Loading...
Desert Concepts Construction, Inc.April 2, 2025 Desert Concepts Construction, Inc. 79775 Ave 40 Indio, CA 92203 SUBJECT: BID BOND RELEASE – PROJECT NO. 2024-05 CITYWIDE MISCELLANEOUS ADA IMPROVEMENTS To Whom It May Concern: Thank you for submitting your proposal for the above referenced project. The La Quinta City Council, at its regular meeting of April 1, 2025, awarded the contract to the lowest responsive bidder, CT&T Concrete Paving Inc. The above-mentioned original Bid Bond, which accompanied your proposal, is enclosed. Your interest in working with the City of La Quinta is greatly appreciated, and we hope that you will accept future opportunities to bid on other city projects. Sincerely, Olivia Rodriguez, Acting Deputy City Clerk City Clerk’s Office Enclosure c: Merchants Bonding Company (Mutual) File SECTION 1200 BID DATE: 3/26 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 3/24/25 Bid 1200-1 Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. Desert Concepts Construction, Inc. Name of Bidder 760-200-9007 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. Desert Concepts Constriction, Inc. Name of Bidder 79775 Ave 40, Indio, CA 92203 Bidder's Address 849837 Contractor's License No. California Regina Castro Printed Name of Signatory Vice President Title of Signatory 760-200-9007 Bidder's Telephone Number mail@desertconcepts.net Bidder's Email Address 11/30/2026 Contractor's Expiration Date President Title of Witness Bid 1200-2 SECTION 1220 BID GUARANTY BOND PRINCIPAL, and MERCHANTS BONDING COMPANY (MUTUAL), 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 26th day of March , 2025. DESERT CONCEPTS CONSTRUCTION, INC. MERCHANTS BONDING COMPANY (MUTUAL) 79-775 Ave. 40, Indio, California 92203 Address Douglas J. Rothey, Attorney -in -Fact Title of Signatory Sign ereJoS rety PO Box 14498, Des Moines, Iowa 50306-3498 Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 State of COLORADO ) ) ss. County of ARAPAHOE ) On March 26, 2025, before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Douglas J. Rothey known to me to be Attorney -in -Fact of MERCHANTS BONDING COMPANY (MUTUAL) the corporation described in and that executed the within and foregoing instrument and known to me to be the person who executed the said instrument on behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and in this certificate above. r My Commission Expires: December 4, 2028 nder; Notary Pu KIMBERLY DIANE MCALEXANDER NOTARY PUBLIC - STATE OF COLORADO NOTARY ID 20244044404 MY COMMISSION EXPIRES DEC 4, 202E M E RC HANTS�� BONDING COMPANY., POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Cynthia M Burnett; Douglas J Rothey; Erik Ulibarri; Kim Payton; Wesley J Butorac; Zach Rothey their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 23rd day of June 2020 �'$."10N ..•.....• kpOR,4 �O'• : �� p�P099 gy ; MERCHANTS NATIONAL BONDING,MERCHANTS BONDING COMPANY ' NCTUAL) v . 2003 ; ,� : a' 1933 e: By .y �� %�•��••.. •••;iJ�.`� .•.�W• • �• •' \1 President STATE OF IOWA ...... •' COUNTY OF DALLAS ss. On this 23rd day of June 2020 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �PFttA4 POLLY MASON o D Commission Number 750576A� My Commission Expires • P January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 26th day of March 2025 •yr��ppR4 �0 Al ��gPOq''O9� v 2003 ; �� Q 1933 c: Secretary ••may-;. POA 00 18 (1/20) ......••••••••• CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE•. C .� s*Y•�<!%C .�__.� _��<.aNs�< c t�1.£� o�c s�C.� tiV,v:✓��V,a./..�c��Vs� s�ys�e s� s�V.�Nsi si.t�cC1�Y.P.K'.{, v.� ✓v.L. iC U-'Y' v. 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 Riverside ) On /ice /2c,25 before me, Date personally appeared N,I Luis Garcia, Notary Public Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/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. Buis GARCIA Notary PubNc • CnlHl rnia oWITNESS y hand and o ci al. � m %'-.'PMy Riverside County Commission 4 239 62 Comm. Expires Nov 21, 2025 Signature Sign e of o aryublic Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: i i S V0N1 Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee 13 Guardian or Conservator ❑ Other: Signer Is Representing: 02016 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 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 $ 3,500.00 $ 3,500.00 2 Traffic Control 1 LS $ 5,000.00 $ 5,000.00 3 Dust Control 1 LS $ 3,000.00 $ 3,000.00 4 Earthwork 1 EA $ 3,500.00 $ 3,500.00 5 Sawcut, Remove, and Dispose of 20 LF $ 65.00 $ 1,300.00 Existing Curb 6 Sawcut, Remove, and Dispose of 855 SF $ 9.60 $ 8,208.00 Existing Sidewalk and Ram 7 Construct Sidewalk per City of La 845 SF $ 20.00 $ 16,900.00 Quinta Std. No. 240 Mod. Construct Concrete Curb Ramp per 8 City of La Quinta Std. No. 250 Mod. 1 EA $ 10,500.00 $ 10,500.00 per Plan, Case B (Including Curb along Ram Full Depth Grind Asphalt Concrete 9 Pavement (3" ), Compact Existing 35 SF $ 65.00 $ 2,275.00 Base, and Variable Overlay (Y — 4" Grade Parkway, Remove, Modify, 10 and Replace Landscape, 1 LS $ 8,400.00 $ 8,400.00 Hardscape, and Irrigation in Kind to Furthest Extent Possible 11 Signing and Striping, Including All 1 LS $ 5,300.00 $ 5,300.00 Incidentals Total Amount of Bid Items 1 —11 $ 68,883.00 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 $ 4,500.00 $ 4,500.00 2 Traffic Control 1 LS $ io,000.00 $ 10,000.00 3 Dust Control 1 LS $ 3,000.00 $ 3,000.00 4 Sawcut, Remove, and Dispose of 90 LF $ 41.00 $ 3,690.00 Existing Curb; and/or Curb & Gutter 5 Sawcut, Remove, and Dispose of 785 SF $ 8.50 $ 6,672.50 Existing Ramp and Pavers 6 Construct Sidewalk per City of La 450 SF $ 18.00 $ 8,100.00 Quinta Std. No. 240 Mod. Remove and Dispose of Existing 7 Roadway Section to Depth 750 SF $ 8.00 $ 6,000.00 Required 8 Construct 5.5" Asphalt Concrete 460 SF $ 35.00 $ 16,100.00 over 6.5" Aggregate Base Construct Two (2) Concrete Speed 9 Tables (Including All Concrete 1 LS $ 30,000.00 $ 30,000.00 Work, Aggregate Base, Grading, Rebar, and Conduit Furnish and Install Truncated Dome 10 Concrete Tile per City of La Quinta 75 SF $ 55.00 $ 4,125.00 Std. 250 Mod. Remove, Regrade, and Reset 11 Sidewalk Pavers Per City of La 275 SF $ 35.00 $ 9,625.00 Quinta Std. 206 Salvage to City Existing Pull Box 12 and Furnish and Install New No. 6 1 EA $ 500.00 $ 500.00 Pull Box per Caltrans Std. Plan ES- 8A Grade Parkway, Remove, Modify, 13 and Replace Landscape, 1 LS $ 2,500.00 $ 2,500.00 Hardscape, and Irrigation in Kind to Furthest Extent Possible 14 Signing and Striping, Including All 1 LS $ 7,200.00 $ 7,200.00 Incidentals Total Amount of Additive Alternate Bid Items 1 —14 $ 113,012.50 Bid Schedule 1210-3 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures): $ 181,895.50 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words): One Hundred Eighty -One Thousand Eight Hundred Ninety -Five and 501100 Dollars 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 performed, subject to such adjustments and alterations a .,elsewhere provided herein. Signal ire of P i er Desert Concepts Construction, Inc. Name of Bidder (Printed or Typed) 760-200-9007 Bidder Telephone Number mail@desertconcepts.net Bidder Email Address Bid Schedule 1210-4 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: Owner: Construction Cost: $ Construction Time: SEE ATTACHMENT A Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: 2. Project Name: Owner: Construction Cost: $ Construction Time: SEE ATTACHMENT A Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: Calendar Days Calendar Days Bidders Experience & Qualifications 1230-1 3 4 SEE ATTACHMENT A Project Name: Owner: Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: Project Name: SEE ATTACHMENT A Owner: Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: Signed this 26 day of March Desert Concepts Construction, Inc. Name of Bidder Regina Castro Printed Name of Bidder 849837 Calendar Days Calendar Days 2025. 1000006619 Contractor's License No. DIR Reg No. CSLB: 11/30/2026, DIR: 06/302025 Expiration Date Vice President Title of Signatory Bidders Experience & Qualifications 1230-2 ad Mb O � U .a L O 3 0 a� a. 0 U aZ W0 V- Con � Z; w �� o � VN a LU L LLJ a U E U tn o A� 00 O° 1 M [� C C ' O = C) y 00 U o v N N U bQ LIS , by bOp Q Q Cd � r� A F U a a Z o 0 06 0 0 tn o 0 o 0 ON M Do a; Os 46S � N N N � O O N � � M~ � M ~ M � N N � O 0 0 w o dq O Q vi 0 O b .� U cC cn = B Y O ° to 0 b o eo'v ° 0 " 40 CA a Y c o ti o� , 0_ 0 cd a x ._ ca ^� 'G cd V 1-4 it 0 -t:lcC bA Q � C N boA m O OO O 4-60 V� ° to a>, a. " � ❑3 0:r oo> o ao O C 11 N bA 0 ° cd � C G .0 0 O Vi O ° -0 0 „Oi cl YO `A .o• m v ,�,,, OOi pp pp C/] vi co «3 pp G .Ucn o : q LC a I ° ao v� `d p" 3 °' a�i '~ on • 0 to fl o o o .� °� . °° y a. c •� &- 'Y o o 0 ° Rio. 0 Q — O R '� o -d �, o o" C E a) Q. 0 w, aQi k o O L° o b° � 0 0� =d b -cd - o o r- um °' > w 5n o oou b V) CD � O � 0 � �+ f .b O 4, ° o o r° bA N 0 .b 'b N v, 'b o O " O Us. v>'O OO •i"+ cd o $.w . an a y = C x on to Q b " ° cd x > Z �c A � ) o d0 o u" o a. oo A cn i w - U c w cd U ixr 0 ry' s 0 En O Lr Q o �o cw de co U a� a ao U a�i U `0CA U cd 53 L1H 1 a� W Y I F ' aZ W0 Z~ OU HN De Z W 0 W U C) U U U 0 0 0 0 00 w � w v 4- �t c Cl? E 0 E0 .0 .z .z U U U U U U U 0 0 0 ri o t� 00 O o0 o N N � O O O � U U � O cC • a� o r o U � C C N U Q bU G N U o > o Y 3 C', bq w Cj C,� ' C° o Op C', U C 3 � � U a 0 °' o 0 ci C o U x U ° U Q 0..E cd CO U sue. 00 � bA O yC N 'C N cd c,3 > c b k k b0-0 a > > -o o as O o c :. O O bq O O U U CA -CCU3 0 0 Ln 0 CA C�l �i.. r- u o m ,o o to � c bOA to C n bO a Y ¢ C c O CO c,3 O x ° o cn ct O bA OIz rn O O 7 N ❑ CL > tow Y p �i ca cn O O U O U b �ct a Y C bD C a� W Q � � � � o U �n O W1 0 N v OA m d 40 F aZ Wp Z~ OU Vo� 0!� Z W 0 W 0 U E � U � U C� 71cc 00 oo N N cn N O\ M u n U U � U t t CC C O O V] Cd o V] ,� • i, 'O _ O 4 p w p Ln d U U C C U U o Wn � kn � o o O 0 N N Cy yr N 00 r N (� 69 uo Gl3 yq N M N M N N N N O O O O O O 00 3 -o cl� .b o b° X =1-+ I~ u > Y > Vl o , a "�o^o�a� c j xo CZ °° Cd v ° 3 U o a x ea ce bA o .y c o w ct o '3 3 3 n. bn n °o a o b c b to o On a� o �? n to o a ❑ o u o z Y o o = -o bo c -0 a C13 U cl Cl- " x cz tocn tin , o c o E E? o� N C N CA .b O Cal CU O C. • CO O m . X E o p= cd u ct " bcn i o �" o� o� ��a �r� �� Q� o U� ° C Ca 1 � w 'd CJ (73 U a� O u bo s. U _ > fl.. C C U I O j.y Y lr � •^�. � U O Q > E O L O _ U a Q 3 r w 0 m a to fu a YI aZ WD z -u O Z) • V F- N iyz W 0 W U 0 0-0 04 W U U U U U Q Q Q Q Q U a N o M 0 M 0 M 0 0 M CLa, Q U 00 U 00 U 00 U U 00 00 00 U 00 'IT U 00 = It U 00 t (u DD v u 00 � U W! v' w 00 00 �, 00 = C� 4:. E Cob �C) aC CD �DCcd w� ..0 .� L) .� ) .O .O �+ u U U U Q U Q UC�s CL U O y Ua O y U O y Ua O Q U O y Ua az 0 o M o o 0o O r- M M Eoo� Go!) Gn Go!) Gn N N N N N N N N N CV N O O O O O O E U o. Q, a o a a4 Y 'b cn E o en C U Ar cd U E o a y o u a i � d o CC a) cn W b U U C,3 o E U 00 ai vf"y U p a) O O M M M M M cct cYV YC c� c� U O G G C C E E E in. v a) u W N W W W M W W wU a,U a U aU a aft 1--1 N O 4 X- M 00 ON 00 � U � c O M .U. M 3CD 3� w� Q � C) N 11 ✓ bb t cn '� bb c Sn O n Uti O Uti C,3 a Z 0 0 0 o O a O ~ _ DD o kr) kr) N M CIO roo Goo N O O (V O N N O N O N � � N M N N cn E_ d v U = � 0 3 >x p,a 3 as R °on � � • � a3i o Q) O O 3 c. on O O o a bOA O � as in. v c C •� U U = Q O "r .b U U aU+ > 'O U o F � do con U O c. �o V) E Q U U N U T c cz =3� E o Yj Va a� (A N z IL W0 Z F OU V� to �z W0 W U 0 09 w p: c4 G CQ z 0 a. U �1 U _ 00 � bA i r'A \O N U bA u7 \O Q 0 N Go U N M V DD t= V '% N 00 Y U y00 Y O1 V] M O O G C/] M O O O Q �o Vbio ¢ Q o p bh -- M o¢� o¢¢ �r- o� �o o� Y o�oIn U(� Uti Qu; Una ua� U U 0 0 0 0 0 0 0 0 0 0 0 o O o O 0000 O O O O 00 0 00 0 0 0 C N 00 O a O 00 N O\ 00 l� 00 00 M M N 69 69 bq yq 64 Ef9 69 0 0, o o, °O 00 o N 0 N 0 N rq o N N M 01, � N 00 N V\'1 (V N N 00 DD O � x bCA p Gd bn �j � o oo s nu -C� o c H a3i °' U c 3 ° Y �. p Y in w G Z v C 1-0 O C; p cn U -0 O U +, U U 7; -cj°' sao w 0. Cj a 3 '¢ o 3 U aoi o E °' x c -0 c7-�3 ow o a, a a, va o y a =U o t'a b o zE w EU. =b� �.��= o w Y �= to o c. U Cl. 'c CQ dto > Z ° a i"+ O o a. a o o 0 c ., o fl Y 3 s coi cCa v�U �Qto c QUS U wE Q U (13 C > > O T C M U W N _U I y N T 3 y _ N V] U M cC .0 P. W Cj c N N O 0 3 b �, U ax Ana �73a 0 LO v on a N aZ WD Z~ 0" VF- CL/z LU 0 LU C) U CArn Q p V) 00 00 N O O_ O _O O _O O O_ 0 0 U 00 O_ y by 4+ U V)U rt W) U N L M U N V M U N V) M U N V M U N � M N 00 4. -t U N � M "G cn 'O 00 "CS 00 -,Z) 00 "O 00 'O 00 Co?'O � 00 O G: O vl 4.. 00 4. 00 4-, 00 V 00 L«. � O 00 � � � mow° U c� > cn bA o U bA bA bn bq bn bq ° •° _ ° E H Q. N '�" Q. U f1. G) Q. U ra, N Qi C� U�•••! > 3 a] x CAC �y CifC] x CA Ty Ui �y d V) x U.47 P. tiV W N a� V a� 0� a. � U a� N a.aC O N Ua U ax 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O o O O o 0 0 o O O 0 0 0 0 0 0 0 0 0 0 O N ri Cn vi vri vi O kn kn 00 t— [— r— N 00 N O O O O N N N ON O N N r- M O00 O 00 00 on �' 3 7� � c R co 0o a" U boo 00 ° c bon o G o a. O Q C o bn Y 0 U 3 °o° x Y x x • ° o N ° y ocli E cz U o r cn "10 a� a. o n> b n= o Y> U C= fl c> o L x a a Cd a ° c. o 3 ° x c o • ° c�a CL) ^p Z Y Z 3 Z s Cz oo o o o 1.0 1-0 -0 4° bn > by ° •� � ° ° � • � ° ° C° � u on p t °= o bon � o u Q p ¢ Ca 3Cj o o 03 (� C,3 w °�° U a a, Ln C'n cn C/) Z i7 . to s z x Cd `' o O U Ya a3 14 tj) al cn bD CJ o C, ° c U O cd bn O cC U Q N Q y V] °cJ cC O U o c c aoo� o o Y U cu ❑ Q b �4U x4 w > Cd w L � L O 3 W O c N Iwo o x Z W0 a w V- H ZuOD a a V- F- o v Q�ZLU o wU Y�I h c 0 cu M U oo 00 rq 00 r+-n O, si 00 U of 0 3 cC 4 O p, c c p � o a� °o � z cu c. :i. C', > U U ¢ U �4 rig 0 0 0 0 0 0 0 0 0 0 0 0 00 Go,) Go� Gq v) v) 0 0 0 N (V N 0o n N U UO ++ O 6Y i x aL+ L 'Y p 0-4 'U L a Y C V a V 6� U U � O >a fin¢ x 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. Desert Concepts Construction, Inc. 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 being first duly sworn, d pos s and say that he or she is of the party making the foregoing bid that the bid is not made in Me 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, organization, bid depository, or to any member or agent thereof to effectuate a collusive sham bid. ig e i M![.. /� - Title b?►/ 12 5 Dat Non -Collusion Affidavit 1250-1 CALIFORNIA JURAT GOVERNMENT CODE § 8202 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 Riverside ry LUIS GARCIA Notary Public - California Riverside County Commission # 2384062 My Comm. Expires Nov 21, 2025 Place Notary Seal and/or Stamp Above Subscribed and sworn to (or affirmed) before me on this 2 �-'tff day of ih�k�r 20 -Z S , by Date Month Year (1) Z2 0, a ,✓A Cit1Tii o (and (2) Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature Signatidof Notary Public - OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: 02019 National Notary Association Number of Pages: SECTION 1260 DIR Project Vendor Information Vendor Information: Name: Desert Concepts Construction, Inc. Address: 79775 Ave 40 Zip: 92203 Project Manager: Pedro Loaiza City: Indio ST: CA Email: mailAdesertconcepts. net Phone: 760-200-9007 CSLB/Certification Number: 849837 Public Works Registration No.: 1000006619 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 Painters Pile Drivers Roofer SheetMetal Sound/Com Surveyor, Prevailing Wages and Payroll: Pipe Trades Plasterers Teamster Tile Worker 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. 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/Publ ic-Works/Certified-Payroll-Reportincl. htmi. 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: Desert Concepts Construction, 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 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 certifications from all proposed subcontractors prior to the a#ard* subco4racts exceeding $10,000. Signature: Name (Print): Regina Castro Title: Vice President Date: 3/26/2025 CDBG Required Bid Form 1290-1 Exhibit B-7 Required Bid Form BIDDER CERTIFICATION ON FEDERAL CONTRACT REQUIREMENTS Citywide Miscellaneous Project Name: 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); 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: Desert Concepts Constniction, Inc. CONTRACTOR'S LICENSE NO.: 849837 ADDRESS: 79775 Ave 40, Indio, CA 92203 AUTHORIZED REP SIGNATURE: DATE: 3/M/2025 TIVE: Regina Castro (Print Name) 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 Desert Concepts Construction, Inc., since 2008 (Date). Present business address is: 79775 Ave 40, Indio, CA 92203 Federal Tax ID: 56-2307703 Amount of Bid $ 181,895.50 California Contractor's License No.: 849837 Expiration Date: 11/30/2026 UEI Number: U77NHPZAMZN8 or CAGE Code: 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 N 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 I I 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 KI 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 1Z 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. N/A NAME OF SUPPLIER ADDRESS/PHONE NO. CONTRACT AMOUNT White Cap 81760 Oleander Ave, Indio, CA 92201 $8,000.00 (760) 202-3623 Desert Electric Supply 83311 Avenue 45 suite 102, Indio, CA 92201 $2,800.00 (760)404-0010 Superior Ready Mix 35905 Dillon Rd, Indio, CA 92202 $20,000.00 (760)343-3418 Imperial Sprinkler Supply 1255 Grapefruit Blvd #111, Coachella, CA 92236 $5,500.00 (760)863-5562 This form is to be completed and submitted with the bid package. CDBG Required Bid Form 1290-4 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 Name/Financial Institution (Printed) Federal ID Number (or n/a) 4amea ,. Constructio nc 56-2307703 By e)Priof Perso i Date Executed , Vice elide 3/26'2025 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) 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