Martin Marietta San Diego Aggregates LLCSECTION 1200
BID
DATE: :5 I a_l 1 a5
The undersigned, as bidder, declares it has received and examined the Contract Document
entitled City Project No. 2022-25, Federal Project No. HIPL-5433(021), Highway 111
Resurfacing Project, 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 Federal Requirements Forms for Federal -Aid Construction Projects (The DBE
and subcontractor listings are to be submitted by the 5th calendar day after bid
openings all bidders)
1280 Iran Contracting Act of 2010
1290 Russian Aggression Against Ukraine Sanctions
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
I ► � 0--5
Initials
Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY.
Martin Marietta San Diego Aggregates LLC
dba ATP General Engineering Contractors
Name of Bidder
•15914ZIF1
Bidder's Telephone Number
Bid 1200-1
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.
Martin Marietta San Diego Aggregates LLC
dba ATP General Engineering Contractors
Name of Bidder
4211 Ponderosa Ave STE C
San Diego, CA 92123
Bidder's Address
502506
Contractor's License No.
California
State of Incorporation
,417)
Signature of Bidder
David A. Donnelly
Printed Name of Signatory
Vice President
Title of Signatory
I:302RLE,a. K
Bidder's Telephone Number
barbara.jacob@martinmarietta.com
Bidder's Email Address
3/31 /2026
Contractor's Expiration Date
wifness
Barbara Jacob, Estimating Assistant
Title of Witness
Bid 1200-2
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 San Diego )
On a aZ� before me, Barbara Jacob, Notary Public
(insert name and title of the officer)
personally appeared David A. Donnelly
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.
BARBARA JACOB
Notary Public . California
WITNESS my hand and official seal. - = san Diego county
_ Commission # 2439537
•�,.a.•� My Comm. Expires Feb 28, 2027
A � �
Signature
(Seal)
ADDENDUM 01 — 3/18/2025
SECTION 1210
BID SCHEDULE
City Project No. 2022-25
Federal Project No. HIPL-5433(021)
HIGHWAY 111 RESURFACING PROJECT
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 City Project No. 2022-25, Federal Project No. HIPL-
5433(021), Highway 111 Resurfacing Project 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 Areas.
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. Furthermore, this project has broken down the Base
Bid areas according to project funding requirements, therefore several of the same bid
items have been split between the Base Bid Area.
BASE BID AREA — HIGHWAY 111 RESURFACING PROJECT:
BASE BID #1; FEDERAL PARTICIPATING
Item
Item Description
Est.
Qty.
Unit
Unit Price
(in figures)
Dollars
Item Total
(in figures)
Dollars
1
Mobilization
1
LS
$ 434,000.00
$ 434,000.00
2
Traffic Control
1
LS
$ 509,000.00
$ 509,000.00
3
Dust Control/SWPPP
1
LS
$ 25,000.00
$ 25,000.00
4
Earthwork
1
LS
$ 1,225,000.00
$ 1,225,000.00
Bid Schedule 1210-1
ADDENDUM 01 — 3/18/2025
BASE BID #1; FEDERAL PARTICIPATING
Item
Unit Price
Item Total
Item Description
Qty.
Unit
(in figures)
(in figures)
Dollars
Dollars
Sawcut, Remove, and
5
Dispose of Existing
Concrete Curb; and Curb &
920
LF
$ 15.00
$ 13,800.00
Gutter
Sawcut, Remove, and
Dispose of Existing
6
Concrete Pavement,
18,900
SF
$ 7.30
$ 137,970.00
Sidewalk, Cross -Gutter,
Ramp, and Bus Turnout
Construct Curb and Gutter
per City of La Quinta Std.
7
No. 202, 3" Dowel into
30
LF
$ 55.00
$ 1,650.00
Adjacent Existing Concrete
Curb and Gutter
Construct Cross -Gutter per
8
City of La Quinta Std. No.
4,935
SF
$ 17.80
$ 87,843.00
230 Mod. and 231 Mod.
Construct Sidewalk per City
9
of La Quinta Std. No. 240
980
SF
$ 6.55
$ 6,419.00
Mod.
Construct Concrete Curb
Ramp per City of La Quinta
10
Std. No. 250 Mod., Case A
16
EA
$ 5,200.00
$ 83,200.00
or F (Including Curb or Curb
and Gutter along Ram
Construct Concrete Curb
Ramp per City of La Quinta
11
Std. No. 250 Mod., Case C
4
EA
$ 5,200.00
$ 20,800.00
(Including Curb or Curb and
Gutter along Ram
Sawcut, Remove, and
Dispose of Existing
12
Concrete Ramp; Furnish
50
SF
$ 90.00
$ 4,500.00
and Install Truncated Dome
Concrete Tile per City of La
Quinta Std. 250 Mod.
Construct Concrete
13
Passageway per
1
EA
$ 4,228.00
$ 4,228.00
CALTRANS Std. A88B
Mod.; Type B
Bid Schedule 1210_2
ADDENDUM 01 — 3/18/2025
BASE BID #1; FEDERAL PARTICIPATING
Item
Unit Price
Item Total
Item Description
Qty:
Unit
(in figures)
(in figures)
Dollars
Dollars
Construct PCC Bus Pad per
14
City of La Quinta Std. 650
3,695
SF
$ 17.80
$ 65,771.00
Mod.
Remove and Reconstruct
Ex. Portion of Catch Basin
15
and Local Depression per
1
LS
$ 14,650.00
$ 14,650.00
City of La Quinta Std. 300,
330, and per Plan
16
2" Grind and Asphalt
Concrete Overlay
16,740
SF
$ 3.15
$ 52,731.00
Pulverize 13" of Road
17*
Section — Three Step
1,084,980
SF
$ 0.34
$ 368,893.20
Process
Construct 5.5" Asphalt
18
Concrete Over Pulverized
1,085,300
SF
$ 3.40
$ 3,690,020.00
Base
Grade Parkway, Remove,
Modify, and Replace
19
Landscape and Irrigation in
Kind to Furthest Extent
1
LS
$ 20,472.00
$ 20,472.00
Possible to Join Proposed
Curb Ram
Remove and Relocate
20
Existing PPB and PPB Post
6
EA
$ 5,800.00
$ 34,800.00
per CALTRANS Std. ES-7A
Salvage to City Existing Pull
Box and Furnish and Install
21
New No. 6(T) Traffic Pull
34
EA
$ 4,200.00
$142,800.00
Box per CALTRANS Std.
Plan ES-8B
22
Lower and Raise Storm
14
EA
$ 1,895.00
$ 26,530.00
Drain Manhole
23
Signing and Striping,
including All Incidentals
1
LS
$ 309,900.00
$ 309,900.00
Total Amount of Bid Items 1 — 23
$ 7,279,977.20
* - Bid Item considered Specialty Work
Bid Schedule 1210-3
ADDENDUM 01 — 3/18/2025
GRAND TOTAL BASE BID (Figures):
7,279,977.20
GRAND TOTAL BASE BID (Words):
SEVEN MILLION TWO HUNDRED SEVENTY-NINE THOUSAND, NINE HUNDRED SEVENTY-SEVEN
DOLLARS AND TWENTY CENTS
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 as elsewhere
provided herein.
David A. Donnelly, Vice President
Signature of Bidder (Ink)
Name of Bidder (Printed or Typed)
barbara.jacob@martinmarietta.com
Bidder Telephone Number
Bidder Email Address
Bld Schedule 1210-4
SECTION 1220
BID GUARANTY BOND
PRINCIPAL, and Atlantic Specialty 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. 2022-25
Federal Project No. HIPL-5433(021)
HIGHWAY 111 RESURFACING PROJECT
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 12th day of
March 2025.
David A. Donnelly, Vice President
Debra A. Deming, Attorney -in -Fact
Title of Signatory
Title of Signatory
"�z 'E�/ - 0 Cl.._
Signature of Principal",Signature of Surety
4211 Ponderosa Ave STE C,
San Diego, CA 92123
Address
debra.deming@aon.com
Email Address
Note: Signatures of those executing for the surety must be properly acknowledged.
Bid Guaranty Bond 1220-1
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 San Diego )
OnIC9'—/�c�'� before me, Barbara Jacob, Notary Public
(insert name and title of the officer)
personally appeared David A. Donnelly
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.
WITNESS my hand and official seal. �` ....�'�f BARBARAJACOB
t Notary Public . California =
San Diego County
Commission # 2439537
't •� "� My Comm. Expires Feb 28, 2027
Signature
(Seal)
CALIFORNIA ALL-PURPOSE 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 New York
County of Kings
On a5� b ore me, Francesca Kazmierczak , Notary Public,
personally appeared who proved to me on the basis of
satisfactory evidence to be the person(s) whose na 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.
WITNESS my hand and official seal.
MAKEKA KA MIERCIAK
Monry Publk • State of Meer YdrK
No. OI UE154599
Qualified In Klnp County Signatu
My Comnufston EX Pei Feb 13, 20E9
Signature of Notary lic
intact
INSURANCE
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPANY, a New York corporation with its principal office in Plymouth,
Minnesota, does hereby constitute and appoint: Aklima Noorhassan, Anne Potter, Beverly A. Woolford, Debra A. Deming, Frances Rodriguez, Francesca
Kazmierczak, Jennifer Jakaitis, Peter Healy, Sandra Diaz, Susan A. Welsh, Valorie Spates, Vilma Gonzalez, each individually if there be more than one named, its
true and lawful Attomey-in-Fact, to make, execute, seal and deliver, for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, and all other
writings obligatory in the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and the execution of
such bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon said Company
as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the
following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012:
Resolved: That the President, any Senior Vice President or Vice -President (each an "Authorized Officer") may execute for and in behalf of the Company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and affix the seal of the Company thereto; and that the
Authorized Officer may appoint and authorize an Attorney -in -Fact to execute on behalf of the Company any and all such instruments and to affix the Company
seal thereto; and that the Authorized Officer may at any time remove any such Attorney -in -Fact and revoke all power and authority given to any such Attorney -in -
Fact.
Resolved: That the Attorney -in -Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds,
recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall
be as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attomey-in-Fact is hereby authorized to verify any affidavit
required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY
INSURANCE COMPANY on the twenty-fifth day of September, 2012:
Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by
facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney -in -Fact for purposes only of executing and sealing any bond,
undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company
as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though
manually affixed.
IN WITNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company
to be affixed this first day of January, 2023.
•\P�S,.IMSG9.s
a�4 ppPPORgpF9?.�
_y SEAL m_
r 1986 o By
STATE OF MINNESOTA ,yb tiFw 00 b3.s
> Y a = Sarah A. Kolar, Vice President and General Counsel
HENNEPIN COUNTY
On this first day of January, 2023, before me personally came Sarah A. Kolar, Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY, to
me personally known to be the individual and officer described in and who executed the preceding instrument, and she acknowledged the execution of the same, and being by me
duly sworn, that she is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the
signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company.
yOf KN$gT+a ALISON D. NASH-TROUT
F + NOTARY PUBLIC - MINNESOTA % /1
aY My Commission Expires
i .. January 31, 2030 Notary Public
I, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing power of attorney is in full
force and has not been revoked, and the resolutions set forth above are now in force.
Signed and sealed. Dated 12th day of March, 2025
�,c'�GppPORq F99y _
=� SEAL R=
=o 1986 0
This Power of Attorney expires "rya tiFv• voP� b3,s
e January 31, 2030 �� , r?a•'
Please direct bond verifications to surety(@ intactinsurance com
Kara L.B. Barrow, Secretary
�nsw•rc■
Atlantic Specialty Insurance Company
Period Ended 1213112023
Dollars displayed in thousands
Admitted Assets
Investments:
Bonds
Preferred Slacks
Common Slocks
Mortgage Loans
Real Estate
Contract Loans
Derivatives
Cash, Cash Equivalents & Short Tenn Investments
Other Investments
Total Cash & Investments
Premiums and Considerations Due
Reinsurance Recoverable
Receivable from Parent, Subsidiary or Affiliates
All Other Admitted Assets
Total Admitted Assets
State of Minnesota
County of Hennepin
Liabilities and Surplus
Liabilities
$ 2,666,141
Loss Reserves
$ 1,191,377
•
Loss Adjustment Expense Reserves
401,505
765,847
Total Loss & LAE Reserves
1,592,881
Unearned Premium Reserve
806.718
•
Total Reinsurance Liabilities
45,997
-
Commissions, Other Expenses, and Taxes due
78,425
194,124
Oerivatives
9,571
Payable to Parent. Subs or Affiliates
-
3,635,684
All Other Liabilities
810,774
338,312
Total Liabilities
3,334,795
127,403
17,691
Capital and Surplus
93.457
Common Capital Stock
9,001
Preferred Capital Stock
-
4,212,546
Surplus Notes
-
Unassigned Surplus
251,605
Other Including Gross Contributed
616,946
Capital & Surplus
877.751
Total Liabilities and CBS
4.212.546
I, Kara Barrow, Secretary of Atlantic Specialty Insurance Company do hereby certify that
the foregoing statement is a correct exhibit of the assets and liabilities of the said
Company, on the 31 st day of December, 2023, according to the best of my information,
knowledge and belief.
Secreta.7
Subscribed and sworn to, before me, a Notary Public of the State of Minnesota on this
19th day of March, 2024.
D JL Q-�
KERRI RIECHERS Notary Public
Notary Public
Minnesota
Comlo's9gn F�(res 31, 2025
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.
Please see the attached list of completed jobs
1. Project Name:
Owner:
Construction Cost: $
Construction Time:
Owner's Representative:
Owner's Telephone No.:
Date of Substantial Completion:
2. Project Name:
Owner:
Construction Cost: $
Construction Time:
Owner's Representative:
Owner's Telephone No.:
Date of Substantial Completion:
Calendar Days:
Calendar Days:
Certification of Bidders Experience and Qualifications 1230-1
IL
Q
z
z
z
z
Z
z
z
g
g
g
z
z
g
z
-
"sm
s�
o�
woo d
mi'oo
c
E
N E
o .,d
Id'aifI
o g
ma
e
AR
e
a
H
om
5
E� E
IEE;S
Ec
g? ?
6eEm
Sw�EE5
S E p
oEtmi ao'gE
ry
q�y
$aocm
c�mUa
E�
co
rvE'
w$S5'2aE
u,^�
mld
%�.aSm�
�o
�ca Ss.�o
r
°rc
u
;,Wa
Ym
o� ESE
o Ecm
E
ism E
as
e�
iv
a¢c�i 5
5d
E
®Ea
u Q
c�
Po 6
a n c w e
m
}zSo
u
acu `UoE
E E gg-EQ
yy b
L
a ffi
$raE
$
Og�oE u
m
.SEuE�
c m col: o
n
a2_���mo
U�mm uEc
?��2
$m
pEE�E
a�E3'p
ono �s �s
.Sm
c.a6i
�53p 2$�E
0L
H�
gg
iSo��.a
m°E
a
�9wv@
y€ tm#
a
�Sm
c._.
H22.�pyiES
��
�LIEE'
Sinm E�o�
��c cn
z'
s
we 4ry
a�
m
E
E
u
-
e
e a
mom
m�Eo
vt
Ng
u
E.'s�
�u
��Qm
gym,
Elk
E$
EEw
2Yo
a� o
EEC? EE
3y1
<�m
❑vcm_m
YQs...
Q�b
Y
SE"
UV �r
t�ry ¢gym
mien
--
E
�
d
�Rz
d
ep
o
K
� w
`. Y,
N&
2E10
�2�p
� ry � V
Nn Z Op
g NN
i
Eau
e v i fw
cam
sCWi�U
No i 25WU
vN i
xzga.�
Q�if`
E:U
0Q�
�8y
3g roLLR�7�pt
Ei
3�g48�
oEm�+
�N$
.�'8
U«
6-°�� Uc�o_mgSc�o_`5'�=_�
F8c
2dc,u^"'U
c�c�oCo�
UnON�C
a
N�<o
c
a
0
0
0
_
z
z
z
z
z
4
0
Z
�
Z
Z
�
o�
20
O
z
a
�
r
xaam
(7rc OU>
cc
$
°
c
yNNO
.gp ip
K E°
22LL J,EO
U
o
gOaUO
F�
N
a
aq
mP
3
❑a i
2mY�Q
��m
2
-
o �
gi C
W
b`
m
m= 0
xC s
6 1-pw
iFzrcrc
ENaa.O
'�
E
m
Ee.��'e
>w
rc
wa
mo
U b m
N `
S g p
i
W d "e o
b
b°
¢ C
Oo ��
yM-ON
4NU�m
2U n
UAW m�
ZO c
v'�
�b
U•
w_ c
S
a
®19 ^
a �
S'o2
�`-0��55
m m
o
m
6 '�9yyy`
=�
mzG
b
m8
8ax
EO
rcu ^6
au62.
3 0
N <
n K
9w >y9
ZU
0
U$
5
c.0
pOm'o
inF
q°
a
ua i�¢
gz>�
S�Oo3
U
-
U U
c�u�<8�e
ay uT
UQS
7
i
z
i
H
c
E
c
a
c
w
uo
''a:mmaa
NU
as
aoum�
mso
EpH
��o8x?O1
m'
SFs
xc Wgar
we .9
$°cm
°
a
fig
a`m rd G�
�c�ammrcUam
m¢Oa
yrc ¢'o 3m
°
oo m
¢im
si�'Em
1
'F ui
p
V
m
_
W
m
m
Z
O
_
m m
> <
p>bpj�
C
c N�
N1°
yym
m
m
Wz
>yOj�
Qm n
J Wm �a
OZZ
y QO ^
<ON
EQ SZZm
�Oa=gvga
°mnZ
& W��±<
Nry ZLO
a obi
W�6
YO
V'N
wV
m0
m
wQ
¢p
yi
p�QOH
HZ ZtV
ogZs
¢ KHSH
2 Z< m_m
O p ffiQ
.
�bo °
c�6 OCQ9^
ap c
yUN W�U
ZOO
u<`o
EEm_
�f wu
Nm
fl N 2NW
w5s
y�wo<
N W
6
F s
^¢^K
SW
�mc2
mw�m
pWw
Or O W.
wZU� n
b'.p
Oo NPY
a ..E
�y °9LxO1
c N 2NW
z w{�
4Q� R<
�OU'°rc
¢LL^�o
eaf00-�°�
FOU^
ms�U^oa
6 O^r�i
USN
.onoG
U_tIl
'"tea
(J bmimU
Zawm z
4¢omdd .F& u
U'UvRU U�nO
f
�Nm,`
�y u>e�i3
_Umy F U K
gtWp
`a �e50_°�
J
a
n
ry
n
N
61.
IN
m
ry
m
ago
—
aco
d
Q
3
°
z
°
g
°
o
z
g
Y
g
z
z
I
_
°
A
-
mo
w�
nZ
m
e A oHt .Y
S j °a i%
n
'Eli zo w
¢ O
$
oYy�
r
uo
g
0..
r o.E&Pi"3aC
le
w
iyz
w �> wi
£
& C
g g�E$!E'E£
S a z °E £ s o n m E
a
i
n
x 1
0
�Y.
9
agpi
x
z
�o5c�b
Z'�
£
W mpJ FZ
az 0.
N p
N �u
fN
S�gYog°ort�`
m E £ Eg.@
45a aoW?m4
'o
-
>$
g�,
my.g�
w°
m Ira V
> wozawi
a
z .c .s=
s,ut
n .c
Pn a=0
St mL SKE" °o zA .2
.°k
c
OS�
> W�F mw
y
E9 pg
mO
£E� Sao
C28-uEb ca9
-
m£"�
FUc
u
iE�
N_`oC�yZD
0 a.w 00c�
m
}a�
�Sys�
a
•� E
HE
mZ cVU
G�¢i
K� .E, ¢gg�agM;
2E��'c'F bs'g
�m
0
U�
f
a
Ohm m2
¢ wz<� Ua
Ugeri�rcj
$moo
o£
Ng
nS£� £in`
�QEQ aura
E
m
Q
a mSw
w F0
Z¢y ZQ
&
O
'�
m.6 �Q
o5-5
�YOZ
(9 pboaInas
sy` S`zE &
R£�Pn ��._
Na
�.�
@�@N
aO
ppz
Siy
NN�
ary
ydy
a8F
ym
O Ufa
mm Zdi
a
A GO
[O
j7
'Ear E
'c°£ss.$�
�.�EH
i
0w
¢F
C�
■
�Z
mZry UOpQw�
UggWHHa6i
v m
Eo-
Q3L00
N OE
H" @G0N
n: E£.6E;?..yLagg
'Ya 8'� Ea8
€p
Ea
Pi£
£
as
a awc�5`�
2ai�wS3
zaa''
m a
a �o�zc
nx
e8 d�a�
a .Gu &S aril8
ua
o��
oLL Bo
rho
owa
o��Sw�rca
ac$E
c4�s�
rc'LL rcrcz
WE
2
a
0 0i'a
m
e
o
ao9
mo
u
�g+
$
wz
�U�"
mm
m
Yy'
ay
;
mmm^�
°
Qry
°uTSNa°£9
Ba
3g
o'@c�
0-9
£
W�
v m
R c @)
znz'c®
WEEU
W2 `a
R'EM10L'
g
<
op�Y
�°"Iooa°'u3n
�a Eo"gg'Y
LyS
caIi
g���
4£ E`mE
¢ ti
nam
S V
maaUaaa
rc
ibm�°TuN2o
$a ��,��n
a
H
mo
�
0
yo
US
0
_
Rg 001
� g
��N
O
n
$ w��yy.ci
2 �ZyZW��
om
�y Y�
O¢�
E
Vi6 �o6
�Z¢q i m
¢
wV
LLF'O
f
c
w3�
.§§a °Y°0-V
'•uU OzzQgg
S$°ca S
r 0aU
pmU
ct-
U rv� Z WS
3 R
$Y gasp
WSO
..20
�.o
J�jS� 0
�0 oaf
FW
`o'qa
oU
�.-�
Uc,® N�rcOoz
g
mo
08
o�°gom�
o
c d
3i�
xo
Y z �VzG^na
Vim
Vim
ouo
roa
G�
oN0
Eo FLL
tb2 mg
unmc�
po boo
�N2 £
a�� ci�a
pc
n
c
2
a
3. Project Name:
Owner:
Construction Cost: $
Construction Time:
Owner's Representative:
Owner's Telephone No.:
Date of Substantial Completion:
4. Project Name:
Owner:
Construction Cost: $
Construction Time:
Owner's Representative:
Owner's Telephone No.:
Date of Substantial Completion:
Calendar Days:
Calendar Days:
Signed this 9-1 day of YY�a-rc l 2025.
Martin Marietta San Diego Aggregates LLC
dba ATP General Engineering Contractors
Name of Bidder
Signature of Bidder
David A. Donnelly
Printed Name of Bidder
502506
Contractor's License No
3/31 /2026
Expiration Date
1000012615
DIR Reg No.
Vice President
Title of Signatory
Certification of Bidder's Experience and 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.
CHRISP COMPANY FREMONT, CA STRIPING 4.20 OF CONTRACT % 374600 1000000306
EBS Utilities Adjusting Inc CORONA, CA UTILITY ADJUSTING 0.35%OF CONTRACT 932798 1000004286
CINDY TRUMP INC. LA HABRA, CA PULVERIZE CUT, LOAD, HAUL 13.20% OF CONTRACT 754500 1000008423
MSL ELECTRIC, INC. ANAHEIM, CA ELECTRICAL 1.52% OF CONTRACT 822450 1000000550
Universal Construction And Engineering MINOR CONCRETE 6.35% OF CONTRACT 101619 100053489,'
David A. Donnelly
< [/ p, Vice President
Signature of eidder
Martin Marietta San Diego Aggregates LLC
dba ATP General Engineering Contractors
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 )
I David A. Donnelly
being first duly sworn, deposes and say that he or she
Martin MariettaSan Diego Aggregates LAC the pa rty making the
is rile Vice President of dba ATPGeneral
ral Engineering Contractors
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, organization, bid depository, or to any
member or agent thereof to effectuate a collusive or sham bid.
Signature
David A. Donnelly
Name of Bidder
Vice President
Title
S"liOL-7 J(��7
Date
Non -Collusion Affidavit 1250-1
SECTION 1260
DIR Project Vendor Information
Vendor Information:
Name: Martin Marietta San Diego Aggregates LLC dba ATP General Engineering Contractors
Address: 4211 Ponderosa Ave STE C
Zip: 92123
Project Manager: David A. Donnelly
Phone: 858-944-6740
City: San Diego
ST: CA
Email: david.donnelly@martinmarietta.com
CSLB/Certification Number: 502506
Public Works Registration No.: 1000012615
Classification:
Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum
Cement Masons 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 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.htmi.
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.html.
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
SECTION 1270
FEDERAL REQUIREMENTS FORMS FOR FEDERAL -AID CONSTRUCTION
PROJECTS
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
The bidder Martin Marietta San Diego Aggregates LLC dba ATP General Engineering Contractors
proposed subcontractor
hereby certifies that he has X has not , participated in a previous contract
or subcontract subject to the equal opportunity clauses, as required by Executive Orders
10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting
Committee, the Director of the Office of Federal Contract Compliance, a Federal
Government contracting or administering agency, or the former President's Committee
on Equal Employment Opportunity, all reports due under the applicable filling
requirements.
Note: The above certification is required by the Equal Employment Opportunity
Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be
submitted by bidders and proposed subcontractors only in connection with
contracts and subcontracts which are subject to the equal opportunity clause.
Contracts and subcontracts which are exempt from the equal opportunity clause
are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of
$10,000 or under are exempt.)
Currently, Standard Form 100 (EEO-1) is the only report required by the Executive
Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous
contract or subcontract subject to the Executive Orders and have not filed the required
reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and
subcontracts unless such contractor submits a report covering the delinquent period or
such other period specified by the Federal Highway Administration or by the Director,
Office of Federal Contract Compliance, U.S. Department of Labor.
Federal Requirements Forms for Federal -Aid Construction Projects 1270-1
Equal Employment Opportunity Certification
PUBLIC CONTRACT CODE
Public Contract Code Section 10285.1 Statement
In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985),
the bidder hereby declares under penalty of perjury under the laws of the State of
California that the bidder has , has not X been convicted within the preceding three
years of any offenses referred to in that section, including any charge of fraud, bribery,
collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in
connection with the bidding upon, award of, or performance of, any public works contract,
as defined in Public Contract Code Section 1101, with any public entity, as defined in
Public Contract Code Section 1100, including the Regents of the University of California
or the Trustees of the California State University. The term "bidder" is understood to
include any partner, member, officer, director, responsible managing officer, or
responsible managing employee thereof, as referred to in Section 10285.1.
Note: The bidder must place a checkmark after "has" or "has not" in one of the blank
spaces provided. The above Statement is part of the Proposal. Signing this
Proposal on the signature portion thereof shall also constitute signature of this
Statement.
Bidders are cautioned that making a false certification may subject the certifier to
criminal prosecution.
Public Contract Code Section 10162 Questionnaire
In conformance with Public Contract Code Section 10162, the Bidder shall complete,
under penalty of perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a
proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented
from bidding on, or completing a federal, state, or local government project because of a
violation of law or a safety regulation?
Yes No "
If the answer is yes, explain the circumstances in the following space.
Federal Requirements Forms for Federal -Aid Construction Projects 1270-2
Public Contract Code Certification
Public Contract Code 10232 Statement
In conformance with Public Contract Code Section 10232, the Contractor, hereby states
under penalty of perjury, that no more than one final unappealable finding of contempt of
court by a federal court has been issued against the Contractor within the immediately
preceding two-year period because of the Contractor's failure to comply with an order of
a federal court which orders the Contractor to comply with an order of the National Labor
Relations Board.
Note: The above Statement and Questionnaire are part of the Proposal. Signing this
Proposal on the signature portion thereof shall also constitute signature of this
Statement and Questionnaire.
Bidders are cautioned that making a false certification may subject the certifier to criminal
prosecution.
Federal Requirements Forms for Federal -Aid Construction Projects 1270-3
Public Contract Code Certification
DEBARMENT AND SUSPENSION CERTIFICATION
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any
other person associated therewith in the capacity of owner, partner, director, officer,
manager:
• is not currently under suspension, debarment, voluntary exclusion, or
determination of ineligibility by any Federal agency;
• has not been suspended, debarred, voluntarily excluded or determined
ineligible by any Federal agency within the past 3 years;
• does not have a proposed debarment pending; and
• has not been indicted, convicted, or had a civil judgment rendered against
it by a court of competent jurisdiction in any matter involving fraud or official
misconduct within the past 3 years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessarily result in denial of award but will be considered in
determining bidder responsibility. For any exception noted above, indicate below to
whom it applies, initiating agency, and dates of action.
Notes: Providing false information may result in criminal prosecution or administrative
sanctions.
The above certification is part of the Proposal. Signing this Proposal on the
signature portion thereof shall also constitute signature of this Certification.
Federal Requirements Forms for Federal -Aid Construction Projects 1270-4
Debarment and Suspension Certification
NON -LOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS
The prospective participant certifies, by signing and submitting this bid or proposal, to the
best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on
behalf of the undersigned, to any person for influencing or attempting to
influence an officer or employee of any Federal agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member
of Congress in connection with the awarding of any Federal contract, the
making of any Federal grant, the making of any Federal loan, the entering
into of any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any Federal contract, grant, loan,
or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will
be paid to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative
agreement, the undersigned shall complete and submit Standard Form-
LLL, "Disclosure of Lobbying Activities," in conformance with its instructions.
This certification is a material representation of fact upon which reliance was placed when
this transaction was made or entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code.
Any person who fails to file the required certification shall be subject to a civil penalty of
not less than $10,000 and not more than $100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he
or she shall require that the language of this certification be included in all lower tier
subcontracts, which exceed $100,000 and that all such sub -recipients shall certify and
disclose accordingly.
Federal Requirements Forms for Federal -Aid Construction Projects 1270-5
Non -Lobbying Certification for Federal -Aid Contracts
N/A
DISCLOSURE OF LOBBYING ACTIVITIES
COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURUSUANT TO 31 USC 1352
1. Type of Federal Action: 2.
Status of Federal Action: 3. Report Type:
❑ a.
contract
❑ a. bid/offer/application ❑ a. initial
❑ b.
grant
❑ b. initial award ❑ b. material change
❑ c.
cooperative agreement
❑ c. post -award
❑ d.
loan
For Material Change Only:
❑ e.
loan guarantee
year quarter
❑ f.
loan insurance
date of last report
4. Name and Address of Reporting Entity
5. If Reporting Entity in No. 4 is Subawardee,
Enter Name and Address of Prime:
❑ Prime ❑ Subawardee
Tier-, if known
Congressional District, if known
6. Federal Department/Agency:
8. Federal Action Number, if known:
Congressional District, if known
7. Federal Program Name/Description:
CFDA Number, if applicable
9. Award Amount, if known:
10. Name and Address of Lobby Entity 11. Individuals Performing Services
(If individual, last name, first name, MI) (including address if different from No. 10)
(last name, first name, MI)
(attach Continuation Sheet(s) if necessary)
12. Amount of Payment (check all that apply) 14. Type of Payment (check all that apply)
❑ actual ❑ planned
13. Form of Payment (check all that apply):
❑ a. cash
❑ b. in -kind, specify: Nature
Value
❑ a. retainer
❑ b. one-time fee
❑ c. commission
❑ d. contingent fee
❑ e. deferred
❑ f. other, specify _
15. Brief Description of Services Performed or to be performed and Date(s) of Service, including
officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 12:
(attach Continuation Sheet(s) if necessary)
16. Continuation Sheet(s) attached: ❑ Yes
17. Information requested through this form is authorized by
Title 31 U.S.C. Section 1352. This disclosure of lobbying
reliance was placed by the tier above when his
transaction was made or entered into. This disclosure is
required pursuant to 31 U.S.C. 1352. This information will
be reported to Congress semiannually and will be
available for public inspection. Any person who fails to
file the required disclosure shall be subject to a civil
penalty of not less than $10,000 and not more than
$100,000 for each such failure.
Federal Use Only:
Standard Form
❑ No
Signature: _N/A
Print Name:
Title:
Telephone No.:
Date:
Authorized for Local Reproduction
Standard Form - LLL
Federal Requirements Forms for Federal -Aid Construction Projects 1270-6
Disclosure of Lobbying Activities
INSTRUCTIONS FOR COMPLETION OF SF-LLL,
DISCLOSURE OF LOBBYING ACTIVITIES
This disclosure form shall be completed by the reporting entity, whether subawardee or prime federal recipient at the
initiation or receipt of covered federal action or a material change to previous filing pursuant to title 31 U.S.C. Section
1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or
employee of Congress or an employee of a Member of Congress in connection with a covered federal action. Attach
a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply
for both the initial filing and material change report. Refer to the implementing guidance published by the Office of
Management and Budget for additional information.
1. Identify the type of covered federal action for which lobbying activity is or has been secured to influence, the
outcome of a covered federal action.
2. Identify the status of the covered federal action.
3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to
the information previously reported, enter the year and quarter in which the change occurred. Enter the date of
the last, previously submitted report by this reporting entity for this covered federal action.
4. Enter the full name, address, city, state, and zip code of the reporting entity. Include Congressional District if
known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime
or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier.
Subawards include but are not limited to: subcontracts, subgrants, and contract awards under grants.
5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state,
and zip code of the prime federal recipient. Include Congressional District, if known.
6. Enter the name of the federal agency making the award or loan commitment. Include at least one organization
level below agency name, if known. For example, Department of Transportation, United States Coast Guard.
7. Enter the federal program name or description for the covered federal action (item 1). If known, enter the full
Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan
commitments.
8. Enter the most appropriate federal identifying number available for the federal action identification in item 1 (e.g.,
Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract
grant. or loan award number, the application/proposal control number assigned by the federal agency). Include
prefixes, e.g., "RFP-DE-90-001."
9. For a covered federal action where there has been an award or loan commitment by the Federal agency, enter
the federal amount of the award/loan commitments for the prime entity identified in item 4 or 5.
10. (a) Enter the full name, address, city, state, and zip code of the lobbying entity engaged by the reporting entity
identified in Item 4 to influence the covered federal action.
(b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a).
Enter Last Name, First Name and Middle Initial (MI).
11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (Item 4) to the
lobbying entity (Item 10). Indicate whether the payment has been made (actual) or will be made (planned).
Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or
planned to be made.
12. Check all boxes that apply. If payment is made through an in -kind contribution, specify the nature and value of
the in -kind payment.
13. Check all boxes that apply. If other, specify nature.
14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to
perform and the date(s) of any services rendered. Include all preparatory and related activity not just time spent
in actual contact with federal officials. Identify the federal officer(s) or employee(s) contacted or the officer(s)
employee(s) or Member(s) of Congress that were contacted.
15. Check whether or not a continuation sheet(s) is attached.
16. The certifying official shall sign and date the form, and print his/her name title and telephone number.
Public reporting burden for this collection of information is estimated to average 30-minutes per response, including
time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and
completing and reviewing the collection of information. Send comments regarding the burden estimate or any other
aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management
and Budget, Paperwork Reduction Project (0348 0046), Washington, D.C. 20503. SF-LLL-Instructions Rev. 06-04-90
Federal Requirements Forms for Federal -Aid Construction Projects 1270-7
Disclosure of Lobbying Activities
SECTION 1280
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 1280-1
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)
Martin Marietta San Diego Aggregates LLC dba ATP General Engineering Contractors 27-1641959
By (Ad Sign�tu�
Printed Name and Title L lerson Signing
David A. Donnelly, Vice President
Date Executed
I�m" f
Iran Contracting Act Certification 1280-2
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 1280-3
SECTION 1290
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 Sanction EO N-6-22 1290-1