Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Urban Habitat
SECTION 1200 BID DATE: January 5, 2026 The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2025-09, Dune Palms Mobile Estates Pool Abandonment, 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 1 January 2, 2026 ZEr Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. Urban Habitat Name of Bidder 760-345-1101 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. Urban Habitat Name of Bidder 73555 Alessandro Drive, Palm Desert, CA 92260 Bidder's Address 963744 Contractor's License No. California 760-345-1101 Bidder's Telephone Number Brett@myurbanhabitat.com Bidder's Email Address 7/31 /2027 Contractor's Expiration Date State of Incorporation of Bid itness Brett Brennan Printed Name of Signatory President Title of Signatory cn V SAG Title of Witness Bid 1200-2 SECTION 1210 BID SCHEDULE PROJECT NO. 2025-09 DUNE PALMS MOBILE ESTATES POOL ABANDONMENT 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. 2025-09, Dune Palms Mobile Estate Pool Abandonment, 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. 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 BASE BID — DUNE PALMS MOBILE ESTATES POOL ABANDONMENT Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $6,011.19 $6,011.19 2 Site/Traffic Control 1 LS $4,355.62 $4,355.62 3 Dust Control 1 LS $4,039.72 $4,039.72 4 Demolition, Disposal, Clearing, 1 LS $21,064.87 $21,064.87 and Grubbing 5 Furnish and Install Unclassified 315 TON $48.92 $15,409-80 Fill 6 Furnish and Install 12" Crushed 910 SF $4.62 $4,204.20 Miscellaneous Base Furnish and Install 3/8" Minus 7 w/ 20% Fines "Desert Gold" 3,410 SF $2.31 $7,877.10 Stabilized Decomposed Granite 3" Thick Furnish and Install 6' HT Steel Fence with Footings per City of 8(F) La Quinta Std. No. 784.1-784.2. 50 LF $283.64 $14,182-00 Style to match existing steel fence. 9 Furnish and Install 6' HT Steel 1 EA $3,545.52 $3,545.52 Single Gate with Footings Total Amount of Bid Items 1 — 9 I $80,690.02 Bid Schedule 1210-2 GRAND TOTAL BASE BID (Figures): $80,690.02 1 GRAND TOTAL BASE BID (Words): Eighty thousand six hundred ninety dollars and 02/100 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. Brett Brennan Urban Habitat 760-345-1101 nature of Bidder (Ink) Name of Bidder (Printed or Typed) Bidder Telephone Number Brett@myurbanhabitat.com Bidder Email Address Bid Schedule 1210-3 .01 SECTION 1220 BID GUARANTY BOND PRINCIPAL, and °evalcper'oNatiorety and Insura aemnity Compaompaas SURETY, are held and firmly bound unto the 8 Harco National Insurance Company 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. 2025-09 DUNE PALMS MOBILE ESTATES POOL ABANDONMENT 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 end day of January , 2026. Developers Surety and Indemnity Company Urban Habitat Title of Signatory �Signattt of Principal 70555 Alessandro Drive, Palm Desert, CA 92260 Address Brittney Thompson, Attorney -in -Fact j itl S� natory r# IgnVRIOR of Surety 800 S AVENUE E., 21 ST FLOOR, CLEVELAND, OH 44114 Address Harco National Insurance Company BrittneBlIhompAon, Attorney -in -Fact Tit f*o Sign re df Surety 4200 SIX FORKS ROAD, SUITE 1400, RALEIGH, NC 27609 Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE $ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside On January 6th,2026 before me, J. Elida Aragon, Notary Public Date Here Insert Name and Title of the Officer personally appeared Brett Brennan Nome(s) of Signer(s) 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 J. EODAARAGON paragraph is true and correct. Notary Cubft • California Riverside County WITNESS m hand and official seal. Commission # 2482676 y My Comm. Expires Feb 23, 2028 Signature P/A�(J� Place Notary Seal and/or Stamp Above j Signature of Notary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer— Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: POWER OF ATTORNEY FOR COREPOINTE INSURANCE COMPANY DEVELOPERS SURETY AND INDEMNITY COMPANY 59 Maiden Lane, 43rd Floor, New York, NY 10038 (212)220-7120 KNOW ALL BY THESE PRESENTS that, except as expressly limited herein, COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY, do hereby make, constitute and appoint: Matt Gaynor, Anne Wright, Andrew Roberts, and Brittney Thompson of Santee, CA as its true and lawful Attome%-ui-Fact, to make. execute, del iver and acknowledge, for and on behalf ofsaid companies. as sureties, bonds. undertakings and contracts of suretyship giving and granting unto said Attorney -in -Fact full power and authori4 to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said company could do, but reserving to each of said company full power of'substitution and revocation. and all of the acts of said Attorney -in -Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is effective November 14, 2025 This Porker of Attomey is granted and is signed under and by authority ofthe following resolutions adopted by the Board of Directors of COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY (collectively. "Company") on February 10. 2023. RESOLVED, that Sam Zaza, President, Surety Underwriting, James Bell, Vice President, Surety Underwriting, and Craig Dawson, Executive Underwriter, Surety, each an employee of AmTrust North America. Inc.. an affiliate of the Company (the "Authorized Signor are hereby authorized to execute a Power of Attomey, qualifying attorneys) -in -fact named in the Power of Attorney to execute, on behalf of the Company, bonds, undertakings and contracts of suretyship, or other suretyship obligations; and that the Secretary or any Assistant Secretary of the Company be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney. RESOLVED, that the signature of any one of the Authorized Signors and the Secretary or any Assistant Secretary of the Company, and the seal of the Company must be affixed to any such Power of Attomey, and any such signature or seal may be affixed by facsimile, and such Power of Attomey shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF. COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY have caused these presents to be signed b} the Authorized Signor and attested by their SeLretary or Assistant Secretary this By _ Printed amp Sam Z Title President, Surety Underwriting _® — ACKNOWLEDGEMENT: August 7, 2024 ,'sNsseseNe4 :SEAL . 0% �••2: ••�F�AWPF: • • �� 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. s�ssesus�ejx�, AND �i>✓�'.: J G0-PO/.4T t�1" `a 1936 =0 I;O�Vy••C49 /F0Ra,PaDi�. fit STATE OF California COUNTY OF Orange On this1 day of RIK4&S 20,1 , before me, Hoang-Qu%en Phu Pham personally appeared Sam Zaza who proved to me on the ba of satisfactory evidence to be the person whose name is subscribed to within the instrument and acknowledged to me that they executed the same in their authorized capacity, and that by the signature on the instrument the entities upon behalf which the person acted, executed this instrument I certify, under penalty of perjury, under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal HOANGQUYEN P. PHAM Notary Public - California = Orange County is Signet-: _ �, Commission # 2432970 My Comm. Expires Doc 31, 2026 CORPORATE CERTIFICATION The undersigned, the Secretary or Assistant Secretary of COREPOINTE INSURANCE COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby certify that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in this Power of Attorney are in force as of the date of this Certification. This Certification is executed in the City of Cleveland, Ohio, this August 2, 2024. DoeuSigned by: By:� r Janie Clark, Assistant Secretary 676B6D3E22364AB Docusign Envelope ID: 5AB920B9-227B-46CB-BD53-COE3A05A3E46 Ed. 0824 Signed and sealed this 2nd day of January 1 2026 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego ) On January 2, 2026 before me, Manuel Ovalle III, Notary Public (insert name and title of the officer) personally appeared Brittney Thompson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) *my MANUEL OVALLE 111 Notary Public • California San Diego County Commission M 2529937 Comm. Expires Aug 12, 2029 STATE OF NEW JERSEY STATE OF ILLINOIS �2 p SEAL County of Essex County of Cook o$ '� m r- 1904 W_ 6 IL Michael F. Zurcher Executive Vice President, Harco National Insurance Company and International Fidelity Insurance Company POWER OF ATTORNEY Bond # N/A HARCO NATIONAL INSURANCE COMPANY INTERNATIONAL FIDELITY INSURANCE COMPANY Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609 KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and appoint ANDREW ROBERTS, BRITTNEY THOMPSON, MATTHEW C. GAYNOR, KIM VAZQUEZ, ANNE WRIGHT, DANIEL FRAZEE, DAVID J. GARCIA San Diego, CA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018. "RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY have each executed and attested these presents on this 31st day of December, 2023 = a' SEAL `_ o O 1984 ; $: .`fib On this 31 st day of December, 2023 , before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. Y C""• IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, GP R�� ` New Jersey the day and year first above written. �0TARy'. O0BLtG. ��,= eU F NEVI Cathy Cruz a Notary Public of New Jersey My Commission Expires April 16, 2029 CERTIFICATION I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, 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 set my hand on this day, January 2, 2026 A01687 Irene Martins, Assistant Secretary VER2 2/2019 e_POA ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego ) On January 2, 2026 before me, Manuel Ovalle III, Notary Public (insert name and title of the officer) personally appeared Brittney Thompson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature *my MANUELOVALLEIII Notary Public . CaliforniaSan Diego CountyCommission # 2529937 Comm. Expires Aug 12, 2029 (Seal) 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: Dream Homes Park Project 7021 Owner: City of Cathedral City, CA Construction Cost: $ 7 Construction Time: W 026 Calendar Days Owner's Representative: City of Cathedral City -City Engineer Owner's Telephone No.: 760-770-0340 Date of Substantial Completion: May 22, 2025 2. Project Name: Avenue 50 Median Improvements Owner: City of Coachella 1515 6th Street, Coachella, CA 92236 Construction Cost: $ 3,317,160 Construction Time: 120 Owner's Representative: Leonard St. Sauver Owner's Telephone No.: 441-307-4947 Date of Substantial Completion: 8/20/2025 Calendar Days Bidders Experience & Qualifications 1230-1 3. Project Name: Indio Median Improvements Owner: City of Indio Construction Cost: $ 1,441,148 Construction Time: 132 i Calendar Days Owner's Representative: Donn Uyeno, P.E. Owner's Telephone No.: 760-391-4000 Date of Substantial Completion: October 2024 4. Project Name: Laquinta Landscape Renovation Improvements -Desert Pride, Marbella and Sierra Del Rey Owner: City of La Quinta Construction Cost: $1,595,209 Construction Time: 90 Owner's Representative: Ubaldo Ayon Owner's Telephone No.: 760-777-7000 Date of Substantial Completion: April 13, 2023 Calendar Days Signed this 5th day of January 2026. Urban Habitat 963744 1000003890 Name of Bidder Contractor's License No. DIR Reg No. Sign ure of Bidder Brett Brennan Printed Name of Bidder 7/31 /2027 Expiration Date President 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. CDM Services 20741 Hansen Ave Nuevo, CA 92567 951-435-3383 Fencing 10% 1144961 C-13 2000016089 Brett Brennan Signature of Bidder Urban Habitat Name of Bidder Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of tZW�rSic� ) Brett Brennan being first duly sworn, deposes and say that he or she is the President of Urban Habitat I the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly sought by contract, agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;.that-all statements contained -in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. a igrTaxu re Brett Brennan Name of Bidder President Title January 5, 2026 Date Non -Collusion Affidavit 1250-1 California Jurat Certificate A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside Subscribed and sworn to (or affirmed) before me on this 6th 20 26 , by Brett Brennan day of January , , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. J. ELiDA ARAGON s0.y Notary Public - California ountry J. Elida Aragon, Notary Public iRiverside # 2482 Commission # 2a62676 Comm. Expires Feb 23. 2028 d information (�lot�, "7U. atc. and OPTIONAL INFORMATION ��,on is not requires �,y _ _ , _ _ , �. , ero m? and ream, a. 01, on the eVachedi Description of Attached Document The certificate is attached to a document titled/for the purpose of containing pages, and dated Method of Affiant Identification Proved to me on the basis of satisfactory evidence: O form(s) of identification © credible witness(es) Notarial event is detailed in notary joumal on: Page # Entry # Notary contact: Other ❑ Affiant(s) Thumbprint(s) Describe: SECTION 1260 DIR Project Vendor Information Vendor Information: Name: Urban Habitat Address: 73555 Alessandro Drive Project Manager: Brett Brennan Phone: 760-345-1101 City: Palm Desert ST: CA Zip: 92260 Email: Brett@myurbanhabitat.com CSLB/Certification Number: 963744 Public Works Registration No.: 1000003890 Classification: Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum Cement Masons Drywall Finisher Drywall/Lathers Electricians X Elevator Mechanic Glaziers Iron Workers Laborers X Millwrights Operating Eng X Painters Pile Drivers Pipe Trades Plasterers Roofer SheetMetal Sound/Com Surveyor Teamster Tile Worker Prevailing Wages and Payroll: The project is subject to prevailing wage rates and enforcement by the Department of Industrial Relations (DIR). Prevailing wage rates can be obtained at: http://www.dir.ca.gov/Public-Works/Prevailing-Wage.html. Contractors and subcontractors on most public Works projects are required to submit certified payroll records to the Labor Commissioner using DIR's electronic certified payroll reporting system. For your convenience, the link for reporting certified payroll is: http://www.dir.ca.gov/Public-Works/Certified-Payroll-Reporting.htm1. 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 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. ! certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Vendcr Name/Financ. la&6 tinted) Federal ID Number (or n/a) Urban 45-2405501 Prod-N me and Title of Person Signing 11/5/2026 Date Executed Brett Brennan. President Iran Contracting Act Certification 1270-2 California Jurat Certificate A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside Subscribed and sworn to (or affirmed) before me on this 6th 20 26 , by Brett Brennan day of January , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. 23�" Y1 J: ELIDAARAGON Notary Public - California aa Riverside County S J. Elida Aragon, Notary Public Commission d 2482676 My Comm. Expires Feb 21. 2028 OPTIONAL INFORMATION iu V to an sd + irjl9 ,%J�i s.?. ;fir a?r Y7 ay prove idss,,buflc persons ireiying op YUP aUlnc uwd docuerent Description of Attached Document The certificate is attached to a document titled/for the purpose of containing pages, and dated and - Method of Affiant Identification Proved to me on the basis of satisfactory evidence: O form(s) of identification credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other Affiant(s) Thumbprint(s) Describe: OPTION #2 — EXEMPTION Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case - by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please fill out the information below, and attach documentation demonstrating the exemption approval. Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a) N/A By (Authorized Signature) Printed Name and Title of Person Signing I 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. N/A Russian Aggression Against Ukraine Compliance 1280-1 Wou i4 ( — cni IFO RNin — ADDENDUM NUMBER 1 TO: All Prospective Bidders and Plan Holders FROM: Ubaldo Ayon, Assistant Construction Manager DATE: January 2, 2026 SUBJECT: 2025-09 Dune Palms Mobile Estate Pool Abandonment The following shall be considered as incorporated into the project plans and specifications for the above referenced project. Portions of plans and specifications not specifically mentioned in this Addendum remain in force. ■ CLARIFICATIONS Note: All Clarifications shall be considered as included in the Bid Documents Question 1. Please provide the engineers estimate for this project. Response: $35,000 - $45,000. Question 2. Will there be an onsite job walk and or will access be granted to thoroughly view the site? Response: Yes, it was offered during the Pre -Bid Meeting. Bidders can go to Site, please let City know when you will be there. Question 3. Project requires two CMS boards two weeks prior to project start. Where are these to be located on the property? Response: One will be on Dune Palms NB and the second will be on property. Question 4. Project requires capping of the water service line five feet from edge of asphalt. Please confirm Response: Can be capped within the confines of the Pool Area. Question 5. Please confirm that the city supplied compaction tests will be ongoing as the base and fill material are placed. Response: Yes, at the discretion of the City. Question 6. At what lift depth of backfill are compaction tests to be performed? Response: Per Section 4000.7.0 - Unclassified fill material shall be placed in lifts of 8" max thickness. �GNNW CALMORMA - Question 7. Please confirm that the City will perform compaction testing and that the contractor is not required to provide this service. Response: Correct, City will perform compaction testing Question 8. Please provide specification for backfill material. Response: The unclassified material will be accepted per section 300-4 Unclassified Fill. The following accepted materials include but are not limited to: sand and/or native local material. Material must be able to be compacted per the specifications. Clay, Silt, or organic materials will not be accepted. Question 9. Does the City have a source of backfill material or is this to be provided by the contractor? Response: Will need to be provided by Contractor. Question 10. Please provide further direction as to the electrical abandonment; will pulling the pool equipment breaker be sufficient or will the contractor be required to disconnect and pull electrical wiring feeding the pool area? If so please provide a markup map showing the location of the service panel for bidding purposes. Response: Electrical wires will need to be capped at the pool area limits. Breaker will need to be removed from the panel. Question 11. Please confirm there is a viable gate valve servicing the pool area water line so that the water line can be capped without incident. If no viable gate valve please provide direction as to terminating water service to the pool area. Response: There is a gate valve to the Site. The Contractor will need to coordinate before shutting water off. Shut off to the Site cannot be for more than 2 hours. Question 12. Please provide direction as to where the pool electrical will be terminated as no breaker panel or meter panel could be located on site. Response: Electrical wires will need to be capped at the pool area limits. Breaker will need to be removed from the panel. Question 13. Unclassified Excavation 6 section 300-2.1 calls for saw cutting and removing the asphalt concrete to complete the roadway section. Please provide further definition of this scope and specification for the roadway replacement if required for any reason. Response: It is assumed that the AC can be protected in place unless Contractor needs to remove AC to perform work. Question 14. There is an existing light pole within the pool confines. Is this light fixture to be removed or protected in place? Response: Protect light fixture in place. taQaLtra C.AI.IIORNIA - Question 15. Bid item 8 calls for replacing fence at a final pay item of 50 LF. Much less fence will be required to access the site. Please confirm amount of fence required to be replaced. Response: City will pay the 50LF of fence regardless of actual amount per final pay item definition. Question 16. The existing wall will need to be removed to gain access. Is there any specific detail to its termination such as sack and patch or will a saw cut termination be satisfactory? Response: Sawcut will be sufficient. Question 17. Please provide a painting specification for the new fence. Response: Metal Fence shall be in accordance with City Standard Plan 784.1 and 784.2 modified to match the style of the Existing Site metal fence. Paint shall be paid as part of the bid item for Metal Fence. Question 18. Please provide a detail for the fabrication of the new gate including hinge and locking hardware specification. Response: Contractor shall match to the furthest extent possible the existing gate hinge and locking hardware. Question 19. How are we to contain the 3" of DG at the new fence and gate? Will a mow curb be required and if so please provide specification as to its size and reinforcement. Response: There is a wall around the majority of the site that will contain the DG. Where there is metal fence the AC will contain the DG. The contractor will be required to excavate for the required depth per the City Standard Plan 707. Question 20. Removal of the fence/wall will require slot patch repair of the asphalt parking lot. Please provide a detail including depth of AC and any required base material for the asphalt replacement. Response: This is per the specification section Unclassified Excavation 6 section 300-2.1. Full Depth AC will be accepted to be placed back. The assumed depth is 8". 3/4" Aggregate PG 70-10 is required for the AC. Question 21. Specifications call for breaking of pool deck and bond beam but allow the material to be placed in pool as backfill. Specs call for this material to be 3" or smaller which will not be feasible. Will the owner allow this spec to be changed to 6" to be a more practical size to increase production and decrease costs? Response: No, must be 3" diameter or smaller. W �GNNW Question 22. Pool stairs extend deeper than 18" below grade. Please confirm that they only need to be removed the 18" depth. Response: Pool Stairs are required to be completely removed. Question 23. Bid item 8 calls for a final pay quantity although technical specifications section 9 Metal Fencing calls this as a field measured linear foot pay item. Please confirm if this item is fixed and or field measured and paid at the stated unit cost. Response: This item is Final Pay. The Contractor is hereby notified; Addendum No. 1 must be acknowledged and initialed as stipulated under the instructions to Bidders and submitted as part of the Bid. Failure to do so shall result in the City designating said bid as "Non -Responsive." APPROVED: Digitally signed by Ubaldo Ayon Date: 2026.01.0210:04:48 -08'00' Ubaldo Ayon, Assistant Construction Manager Attachments: 1. City Standard Plans 784.1 and 784.2 END OF ADDENDUM NUMBER 1 En 10, O.C. WELDED CAP ON ALL POSTS ° a •` I[ III —III-1 I I-1 11=1 11=1 I I I 1-1 I I III —III —I 11-1 11-1 I I° e l I I III —I 11-1 11-1 I I-1 I JE °° a•a 95/o o COMPAI II 111 a . • .a a CT SUBGRADE ,a III 111111 yd El I Ed NOTES: =r 1, 1. ALL TUBULAR STEEL TO BE 12 GAUGE COAT PRIMER W/ 2 COATS FINISH PAINT 3. ALL CONNECTIONS TO BE WELD - 4. TOP OF FOOTING TO BE CLEAR OF ALL -- SURFACE MATERIAL, UNLESS OTHERWISE NOTED. INSTALL MOUNTING BRACKET CONNECT FENCE PANEL TO POST BY WELD, TYPICAL 1 1/2"xl 1/2" SQ. TUBULAR STEEL POST @ 10, O.C. 1/2" SQ. PICKETS @ 4" O.C. lxl 1/2" SQ. TUBULAR STEEL FRAME SHEET FLOW AWAY FROM POST CONCRETE FOOTING SCALE_— REVISIONS � DESIGN AND DEVELOPMENT STANDARD PLAN NO. DATE N.T.S.-g - a& DEPARTMENT — GEN rhr DESERT — nwawED BY: cm of u QUINTA 784,1 s STEEL FENCE DETAIL � �-a-zo2o SHEET OF BRYAN M&INNEY DATE PUBLIC WORKS DIREMRIMY ENGINEER METAL CONSTRUCTION NOTES 1. ALL MATERIALS AND WORKMANSHIP SHALL CONFORM TO ALL APPLICABLE GOVERNING CODES AND ORDINANCES. 2. ALLOW FOR ADJOINING CONSTRUCTION TRADES. 3. ALL CONSTRUCTION TO BE PLUMB AND TRUE UNLESS OTHERWISE NOTED ON PLANS. 4. ALL BOLTS TO BE NON RUSTING. 5. CAP ALL EXPOSED ENDS OF TUBING. 6. WELD ALL CONNECTIONS CONTINUOUS AND SOLID ON ALL SIDES. 7. REMOVE ALL SPLATTER AND SLAG AND GRIND ALL WELDS SMOOTH. 8. GIVE ALL SURFACES AN ACID BATH PRIOR TO PAINTING. 9. FINISH ALL SURFACES WITH ONE (1) COAT ZINC OXIDE PRIMER AND TWO (2) COAT OF A RUST INHIBITING ENAMEL. COLOR PER BUILDER/DEVELOPER UNLESS OTHERWISE INDICATED BY NOTES OR DETAILS FOR THESE PLANS. 10. WHEN SLOPING FENCES OR RAILS - RUN ALL RAILS PARALLEL WITH THE ADJACENT SURFACE OR GRADE AND HOLD ALL POSTS AND PICKETS PLUMB AND TRUE. STEEL FENCE SHAPES TO CONFORM TO A.S.T.M. A500 OR A501. SCALE REVISIONS DESIGN AND DEVELOPMENT STANDARD PLAN NO. NQi DATE N.T.S. DEPARTMENT - GEM dr DESERT --..- ok APPROVED BY: CRY OF LA QUINTA 784,2 s METAL CONSTRUCTION 11-4-2020 NOTES SHEET BRYANNkKINNEY DATE PUBLIC WORKS DIRECTURICITY ENGINEER 1 OF 1