Loading...
Bid - RG General Engineering, Inc.SECTION 1200 BID DATE: 01- 25-20Z5 The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2021-02, Fritz Burns Park Improvements, and will contract with the City, on the form of Contract provided herewith, to do everything required for the fulfillment of the contract for said work at the prices and on the terms and conditions herein contained. We have included the following items and agree that they shall form a part of this bid: SECTION TITLE 1200 Bid 1210 Bid Schedule 1220 Bid Guaranty Bond 1230 Certification of Bidder's Experience and Qualifications 1240 Proposed Subcontractors 1250 Non -Collusion Affidavit 1260 DIR Project Vendor Information 1270 Iran Contracting Act of 2010 1280 Russian Aggression Against Ukraine Sanctions We acknowledge that the following addenda have been received and have been examined as part of the Contract Documents. Bidders must be on the Plan Holders List with the City of La Quinta in order to receive addenda. Addendum # Date Received Initials v \ 212o2S ,��' 'L Jv�,t 23, LuZ5 3 �ull ��{, zo25 ✓-' Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. PCI 6OtArj��nr�►nCPr,n„ Inc Name of Bidder 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. C-A l,-v. ( q50 OkP3 - OrZ,ot, Name of Bidder Bidder's Telephone Number 35a Wee -A- , . cg2ew r t' ("j d fi) 4t %(. he +- Bidder's Address Bidder's Email Address lOs >"4k Contractor's License No. Ga \ % 1;&r r,►rr- State of Incorporation Signature of Bidder 2: OLQ_v- 4 L'1,� rztLt eS Printed Name of Signatory �Pa5ld& - Title of Signatory 5- 35 - 2oZ4o Contractor's Expiration Date �j f" Witness Title of Witness Bid 1200-2 Addendum 02 — 7/23/2025 SECTION 1210 BID SCHEDULE PROJECT NO. 2021-02 FRITZ BURNS PARK IMPROVEMENTS City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 To Whom It May Concern: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for Project No. 2021-02, Fritz Burns Park Improvements, in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of the Base Bid Area plus all Additive Alternates. Unit prices in each and every case represent the true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. We acknowledge that unbalanced unit prices shall be sufficient cause for the rejection of our bid. Bid Schedule 1210-1 Addendum 02 - 7/23/2025 BASE BID - FRITZ BURNS PARK IMPROVEMENTS Item No. Item Description Est. Unit Unit Price Item Total Qty, (in figures) (in figures) Dollars Dollars GENERAL REQUIREMENTS 1. Mobilization 1 LS $ S.. 0 2. Site/Traffic Control 1 LS $ 32, 55.5 % $ 32 5q5w 3. Dust Control 1 LS 4 Storm Water Pollution Prevention Plan SWPPP 1 LS $ 13121 w $ 5. Demolition and Disposal - P1 1 LS $ 2030% �. $ 2-0-A 0°I I °` 6. Demolition and Disposal - P2 1 LS $ i3S 10 " $ 135,'aop�w 7. Demolition and Disposal - P3 1 LS `� l '3 SITE IMPROVEMENTS 8 Subgrade Preparation and Precise Grading - P1 1 LS $ 411, $ 1 S41 Subgrade Preparation and 9. Precise Grading, Including 1 LS $ $ Retention Basin - P2 I o, IvSb "' 10, los6 10 Subgrade Preparation and Precise Grading - P3 1 LS $ 2 ,'I►3'°' $ 11. 4" Pedestrian Concrete Pavement pff Plan 8,234 SF $ 3, �c $ 101, 12 4" Pedestrian Colored Top Cast Concrete Pavement per Plan 2,547 SF $ j 1- oo $ �3 20i 4, 6" Pedestrian 13. Concrete Pavement Der Plan 5,622 SF $ b $ f5q a152'0 14. 6" Pedestrian Colored Top Cast Concrete Pavement Per Plan 6 ,225 SF $ �� $ 112Ogp�' Furnish and Install 3/8" Minus 15. w/ 20% Fines "Desert Gold" 2,315 SF $ $ Stabilized Decomposed Granite '4-00 Gt.Zbooe Furnish and Install 3/8" Minus 16. "Apache Brown" Non -stabilized 17,739 SF $ $ Decomposed Granite v- ali w 17 Furnish and Install 3/4" "Desert Gold" Crushed Rock 7,034 SF $ 3•,00 $ 2), 102. Bid Schedule 1210-2 Addendum 02 - 7/23/2025 Item No. Item Description Est. Unit Unit Price Item Total Qty- (in figures) (in figures) 18 Furnish and Install 8" Minus Dollars Dollars "Baia Cresta" Rubble 8,716 SF $ $ $ 19. Install Salvaged Ex. Rubble per Plan 3,461 SF $ 2 0o $ Iv, q22� Furnish and Install Artificial Turf 20. over Infill and Aggregate Base 1,617 SF $ $ er Plan and Specifications �Z , pp v q, 404 21 Furnish and Install Permal-oc Header — Asphalt Ede 2,673 LF $ 13 uo $ Construct 6" Curb and Gutter 22. per City of La Quinta Std. No. 170 LF $ $ 201 $ , 00 23 Construct 6 Curb per City of La Quinta Std. No. 210 1,400 LF $ �, 00 $' Vw � 24. Construct Ribbon Gutter per Plan Details 830 LF $ , OC $ Construct Cross -Gutter per City 25. of La Quinta Std. No. 230 Mod. 380 SF $ $ and 231 Mod. �1 • to, 2lo0 Construct Parkway Drain per 26. Plan Details — Curb Cut Detail 1 EA $ $ P2 Sheet 18 SZZ3 w Construct Curb Ramp per City 27. of La Quinta Std. No. 250 Mod.; Case Per Plan 6 EA $ $ `o 28 Construct Driveway per City of La Quinta Std. No. 221 Mod. 1 EA $ i U O�, $ Construct 3" A.C. over 4" Class 29 II Aggregate Base Over 12" Scarified and Compacted 32,510 SF $ $ Native 145. wo G 30. Signing and Striping, Including All Incidentals — P1 1 LS $ 7 $ 31. Signing and Striping, Including All Incidentals — P2 1 LS $ .14 J 33' SITE STORM DRAINAGE 32 Furnish and Install 6" Dia. HDPE Storm Drain at 1.0% Min. 850 LF $ 2 00 $ Furnish and Install 6" Dia. 33. Perforated Storm Drain at 1.0% Min. 265 LF $ 2�5. 00 $ (D, f025 Bid Schedule 1210-3 Addendum 02 - 7/23/2025 Item No. Item Description Est. Unit Unit Price Item Total Qty. (in figures) (in figures) Furnish and Install 2'x3' NDS Dollars Dollars 34. Ribbon Gutter Inlet with H-25 Highway Grate (Pedestrian 3 EA $ Rated) (P1 and P2 Furnish and Install 12"x12" 35. Nyloplast Inline Drain (P1 and 12 EA 36. Furnish and Install Bubbler Box Outlet P1 and P2 2 EA <� $ ZK3 $ 37 Furnish and Install 4° Duraslot WATER/SEWER IMPROVEMENTS Furnish and Install 1" Dia. Schedule 40 Class-350 Private 38. Domestic Water Line complete 180 LF $ $ in place. All appurtenances `b' Do 2, S$OW considered incidental. Reconnect Private Water Lines Fto CVWD Relocated Water 39. Meters (3 Meters). Coordinate 1 LS $ with CVWD on timing to reconnect same da . Relocate Salvaged Private Fire Hydrant and furnish and install 40. new valve to grade and extend water line per CVWD Std W- 1 LS $ ' b, l� Z "� $ b' 012 33A. All appurtenances considered incidental. Furnish and Install 6" Dia. VCP Sewer Lateral, per CVWD Std 41. Dwg No. S-9A complete in 175 LF $ place. All appurtenances considered incidental. SITE AMENITIES Furnish and Install Engineered Wood Fiber Safety Surface over 42. Filter Fabric and Gravel Base Plan 5,253 SF $ per and Specifications (C- 11 Bid Schedule 1210-4 Addendum 02 — 7/23/2025 Item No. Item Description Est. Unit Unit Price Item Total Qty. (in figures) (in figures) Furnish and Install Rubber Dollars Dollars Safety Surfacing, Poured-In- 43. Place, over Rubber Shock Course and Class II Base per 2,786 SF $ 3$'0 $ 105' 8tbw Plan and Specifications (Det C- 11 44. Construct Play Area Curb with Rebar per Plan Det C-07 167 LF $ . OD $ 1.2t 52Sw 45. Construct Play Area Ramp with Rebar Per Plan Det C-08 331 SF $ Zj ,go $ Construct Retaining Seat -wall 46. with Precast Cap, Rebar, Waterproofing, Stucco, and 310 LF $ Zi $ 't�10� Footingper Plan C-10 b'l, Furnish and Install 5' HT Steel 47 Fence with Footings per City of La Quinta Std. No. 784.1-784.2 574 LF $ �,��,� $ and Plan 1519 trLw Furnish and Install 5' HT Steel 48. Single Gate with Footings per 3 EA $ $ Plan C-31 5�iO3�� 1"11 w Furnish and Install 5' HT Steel 49. Double Gate with Footings per 5 EA $ $ Plan Det C-30 Furnish and Install Boulder 50. Edging with Footing per Plan 315 LF $ � ft vo $ Zia,WD.C1 Det C-09 and C-40 Install City Furnished Play Area 51 _ Equipment and Construct Footings per Plan LS � Furnish and Install Drinking Fountain, Construct Footing, 52 Furnish and Install Valve, and Construct Drain per Plan. All 3 EA $ $ Appurtenances are considered ID, 10fv 3',��2 a included. Det C-12 and C-13 Furnish and Install 53. Trash/Recycling Receptacle and Construct Footing per Plan (Det C- 16, 8 EA $ v� s23 � 3b, Iq,�.fy Furnish and Install Hot Coal 54. Receptacle and Construct Footing perPlan Det C-14 2 EA $ Bid Schedule 1210-5 Addendum 02 — 7/23/2025 Item No. Item Description Install City Furnished Bike Est. Qty, Unit Unit Price ( in figures) Dollars Item Total (in figures) Dollars 55 Racks (11 Racks) and Construct Footing per Plan (Det C-17 1 LS $ 2, 1g3`c $ 2114 3 Install City Furnished Bench 56. with Back and Construct Footing per Plan Det C-21 18 EA ;$2c)+ Install City Furnished Bench 57. without Back and Construct FootingPer Plan Det C-22 38 EA $ ZZO `" $ g, 31av Install City Furnished Curved 58. Bench with Back Mounted on Seat -wall per Plan Det C-20 4 EA $ I}b5�" $ Install City Furnished Picnic 59. Table and Construct Footing er Plan Dot C-23 23 EA $ ,{, 2- v5 $ b, Q4S Furnish and Install Bike Tune- 00. Up Station and Construct Footin er Plan Det C-18 1 EA $ Z33 $ 233 • w Furnish and Install BBQ Grill 61. and Construct Footing per Plan 4 EA Furnish and Install Pet Waste 62. Receptacle and Construct Footin per Plan Det C-27 3 EA $ ti v) $ 2, 3q 63. Install City Furnished Hypar Shade Sail with Posts and Construct Footing per Plan (Det C-2 1 LS 7 1 (0 2e w Install City Furnished 64. Playground Shade Sails with Posts and Construct Footing per Plan Det C-25 1 LS $, lob $ GeV -100 Install City Furnished 65. Monoslope Shade Structure and Construct Footingper Plan L 2-13 p, 3 TEA$,Sheet 33�{ il" $ '-fq, o o 2'`' Install City Furnished Curved 66. Shade Trellis Structure and Construct Footing per Plan Sheet L 2-12 4 EA $ 25 $ ��' Ow Bid Schedule 1210-6 Addendum 02 - 7/23/2025 Item No. Item Description Est. Unit Unit Price Item Total Qty. (in figures) g ) (in figures) Install Salvaged Bronze Plaque Dollars Dollars 67. on Stand with new anchors and 1 LS $ ` `1105 $ Lt(oS• Construct Footingper Plan .at vo Install Salvaged Memorial Tree 68. Plaque with new anchors per Plan 1 LS $ ��3 ' $ 2 33. co Construct City Furnished Restroom Building and Install City Furnished Fixtures. Furnish 69 and Install Appurtenances as needed. Utility Construction and 1 LS $ $ j SS 139" Construction Coordination with 15 511'3cl other trades included in item cost. POOL AREA IMPROVEMENTS Furnish and Place "Kool Deck" Surfacing over Existing 70. Concrete Deck, Including all Preparation, Void Filling, and 2760 SF $ 3 •� o $ �, 2Ya0 Depth Markers. 71 Furnish and Construct Concrete with "Kool Deck" Surfacin . 3916 SF $ 2�L $ v(p, Reconstruct Pool Stairs, 72 including all incidentals to complete the work. Demolition aid under Demo Bid Item. 1 LS $ p eo 111 Furnish and Install 5' HT Pool Fence with Footings and 12" 73. Concrete Band per City of La Quinta Std. No. 784.1-784.2 per 383 LF $ 2�-� .rA $ ,��� , Plan P3 Det C-09 Construct 6' Tall Splitface CMU 74. Block Wall and Footing per Plan P3 Det C-17 9.5 LF $ 3Z ,,� $ 3 :741 w 1 75 Furnish and Install Pool Lounge Chair Per Plan P3 Det C-10 30 EA $ YJb� $ 2b, o4o'r, Install City Furnished 76 Rectangular Shade Trellis Structure and Construct Footings 1 EA $ I 3' i �, $ �t II% PO per Plan Bid Schedule 1210-7 Addendum 02 - 7/23/2025 Item No. Item Description Est. Unit Unit Price Item Total Qty. (in figures) (in figures) Construct Existing Pool Dollars Dollars 77. Renovations, Including Painting 1 LS $ $ Building per Plan 7i37 Construct Activity Pool Complete In -Place, Install City 78 Furnished Vortex Activity Pool Features, and Furnish and 1 LS $ $ Install Equipment and Signs per Plan 1716) 0 n`' 7� D Construct Existing Pool Equipment Room Renovations 79 per Plan Including Removing and Replacing Concrete and 1 LS $ $ Constructing Housekeeping tQ 3% •�) Q�� S3 Pad Furnish and Install Pool 80. Equipment, Piping, and Recirculation per Plan 1 LS $ y%lp 52 $1/ (p5'j2 Install City Furnished Pool 81. Equipment Building Utility and 1 LS $ ��12 1 $(02, Construction Coordination SITE ELECTRICAL & LIGHTING Furnish and Install Electrical 82 Meter Pedestal (Including Quickpad Base and Stainless 1 LS $ s $�g� Steel Cabinet per Plan 72 �I 9� 83 Electrical Conduit, Wire, and Trenching per Plan - P1 1 LS Z $ 84 Electrical Conduit, Wire, and Trenchingper Plan - P2 1 LS $ G) $ 85 Electrical Conduit, Wire, and 1 Trenching per Plan - P3 LS $ 3p� $ 3®� 86 Furnish and Install Emergency Shut-off Switch and Timer 1 LS $ $gip 87 Furnish and Install Pull Box per Plan 19 EA 88 Furnish and Install Junction Box per Plan 73 EA 89 Furnish and Install Pedestrian Pole Li ht with Footing per Plan 28 Bid Schedule 1210-8 Addendum 02 - 7/23/2025 Item Item Description No. Est. Unit Unit Price Item Total Qty. (in figures) (in figures) Furnish and Install Parking Lot Dollars Dollars 90. Single Head Light with Footing Per Plan 3 EA $ $i IF - Furnish and Install Parking Lot 91. Double Head Light with Footing 3 EA $ $ per Plan ' 12 . 2�3 92 Furnish and Install Bollard Light with Footin per Plan 39 EA $ 2 s b $' 93 Furnish and Install Surface Mounted CeilingDown Light 4 EA $ 0 $ 94 Furnish and Install In -Grade Palm Tree U Li ht 52 EA $ ) "� $ 24 95. Furnish and Install In -Grade Tree U Li ht 55 EA $ � o tr ­ .D $ 7S 150 96 Furnish and Install Colored Shade Sail Up Light 8 EA $) Z. $ 97 Furnish and Install Palm Tree Mounted U Light 16 EA $� rs $ o Furnish and Install Mounted 98. Quad Head Shade Sail 4 EA $ $ U /Down Light 3 Furnish and Install Mounted 99. Double Head Shade Sail 10 EA $ $ UP/Down Light 7) (o-fb 100 Furnish and Install Mounted 4 Single Head Down Light EA $ $ Furnish and Install Palm Tree 101 Mounted Gobo Projector Down Li ht 16 EA $ o� $ co Furnish and Install Palm Tree 2cN1 102 Mounted Down Light - Cyan Color 8 EA $jp� Wash g) 87 ZV3 9�`a Furnish and Install Trellis Column 103 Mounted Up/Down Light - 16 EAR $ $ Magenta Up/Cyan Down Z3 70 Xv `0 Furnish and Install Trellis Ceiling 104 Mounted Linear Down Light - Cyan 4 EA $ G� $ LANDSCAPE AND IRRIGATION 105 Soil Prep and Fine Grading - P1 1 LS $ �q, "Slp3" $ i�. 5b3 "° Bid Schedule 1210-9 Addendum 02 — 7/23/2025 Item No. Item Description Est. Unit Unit Price Item Total Qty. (in figures) (in figures) 106 Soil Prep and Fine Grading - Dollars Dollars P2 1 LS $ i31'u $ _2-431 0O 107 Soil Prep and Fine Grading - 1 P3 LS $ 1 r� $ 3 W Furnish and Install Landscape 108 per Plan and Specifications - 1 LS $ $ P1 251, b3 ,� 251, I03bw Furnish and Install Landscape 109 per Plan and Specifications - 1 LS $ $ P2 Furnish and Install Landscape 110 per Plan and Specifications - 1 LS $ $ P3 2218 ° Z1 111 Furnish and Install Irrigation per Plan and Specifications - P1 1 LS $223, c� $ 112 Furnish and Install Irrigation per 1 Plan and Specifications - P2 LS $ 25, $ 113 Furnish and Install Irrigation per 1 `a Plan and Specifications - P3 LS $ �i721 $ Furnish and Install Boulders per 114 Plan -"Copper Canyon", 18" - 24" 69 EA $ q-; . to $ Furnish and Install Boulder per 115 Plan - "Copper Canyon", 24" - 30"Furnish 66 EA $ 00 $ and Install Boulders per 116 Plan - "Copper Canyon", 30" - 36" 45 EA $ `i 3 $ _ 5, 117 Plan InstallSalvaged Boulders per 21 EA $ $ 118 Lawn - SOD seeded to season includingover-seeding$ 21,937 SF �. OD $ 2-037 w 119 90-Day Maintenance Period 1 LS $ 1-3, ifi - $ ,3. 45, q Total Amount of Bid Items 1 -119 $ &Tq , Bid Schedule 1210-10 Addendum 02 - 7/23/2025 City may award all or none of the following additive/deductive alternates: ADDITIVE ALTERNATE NO 1 Item No. Item Description Est. Unit Unit Price Item Total Qty. (in figures) (in figures) Al-1 Transplant Ex. Palm Tree to Dollars Dollars Location Determined in Field 19 EA $ fp,432 , oo $ � 3oB,ms ,(17 Total Amount of Additive Alternate 1 Bid Items 1 —1 $ U!41708 °d nFni IrTRIC A I YMnhl A rr— L101, , , , — .....r. rk i L-1,181 C NO. I — rly a bans Item No. Item Description Est. Unit Unit Price Item Total Qty. (in figures) (in figures) Remove Bid Item: Install City Dollars Dollars D1-1 Furnished Hypar Shade Sail 1 LS ($ 2y� �Zty"}" ($ 2)tldLlc� with Posts per Plan Det C-24 Remove Bid Item: Install City D1-2 Furnished Playground Shade Sails with Posts per Plan (Det 1 LS ($�3f��Y °� ($ C-25 Coordinate and Phase to Allow D1-3 Great Western to install shade sails with posts per Plan (Det C- 1 LS $ 5,(4�-mb 5, IgD,dQ 24 and C-25 Total Amount of Deductive Alternate 1 Bid Items 1 — 3 ($ tU 5r iqS,pm DEDUCTIVE ALTERNATE NO 2 — Do P 1, ar Item No. Item Description Est. Unit Unit Price Item Total Qty. (in figures) g ) (in figures) Remove Portion of Bid Item: P1 Dollars Dollars D2-1 Demolition and Removal shown 1 LS ($ y, uco ) ($ on sheet 4 Remove Portion of Bid Item: 4" D2-2 Pedestrian Concrete Pavement 1,475 SF ($ I j , 0O) ($ er Plan Remove Portion of Bid Item: D2-3 Furnish and Install Boulder Edging with Footing per Plan 40 LF oo ($ (,4Y. ) vo ($ 2��7(,0 ) Det C-40 Bid Schedule 1210-11 Addendum 02 — 7/23/2025 Item Item Description Est. Unit Unit Price No. Qty. (in figures) Dollars Remove Portion of Bid Item: Furnish and Install 5' HT Steel D2-4 Fence with Footings per City of 580 LF ($ La Quinta Std. No. 784.1-784.2 and Plan Remove Bid Item: Furnish and D2-5 Install 5' HT Steel Single Gate 2 EA ($ with Footings per Plan C-31 Remove Portion of Bid Item: D2-6 Furnish and Install 5' HT Steel Double Gate with Footings per 3 EA ($ �,12�(` ) Plan (Det C-30 Remove Portion of Bid Item: D2-7 Furnish and Install Pet Waste Receptacle and Construct 1 EA ($ Footing per Plan (Det C-27 Remove Portion of Bid Item: D2-8 Lawn — SOD seeded to season 5,500 SF ($ ) including over-seedin ) o Remove Portion of Bid Item: D2-9 Landscaping — Dog Park (P1 1 LS ($ �j, j4 j 3,.3 Sheet 21 Remove Portion of Bid Item: D2-10 Irrigation — Dog Park (P1 Sheet 1 LS ($ 26 Remove Portion of Bid Item: 90- D2-11 Day Maintenance Period - Dog Park 1 LS ($ 31c10 `' ) , Total Amount of Deductive Alternate 2 Bid Items 1 —11 Item Total (in figures) Dollars ($15b 6,00T ($ 11,(00b"") ($ 24,'3-721' ($ Z�cl • va) ($ 5, su01 ($,I.4b:5" ) ($ S, 352--) ($24717F3.of Bid Schedule 1210-12 Addendum 02 — 7/23/2025 DEDUCTIVE ALTERNATE NC) I — Piav Arno Cn..:wa.� -- ---- --- --- �. vfa 41 II11U1 It Item No. Item Description Est. Unit Unit Price Item Total Qty. (in figures) (in figures) Remove Bid Item: Install City Dollars Dollars D3-1 Furnished Play Area Equipment o0 and Construct Footings per 1 LS Plan Coordinate and Phase to Allow D3-2 Great Western to install Play Area Equipment and Construct 1 LS $ S SQb, on i S �Qe �� $ . r Footings Per Plan Total Amount of Deductive Alternate 3 Bid Items 1 — 2 ($ JpL.oee GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Not including deductive alternates) (Figures): $ 761/. Io --Ac>e-> GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Not including deductive alternates) (Words): 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. 61 61 a,za,(e Signature of Bidder (Ink) �X-\ e of Bidder (Printed or Typed) (0151) of 10 3 -_A2_b 8 _ Bidder Telephone Number Bidder Email Address Bid Schedule 1210-13 SECTION 1220 BID GUARANTY BOND PRINCIPAL, and United Fire & Casualty 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. 2021-02 FRITZ BURNS PARK IMPROVEMENTS NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him/her for signature enters into a written contract in the prescribed form, in accordance with the bid, and files two bonds with the City, one to guarantee faithful performance, and the other to guarantee payment for labor and materials as required by law, and provide certificate of insurance coverage required by the Contract Documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands on this 22nd day of July , 2025. RG General Engineering Inc. United Fire & Casualty Company Pbll,� d GcC1zates _ Title of Signatory Signature of Principal Jodie Lee Doner, Attorney -In -Fact Title of Signatory Gi�ture of Sur 118 Second Avenue SE 3 59a &,i K Ske_�P_} . No rc4, CA 012Ye(oo Cedar Rapids, Iowa 52407 Address Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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: County of California Ventura On } - a - - '�� before me, Emmanuel Brizuela, Notary Public, personally appeared Jodie Lee Doner who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies) and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I Certify under PENALTY OF PERJURY under the laws of The State of California that the foregoing paragraph is true and correct. EM,:NUEL BRl I NOtaf?/ Pubhc Cali' rni 20. WITNESS my hand and official seal. — Z. — Signature of Ng.41 2h. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER TITLES(S) ❑PARTNERS ❑LIMITED ❑GENERAL ®ATTORNEY -IN -FACT ❑TRUSTEE(S) ❑GUARDIAN/CONSERVATOR ❑OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE s UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, IA 52401 INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint KEVIN P. REED, JESSICA GARCIA, AARON FOSBURG, JODIE LEE DONER, EMMANUEL BRIZUELA, EACH INDIVIDUALLY their true and lawful Attoniey(s}in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $50, 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instntntents were signed by the duly authorized officers of the Companies and all of the acts of said Attoney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted shall expire the 1 st day of Apr i 1 , 2026 un 1 ess sooner revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article V1 — Surety Bonds and Undertakings - Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attomey or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set of forth in their respective certificates of authority shall have full pohh er to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President, the Board[ of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attomey-in-fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its 0 „H\rG1\I E`eys qt,�c, ```,4•�,r h�ry��' .PP �qc i vice president and its corporate seal to be hereto affixed this 1st day of Apr i 1 , 2024 ° UNITED FIRE & CASUALTY COMPANY CORPORATE � 2� CORPORATE ;L g rG�OLY2 ��:p iz —•— = � • �� sl•: 1986� ;'yes- UNITED FIRE & INDEMNITY COMPANY O SEAL og``� '' S- SEAL g y,O,�UFOP�\'•t2` FINANCIAL PACIFIC INSURANCE COMPANY 1111111NN �/� BY: ��sta—/L State of Iowa, County of Linn, ss: Vice President On ist day of April, 2024, before me personally came Kyanna M. Saylor to tine known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Path Waddell Patz, Iowa Notarial Seal • Commission number 713274 Notary Public ors My Commission Expires 10/26/2026 My commission expires: 10/26/2025 1, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 22nd day of July 12025 pd\41NOEM //p//' a�`Q INSUgq .� ^µ9 CORPORATE C `WE CORPORATE g'z a <; 2 jpLY it �0••;O Me O SEAL P � �� SEAL t : Z•'•:v ��!' % I Assistant Secretary, OF&C & OF&I & FPIC BPOA0045 122017 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LOS ANGELES On July 25i 2025 before me, GLORIA MACIAS, NOTARY PUBLIC (insert name and title of the officer) personally appeared RICHARD GONZALES who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. GLORIA MACIAS WITNESS my hand and official seal. Notary Public - 711. oLos Angeles County Commission # 2449942 My Comm. Expires Jun 13, 2027 Signature (Seal) RG General Engineering, Inc. RG GENERAL ENGINEERING, INC. MINUTES OF BOARD OF DIRECTORS MEETING A SPECIAL MEETING OF THE BOARD OF DIRECTORS OF RG GENERAL ENGINEERING, INC., A CALIFORNIA CORPORATION, WAS HELD AT 3594 BLUFF ST. NORCO, CA. 92860 ON JANUARY 3RD, 2025. THE BOARD OF DIRECTORS OF THE CORPORATION: RICHARD GONZALES DIRECTOR CONSTITUTING ALL OF THE MEMBERS OF THE BOARD OF DIRECTORS WERE PRESENT AT THE MEETING. THE MOTION WAS DULY MADE, SECONDED AND CARRIED THE FOLLOWING RESOLUTION WAS ADOPTED: RESOLVED, RICHARD GONZALES, PRESIDENT, IS SOLELY VESTED FULL AUTHORITY TO SIGN ANY AND AN ALL CONTRACTUAL DOCUMENTS FOR THE CORPORATION, AND THEREFORE HAS THE FULL AUTHORITY TO OBILIGATE THE CORPORATION IN ALL CONTRACTURAL MATTERS. THE UNDERSIGNED, RICHARD GONZALES, PRESIDENT, CERTIFIED THAT RICHARD GONZALES IS THE DULY APPOINTED PRESIDENT OF RG GENERAL ENGINEERING, INC., AND THAT THE ABOVE IS A TRUE AND CORRECT COPY OF THE RESOLUTION DULY ADOPTED AT A MEETING OF BY LAWS OF SAID CORPORATION ON JANUARY 3RD, 2025. IN WITNESS THEREOF, I HAVE AFFIXED MY NAME AS PRESIDENT OF THE CORPORATION, AND HAVE ATTACHED THE SEAL OF RG GENERAL ENGINEERING, INC. TO THIS RESOLUTION. DATE: JANUARY 3R1, 2025 RICHARD GONZALES - PRESIDENT 3594 Bluff St. Norco, CA. 92860 (951)963-4268 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: pre wut,- Owner: L i i--1 ok 54a,,01koc• POQn,e- 2�nuv&bw) Construction Cost: $ 1 , 21 b, 1 QS• oc Construction Time: Ito Calendar Days Owner's Representative: -SO) `400 Owner's Telephone No.: Mo -- �70-� Date of Substantial Completion: becRw.lc,er 2o 24 2. Project Name: vclni." -jgxfldd k" . Owner: of soc. i8zr y'4-., Construction Cost: $ i 38cc_ 03-1 00 Construction Time: Calendar Days Owner's Representative: RD-mor-s EOW e, " kAg-j%AeZ Owner's Telephone No.: 0 02- -90- S�yo Date of Substantial Completion: ACVV-; N 207-5 Bidders Experience & Qualifications 1230-1 3. Project Name: L V i c Cates' \31 "v, k&Ltgs Pc- nov&h n Owner: G1+y Of - Construction Cost: $ SO 00 Construction Time: M0 Calendar Days Owner's Representative: 3ar -cA Qe cuo Owner's Telephone No.: '1 w A - 1-Ak - .52) 5 Date of Substantial Completion: 0(1iU VXr a07,3 4. Project Name:yN b&-d2 1Vite,nor1 a-t Yv 04' Owner: Jv r\jnlh Ax-�ea ReCv,�e &Aj o,� fkrf- ®+ (,r Construction Cost: $ 50q. t3S. 00 Construction Time: Ct 0 Calendar Days Owner's Representative: C o\ N Di o Av. A Owner's Telephone No.: 6 5) - 3b1 - 20gC) Date of Substantial Completion: C�n,e- so25 Signed this 2 5}' day of J,) 2025. Name of Bidder Signature of Bidder V-1LkrAf(k (AonIaIeS Printed Name of Bidder i U006(-Iql GL,Ip Contractor's License No. DIR Reg No. Expiration Date e es► a� Title of Signatory Bidders Experience & Qualifications 1230-2 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business`address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License NO./DIR Reg No. V � Pro - 2 l] a J �� l nsYatl� �i�� . (� I % '1 `I � q5 D�� 1�+� I 1Do0o0z32—b 32 P&nc,L® ( Kc des} ca i2b30 C POyr J � 3 e'1vrx��r11E S55 5 Pram nacict Ave- c,4 . Iva, Co(-cwvA CA elZBI� S J Signature of Bidder-� LI 2 100000a6t,5 (< J 10 lako3 R� Dim 44 1 wo I I I IQ-7 I Re, C-) Name of Bidder Proposed Subcontractors 1240-1 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. { Su/b1co,Antractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. ✓ r f'�1.-'v\S , W'1 aG Q� 1 OI 1 7i' �i��"�. l�l 0 LA c2 kl 2 o DIP_ ai�l3 Ip El � •�( CoY,S, G (riI 9 a 0,-,- L rc{ C tc.,rle_ v�Gy , CA C12�S (�omh�c V� iduna I�,s� ll • n� 1� , Li cenSc 102 3 , 2 R # Z000013352- CcnSY1C SDbS 12ohvrs4 Cork. 1;-),-4Qr�CA aZlUg 2( C0f\6t k-e Pav;r�c . ` �—� A-; 103 2 2 D%P-.> ooll Iva 53c1 r Signature of Bidder -" P F LV\Z&Le,-- 1 rf i' dt w'� 12 C1C. E Inc. Name of Bidder Proposed Subcontractors 1240-1 # to 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. C u Cc-)si-NC),'sn Co,- ZZ5 N➢ e Ak /-AtMirim t 4r� �..�.I , o i ") % L � �� � -!� ����31 D�� � • i eovc� o � t � 0 Z 33 t t e. 6-a. PA t0,µ PVC, bc; ps r, '76-moo � Signature of Bidder R-L14" Flunrule�— �r'e'L t iz c� C � � i� . Name of Bidder � VC, `%/�A Lea* CA 12% 1 yrI'- IDobo Proposed subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of ) P%aAk-A E—yon-,, Aes , being first duly sworn, deposes and say that he or she is frnsaeo±- of Rb ae lti . , the party making the foregoing bid that the bid is not made in the inter€'st of, eon behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly sought by contract, agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature{ E:io�e5 , Pfs�de.n �- �enO.ya� Name of Bidder JZA V Title V'1- 25 - 2vzJ Date Non -Collusion Affidavit 1250-1 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LOS ANGELES On July 25, 2025 before me, GLORIA MACIAS, NOTARY PUBLIC (insert name and title of the officer) personally appeared RICHARD GONZALES who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. �P WITNESS my hand and official seal. GLORIAMACIAS Va Notary Public - California z z =i= Los Angeles County r ` Commission ✓f 2449942 My Comm. Expires Jun 13, 2027 Signature (Seal) SECTION 1260 DIR Project Vendor Information Vendor Information: Name: P61 lnc- Address: 3A4 tNWFC (; rt�ek City: ty DfLa ST:Q1� Zip: Project Manager: P—` LkaA Go?AA,S Email: Y'� ckprd.n rat IN nf+ Phone:0-S%i q%o3- 4-2,(0J;S CSLB/Certification Number: 10!8 b2AI Public Works Registration No.: t 0 0 0 0 cj 1 9(w Classification: Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum_ Cement Masons Drywall Finisher Drywall/Lathers Electricians ` Elevator Mechanic Glaziers Iron Workers Laborers Millwrights Operating Eng Painters Pile Drivers Pipe Trades Plasterers Roofer SheetMetal Sound/Com Surveyor Teamster Tile Worker Prevailing Wages and Payroll: The project is subject to prevailing wage rates and enforcement by the Department of Industrial Relations (DIR). Prevailing wage rates can be obtained at: http://www.dir.ca.gov/Public-Works/Prevailing-Wage.htmi. Contractors and subcontractors on most public Works projects are required to submit certified payroll records to the Labor Commissioner using DIR's electronic certified payroll reporting system. For your convenience, the link for reporting certified payroll is: http://www.dir.ca.gov/Public-Works/Certified-Payroll-Reporting.html. A copy of certified payroll, including the names and addresses of employees and/or subcontractors working on the job must be included with invoices submitted to the City of La Quinta. DIR Project Vendor Information 1260-1 SECTION 1270 COMPLIANCE WITH IRAN CONTRACTING ACT OF 2010 Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.), (a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One Million Dollars ($1,000,000) or more if Contractor engages in investment activities in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is identified on the list of persons engaging in investment activities in Iran prepared by the State of California pursuant to Public Contract Code Section 2203 subdivision (b). (b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that it is not on the list of ineligible vendors prohibited from doing business with the State of California and shall complete the Iran Contracting Act Certification and submit with their proposal at the time of bid. Contractor shall obtain the Iran Contracting Act Certification in the form approved by the State of California, or upon written request to the City Clerk's Office, a copy of the form will be provided to Contractor. Failure by Contractor to provide the certification required by this Section may deem Contractor's bid non -responsive. (c) Nothing in this Section is intended to prevent the City from exercising its rights pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on a case -by -case basis. Iran Contracting Act Certification 1270-1 IRAN CONTRACTING ACT CERTIFICATION Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208), Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with a public entity for goods or services of one million dollars ($1,000,000) or more if the Vendor/Bidder engages in investment activities in Iran. MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS $1,000,000 OR MORE Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public entity contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services ("DGS") pursuant to Public Contract Code section 2203(b) and is not a financial institution extending $20,000,000 or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d). To comply with this requirement, please insert your vendor or financial institution name and Federal ID Number (if available) and complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made, contract termination, and three-year ineligibility to bid on contracts. (Pub. Cont. Code § 2205.) OPTION #1 - CERTIFICATION I, the official named below, certify I am duly authorized to execute this certification on behalf of the vendor/financial institution identified below, and the vendor/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Vendor Name/Financial Institution (Printed) 1h P&1 61Cne-r1� �IMih nil I�1C• By (Authorized Signature) J �J Printed Name and Title of Person Signing // Federal ID Number (or n/a) 6 �3 - I ID-1 6vg3 Date Executed cri •- Z 5 — ZJ'Z.s Iran Contracting Act Certification 1270-2 OPTION #2 — EXEMPTION Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case - by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please fill out the information below, and attach documentation demonstrating the exemption approval. Vendor N �ame/Financial Institution (Printed) Federal ID Number (or n/a) NJ-K By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Iran Contracting Act Certification 1270-3 SECTION 1280 COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22 RUSSIAN AGGRESSION AGAINST UKRAINE (a) Contractor shall comply with California Governor Executive Order N-6-22 regarding sanctions in response to Russian aggression in the Country of Ukraine, and any implementing guidelines and/or economic sanctions imposed by the United States government in response to Russian actions in Ukraine, as well as any sanctions imposed under California law (collectively "economic sanctions"). Contractor shall comply with all such economic sanctions. By submitting a bid to the City, Contractor agrees to take any and all actions to support the Ukrainian government and people as required by law, including by refraining from new investments in, and financial transactions with, Russian institutions or companies that are headquartered or have their principal place of business in Russia (Russian entities), not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine. (b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall submit a written report to the City on Contractor's compliance with the economic sanctions, and the steps Contractor has taken in response to Russia's actions in Ukraine, including, but not limited to, desisting from making new investments in, or engaging in financial transactions with, Russian entities, not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine as required by law. Failure to submit the report required by this Section may deem Contractor's bid non -responsive. Please include a written report to the City if this section is applicable. Russian Aggression Against Ukraine Compliance 1280-1 REFERENCES 1. Great Park Baseball Bullpens Improvements Project City of Irvine 1 Civic Center Plaza Irvine, CA. 92606 Contact: Farhad Bolourchi (949)724-6689 Completed July 2023 $141,677.18 2. Civic Center Bridge and Landscape Renovation Project City of Garden Grove 11222 Acacia Pkwy Garden Grove, CA. 92840 Contact: Janet Pelayo (714)741-5215 Completed October 2023 $361,324.00 3. Sallee Park Improvement Project City of San Jacinto 595 S. San Jacinto Ave. San Jacinto, CA. 92583 Contact: Kristy Rightmire (951) 654-3592 Completed December 2023 $214,151.00 4. Vista del Verde Sport Court Improvements City of Yorba Linda 4845 Casa Loma Ave. Yorba Linda, CA. 92886 Contact: Brad Skeene (714)961-7199 Completed April 2024 $ 565,882.00 5. Miscellaneous Improvements at Various Sites Alvord Unified School District 9 KPC Parkway Corona, CA. 92879 Contact: Brenden Acrey (760) 217-4346 October 2024 $1,600,000.00 6. Premier Park Renovation Project City of Stanton 7800 Katella Ave. Stanton, CA. 90680 Contact: Han Sol Yoo (714)890-4204 December 2024 $1,216,105.00 7. Guadalupe Field at Sal Saavedra Park City of San Bernardino 290 N D Street San Bernardino, CA. 92401 Contact: Ramond "Eddie" Mendez (909)384-5140 April 2025 $l ,388,937.00 8. Kabian Park Improvements Riverside County Regional Park and Open Space District 4600 Crestmore Rd. Riverside, CA. 92509 Contact: Paul Ortiz (951)675-5778 In Progress $1,532,670.00 9. Pickleball Courts at Leonard Bailey Park City of Loma Linda 25541 Barton Rd. Loma Linda, CA. 92654 Contact: John Trujillo (909)253-8884 January 2025 $236,149.00 10. Parmenter Park Parking Lot Improvements City of Norco 2870 Clark Ave. Norco, CA. 92860 Contact: Amanda Hamilton (951)270-5633 In Progress $ 424,386.00 11. Veterans Memorial Wall Jurupa Are Recreation and Park District 8621 Jurupa Rd. Jurupa Valley, CA. 92509 Contact: Colby Diuguid (951)361-2090 In Progress $ 564,835.00 12. Tsuneishi Park Project City of Monrovia 415 S Ivy Ave. Monrovia, CA. 91016 Contact: Christopher Castruita (626)256-8224 In Progress $838,042.00