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