Loading...
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