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