3 rn U s G Y er r+ rh El Cyyr Le) CI ° L) � CL o y C v ay o v � ae m 'o m � ' Er t 0 c tu Y v c�a U 77 V7 � d q�Y F� 7 ri cn a. ul CL, X C! Gam. G � L U M FBI � v E 3 C i G7. CL L V- IWl u F J ZLLI O E WU � a O G ob G r� ❑ Ni �'� 51 Wit+ t3 ry sr— sx r�i 4 ti oo L} +PY 1 r,r, ti} rr, rfa M5 M o0 Lp {G ly SG ~I = (/) '� OG 00 --a 00 .p C7 G L,, V t er oo w U ao + Q OG U O4 "F !} fl0 � A r` �_ Q d r kO 71 Iti .2 12 't; :5 m 7 P} 'i C C E u r a r p C+ ii n n v R 0n F" A U A r a a- � �r c c � cr y a � co o c o $ c o O G dm a� 7 4 C CC C d LD 4 b O s1 O^ or] C'J ari rry L', r— Ln t} Vl ct r•y F'+ F+ +G C] C7> C� P G3 G 00 4Q b oc 03 'u7 i= 00 a O. m G N J ed S3 b0 .4 n q cis P+ n 3 ° sn w �'+ G `fie Lh a L. C ^ 71 vi Fn O T T. e� C7 -. Oda O 4 O C 2 .acl 44 A U — C) P� a �- R. ... cn e CL cn : y iw A tIJ Vi CIJ tn 00 Q Li u AEn ro -1 4F c U �. f=. D W, rI? �+ O C nj a7 Ln nU t ,V C L ' 4. off' N -0 rl A G4 ed Sr, ++ � A L N =+ .� CIF O o'�tl aC q px d Tr in M U to r4 4. N z LU 0 V- Ur W W LU w C.7 G i n � T R ^J G D NGo T ry r4DO ro ra � 'O DO 44 ,A � � Li ej Ln r' $ G Ica Ln cd Jn a x air 0.5C V d aj U�4'i d , CD Co 0 O 0 0 0 0 o o 0 rl � Dc r•y} V) V, 6-3 E�1 f4 rn rn 00 twa 44 w e +�J '� C vi U, E.F i J AJ c� iC CJ co N ..f F b N F ej I u O #oa w O # Cy p = O # < ,- w CL C > p on Y rtt u R C 8 to ED Ed d� v: P- n w � l g vz u L 1 V, E LIS y b` CL DESERT CONCEPTS C 0 N S T R U C T 1 0 N' . 3. COMPLETE PRICING LISTYEE SCHEDULE 79775 Ave. 40 Indb. CA $2203 ptlone: (760) 2M-9067 Fax: (78012QD-9014 EmAll: rnai1@desertcrync5BpJs.get Llo. *49837 f LAR #10ooQoa�il9 • Work Performed will be billed per the below fee schedule - Al I prices shall include all labor, ninteriais, supplies, and equipnwnL required to perform the work, as well as disposal tees. ■ Assume all new concrete to be 3,250 psi unless noted athe rwi;sc. ■ AI I work shall be to applicable coder and w It satisraoden of the City. h CSLB: 849ti37 etas$; &, B, CS, Ct0, CM C23. C27, Cif ■ Prices include Prevailing Wages and are subject to change upon VIR maada[M increases. These rakes do not incude overtime rates. Line # Description i)FS ices Unit Plice Unitofmeasure I 14linimunt 2 Each call will be charged a minimum uf$2,500-00 per individual site location 5 2.500.00 Per Location 3 Conixete Flatwork 4 Construct 4" thick #laiwark (0-500 5 . FL) S 13.00 Per 5 . Ft. 5 Construct 4" thick flatwork (501-1500 5 . FL) S 12.75 Per 5 . R. G Construci 4" thick llatwork 1501-3000 S . Ft.) $ 12.6 FCC 5 . Ft. 7 Cixi91rLLC1 4" thiA 0atwxk 3001-5000 St . Ft.) S 12.60 Per S , Ft, S Construct 4" thick flatwork 5001 5 . Ft_ and over) 12.50 Per S , CL 9 Construct 6" thick llawark (0-5N 5 - Ft-) S 15.00 Per S . Ft_ 10 Construct 6" thick flatwtA (501 - 1500 5 - FL S 14.75 Per S . Ft_ I I Construct 6" thick flatwork (1501-30DO 3 - FL) S 13.65 Per S . R. 12 Construct 6" thick flatwork (301i I -5000 5 . Ft,) $ 13.60 Per 5 . Ft. 13 Construct 6" thick llat}vack- 5001 S . Ft. and overt $ 13.50 Per 5 . Ft. 14 Removal of Concrete r1aLwork 15 Removal of 4" thick flatwork (0-500 5 . Ft.) S 8.00 Per S . FL 16 Removal oF4" thick flatwork i01-1500 8 - FL. -% 7.75 Per S . Ft. 17 1 RemovaI of 4" thick flatwork (1.501-30M 5 . 1Ft-) S 7.70 Per S . Ft. IS Removal of 4" lhA flatwork (3001-5000 S . Fu) $ ].Grit Per 5 . Ft. 19 Removal of 4" thick flatwork (500 t S . FL and ever) $ 7.50 Per 5 . Ft. 20 Remaval ofb" thick 41atwork (0-500 5 . Ft.) $ 10.00 N1 S .rt. 71 Rernuval 0' 6" lhif:k flatwork 501-1500 5 . Ft.) $ 9.75 Nr S , Fur 22 Removal of6" ihic'k flatwork 1501-3000 5 . Ft. S 9.65 Per 5 , Ft. 23 Rernavtll of 6" thick flatwork 15011-5000 S _ Ft.) $ 9.60 Per S . FL 24 Removal of 6" thick flatwork 3001 S . FL -and aver S 9.50 Per Sq Ft_ 25 Sate C u L I ing 4" thick Concrete 5 5.50 IS Per Ln. Fr. 26 Saw Cu Li ing 6" thick Concrete 0.50 Per Ln. Fr. 27 Maw 5trips/Cu rbs and Curb & Gatteri 28 4" wide x 4" deep concrete based on Iincar Faut $ 2Z00 Nr lull. F1. 79 lConstruct curb & gutter 0-500 1. Ft.) $ 57,00 P.,r Ln. FL. 30 Con3tr,uct curt} & y1trr (501 F.n- Fr and over) 5 50.00 Per Lu. IL. 31 Pemaval of curb & gutter S 37.00 Per La. Ft. 32 Construct cross gutter 0-500 Ln- FL. S 27.50 Per S . Ft_ 33 Construct cross guner (501 Ln. Ft- and over) $ 25.00 Per S . Ft_ 34 Removal of crass gutter S 12.00 Per S . Ft. 35 Pedestrfan Ramps 36 Pedestrian Ranip Installation $ 7 500.00 Each 37 Concrete Bollards 38 Permanent; 6" length x 6" dianWer, 4' above grade level, Meet pipe 1)4" thick, filled with concrete, installed S 1.6110.{}0 each Page I of 2 75775 AVe_4U DESERT CONCEPTS CON STIZU CT ION... 3. COMPLETE PRICING LISTIFEE SCHEDULE Indio. CA 9220 Plwna: C760 j 7flti-9ad7 Fax: VR) 200-9614 Erraii: rnakodeselicnnceplti_net Lc. P0490971 D IR 4100OW611% • Work Performed will be billed per Lhe below €ee schedule. • A11 prices shall include all labor. materials, supplies, and equipment mquired to per€ami Lbe work, as well as disposal Fees_ * Assume all new concreie to be 3,250 psi uuless Hated tstbt-rwise. All work ~hall be to Applicable codes grid to the satisfaction of the City. • CS1112: 84017 eluss- A, B, C8, CIO. C16, C23, C27, C36 ■ Prices ino] ude Pre valling Wages and are subject Ltr change upon T?lR mandatory increases. These rates do an incude overtime fales. Line# DON U1iRL10nul'Scrvocdtc l_lniIPrice Unit or measure 39 Removable: T Ieugth h 6" diameter whit past 3' long, 3' concreLed below grade level with locking hasp io hold pUSL in T1ta a but al low iI Iv b� lucked in place flr rrnurvcd. inwlallyd S 1500.{}f1 Each 40 Concrete Vwults 41 Various sires based on ctrbic Foot S 80.00 Per Cubic FL. 42 Retention Walls 43 Various sues based on cubic focii S 80JOG Per Cubic Ft. 44 C'oncrete & As halt C'nrin 45 CuHu 6" diameter 5 250,40 Per Tale 46 C odri 12" di:amaier S 430.0 Per Hole 47 Grin 18" Cliarortrr S 700.UG Per Hole 48 Corio 24" diarnelcr S 1,5DO.DG Per Hole 49 As 1lr.11t 54 AC Pavement satin Cutting and Removal S a DG Per 5 . Ft. 51 Placement of AC Pavement, 3" thick {Tied S 10_75 per S . Ft. 52 Aggregates 53 C1Ei-611 bay p Ia"mviit ant! coal acrian - 4" S 75.00 Per Cubic Yd. 54 Cris II ba;.e p Iac u Tien and wm aetiun - 6" S 85.0 Per Cubic Yd. 55 Placement c,f 2" (travel ltoi 1k S 45,1)O Per Ton 56 Sleevin 57 d5 PVC Sch 40 Sleeves - 2" 5 7�.DD Per Ln. Ft. 8 PVC Sch 40 Sleeves - 4" S 82M Per Ln_ PL. Page 2 of 2 Desert Concepts Construction, Inc. 4) SUBCONTRACTING SERVICES A. N/A a. Desert Concepts Construction, Inc. will not be subcontracting any portion of the Scope of Services. 5) DISCLOSURES A. N/A a. Desert Concepts Construction, Inc. has no civil, or criminal, or pending investigations, no prior or ongoing agreement failures, and/or negative history to report. Page 1 of 1 aGv ��u 3a I OR t+i., ATTACHMENT 2 INSURANCE REQUIREMENTS ACKNOWLEDGEMENT Mast be executed by pfoposer and submitted with the proposal Julio Castro (name) hereby acknowledge and confirm that Desert Concepts Construction, Inc. (name of company) has reviewed the City's indamnaficaficn and rninimurn insurance requirements as listed in Exhibits E and p of the City's Agreament for Contract Services (Attachment 1); and declare that insurance certificates and endorsements verifying compliance will be provided V an agreement is awarded. I am President (Title) of Desert Concepts COnAructiun, lnc. (Company) Commercial General Liability (at least as broad as ISO GG 0001) $1,000,000 (per occurrence); $2,000,000 (general aggregate) Must include the following endorsements: General Liability Additional Insured General Liability primary and Noncontributory Commercial Auto Liability (at least as broad as ISO CA 0001 ) $1,000,000 (per accident) Personal Auto Declaration Page if applicable Erfcrs and Omissions Liability $1,000,000 (per claim and aggregate) Worker's Compensation (per statutory requirements) Must Include the following endorsements: Worker's Compensation 1 aiver of Subrogation Worker's Compensation Declaration of Sole Proprietor if applicable Page 9 of 11 NON -COLLUSION AFFIDAVIT FORM Must be executed by proposer and submitted with dhe proposal Julio Castro Al Ili -KNI 5 - ATTACHMENT 3 (name) hareby declare as follows: i am President of -Desert Concepts Construction, Inc, (Title) (Company) the party making the foregoing proposal, that the proposal is not mace in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation: that the proposal is genuine and not collusive or sham; that the proposer has not directly or indirectly induced or solicited any other proposer to put in a false or sham proposal, and has not directly or indirectly ccfluded, conspired, connived, or agreed with any proposer or anyone else to put in a sham proposal, or that anyone shall refrain from proposing; that the proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference witfi anyone to fix the proposal price of the proposer or any other proposer, or to fix any overhead, profit, or cost eIernent of the proposal pricer or of that of any other proposer, or to secure any advantage against the public body awarding the agreement of anyone interested in the proposed agreement; that all statements contained in the proposal are true; and, further, that the proposer has not, directly or indirectly, sLibmitted his or her proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative hereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal. I declare under penalty of perjury under Is la s of the State of California that the foregoing is true and correct. Proposer Signature: Proposer Name: Julia C tro Proposer Title: Presid nIl Company Name: Desert Concepts Construction, Inc. Address: 79775 Ave 40, Indio, CA 92203 Page 10 of 11 ta Qw�Kr(v CI417koiLN IA �. ATTACHMENT 4 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA Must be executers .by proposer and submitted with The proposel; If no addenda has been issued, mark "NIA"under Addendum No. indicating Not Applicable and sign ADDENDUM NO. I SJGRATURE INDICATING iil a Page 11 of 11