Loading...
CT&T Concrete Paving Inc.SECTION 1200 BID DATE. 3/25/25 The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2024-05 and CDBG Project No. 4.LQ.50-24, Citywide Miscellaneous ADA Improvements, and will contract with the City, on the form of Contract provided herewith, to do everything required for the fulfillment of the contract for said work at the prices and on the terms and conditions herein contained. We have included the following items and agree that they shall form a part of this bid: SECTION TITLE 1200 Bid 1210 Bid Schedule 1220 Bid Guaranty Bond 1230 Certification of Bidder's Experience and Qualifications 1240 Proposed Subcontractors 1250 Non -Collusion Affidavit 1260 DIR Project Vendor Information 1270 Iran Contracting Act of 2010 1280 Russian Aggression Against Ukraine Sanctions 1290 B-4 Certification of Bidder Regarding Non -Segregated Facilities (Required for all Projects) 1290 B-7 Bidder's Certification on Federal Contract Requirements (Required for all Projects) 1290 B-8 Questionnaire Regarding Bidders (Required for all Projects) 1290 B-9 List of Subcontractors and Suppliers (Required for all Projects) We acknowledge that the following addenda have been received and have been examined as part of the Contract Documents. Bidders must be on the Plan Holders List with the City of La Quinta in order to receive addenda. Addendum # Date Received Initials 3/18/25 Bid 1200-1 Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY CT&T Concrete Paving Inc. Name of Bidder 61• . • :111 Bidder's Telephone Number If our bid is accepted, we agree to sign the contract without qualifications and to furnish the performance and payment bonds and the required evidence of insurance within 10 calendar days after receiving written notice of the award of the contract. We further agree, if our bid is accepted and a Contract for performance of the work is entered into with the City, to so plan work and to prosecute it with such diligence that the work shall be completed within the time stipulated. CT&T Concrete Paving Inc. Name of Bidder 324 S. Diamond Bar Blvd, PMB 275, Diamond Bar, CA 91765 Bidder's Address 875627 Contractor's License No. Bidder's Telephone Number jose.cttinc@gmail.com Bidder's Email Address 04/30/2026 Contractor's Expiration Date California State of In ration ignature of Bidder Witness Jose Carvajal Printed Name of Signatory President Title of Signatory Title of Witness Bid 1200-2 SECTION 1210 BID SCHEDULE PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 To Whom It May Concern: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for Project No. 2024-05 and CDBG Project No. 4.LQ.50-24, Citywide Miscellaneous ADA Improvements, in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of the Base Bid Area plus all additive alternates. Unit prices in each and every case represent the true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. We acknowledge that unbalanced unit prices shall be sufficient cause for the rejection of our bid. Bid Schedule 1210-1 BASE BID — CITYWIDE MISC. ADA IMPROVEMENTS — NAVARRO PLAZA Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $ ,��3 $ ia, Sao 2 Traffic Control 1 LS $ 3, a S $ 3 Dust Control 1 LS $ ti, oS L $ ti, o S z 4 Earthwork 1 EA $ 51 3 $ S, - -1 3 5 Sawcut, Remove, and Dispose of 20 LF $ $ ExistingCurb Z `� " 6 Sawcut, Remove, and Dispose of 855 SF $ "1 $ S, Sti L 9S Existing Sidewalk and Ramp 7 Construct Sidewalk per City of La 845 SF $ 3. $ 3, 131. 11 Quinta Std. No. 240 Mod. Construct Concrete Curb Ramp per 8 City of La Quinta Std. No. 250 Mod. 1 EA $ �� } (� $ }� per Plan, Case B (Including Curb t along Ram Full Depth Grind Asphalt Concrete 9 Pavement (3" ), Compact Existing 35 SF $ $ Base, and Variable Overlay (Y — 4" Grade Parkway, Remove, Modify, 10 and Replace Landscape, 1 LS $ 2 130 $ 2- 3 o g Hardscape, and Irrigation in Kind to Furthest Extent Possible 11 Signing and Striping, Including All 1 LS $ -� �v7 $ =�, Incidentals Total Amount of Bid Items 1 —11 $ 5'/7/o'-70 Bid Schedule 1210-2 City may award all or none of the following additive alternates: ADDITIVE ALTERNATE NO. 1 - AVENIDA LA FONDA SPEED TABLES Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $ )2- / LUka $ I L1 ?� 2 Traffic Control 1 LS $ �j� �5--� $ `7 / S S` 3 Dust Control 1 LS $ $ Z/, !i" a 6 4 Sawcut, Remove, and Dispose of 90 LF $ . g $ 21 3 a a. Existing Curb; and/or Curb & Gutter 5 Sawcut, Remove, and Dispose of 785 SF $ f)-9( $ 9 179 3S Existing Ramp and Pavers 1 6 Construct Sidewalk per City of La 450 SF $ 1 1 ��, $ �,3 Quinta Std. No. 240 Mod. Remove and Dispose of Existing 7 Roadway Section to Depth 750 SF $ `� • �� $ 32S Required 8 Construct 5.5" Asphalt Concrete 460 SF $ Z 2 • ii b $ ! b, over 6.5" Aggregate Base Construct Two (2) Concrete Speed 9 Tables (Including All Concrete 1 LS $ $ Work, Aggregate Base, Grading, Rebar, and Conduit Furnish and Install Truncated Dome 10 Concrete Tile per City of La Quinta 75 SF $ $ 215-q Std. 250 Mod. Remove, Regrade, and Reset 11 Sidewalk Pavers Per City of La 275 SF $ q� $ 2/c.{S-� S` Quinta Std. 206 Salvage to City Existing Pull Box 12 and Furnish and Install New No. 6 1 EA $ 3(7 , C)0 $ s� i Pull Box per Caltrans Std. Plan ES- 8A Grade Parkway, Remove, Modify, 13 and Replace Landscape, 1 LS $ 1-1135"0 $ q, 3 Sv Hardscape, and Irrigation in Kind to Furthest Extent Possible 14 Signing and Striping, Including All 1 LS 1"+cj $ �'''` Incidentals Total Amount of Additive Alternate Bid Items 1 -14 ,;t92- 8� Bid Schedule 1210-3 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures): GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words): Ayy-,%a►'LPL wA jl't4k do I lc4 fS li 5 P vc+q y t..e h 117S Bid Amount of each of the above Bid Items must be filled in and completed. It is understood that the quantities shown hereon are but estimates and the bidder is responsible to verify quantities prior to submitting a bid. Final payment will be based upon actual work pe75AXII d��t to such adjustments and alterations as elsewhere provided herein. Signature of Bidder (Ink) Name of Bidder (Printed or Typed) qC)<J) c�-2C1— ?->0v ex}_ 10'Z Bidder Telephone Number Bidder Email Address Bid Schedule 1210-4 SECTION 1220 BID GUARANTY BOND PRINCIPAL, and Contractors Bonding and Insurance Company, as SURETY, are held and firmly bound unto the City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made to the City to which said bid was submitted, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal has submitted the above -mentioned bid to the City, for certain construction specifically described as follows, for which bids are to be opened at La Quinta, California. PROJECT NO. 2024-05 AND CDBG PROJECT NO. 4.LQ.50-24 CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him/her for signature enters into a written contract in the prescribed form, in accordance with the bid, and files two bonds with the City, one to guarantee faithful performance, and the other to guarantee payment for labor and materials as required by law, and provide certificate of insurance coverage required by the Contract Documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands on this 24th day of March 2025. CT&T Concrete Paving, Inc. Contractors Bonding and Insurance Company Jose Carvajal - President / Secreta Title of Signatory SignatiAll Principal 324 S. Diamond Bar Blvd, PMB 275, Diamond Bar, CA 91765 Address Emilie Young, Attorney -in -Fact Title of Signatory pn� h Signature of S r ty 9025 N. Lindbergh Drive, Peoria, IL 61615 Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On, i4a4 Z-I.1,n -z S before me, Daniel A. Butler, A Notary Public ere !risen name ancl title ot t e o icer personally appeared -105,c et 1 - who proved to me on the basis of satisfactory evidence to be the person(s) whose name(&) is re subscribed to the within instrument and acknowledged to me that K i he/they executed the same in Is er/their authorized capacity(ies), and that by Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(* 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. DANIEL A. BUTLER WITNESS my hand and official seal. ,- r, Commissionit2402807 Notary Public - California ~ Los Angeles County My Comm. Expires May 2, 2026 Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other www.NotaryClasses.com 800-873-986.5 INSTRUCTIONS FOR COMPLETING THiS FORM This form complies with current California statutes regarding notary wording and. rf needed, should be completed and attached to the document. Acknowledgments from other states mad• be completed for documents being sent to that state so long as the ivording does not require the California notary to violate California notary Tmv. • State and County infonnation must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forts (i.e. fie/she/they- is lave ) or circling the correct forts. Failure to correctly indicate this information may lead to rejection of document recording. • T1ie notary seal impression must be clear and photographically reproducible. bnpression must not cover text or lines. If seal impression smudges, re -scat if a sufficient area permits, otherwise complete a different acknowledgment farm. • Signature of the notary_ public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer, if the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. ARIZONA NOTARY ACKNOWLEDGMENT State of Arizona County of Maricopa On this MAR 2 4 2025 before me Danielle Hanson personally appeared Emilie Young [Name of Signer] [Name of Notary Public] whose identity was proven to me on the basis of satisfactory evidence to be the person who he or she claims to be, and acknowledged that he or she signed the above/attached document. DANIELLE IRIS HANSON a e ° Notary Public - Arizona ° Maricopa County w Commission # 653538 d8 ?o My Commission Expires August 11, 2027 (Seal) [Affix Seal Here] Witness my hand and official seal. )"' -e--- Signature of Notary Public POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Yung T. Mullick, P. Austin Neff, Irene Luone Emilie Young Danielle Hanson Christine Woolford Alexander R. Holsheimer, Thao Luu, Joseph P. McGradv, joints or severely in the City of Mission Viejo , State of California its true and lawful Agent(s) and Attorney(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25,000,000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company an&or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Sr. Vice President with its corporate seal affixed this 27th day of September , 2024 . AN D,ysGCC.. •:9{t 4��, m �Q OORPOAgrF -`0¢:•"o y' SEAL = SEAL ,_ OJ 'r2 State of Illinois "11NO'S �� L 1 N O�`'.` SS County of Peoria On this 27th day of September 2024 , before me, a Notary Public, personally appeared Eric Raudins , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. /1 By: ( . `�. Jill A. Scott Notary Public 1 JILL A SCOrT Notary Pubic �- State of Ohio o My Comm. Expires y - •sj-»- o Seote^tber 12. 2025 RLI Insurance Company Contractors ng and ln�nce Company By: G Eric Raudins Sr. Vice President CERTIFICATE 1, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable: and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, 1 have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding and Insurance Company this 24th day of March , 2025 . RLI Insurance Company Contractors Bonding and Insurance Company By: 944nL-A a -�C*- Jeffrey DUADCorporate Secretary 0456659020212 A0058D19 SECTION 1230 CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS The undersigned Bidder certifies that he is, at the time of bidding, and shall be, throughout the period of the contract, licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California, to do the type of work contemplated in the Contract Documents. Bidder shall further certify that it is skilled and regularly engaged in the general class and type of work called for in the Contract Documents. The Bidder represents that it is competent, knowledgeable, and has special skills on the nature, extent, and inherent conditions of the work to be performed. Bidder further acknowledges that there are certain peculiar and inherent conditions existent in the construction of the particular facilities, which may create, during the construction program, unusual or peculiar unsafe conditions hazardous to persons and property. Bidder expressly acknowledges that it is aware of such peculiar risks and that it has the skill and experience to foresee and to adopt protective measures to adequately and safely perform the construction work with respect to such hazards. The Bidder shall list below four (4) projects completed in the last seven (7) years of similar size and complexity that indicate the Bidder's experience as a General Contractor. 1. Project Name: CDBG ADA Curb Ramps FY24-25 Owner: City of Ontario Construction Cost: $ 175,000.00 Construction Time: 12/14/24 - 1 /10/25 Owner's Representative: Owner's Telephone No.: Daniel Leon 909-395-2632 Date of Substantial Completion: 01 /10/25 Calendar Days 2. Project Name: Citywide Sidewalk Improvements, CIP R-24 Owner: City of Beaumont Construction Cost: $ 428,355.00 Construction Time: 06/24/24 - 08/16/24 Calendar Days Owner's Representative: Dustin Christensen Owner's Telephone No.: 951-572-3192 Date of Substantial Completion: 08/16/24 Bidders Experience & Qualifications 1230-1 3. Project Name: FY 23-24 ADA Curb Ramp Installation - CDBG Owner: City of Rancho Santa Margarita Construction Cost: $ 128,199.75 Construction Time: 01 /15/24 - 01 /19/24 Calendar Days Owner's Representative: Wilson Leung Owner's Telephone No.: 949-635-1800, ext. 6506 Date of Substantial Completion: 01/19/2024 4. Project Name: FY 22-23 Concrete Improvements Project Owner: City of Monterey Park Construction Cost: $ 1,571,233.00 Construction Time: 08/14/23 - 12/1/23 Calendar Days Owner's Representative: Peter Shiau Owner's Telephone No.: 626-877-1928 Date of Substantial Completion: 12/1/23 Signed this 24th day of March CT&T Concrete Paving Inc. Name of Bidder re of Bidder Jose Carvajal Printed Name of Bidder , 2025. 875627 1000025154 Contractor's License No. DIR Reg No. 04/30/2026 Expiration Date President Title of Signatory Bidders Experience & Qualifications 1230-2 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. gnature of Bidder Jose Carvajal Name of Bidder Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ) ss. County of Los Angeles ) Jose Carvajal being first duly sworn, deposes and say that he or she is President of CT&T Concrete Paving Inc. I the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly sought by contract, 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, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that 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, or paid, and will not pay, any fee to any corporation, partnership, company association, organizaaion, bid depository, or to any member or agent thereof to effectuate a collusive or sharWid. re CT&T Concrete Paving Inc. Name of Bidder President Title 03/24/2025 Date Non -Collusion Affidavit WKINi CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _Los Angeles On,t'.(r Z`d `&1—S before me, Daniel A. Butler, A Notary Public , ere insert name an tille ol t e o icer personally appeared TS e- ef ( who proved to me on the basis of satisfact ry evidence to be the person(-&) whose name(s-) is re subscribed to the within instrument and acknowledged to me that iEe she/they executed the same in is er/their authorized capacity(ies), and that by is er/their 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. WITNESS my hand and official seal. DANIEL A. BUTLER Commission # 2402807 V Notary Public - California Los Angeles County My Comm. Expires May 2, 2026 Nofary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other www.NotaryClasses.com 800-873-9865 INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, if needed, should be completed and attached to the document. Aclmowledgments from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary lair. • State and County information must be the State and County where the document si-ner(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/t13ey- is /are ) or circling the correct forts. Failure to correctly indicate this information may lead to rejection of document recording. • "The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. if the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. SECTION 1260 DIR Project Vendor Information Vendor Information: Name: CT&T Concrete Paving Inc. Address. 324 S. Diamond Bar Blvd, PMB 275 Zip: 91765 Project Manager: Jose Carvajal City: Diamond Bar ST: CA Email: jose.cttinc@gmail.com Phone: 909-629-8000 CSLB/Certification Number. 875627 Public Works Registration No.: 1000025154 Classification: Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum Cement Masons X Drywall Finisher Drywall/Lathers Electricians Elevator Mechanic Glaziers Iron Workers Laborers X Millwrights Operating Eng X Painters Pile Drivers Pipe Trades Plasterers_ Roofer SheetMetal Sound/Com Surveyor Teamster X Tile Worker Prevailing Wages and Payroll: The project is subject to prevailing wage rates and enforcement by the Department of Industrial Relations (DIR). Prevailing wage rates can be obtained at: http://www.dir.ca.gov/Public-Works/Prevailing-Wage.html. html. Contractors and subcontractors on most public Works projects are required to submit certified payroll records to the Labor Commissioner using DIR's electronic certified payroll reporting system. For your convenience, the link for reporting certified payroll is: http://www.dir.ca.gov/Public-Works/Certified-Payroll-Reporting.htm1. A copy of certified payroll, including the names and addresses of employees and/or subcontractors working on the job must be included with invoices submitted to the City of La Quinta. DIR Project Vendor Information 1260-1 Exhibit B-4 Required Bid Form CERTIFICATION OF BIDDER REGARDING NONSEGREGATED FACILITIES Project Name: Citywide Miscellaneous ADA Improvements Name of Bidder: CT&T Concrete Paving Inc. The above named Bidder hereby certifies that: I do not maintain or provide for my employees any segregated facilities at any of my establishments, and that 1 do not permit my employees to perform their services at any location, under my control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, wash rooms, restaurants and other eating areas, time clocks, locker rooms or other dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, national origin, or because of habits, local customs, or otherwise. I further agree to obtain id tigot certifications from all proposed subcontractors prior to t ubcontracts exceeding $10,000. Signatur Name (Print): Jose Carvajal Title: President Date: 03/25/2025 CDBG Required Bid Form 1290-1 BIDDER CERTIFICATION ON FEDERAL CONTRACT REQUIREMENTS Citywide Miscellaneous Project Name: ADA Improvements Bid/Solicitation #: CERTIFICATION: 2024-05 Exhibit B-7 Required Bid Form I hereby certify that I have reviewed and understand the diversified Federal construction contract related requirements imposed on the Contractor(s) of HUD - funded construction projects, including but not limited to the following- 1. The subject project is being financed with Community Development Block Grant funds (24 CFR Part 570); and 2. This project and all related construction contracts are subject to the U.S. Department of Housing and Urban Development's Federal Labor Standards Provisions (HUD 4010 — revised 10/2023); and 3. This project is subject to all applicable laws and regulations as listed in the General Summary of these Special Federal Provisions; and 4. If my bid is $200,000 or more, this project and all related contracts will be subject to Section 3 requirements (12 U.S.C.1701 u); and 5. If the project is $250,000 or more, this project and all related contracts will be subject to comply with the requirements of the Build America, Buy America (BABA) Act (41 USC 8301). CONTRACTOR'S NAME: CT&T Concrete Paving Inc. CONTRACTOR'S LICENSE NO.: 875627 ADDRESS. 324 S. Diamond Bar Blvd, PMB 275, Diamond Bar, CA 91765 AUTHORIZED REPR /Jose Carvajal (Print Name) SIGNATURE: DATE: 03/25/25 CDBG Required Bid Form 1290_2 Exhibit B-8 Required Bid Form QUESTIONNAIRE REGARDING BIDDERS Bidder has been engaged in the contracting business under the present name of CT&T Concrete Paving Inc., since (Date). Present business address is: 324 S. Diamond Bar Blvd, PMB 275, Diamond Bar, CA 91765 Federal Tax ID: 202642225 California Contractor's License No.: Amount of Bid $ 875627 Expiration Date: 04/30/2026 UEI Number: NCEUYHRA56G9 or CAGE Code: 8AG90 Because this project is Federally funded, it is necessary to obtain information concerning minority and other group participation for statistical purposes. The U.S. Department of Housing and Urban Development (HUD) uses this information to determine the degree to which its programs are being utilized by minority business enterprises and targeted group contractors. A minority enterprise is defined by the Federal Government as a business that is fifty- one percent (51 %) or more "minority -owned". Please check applicable box concerning the ownership of your business: ❑ American Indian or Native Alaskan ❑ Asian or Pacific Islander/Native Hawaiian ❑ Black/African American ® Hispanic ❑ White ❑ Hasidic Jews ❑ Other A woman -owned enterprise is defined by the Federal Government as a business that is fifty -percent (51 %) or more woman -owned. Please check applicable box concerning the ownership of your business: ❑ Woman/Female owned ® Male owned A Section 3 Contractor or Subcontractor is a business concern that is more than fifty- one percent (51 %) owned by a low or very low-income person, or over 75 percent of the labor hours performed for the business over the prior three-month period are performed by Section 3 workers. Please check the applicable box concerning the ownership of your business: ❑ Section 3 Business concern IX Non -Section 3 Business concern The United States Department of Housing and Urban Development (HUD) is authorized to solicit the information requested in this form by virtue of Title 12, United States Code, Section 1701 et seq., and other regulations. It will not be disclosed or released outside of HUD without your consent, except as required or permitted by law. CDBG Required Bid Form 1290-3 Exhibit B-9 Required Bid Form LIST OF SUBCONTRACTORS SUBCONTRACTOR FED. I.D.# AMOUNT ADDRESS/PHONE NO. � S�" � le I00-cO 013S3 0 %: 1,C0 1�5 w IS- St At--'sh Ci4,-'i'4F-o--t, NAME OF SUPPLIER ADDRESS/PHONE NO. CONTRACT AMOUNT This form is to be completed and submitted with the bid package. CDBG Required Bid Form 1 29d_q SECTION 1270 COMPLIANCE WITH IRAN CONTRACTING ACT OF 2010 Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.), (a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One Million Dollars ($1,000,000) or more if Contractor engages in investment activities in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is identified on the list of persons engaging in investment activities in Iran prepared by the State of California pursuant to Public Contract Code Section 2203 subdivision (b). (b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that it is not on the list of ineligible vendors prohibited from doing business with the State of California and shall complete the Iran Contracting Act Certification and submit with their proposal at the time of bid. Contractor shall obtain the Iran Contracting Act Certification in the form approved by the State of California, or upon written request to the City Clerk's Office, a copy of the form will be provided to Contractor. Failure by Contractor to provide the certification required by this Section may deem Contractor's bid non -responsive. (c) Nothing in this Section is intended to prevent the City from exercising its rights pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on a case -by -case basis. Iran Contracting Act Certification 1270-1 IRAN CONTRACTING ACT CERTIFICATION Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208), Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with a public entity for goods or services of one million dollars ($1,000,000) or more if the Vendor/Bidder engages in investment activities in Iran. MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS $1,000,000 OR MORE Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public entity contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services ("DGS") pursuant to Public Contract Code section 2203(b) and is not a financial institution extending $20,000,000 or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d). To comply with this requirement, please insert your vendor or financial institution name and Federal ID Number (if available) and complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made, contract termination, and three-year ineligibility to bid on contracts. (Pub. Cont. Code § 2205.) OPTION #1 - CERTIFICATION I, the official named below, certify I am duly authorized to execute this certification on behalf of the vendor/financial institution identified below, and the vendor/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Vendor No i ti (Printed) I Federal ID Number (or n/a) CT&T nc. 1202642225 By (A � � a Anted Name d Title of Person Signing Date Executed Jose Carvajal, President 03/24/2025 Iran Contracting Act Certification 1270-2 OPTION #2 — EXEMPTION Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case - by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please fill out the information below, and attach documentation demonstrating the exemption approval. Vendor Name/Financial Institution (Printed) I By (Authorized Signature) Printed Name and Title of Person Signing Federal ID Number (or n/a) Date Executed Iran Contracting Act Certification 1270-3 SECTION 1280 COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22 RUSSIAN AGGRESSION AGAINST UKRAINE (a) Contractor shall comply with California Governor Executive Order N-6-22 regarding sanctions in response to Russian aggression in the Country of Ukraine, and any implementing guidelines and/or economic sanctions imposed by the United States government in response to Russian actions in Ukraine, as well as any sanctions imposed under California law (collectively "economic sanctions"). Contractor shall comply with all such economic sanctions. By submitting a bid to the City, Contractor agrees to take any and all actions to support the Ukrainian government and people as required by law, including by refraining from new investments in, and financial transactions with, Russian institutions or companies that are headquartered or have their principal place of business in Russia (Russian entities), not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine. (b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall submit a written report to the City on Contractor's compliance with the economic sanctions, and the steps Contractor has taken in response to Russia's actions in Ukraine, including, but not limited to, desisting from making new investments in, or engaging in financial transactions with, Russian entities, not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine as required by law. Failure to submit the report required by this Section may deem Contractor's bid non -responsive. Please include a written report to the City if this section is applicable Russian Aggression Against Ukraine Sanctions Certification 1280-1 EXHIBIT B-4 Required Bid Form CERTIFICATION OF BIDDER REGARDING NONSEGREGATED FACILITIES Project Name: Citywide Miscellaneous ADA Improvements Name of Bidder: City of La Quinta The above -named Bidder hereby certifies that: I do not maintain or provide for my employees any segregated facilities at any of my establishments, and that I do not permit my employees to perform their services at any location, under my control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, wash rooms, restaurants and other eating areas, time clocks, locker rooms or other dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, national origin, or because of habits, local customs, or otherwise. I further agree to obtain identical certi 'cations from all proposed subcontractors prior to the award of subcontracts exceed�,� Signature-,/oe Name (Print): Jose Carvajal Title: President Date: 03/24/2025 Special Federal Provisions 1550-56 EXHIBIT B-7 Required Bid Form BIDDER CERTIFICATION ON FEDERAL CONTRACT REQUIREMENTS Project Name: Citywide Miscellaneous ADA Improvements Bid/Solicitation #: 2024-05 CERTIFICATION: I hereby certify that I have reviewed and understand the diversified Federal construction contract - related requirements imposed on the Contractor(s) of HUD -funded construction projects, including but not limited to the following: 1. The subject project is being financed with Community Development Block Grant funds (24 CFR Part 570); a n d 2. This project and all related construction contracts are subject to the U.S. Department of Housing and Urban Development's Federal Labor Standards Provisions (HUD 4010 — revised 10/2023); and 3. This project is subject to all applicable laws and regulations as listed in the General Summary of these Special Federal Provisions; and 4. If my bid is $200,000 or more, this project and all related contracts will be subject to Section 3 requirements (12 U.S.C.1701u); and 5. If the project is $250,000 or more, this project and all related contracts will be subject to comply with the requirements of the Build America, Buy America (BABA) Act (41 USC 8301). CONTRACTOR'S NAME: CT&T Concrete Paving Inc. CONTRACTOR'S LICENSE NO.: 875627 ADDRESS: 324 S. Diamond Bar Blvd, PM 5, Diamond Bar, CA 91765 4 AUTHORIZED REPRES E/2 Jose Carvajal tint Name) SIGNATURE: DATE: 03/24/2025 Special Federal Provisions 1550-57 01 1 4vCsiatra{L ' Y�t� �' bOtWflCf'gb EXHIBIT B-8 Required Bid Form QUESTIONNAIRE REGARDING BIDDERS Bidder has been engaged in the contracting business under the present name of CT&T Concrete Paving Inc. since 03/24/25 (Date). Present business address is: 324 S. Diamond Bar Blvd, PMB 275, Diamond Bar, CA 91765 Federal Tax ID: 202642225 California Contractor's License No.: 875627 UEI Number: NCEUYHRA56G9 Amount of Bid $ Expiration Date: 04/30/2026 or CAGE Code: 8AG90 Because this project is Federally funded, it is necessary to obtain information concerning minority and other group participation for statistical purposes. The U.S. Department of Housing and Urban Development (HUD) uses this information to determine the degree to which its programs are being utilized by minority business enterprises and targeted group contractors. A minority enterprise is defined by the Federal Government as a business that is fifty-one percent (51%) or more "minority -owned". Please check the applicable box concerning the ownership of your business: ❑ American Indian or Native Alaskan ❑ Asian or Pacific Islander/Native Hawaiian ❑ Black/African American ® Hispanic ❑ White ❑ Hasidic Jews ❑ Other A woman -owned enterprise is defined by the Federal Government as a business that is fifty-one percent (51%) or more woman -owned. Please check applicable box concerning the ownership of your business: ❑ Woman/Female owned ® Male owned A Section 3 Contractor or Subcontractor is a business concern that is more than fifty-one percent (51%) owned by a low or very low-income person, or over 75 percent of the labor hours performed for the business over the prior three-month period are performed by Section 3 workers. Please check the applicable box concerning the ownership of your business: ❑ Section 3 Business concern IN Non -Section 3 Business concern The United States Department of Housing and Urban Development (HUD) is authorized to solicit the information requested in this form by virtue of Title 12, United States Code, Section 1701 et seq., and other regulations. It will not be disclosed or released outside of HUD without your consent, except as required or permitted by law. Special Federal Provisions 1550-58 E\HIBI'I' B-9 Required laid Forin LIST OF SUBCONTRACTORS SUBCONTRACTOR FED. I.D.# AMOUNT ADDRESS/PHONE NO. V Cl 2,k"T�3 s� i�, <I -1,9- W ►sr NAME OF SUPPLIER ADDRESS/PHONE NO. CONTRACT AMOUNT This form is to be completed and submitted with the bid package. Special Federal Provisions 1550-59