Vance CorporationSECTION 1200
BID
DATE: 03/27/2025
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
03/18/2025
Initials
G C�
Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY.
VANCE CORPORATION
Name of Bidder
(909)355-4333
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.
VANCE CORPORATION
Name of Bidder
459 EGAN AVENUE P.O. BOX 575
BEAUMONT, CA 92223
Bidder's Address
414567
Contractor's License No.
• - • 0-1 Lip •-
DEREK RITARITA
(909)355-4333
Bidder's Telephone Number
BIDS@VANCECORP. NET
Bidder's Email Address
11-30-2025
Contractor's Expiration Date
Witness (CHRISTIAN PEACOCK)
SECRETARY
Printed Name of Signatory Title of Witness
PRESIDENT
Title of Signatory
Bid 1200-2
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
Qtt'
y'
Unit
Unit Price
(in figures)
Dollars
Item Total
(in figures)
Dollars
1
Mobilization
1
LS
2
Traffic Control
1
LS
$ I,oa�.�o
$ t%'B, o as b
3
Dust Control/SWPPP
1
LS
$ 30�,�$3,yt
$ 30$, VU '-Al
4
Earthwork
1
LS
$ cA Sq1
$ gq,00gk--*$
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
920
LF
$ lb b3
$ 1S,2.q°I
Concrete Curb; and Curb &
.
Gutter
Sawcut, Remove, and
Dispose of Existing
6
Concrete Pavement,
18,900
SF
$ .t p
$ i S3, o qo
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
$ eb.gq
$ i, S�}2kct
Adjacent Existing Concrete
Curb and Gutter
Construct Cross -Gutter per
8
City of La Quinta Std. No.
4,935
SF
$
$ cl- `'L lko •q
230 Mod. and 231 Mod.
Construct Sidewalk per City
9
of La Quinta Std. No. 240
980
SF
$ -Ab
$ It 4•�p
Mod.
Construct Concrete Curb
Ramp per City of La Quinta
10
Std. No. 250 Mod., Case A
16
EA
$ S ��ob . b1
$ 4 �► ,� �S _
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
$1c,0CIO.,� S
$ Z�{ ,3o1 °1 _ `tp
(Including Curb or Curb and
Gutter along Ram
Sawcut, Remove, and
Dispose of Existing
12
Concrete Ramp; Furnish
50
SF
$ qol lb \
$ q Aq p SO
and Install Truncated Dome
.
,
Concrete Tile per City of La
Quinta Std. 250 Mod.
Construct Concrete
13
Passageway per
1
EA
$ %A\,o of
$ LA
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
$ jq . -+4
$ OkiCk
Mod.
Remove and Reconstruct
Ex. Portion of Catch Basin
15
and Local Depression per
1
LS
$1b,a4y •Dq
$1b,�`t`-l-U
City of La Quinta Std. 300,
330, and per Plan
16
2" Grind and Asphalt
16,740
SF
$ \ - -) 3
$
Concrete Overlay
Pulverize 13" of Road
17*
Section — Three Step
1,084,980
SF
$ p .col
$ CkkL'l431:
Process
Construct 5.5" Asphalt
18
Concrete Over Pulverized
1,085,300
SF
$ 3
Base
Grade Parkway, Remove,
Modify, and Replace
19
Landscape and Irrigation in
1
LS
$'.Z, -A
$
Kind to Furthest Extent
Possible to Join Proposed
Curb Ram
Remove and Relocate
20
Existing PPB and PPB Post
6
EA
$ `i, \V& aq
$ -.1 013. °lLA
per CALTRANS Std. ES-7A
Salvage to City Existing Pull
Box and Furnish and Install
21
New No. 6(T) Traffic Pull
34
EA
Box per CALTRANS Std.
Plan ES-8B
22
Lower and Raise Storm
14
EA
$ LA i'
$ �� 3 q `�, S00
Drain Manhole
23
Signing and Striping,
1
LS
$ 33q , gq'2.oS
$ 3 3 ci, qaa.
Including All Incidentals
Total Amount of Bid Items 1 — 23
$ �, 3�p 3 I ��- , l q
* - Bid Item considered Specialty Work
W4
S
Bid Schedule 1210-3
ADDENDUM 01 - 3/18/2025
GRAND TOTAL BASE BID (Figures):
GRAND TOTAL BASE BID (Words):
e u\xoA S oo-, C\ev\t S ,
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.
Signature of Bidder (Ink)
VANCE CORPORATION
Name of Bidder (Printed or Typed)
(909)355-4333
Bidder Telephone Number
BIDS@VANCECORP.NET
Bidder Email Address
Bid Schedule 1210-4
SECTION 1220
BID GUARANTY BOND
PRINCIPAL, and Old Republic Surety 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 25th day of
March 2025.
Old Republic Surety Company
Vance Corporation
svcce' , o,Y VA Attorney -In -Fact
Title of Signatory
Signature of Principal
ySq Laj0.\n Pvto• w-o-ys SAS ��OLO, �,
Address cl a�33
Title of Signatory
Julia B. Bales
Sig e of Surety
cal.inlandsurety@hubinternaticnal corn
Email Address
Note: Signatures of those executing for the surety must be properly acknowledged.
Bid Guaranty Bond 1220-1
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL •.
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 &5 before me, Rachel Elizabeth Payne, Notary Public
�!16ate Here nsert Name and Title of the Officer
personally appeared Nm-bw - _
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the persono whose nameA islare
subscribed to the within instrument and acknowledged to me that he/s y xecuted the same in
his/hen44Qic authorized capacityjA), and that by his/herftheir signature,) on the instrument the
person}, or the entity upon behalf of which the person} acted, executed the instrument.
o� r RACHEL ELIZABETH PAYNE
.' Notary Public - California
- Riverside County
Commission # 2462358
My Comm. Expires Sep 9, 2027
certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true andrrec
:-hand
WITNESS�and official seal.
Signature
Sign of Notary Public
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:
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
020116 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907
N° 5410
STATE OF CALIFORNIA
DEPARTMENT OF INSURANCE
SAN FRANCISCO
Certificate of Authority
Tins Is To CERTIFY, That, pursuant to the Insurance Code of the State of California,
Old Republic Surety Company
of Brookfield, Wisconsin , organized under the
laws of Wisconsin , subject to its Articles of Incorporation or
other fundamental organizational documents, is hereby authorized to transact within this State,
subject to all provisions of this Certificate, the following classes of insurance:
SURETY, LIABILITY and MISCELLANEOUS
as such classes are now or may hereafter be defined in the Insurance Laws of the State of California.
Tms CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in
full compliance with all, and not in violation of any, of the applicable laws and lawful requirements
made under authority of the laws of the State of California as long as such laws or requirements are
in effect and applicable, and as such laws and requirements now are, or may hereafter be changed
or amended.
IN WrrNESS WHEREOF, effective as of the 14 t h day
of- December , 19 9 0, I have hereunto set
my hand and caused my official seal to be affixed this 14th
day of December 19 90
By
Qualification with the Secretary of State must be accomplished as required by the California Corporatia?ul Code
promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Ins. Code Sec. 701
and will be grounds for revoldng this Certificate of Authority pursuant to the covenants made in the application
therefor and the conditions contained herein.
FORM CS-3 68 84661
4&Mart Secrets
STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS
* OLD
REPUBLIC SURETY COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and
appoint:
Julia B. Bales, Kenneth A. Coate, Renae N. Balderas, Andrea Paris of Riverside, CA
its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and
deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof,
(other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note
guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds), as follows:
ALL WRITTEN INSTRUMENTS
and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed.
This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD
REPUBLIC SURETY COMPANY on February 18,1982.
RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint
attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to
execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may
remove any such attorney -in -fact or agent and revoke any Power of Attorney previously granted to such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company
(i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant
secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be
required) by a duly authorized attomey-in-fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attomeys-in-fact or agents pursuant to and within the limits of the authority
evidenced by the Power of Attorney issued by the company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile 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 affixed.
IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be
affixed this 26th day of January 2023
,0���11suRFr`,;
o C
W o ! �pnronwrt '.
SEAL ;
,nr *innon°•.
OLD REPUBLIC SURETY COMPANY
A OW
President
On this 26th day of January 2023 , personally came before me, Alan Payllc
and Karen J Haffner to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY
who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that
they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation.
-�- t a�GlJ�s*12 •
5 j
p091.�+ r Notary Public
My Commission Expires: September 28, 2026
CERTIFICATE (Expiration of notary's commission does not invalidate this instrument)
I, the undersigned, assistant secretary of the OLD REPUDLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached
Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of
Attorney, are now in force.
�¢Je`C01100N� tr`CO;
744030 = o SEAL
ORSC 22262 (306) u,�mun,opPo\
Inland Surety Bons & Ins Sery
25th
Signed and seated at the City of Brookfield, WI this day of
March 2025
�*S.r.lt.
CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189
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
MAR 2 5 2025
Date
personally appeared
before me, Stephanie D. Fisher, Notary Public
Here Insert Name and Title of the Officer
Julia B. Bales
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the persons) whose names} is/atesubscribed
to the within instrument and acknowledged to me that he/she/they executed the same in f+is/herAhe+r
authorized capacityoes), and that by+-+is/herAhe+f�signature(.$) on the instrument the person(&b or the entity
upon behalf of which the person(s) acted, executed the instrument.
STEPHANIE
w D36ISHE3COMM#758.
NOTARY PUBLIC - CALIFORNIA`
RIVERSIDE COUNTY
My Camm. Expires July 15, 2025
Place Notary Seat and/or Stamp Above
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.
Signature
OPTIONAL
Signat of Notary Public
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:
02019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
n Other
Signer is Representing:
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:
*SEE ATTACHED
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
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:
Signed this 27th day of
VANCE CORPORATION
MARCH
414567
2025.
Calendar Days:
Calendar Days:
Name Bidder Contractor's License No
Signature of Bidder
DEREK RITARITA
Printed Name of Bidder
11-30-2025
Expiration Date
1000008103
DIR Reg No.
PRESIDENT
Title of Signatory
Certification of Bidder's Experience and Qualifications 1230-2
PROJECT HISTORY
Koala Road Repaving Project CIP 2023-04
Owner: City of Adelanto
Address: 11600 Air Expressway, Adelanto, CA 92301
Contact: Richard Burgess Phone: (760) 246-2300 ext. 11146
Type of Work: Asphalt and base pulverizing, aggregate base, subgrade, asphalt concrete
base pavement, asphalt grinding and rubberized asphalt concrete pavement overlay.
Contract Duration: 60 Calendar Days
Contract Price: $888,888.88
Project Duration: January 2024- March 2024
East Main Street Evan Hewes Hwy Rehabilitation Project CRSAL-5169(057)
Owner: City of El Centro
Address: 1275 Main Street El Centro, CA
Contact : Felix De Leon Jr. (760)337-5182
Type of Work: Grinding of existing asphalt concrete pavement, installation of asphalt -
rubber and aggregate membrane, gap graded base, monument preservation, utility cover
adjustments.
Contract Duration: 45 Calendar Days
Contract Price: $1,918,840.00
Project Duration: February 2024- April 2024
Mission Lakes Boulevard and Little Morongo Road Resurfacing D1-0073 & D1-0074
Owner: County of Riverside Transportation Department
Address: 3525 14th Street, Riverside, CA 92501
Contact: Richard Mortan: (951)955-6885
Type of Work: Resurfacing asphalt concrete pavement, removing existing AC pavement,
and placing HMA.
Contract Duration: 60 Working Days
Contract Price: $1,197,631.42
Project Duration: July 2024- August 2024
Lone Hill Avenue Street Improvement Project 2024-02
Owner: City of San Dimas
Address: 245 E Bonita Avenue, San Dimas, CA 91773
Contact: Brandon Slater Phone: (909)394-6278
Type of Work: Roadway Milling, ARHM Paving, Asphalt Concrete paving and striping and
pavement markings.
Contract Duration: 60 Working Days
Contract Price: $942,207.95
Project Duration: June 2024- September 2024
Citywide Pavement Rehabilitation- CIP 5690
Owner: City of Hemet
Address: 445 E. Florida Avenue, Hemet, CA 92543
Contact: Jilleen Ferris: (951)765-2360
Type of Work: Cold milling of existing asphalt to base material, reconditioning of exposed
base material, pulverize existing asphalt, construction of new asphlat overlays.
Contract Duration: 50 Working Days
Contract Price: $1,869,563.89
Project Duration: June 2024- August 2024
Dune Palms Road Pavement Rehabilitation- 2021-01
Owner: City of La Quinta
Address: 78-495 Calle Tampico, La Quinta, CA 92253
Contact: Ubaldo Ayon: (760)777-7051
Type of Work: Pulverization, grind, asphalt overlay, signing and striping.
Contract Duration: 20 Working Days
Contract Price: $744,891.95
Project Duration: August 2024- September 2024
Lone Hill Avenue Street Improvement Project 2024-02
Owner: City of San Dimas
Address: 245 E Bonita Avenue, San Dimas, CA 91773
Contact: Brandon Slater Phone: (909)394-6278
Type of Work: Roadway Milling, ARHM Paving, Asphalt Concrete paving and striping and
pavement markings.
Contract Duration: 60 Working Days
Contract Price: $942,207.95
Project History: June 2024- September 2024
FY2023-2024 Street Improvement Project ST24007
Owner: City of Chino Hills
Address: 14000 City Center Drive, CA 91709
Contact: Victor Yanez: Phone: (909)364-2755
Type of Work: Grind and AC overlay
Contract Duration: 40 working days
Contract Price: $ 928,742.72
Project History: August 2024- September 2024
Phase IV -A Street Improvement Project
Owner: City of Needles
Address:817 3rd Street, Needles, CA 92363
Contact: Kathy Raasch: (760)326-2113
Type of Work: Grind and Pave thick asphalt with petromat, including full depth AC spot
repairs.
Contract Duration: 20 Working Days
Contract Price: $1,333,319.11
Project Duration: August 2024- October 2024
Citywide Street Overlay- IFB-24-066
Owner: City of Banning
Address: 99 E. Ramsey Street, CA 92220
Contact: Kevin D. Sin: (951)992-3140Type of Work: Grind/Cold plane of existing
asphalt,grading , placing new asphlat concrete
Contract Duration: 60 Working Days
Contract Price: $1,308,987.71
Project Duration: July 2024- October 2024
Bellflower Street Rehabilitation Project CIP 2024-06
Owner: City of Adelanto
Address: 11600 Air Expressway, Adelanto, CA 92301
Contact: Richard Burgess: (760) 246-2300
Type of Work: Removal of existing asphalt concrete pavement, aggregate base,
subgrade,concrete curb access ramps.
Contract Duration: 40 Working Days
Contract Price: $544,100.03
Project Duration: September 2024-October 2024
CP 23-391 Country Club Morningside to 111 Street Rehab
Owner: City of Rancho Mirage
Address: 69-825 Highway 111, Rancho Mirage, CA 92270
Contact: Chet Kan: (760)770-3224 Ext. 277
Type of Work: The general items of work to be done hereunder consist of removal and
reconstruction of A.C. pavement, and ADA curb ramp, adjusting utility vaults and manholes
to grade, and installing new striping and pavement markings.
Contract Duration: 90 Calendar Days
Contract Price: $1,649,883.02
Project Duration: December 2024- February 2025
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.
�hr�SP �a�os Lj \dc sItr�,p�`NCjly.p:/, ,=�L1bo011o00bo3De
c o,V,e any �.v . e'\ XMN,%n
_ C A, 9'L31}oh
E1`eCtY'Cc, 2a►%e.1UI()Vta `e�L°Ctrica� e-to
��nC. S''Y'C�� Anahc�w� P�7SY�b��N4hS B3�`iSD1toU0opd55b
Pavp�p�r,� CZP(.dC�,i1�►c�►oL�Osaa, 4��v�YC�it�� Seq 31io000033�03
� Vt' Cw
n��`C rSa.1 rorStYl�C�cO�'' ���as
hvt ,l IQ� s1eN,)o Co�C�c���
f a.tw• ops,eY} cw. t b1 q(,oxq 00p S,L4Bq'
a2Tk\
Signature of Bidder
VANCE CORPORATION
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 )
DEREK RITARITA , being first duly sworn, deposes and say that he or she
is PRESIDENT of VANCE CORPORATION , the party making the
foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed
person, partnership, company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that the bidder has not directly or indirectly induced or
solicited any other bidder to put in a false or sham bid, and has not directly or indirectly
colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham
bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly
or indirectly sought by contract, agreement, communication, or conference with anyone to
fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost
element of the bid price, or of that of any other bidder, or to secure any advantage against
the public body awarding the contract of anyone interested in the proposed contract; that
all statements contained in the bid are true; and, further, that the bidder has not, directly or
indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof,
or divulged information or data relative thereto, or paid, and will not pay, any fee to any
corporation, partnership, company association, organization, bid depository, or to any
membe or agent thereof to effectuate a collusive or sham bid.
ignature
DEREK RITARITA
Name of Bidder
PRESIDENT
Title
03/27/2025
Date
Non -Collusion Affidavit 1250-1
•RNIIA ALL-PURPOSE ACKNOWLEDGMENT•D
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 before me, Rachel Elizabeth Payne, Notary Public
D fe Here Insert Name and Title of the Officer
personally appeared
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(A whose name) is/arz
subscribed to the within instrument and acknowledged to me that he/she they executed the same in
his/ko�n- authorized capacity(ifio, and that by his/heat eft signature(,sj on the instrument the
person), or the entity upon behalf of which the personWacted, executed the instrument.
RACHEL ELIZABETH PAYNE
t4 Notary Public - California
Riverside County
° Commission # 2462358
My Comm. Expires Sep 9, 2027
certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS milk hand and
Signature
Public
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:
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
02016 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907
SECTION 1260
DIR Proiect Vendor Information
Vendor Information:
Name: VANCE CORPORATION
Address: 459 EGAN AVENUE P.O. BOX 575
Zip: 92223
Project Manager: CODY ERAUTT
City: BEAUMONT
ST: CA
Email: CODY@VANCECORP.NET
Phone: (909)355-4333 CSLB/Certification Number. 414567
Public Works Registration No.: 1000008103
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 X Tile Worker
Prevailina Waaes and Pavroll:
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/Prevailina-Wa eq 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:
httD://www.dir.ca.aov/Public-Works/Certified-Pavroll-Reportina.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 VANCE CORPORATION
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 X
If the answer is yes, explain the circumstances in the following space.
N/A
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.
N/A
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
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
S. 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:
10. Name and Address of Lobby Entity
(If individual, last name, first name, MI)
Congressional District, if known
7. Federal Program Name/Description:
CFDA Number, if applicable
9. Award Amount, if known:
11. Individuals Performing Services
(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):
O 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:
IN No
Signature: `/�"'4�►� P.1.✓1d1i1 _
Print Name: CHRISTIAN PEACOCK
Title: SECRETARY
Telephone No.: (909)355-4333 Date: 3/27/2025
Standard Form LLL Rev. 09-12-97
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
EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT
1. Local Agency: City of La Quinta 2. Contract DBE Goal: 19%
3. Project Description: Rehabilitate asphalt pavement on Highway 111 in La Quinta from Monte Sereno Drive to Jefferson Street
4. Project Location: In the City of La Qunita on Highway 111 from Monte Sereno Drive to Jefferson Street
5. Bidder's Name: VANCE CORPORATION 6. Prime Certified DBE: 7. Bid Amount:
8. Total Dollar Amount for ALL Subcontractors:
9. Total Number of ALL Subcontractors:
10. Bid
Item
Number
11. Description of Work, Service, or
Materials Supplied
12. NAICS or
Work
Category
Codes
13. DBE
Certification
Number
14. DBE Contact Information
(Must be certified on the date bids are
opened)
15. DBE
Dollar
Amount
'WILL PROVIDE FORMS FOR
FEDERAL -AID CONSTRUCTION
PROJECTS WITHIN 5 CALENDAR
DAYS
Local Agency to Complete this Section upon Execution of Award
16. TOTAL CLAIMED DBE PARTICIPATION
$
22. Local Agency Contract Number:
23. Federal -Aid Project Number:
24. Bid Opening Date:
25. Contract Award Date:
IMPORTANT: Identify all DBE firms being claimed for credit, regardless of
26. Award Amount:
tier. Names of the First Tier DBE Subcontractors and their respective
item(s) of work listed above must be consistent, where applicable with the
Local Agency certifies that all DBE certifications are valid and
names and items of the work in the "Subcontractor List" submitted with your
information on this form is complete and accurate.
bid. Written confirmation of each listed DBE is required.
27. Local Agency Representative's Signature 28. Date
17. Preparer's Signature 18. Date
29. Local Agency Representative's Name 30. Phone
19. Preparer's Name 20. Phone
31. Local Agency Representative's Title
21. Preparer's Title
Standard Form Rev. 01-05-23
DISTRIBUTION. 1. Original - Local Agency
2. Copy - Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days of contract execution
may result in de -obligation of federal funds on contract.
3. Include additional copy with award package
Federal Requirements Forms for Federal -Aid Construction Projects 1270-8
Exhibit 15-G Construction Contract DBE Commitment
INSTRUCTIONS - CONSTRUCTION CONTRACT DBE COMMITMENT
CONTRACTOR SECTION
1. Local Agency - Enter the name of the local agency that is administering the contract.
2. Contract DBE Goal - Enter the contract DBE goal percentage as it appears on the project advertisement.
3. Project Description - Enter the project description as it appears on the project advertisement (Bridge Rehab,
Seismic Rehab, Overlay, Widening, etc).
4. Project Location - Enter the project location(s) as it appears on the project advertisement.
5. Bidder's Name - Enter the contractor's firm name.
6. Prime Certified DBE - Check box if prime contractor is a certified DBE.
7. Bid Amount - Enter the total contract bid dollar amount for the prime contractor.
8. Total Dollar Amount for ALL Subcontractors - Enter the total dollar amount for all subcontracted contractors.
SUM = (DBEs + all Non -DBEs). Do not include the prime contractor information in this count.
9. Total number of ALL subcontractors - Enter the total number of all subcontracted contractors. SUM = (DBEs +
all Non -DBEs). Do not include the prime contractor information in this count.
10. Bid Item Number - Enter bid item number for work, services, or materials supplied to be provided.
11. Description of Work, Services, or Materials Supplied - Enter description of work, services, or materials to be
provided_ Indicate all work to be performed by DBEs including work performed by the prime contractor's own
forces, if the prime is a DBE. If 100% of the item is not to be performed or furnished by the DBE, describe the
exact portion to be performed or furnished by the DBE. See LAPM Chapter 9 to determine how to count the
participation of DBE firms.
12. NAICS or Work Category Codes - Enter NAICS or Work Category Codes from the California Unified Certification
Program database.
13. DBE Certification Number - Enter the DBE's Certification Identification Number. All DBEs must be certified on
the date bids are opened.
14. DBE Contact Information - Enter the name, address, and phone number of all DBE subcontracted contractors.
Also, enter the prime contractor's name and phone number, if the prime is a DBE.
15. DBE Dollar Amount - Enter the subcontracted dollar amount of the work to be performed or service to be
provided. Include the prime contractor if the prime is a DBE. See LAPM Chapter 9 for how to count full/partial
participation.
16. Total Claimed DBE Participation - $: Enter the total dollar amounts entered in the "DBE Dollar Amount" column.
%: Enter the total DBE participation claimed ("Total Claimed DBE Participation Dollars" divided by item "Bid Amount").
If the total % claimed is less than item "Contract DBE Goal," an adequately documented Good Faith Effort (GFE) is
required (see Exhibit 15-H DBE Information - Good Faith Efforts of the LAPM).
17. Preparer's Signature - The person completing the DBE commitment form on behalf of the contractor's firm must
sign their name.
18. Date - Enter the date the DBE commitment form is signed by the contractor's preparer.
19. Preparer's Name - Enter the name of the person preparing and signing the contractor's DBE commitment form.
20. Phone - Enter the area code and phone number of the person signing the contractor's DBE commitment form.
21. Preparer's Title - Enter the position/title of the person signing the contractor's DBE commitment form.
LOCAL AGENCY SECTION
22. Local Agency Contract Number - Enter the Local Agency contract number or identifier.
23. Federal -Aid Project Number - Enter the Federal -Aid Project Number(s).
24. Bid Opening Date - Enter the date contract bids were opened.
25. Contract Award Date - Enter the date the contract was executed.
26. Award Amount - Enter the contract award amount as stated in the executed contract.
27. Local Agency Representative's Signature - The person completing this section of the form for the Local Agency
must sign their name to certify that the information in this and the Contractor Section of this form is complete and
accurate.
28. Date - Enter the date the DBE commitment form is signed by the Local Agency Representative.
29. Local Agency Representative's Name - Enter the name of the Local Agency Representative certifying the
contractor's DBE commitment form.
30. Phone - Enter the area code and phone number of the person signing the contractor's DBE commitment form.
31. Local Agency Representative Title - Enter the position/title of the Local Agency Representative certifying the
contractor's DBE commitment form.
Federal Requirements Forms for Federal -Aid Construction Projects 1270-9
Exhibit 15-G Construction Contract DBE Commitment
EXHIBIT 15-H: Proposer/Contractor Good Faith Efforts
Federal -aid Project No.: HIPL-5433(021) Bid Opening Date: 03/27/2025
The City of La Quinta established a Disadvantaged Business Enterprise (DBE) goal of
19% for this contract. The information provided herein shows the required good faith
efforts to meet or exceed the DBE contract goal.
Proposers or bidders submit the following information to document their good faith efforts
within five (5) calendar days from bid opening. Proposers and bidders are
recommended to submit the following information even if the Exhibit 10-01: Consultant
Proposal DBE Commitments or Exhibit 15-G: Construction Contract DBE Commitment
indicate that the proposer or the bidder has met the DBE goal. This form protects the
proposer's or the bidder's eligibility for award of the contract if the administering agency
determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm
was not certified at bid opening, or the bidder made a mathematical error.
The following items are listed in the Section entitled "Submission of DBE Commitment"
of the Special Provisions, please attach additional sheets as needed:
A. The names and dates of each publication in which a request for DBE participation
for this project was placed by the bidder (please attach copies of advertisements
or proofs of publication):
Publications
Dates of
Advertisement
*WILL PROVIDE FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS WITHIN 5 CALENDAR DAYS
B. The names and dates of written notices sent to certified DBEs soliciting bids for
this project and the dates and methods used for following up initial solicitations to
determine with certainty whether the DBEs were interested (please attach copies
of solicitations, telephone records, fax confirmations, etc.):
Names of DBEs Solicited Date of Initial Follow Up Methods and Dates
Solicitation
"WILL PROVIDE FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS WITHIN 5 CALENDAR DAYS
Federal Requirements Forms for Federal -Aid Construction Projects 1270-10
Exhibit 15-H DBE Information —Good Faith Efforts
C. The items of work made available to DBE firms including those unbundled contract
work items into economically feasible units to facilitate DBE participation. It is the
bidder's responsiblitiy to demonstrate that sufficient work to facilitate DBE
participation in order to meet or exceed the DBE contract goal.
Bidder Percentage
Items of Work Normally Breakdown Amount Of
Performs Item of Items Contract
(Y/N)
*WILL PROVIDE FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS WITHIN 5 CALENDAR DAYS
I
D. The names, addresses and phone numbers of rejected DBE firms, the reasons for
the bidder's rejection of the DBEs, the firms selected for that work (please attach
copies of quotes from the firms involved), and the price difference for each DBE if
the selected firm is not a DBE:
Names, addresses and phone numbers of rejected DBEs and the reasons for the
bidder's rejection of the DBEs:
*WILL PROVIDE FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS WITHIN 5 CALENDAR DAYS
Names, addresses and phone numbers of firms selected for the work above:
*WILL PROVIDE FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS WITHIN 5 CALENDAR DAYS
Federal Requirements Forms for Federal -Aid Construction Projects 1270-11
Exhibit 15-H DBE Information —Good Faith Efforts
E. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs
in obtaining information related to the plans, specifications and requirements for
the work which was provided to DBEs:
*WILL PROVIDE FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS WITHIN 5 CALENDAR DAYS
F. Efforts (e.g. in advertisements and solicitations) made to assist interested DBEs in
obtaining bonding, lines of credit or insurance, necessary equipment, supplies,
materials or related assistance or services, excluding supplies and equipment the
DBE subcontractor purchases or leases from the prime contractor or its affiliate:
*WILL PROVIDE FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS WITHIN 5 CALENDAR DAYS
G. The names of agencies, organizations or groups contacted to provide assistance
in contacting, recruiting and using DBE firms (please attach copies of requests to
agencies and any responses received, i.e., lists, Internet page download, etc.):
Name of Agency/Organization Method/Date of Contact Results
*WILL PROVIDE FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS WITHIN 5 CALENDAR DAYS
H. Any additional data to support a demonstration of good faith efforts:
*WILL PROVIDE FORMS FOR FEDERAL -AID CONSTRUCTION PROJECTS WITHIN 5 CALENDAR DAYS
Federal Requirements Forms for Federal -Aid Construction Projects 1270-12
Exhibit 15-H DBE Information —Good Faith Efforts
o� �o
a) " O
O U
c C .a? N Or
o o C9 6
(0 ZZ cu O- a) O
° o
[0
(0 o a) a) M
(D m�
> A-- o Co a
o
m ° 2
° 3o U~
o o�0) o��
> U (U E
0 L Y �5 o z
r mf-v a) to -
is A--p N
aY -�
�.Y.0E
m� Uad
W'3 c t a) '0
m v •- c am
a�
a oLL
m o o
Cin�rn 0
z 0 U L
Z �2 aa)
� c o
a _ O a) ID c
W N 'c c 0
m °-
a) _o 0
v U 7
L C N �O
U8ao om
o a) c
CU U o
3 o
= U U C C E
(6 (6
c) Z3 Uj Y
.Q Q C 0
a)c o
to° cu mE
0-0 (n (D� y
r 0
N 0)� c as-w
J I_- 3 a
U)cn a)°c
i 3 (n m LL3
i � ) ° a
o U a) a
t a) AO
Co `° o U
o c o
moa)� yYE
N� o o �w
r 7 fn 3 1 H
N'En 1U . U m
_ N
CO a)C.
t O_
X L OU C O O O
U O U
W o O N a O
CaO ° U) .� O
L C L
cu
c v �a
O U
Ufc
7 ° +J -
to a F- C Q)
O C O L .o M
NOcn 3m2
�v c a, rn
U O
O U N N
a) -0 a O >
UO O C a)
F U U
° C a) O L
Q u o c o 3
42
Q.
a)
a)
�
C
O
C
O==
C
O
c
O
c
O
C
O==
C
O
C
O
C
O
C
O==
C
LC)O
C
T
C
O
C
O__
C
0.0
C
T
C
O
C
O__
c
O
C
O
C
O
C
O
C
O
C
O
u )
O`
EE
EE
EE
EE
EE
EE
_O
T
OLO
E
Off_
€
OU7
OL
r
€
Ot)
r
r
V
vk�
�
'-
N'
N"
�
�
�
6
m
�
ii:
m
m
�
,'
LL
�
N'
9,
6-
LL
v
v
v
v
w
v
v
v
V
O
v
v
V
V
O
v
v
V
V
O
v
v
v
v
O
v
v
v
v
o
c
o
m
(D
a)
(D
m
Q
❑❑❑
a
❑❑❑Q❑
❑❑
Q
❑❑❑❑Q
❑❑❑❑a
❑❑❑Q
N
(D
U
W 0
z
}
co _z
�}
W
L
�N)4CD
J
U
asCE
))(D
OfE
�
LO
-:�z
O J z
p z
=
H
mom
U
C-�
v�Y
W
� co c
�
O
s o c0i
a
IL
IL
O
m�
U
.0¢
U)
U
z
O
U
O
o
Q
L
U
J
LU
o
0
off$
W
LL
E
�
/
LL
LL
C
J
O
LL
c
ca
W
E
>
Z O
Lr
om
a
U
N J
J
C
U
o
N
U
co
m
m
N
N
(E6
m
z U
z U
z U
z U
Z C)
z U
�w
o m
d �
C c
0 0
•� Z
2�c
N (O
C W
O m
U
Q
ip o
m m
LL o
U
O �
0 O
LL N
N J
G N
�L
m
N '�O
j m
a m
Clf N
N
N X
LL W
m
a
W
m
C
O
Z
C
LU
co
L
0
cc
L
O
0
A)
J
N
d
co
M
W
N
r
t
x
W
0
c
L' T
O
M
L �
J
� a
o=
a)
O N
7 �
crE
m
CD
ar
o
a O
oa
a
m ii
Q
N
C
O
C
O_=
C
O
C
O
L
C
O
C
O=_
C
O
C
O
C
0.0.
C
C
O
C
O
T
C
0
C
0==
C
O
C
O
T
C
O
C
O—_
C
O
C
O
C C
O O
C
O
C
O
L4
o
E
E
E
E
E
E
E
E
E
E
E
E
E
E
Lo
O
LO
T
�Li
O
L O
E
L
O
LO
E
L
T
ICI
O
L
LO
O
U)
E
L.
T LO
O
L O
r n
V
�64
tv
��»
�v►iLL
v►�»T
v��
LL
v�E»T�
�F»iLL
��TT
��LL
��LL
V
V
V
v
V
LL
LL
V
V
V
V
0
V
V
V
V
0
V
V
V
V
0
V
V
V
V
0
V V
V
V
0
c
O
()
a)
N
a)
N
Q
❑❑❑
Q
❑
❑❑Q
❑❑❑❑
Q
❑❑❑❑¢
❑❑❑❑¢❑❑❑❑Q
UM
W E
0Z
}
wZco
❑
�}
0
W
L
J
U
C.0
r.0
C �
it �
z
_V
UJZ❑Z
Z
2
H
U
m2�m
LLU
C -0 m Y
�
(D 0
a
-
o00
m�
U
,Q
0
❑
o
Q
a
U
J
w
Q
06
w
E
LL
N
o
C
LL
J
c
0
O
LL
C
of
W
❑
E
>
co Z C
O
•—
OC
L
00
^
I..L
U
N J
_J
U
cE
m
Q
�
co
N
m
N �_
N
N
m
Z U
Z U
Z
Z CU
Z U
Z U
0
N
m
N
LL W
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 Nam&financial Institution (Printed) VANCE CORPORATION Federal IDNumber (or n/a)
95-3767799
By (Au o ed Sighatur D
Printed Name and Title of Person Signing Date Executed
DEREK RITARITA, PRESIDENT 1 03/27/2025
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) N/A
By (Authorized Signature) N/A
Printed Name and Title of Person Signing N/A
Federal ID Number (or n/a)
N/A
Date Executed
N/A
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
Vance Corporation General Engineering Contractor
License No, 414567-A
P.O. Box 575, Beaumont, CA 92223
459 Egan Avenue, Beaumont, CA 92223
(909) 355-4333 • Fax No. (909) 355-4339
BOARD RESOLUTION
APPOINTING OFFICERS
APPOINTMENT OF OFFICERS.
RESOLVED, On April 291h, 2021 that the following person are elected to the office(s)
indicated next to their names to serve until their successor(s) shall be duly elected,
unless he or she resigns, is removed from office or is otherwise disqualified from serving
as an officers of this corporation, to take their respective office(s) immediately to upon
such appointment:
Office Name
President and Chief Executive officer Derek Ritaita
Vice President and Chief Financial Officer Robert Erautt
Secretary Christian Peacock
Resolved, that the officers of this corporation are, and each acting alone is, hereby authorized to
do and performed any and all such acts, including execution of any and all documents and
certificates, as such officers shall deem necessary or advisable, to cant' out the purpose and intent
of the foregoing resolutions.
Further Resolved, that any actions taken by such officers prior to the date of the foregoing
resolutions adopted hereby that are within the authority conferred thereby are hereby ratified,
confin-ned and approved as the acts and deed of this corporation.
There being no further business to come before the Board, the meeting was accordingly
adjou
JFE S:
4
Derek Ritarita Christian Peacock
President, CEO Secretary
Robert Erautt
CFO