Loading...
Calmex Engineering Inc.SECTION 1200 BID DATE. 4/23/2026 The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2023-01, Miles Avenue Pavement Rehabilitation, 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 Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. Calmex Engineering, Inc. Name of Bidder 909-546-1311 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. Calmex Engineering, Inc. 909-546-1311 Name of Bidder Bidder's Telephone Number 2750 S. Lilac Ave., Bloomington CA, 92316 Bobs@calmex.us Bidder's Address Bidder's Email Address 685954 3/31 /2028 Contractor's License No. Contractor's Expiration Date California State V ration Signature of Bidder it iess RobertJ Stone Jor w morgoloo- E�("OM �Sslsaant Printed Name of Signatory Title of Witness President Title of Signatory Bid 1200-2 m v n 0 ow -!zm 10 r+ XCL r+ 14 N+ -1 Z C) > 0.) 2 r) r+ m AA 0 m z M 'o ;o XP -n Gl (n Ln -z >(A (D m = r) w z w m QQ 0 V 0 0 0 X 0 Ln > CA)O 00 00 CA (A rl %0 Ln 0ha K) QQ rh o q w 0 I CL rr Ln (D m 6+ m 1 C) -1 o m a CA j 2 0 :3 cr 0 cu tA r+ -3 t1b I uo 9 m O m Val M r N Z 3 V 9 nrnn O i r_ z rnn� rn r Uz o o rn --1 U) O(n rn D cn X v r19 L-A v lww 2) 2 # 0 �� ho i � � 9 \ / � � � tD m 2L o m I rTl P,■ SECTION 1210 BID SCHEDULE PROJECT NO. 2023-01 MILES AVENUE PAVEMENT REHABILITATION 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 2023-01, Miles Avenue Pavement Rehabilitation 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. BASE BID — MILES AVENUE PAVEMENT REHABILITATION Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Mobilization 1 LS $ (311 OW— $ �b11000 — 2 Traffic Control 1 LS $ I2011 ?,00 _ $ 12�,30�0"' 3 Dust Control 1 LS $1%cogD $Igr(�D 4 Earthwork 1 LS $2;7j,550 — $ 2,3,E Sawcut, Remove, and Dispose 5 of Existing Concrete Curb, Curb 675 LF _ $ 28 $ and Gutter Bid Schedule 1210-1 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Sawcut, Remove, and Dispose 6 of Existing Concrete Sidewalk, 9,570 SF $ 8 .-30 _ $ -7q ,43i Cross -Gutter, and Ram Construct 6"-8" Curb and Gutter per City of La Quinta Std. No. 7 201 Mod, 3" Dowel into 45 LF $'1l0 - $ 3, 420 ` Adjacent Existing Concrete Curb and Gutter Construct 6" Median Curb per 8 City of La Quinta Std. No. 210, 15 LF- 3" Dowel into Adjacent Existing Concrete Curb Construct Cross -Gutter per City 9 of La Quinta Std. No. 230 Mod. 2,100 SF $Z1 $ t4141100 " and 231 Mod. 10 Construct Sidewalk per City of 1,325 SF $ Ili -30 $13,(P'4-7 _SO La Quinta Std. No. 240 Mod. Construct Concrete Curb Ramp per City of La Quinta Std. No. 11 250 Mod., Case A or B 10 EA $5,3�0- $S3,G�oo- (Including Curb or Curb and Gutter) - Limits BCR to ECR Construct Concrete Curb Ramp per City of La Quinta Std. No. 12 250 Mod., Case C (Including 3 EA $C�,9'�O Curb or Curb and Gutter) - Limits BCR to ECR (Dual Curb Rams paid as single ram Sawcut, Remove, and Dispose of Existing Concrete Ramp; 13 Furnish and Install Truncated 25 SF $1Z.o- $ Dome Concrete Tile per City of La Quinta Std. 250 Mod. Salvage to City Existing Pull Box and Furnish and Install 14 New No. 6(T) Traffic Pull Box 22 EA $ p" per CALTRANS Std. Plan ES- 21000 - � DOD `- 8B Grade Parkway, Remove, 15 Modify, and Replace 1 LS $ to �bso - $ L41$50- Landscape and Irrigation in Bid Schedule 1210-2 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Kind to Furthest Extent Possible to Join Proposed Curb Ram 2" Grind and Asphalt Concrete 16 Overlay; Fill All Cracks %" and 3,960 SF $ - ' $ 21,120 Larger Prior to Overlay 17 Pulverize 12" of Road Section - 533,840 SF $ l -5O $ go0,-1 Lao - Three Step Process 18 4.5" Asphalt Concrete Over 533,840 SF $ 2.065 $t,414) W1L0 Pulverized Base Adjust Storm Drain Manhole 19 Frame and Cover to Grade per 1 EA $ 1 ,°100- $I,g00" CVWD Standard Plan S-1 B 20 Signing and Striping, Including 1 LS $ g3, q 30' $ 83, 4W All Incidentals Total Amount of Bid Items 1 - 20 $Z,( pQ�)��{, City may award all or none of the following additive alternates: ADDITIVE ALTERNATE NO. 1 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Lower Water Valve to Grade 67 EA $(P40 —— er CVWD Standards 2 Raise Water Valve to Grade per 67 EA $1,30t0 ' $ ��, I00 - CVWD Standards Total Amount of Bid Items 1 - 2 1 $) 2-9 ,Gi 60 " ADDITIVE ALTERNATE NO. 2 Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars 1 Lower Sewer Manhole to Grade 1 EA $ l 025 - $ I - er CVWD Standards , f02-5 2 Raise Sewer Manhole to Grade 1 EA $1102s - $ L OZS per CVWD Standards , Total Amount of Bid Items 1 - 2 $ 21 0SO— Bid Schedule 1210-3 ADDITIVE ALTERNATE NO. 3 — VIA ROSA CURB RAMPS Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Ilars Dollars Sawcut, Remove, and Dispose 1 of Existing Concrete Curb; Curb 120 LF $y4j- y and Gutter Sawcut, Remove, and Dispose 2 of Existing Concrete Sidewalk 1,120 SF $ "7.4 b _ $ g, 2438 and Ram 3 Construct Sidewalk per City of 110 SF $ 31� $3,'-i I 0 — La Quinta Std. No. 240 Mod. Construct Concrete Curb Ramp per City of La Quinta Std. No. 4 250 Mod., Case A (Including 2 EA $ (9,0b $13, I DD Curb or Curb and Gutter) — Limits BCR to ECR Furnish and Install 3/8" Minus 5 w/ 20% Fines -Decomposed 670 SF $ �5 - 31- $ ►0 , 25r1-10 Granite -Desert Gold 2" Thick Grade Parkway, Remove, Modify, and Replace 6 Landscape and Irrigation in 1 LS $ $ Kind to Furthest Extent Possible to Join Proposed Curb Ram Remove Existing AC, Compact 7 Existing Base, and Variable 395 SF $ 30 $ 11, Overlay Total Amount of Bid Items 1 — 7 $54 , 225--10 Bid Schedule 1210-4 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures): $ 3l 0134, 4�4 0 20 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words): doll ars U�nd fi� r�>nt'S Bid Amount of each of the above Bid Items must be filled in and completed. It is understood that the quantities F eon are but estimates and the bidder is responsible to verify quantities tting a bid. Final payment will be based upon actual work performed, sub tadjustments and alterations as elsewhere provided herein. Robert J Stone- President Signature of Bidder (Ink) Calmex Engineering, Inc. Name of Bidder (Printed or Typed) 909-546-1311 Bidder Telephone Number Bobs@calmex.us Bidder Email Address Bid Schedule 1210-5 SECTION 1220 BID GUARANTY BOND Swiss Re Corporate Solutions America PRINCIPAL, and Insurance Corporation , 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. 2023-01 MILES AVENUE PAVEMENT REHABILITATION 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 15th day of April . 2026. Calmex Engineering, Inc. Swiss Re Corporate Solutions America Insurance Corporation Title of Sjgnatory Title of Signatory Signature o Papal Signature of Su etyAndrew J. Waterbury; Attorney -in -Fact 2750 Lilac Avenue, Bloomington, CA 92316 1200 Main St. Suite 800, Kansas City, MO 64105-2478 Address Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 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 San Bernardino On April 17, 2026 before me, Michele Martinez, Notary Public (insert name and title of the officer) personally appeared Robert J. Stone 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 MIQCHELE 0ARTINU Notary Rubiic - CAlifiorFkla San Bernardino eouoty Commission # 24676�0 (Seal) E4Comm. Epires Oct 24,;0;7 4 COLORADO NOTARY ACKNOWLEDGEMENT (INDIVIDUAL) State of Colorado County of Denver This record was acknowledged before me on April 15, 2026 (date) by Andrew J. Waterbury (name[s] of individual[s]). Sin re of Notarial fficer Regina Renae Fleming Notary Public Title of Office My Commission Expires 11/13/2027 Copyright © 2018 NotaryAcknowledgement.com. All Rights Reserved. (Seal) REGINA RENAE FLEMING Notary Public State of Colorado Notary ID 820234042951 My Commission Expires 11-13-2027 .01 oiu f" �, D,i�l6'St'r4° .'"soLuri4- `Fet rOSGO0O�FS'o_9it`a SEAL S EAL'A' kd'd,�.4sssOtf4. �7ei ti f,,.4/SSD�a. O•� YS..*' 44,,.NNNNe Ms.. . adJ u„un IN WITNESS WHEREOF, SRCSAIC have caused 11#ay of June Z0 25 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") WESTPORT INSURANCE CORPORATION ("WIC') GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute, and appoint: BRAD MOODY, EVAN E. MOODY, ANDREW J. WATERBURY, KAREN A. FEGGESTAD JODY L. ANDERSON, ELIZABETH OSTBLOM, and REGINA R. FLEMING JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds, consents of surety, or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted bylaw, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of. TWO HUNDRED MILLION ($200,000,000.OD) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18" of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011: "RESOLVED, that any two of the President, any Managing. Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to an bond, undertaking or contract of surety to which it is attached." "�4 By Darfd Satory, Senior Vice en C & Senior Vice President +� or SRCSPIC & Senior Vice President of WIC CP aa i By Gs irl Jacque; SeoiNr %Vaxed, ofof %R( %At( & S ce President of SRCSPIC & Sccsident of N their official seals to be hereuntnd these , •ntc be signed by their authorized officers this Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook Westport Insurance Corporation 11" On this _day of June 25 20 . before me, a Notary Public personally appeared David Satorv. Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC, and Gabriel Jacouez. Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney EY—M o a acnowledged said instrument to be the voluntary act and deed of their respective cc anies.OFFO& SEAL KAREN M SZWEDA NotaryPublic, State of INmmsContmisson No 978628 orninistwn Expires September 26 2027 en M. $� Notary 1, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this _ 15th day of April 20 2026 rc) Goldberg, Senior 'ice PC residetw,�'!.'C"..i int Secretaryof SRCSAIC and SRCSAIC aad W IC 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: 07-OW4504 Rte. 138 Owner: California Department of Transportation (CALTRANS Construction Cost: $ 8,713,463.51 Construction Time: i ZO Calendar Days Owner's Representative: Ramy Beshara Owner's Telephone No.: 213-792-9662 Date of Substantial Completion: 4/8/2025 2. Project Name: 23-24 Pavement Rehab Owner: City of Jurupa Val Construction Cost: $ $10,704,194.82 Construction Time: 100 Calendar Days Owner's Representative: Youssef Easkaron Owner's Telephone No.: 951-323-6464 Date of Substantial Completion: 3/4/2025 Bidders Experience & Qualifications 1230-1 3. Project Name: Various Street Rehab Phase 2 Owner: City of Rialto Construction Cost: $ $7,692,524.96 Construction Time: -10 Calendar Days Owner's Representative: Art Cervantes Owner's Telephone No.: 909-820-2531 Date of Substantial Completion: 10/22/2024 4. Project Name: 07-OW6704 Rte. 103 Owner: California Department of Transportation (CALTRANS) Construction Cost: $ 1,558,715.47 Construction Time: Owner's Representative: Owner's Telephone No.: Ramon Robillos 805-431-4352 Date of Substantial Completion: 2/10/2025 Calendar Days Signed this V5T% day of 0 12026. Calmex Engineering, Inc. 685954 Name ofJ3idder Signature of Bidder Calmex Engineering, Inc. Printed Name of Bidder 1000005380 Contractor's License No. DIR Reg No. 685954 Exp 3/31 /2028 Expiration Date Robert J Stone- President Title of Signatory Bidders Experience & Qualifications 1230-2 Project References (Prime Jobs) Agency: California Department of Transportation Project Name: 11-2N0214, Rte.5 Contact: Genera Genel Phone: 619-688.6699 Contract Amount: $4,006,419 Completion Date: January / 2020 California Department of Transportation Agency: Project Name: 08.1J9404, Rte. 18 Contact: John Santos Phone: 909.383-4631 Contract Amount: $224.000 Completion Date: September 12020 Califomla Department of Transportation Agency: Project Name: 07-3W7704, Rte.60 Contact: Martin Sandoval Phone: 213-897-3656 Contract Amount: $4.130,036 Completion Date: December12020 California Department of Transportation Agency: Project Name: 07-4U0404 RTE 101 Contact: Mena Wassef Phone: 805-480-4928 Contract Amount $909,935 Completion Date: october 12021 Agency: California Department of Transportation Project Name: 09-387904 RTE 190 Contact Justin Castleberry Phone: 760-937-3758 Contract Amount $4,746,713 Completion Date: November/2021 Agency: Town of Apple Valley Project Name: Stoddard Wells Rd Contact Rich Burger Phone: 760-240-7000 Contract Amount $1,648,685 Completion Date: December / 2021 California Department of Transportation Agency: Project Name: 11A3161 Rte 163 Minor B Contact: Ben Haney Phone: 858-518-8709 Contract Amount $ 198,178.95 Completion Date: May / 2022 Agency: Califarnia Department of Transportation Project Name: 11-2N0124, Rte. 81163 Contact: Rene Figueroa Phone: 858-688-1551 Contract Amount: $6,301,679 Completion Date: March 12020 Califomia Department of Transportation Agency: Project Name: 11.3A2664 Contact.' Shawn Rizzuto Phone: 819-888-3377 Contract Amount: $309,214 Completion Date: October12020 California Department of Transportation Agency: Project Name: 12-OS4704 RTE 90 Contact Arezo Ghiam Phone: 949.278.4124 Contract Amount: $1,651,847 Completion Date: October 12021 Califomia Department of Transportation Agency: Project Name: 09.385804 RTE 58 Contact . Joselyn Vidaca Phone: 760-937-1512 Contract Amount: $824,134 Completion Date: October 12021 California Department of Transportation Agency: Project Name: oe-1 K8404 RTE 247 Contact: Khoa Nguyen Phone: 951-232.8611 Contract Amount $3,158,880 Completion Date: November 12021 California Department of Transportation Agency: Project Name: 1 IA3375 Rte 5 Minor 8 Contact Mike Vasquez Phone: 858-688-1318 Contract Amount: $224.232 Completion Date: May 12022 California Department of Transportation Agency: Project Name: 11-2N0574 Rte 88 Contact Ben Haney Phone: a58-518-8709 Contract Amount: $3,481.933 Completion Date: May 12022 California Department of Transportation Agency: Project Name: 07-4W9304 Rte 105 Contact Jose Ferrer Phone: 562-572-5031 Contract Amount: $3,714,540 Completion Date: June 12022 California Department of Transportation Agency: Project Name: 08-1N3904 Rte 10 ELB Contact: Ramadan Farag Phone: 909-9154928 Contract Amount $354,863 Completion Date: July / 2022 Agency: Town of Apple Valley Project Name: Cold Mix Overlay 2022 Contact Rich Burger Phone: 760.240-7000 Contract Amount: $ 1,083,562.00 Completion Date: January / 2023 Agency: City of Rialto Project Name: 2021 Street Overlay Contact AmrAbuelhassan Phone: 909-262-7858 Contract Amount: $11,Beo,000 Completion Date: June / 2023 California Department of Transportation Agency: Project Name: oe-1K0504 Rte 62 Contact Francisco Montellano Phone: (951) 232.6413 Contract Amount: $ 625,349.10 Completion Date: October/ 2023 California Department of Transportation Agency: Project Name: 12-OT6404 Rte 72 Contact Mike Ezzedine Phone: 949-279-9744 Contract Amount: $945,740.61 Completion Date: Feburary/ 2024 Agency: California Department of Transportation Project Name: 12-OU1704 RTE 133/261 Contact Luis Vazquez Phone: (949) 279.6840 Contract Amount $ 4,869,418.20 Completion Date: October 12024 California Department of Transportation Agency: Project Name: 07-OW7104 Rte 105 Contact Steven Taing Phone: (213)793-7974 Contract Amount S 4,479,395.25 Completion Date: December/ 2024 Agency: Project Name: City of Rialto Various Street Rehab Phase 2 Contact Art Cervantes Phone: (909) 820-2531 Contract Amount $ 7,692,524.96 Completion Date: March/ 2025 Agency: City of Jurupa Valley Project Name: 23/24 Pavement Rehab Contact Youssef Easkaron Phone: 951-323.6464 Contract Amount: $ 10.704.194.82 Completion Date: May 2026 Califamia Department o(TransportatIon Agency: Project Name: 07-319204 Rte 91110511101405 Contact Dan Cortez Phone: 213-793-7945 Contract Amount: $1,829.772 Completion Date: June / 2022 California Department of Transportation Agency: Project Name: 08-1 M1104 Rte 215 Contact Kee Ooi Phone: 951-840.8323 Contract Amount: $8.164,190.00 Completion Date: September / 2022 Agency: City of Hemet Project Name: Citywide Pavement Rehab Contact Jorge F Perez Phone: 909-544-9451 Contract Amount: $3,425,614,03 Completion Date: January / 2023 San Bernardino County Department of PW Agency: Project Name: Mountain Ave and Other Road Contact Carlos Seanez Phone: 909486.0277 Contract Amount: $7,890,913.00 Completion Date: August/2023 Agency: Town of Apple Valley Project Name: Cold Mix Overlay 2023 Contact Rich Burger Phone: 760-240-7000 Contract Amount: $1,370,000 Completion Date: November/2023 California Department of Transportation Agency: Project Name: 11-2N1644 Rte 8 Contact Daniel Hernandez Phone: 760.594-2008 Contract Amount: $4,254,409.02 Completion Date: May2024 California Department of Transportadon Agency: Project Name: 12-OU2304 Rte 241 Contact Luis Vazquez Phone: (949)2794840 Contract Amount: $ 1,633,481.20 Completion Date: Augustf2024 Califamla Department of Transportadan Agency: Project Name: 07-oM704 Rte 103 Contact Ramon Robillos Phone: 805431.4352 Contract Amount: S 1,596,705.00 Completion Date: Feburary/ 2025 Califomla Department of Transportation Agency: Project Name: 07.OW4504 Rte 138 Contact: Ramy Beshara Phone: (213) 792-9662 Contract Amount: S 8,424,883.00 Completion Date: May 2025 Catmex Engineering. Inc. Project References (Sub Jobs) Agency: Califamia Department of Transportation Agency: California Department of Transportation -3oaooa Project Name: 11-aoaeo4 Rte 56 Project Name: 07 Prime Contractor. O'Donnell U Prime Contractor. Flatiron West, Inc. Contact: Chris Wyss Contact: Nell Phone: 858436.5166 Phone: 909.3944510 Contract Amount: $ 122,448.00 Contract Amount: $ 182,095.00 Completion Data: July 12020 Completion Date: July 12020 Agency: Caaromla Department of Transportation Agency: Eastem Municipal Water District Project Name: 09.1G5504 RTE 40 Project Name: Perris II Desalination Facility Project prime Contractor. RV Concrete Prime Contractor. IOewit Contact: Brian Pinkerton Contact: Mike Slppl Phone: 714.888-1104 Phone: 201-522-9024 Contract Amount: $ 182,984.00 Contract Amount: $ 36,957.89 Completion Date: October /2021 Completion Date: October! 2020 Agency: California Department of Transportation Agency: Catifomla Department of Transportation Project Name: 08•tK1904 RTE 15 Project Name: 08-IG5504 RTE 40 Prime Contractor Velarde Concrete Construction, Inc. Prime Contractor. RV Concrete Contact: Amanda Velarde Contact: Brian Pinkerton Phone: ala- $98.2300 Phone: 714-8e9-1104 Contract Amount: $ 163,459.00 Contract Amount: $ 182,984.00 Completion Date: October/2021 Completion Date: October 12021 Agency: Callfomla Department of Transportation Agency: California Department of Transportation Project Name: 08•1K1904 RTE 15 Project Name: 07 4W59O4 RTE 33 Prime Contractor. Velarde Concrete Construction, Inc. prime Contractor. Intermountian Slurry Seal Contact: Amanda Velarde Contact: Randy Contreras Phone: 818- 898.2300 Phone: 775-745-9021 Contract Amount: $ 163,459.00 Contract Amount: S 327,348.00 Completion Date: October 12021 Completion Date: October! 2021 Agency: California Department of Transportation Agency: CaBfomla Department of Transportallan Project Name: 11431894 Rts 78 Project Name: o8-OQ75U4, Rte. 60 In Riverside prime Contractor. Rove Engineering Prime Contractor. J.McLoughlin Englneedng Contact: Tim Mountnay Contact: Joe McLoughlin Phone: 760415.8827 Email: 909-721-1011 Contract Amount: $ 3,805,082.89 Contract Amount: $ 1,043,347,790.00 Completion Date: Apol! 2023 Completion Date: December! 2021 Agency: Callornia Department of Transportation Agency: California Department of Transportation Project Name: 01.0WI Project Name: 11-431847 Rte 78 Prime Contractor, Petersonrson e 210 Chase se Prime Contractor. Rove Engineering Contact: Jon Vandersloot Contact: Tim Mountney Phone: 949-677-0295 Phone: 760-al5.8827 Contract Amount: $ 1,808,904.61 Contract Amount $ 3,999,078.07 CGmpletion Date: June 12023 Completion Date: April/ 2023 Agency: California Department of Transportation Agency CaH(amia Department or Transportation Project Name: 08-1 P1904 Rte 173 ELS Project Name: 11.2T2184, 1/5 North Coast Corridor, Sag 18. 2 & 3 prime Contractor. Ferreda Construction Prime Contractor. Flabron•Skanska-Stacy and Wilbeck JV Contact Chls Camping Contact: Dave Sharpnack Phone: 909.806.5900 Phone: 951-295-3/40 Contract Amount: $ 1,686,538.85 Contract Amount S 11,400,595.67 Completion Date: October12023 Completion Date: August 12023 Agency: California Oepartmsnt of Transportation Agency: CaUfomla Department of Transportation project Name: 08-IC5704 Rte 15 Project Name: OB-1M490a, Rte 10 prime Contractor. Soma Prime Contractor. veiarde Construction Contact: RobertAmparan Contact: Amanda Michaelis phone: 951-448-4505 Phone: 818.898-2300 Contract Amount: S 163,011.14 Contract Amount: $ 132,440.00 Completion Date: June/2024 Completion Date: November 12023 Agency: Caliromla Department of Transportation Agency: Project Name: Pacoima Spreading Grounds Project Name: 07ARle 170 Prime Contractor. Ames Construction Contractor: intermountain Slurry Seal Contact: Jason maze, Contact: Kristen Hubbert phone: 951-751.8937 Phone: 775-842.8324 Contract Amount: $ 1,699,357.04 Contract Amount: $ 1,483,958.48 Completion Date: September / 2024 Completion Date: September 12024 Agency: CaUfomla Department of Transportation Agency: SBCTA / BNSF project Name: 08-i1.3204, Rte 80/91/215 Separation, Riverside project Name: 1st Ave Bridge, Barstow prime Contractor. olverslfled prime Contractor. Skanska Contact: Anthony Rodriguez Contact: Dennis Putnam Phone: 951-245-1686 Phone: 909-721.9742 Contract Amount: $ 158,420.50 Contract Amount: S 1,012,616.33 Completion Date: Feburary 12025 Completion Date: November/ 2024 Agency: California Department of Transportation Agency: project Name: City of Eastvale Umonite Ave Gap Closure Project Name: Beador Construction prime Contractor. Ortiz Enterprises Prime Contractor. 08-1G4704, Rte 74 Morrill Canyon Contact: John Britt Contact: David Beador Phone: 949-232.2878 Phone: 951.874-7352 Contract Amount: $ 216,663.48 Contract Amount: $ 672,586.00 Completion Date: September / 2025 Completion Date: March / 2025 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. 1'15 Z C1C, C cU -Ply: IDo0a03?x9,;� Co16 mill pal Robert J Stone- President Signature of Bidder Calmex Engineering, Inc. 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 San Bernardino Robert J Stone being first duly sworn, deposes and say that he or she is President of Calmex Engineering, Inc. 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 corpor tion, partnership, company association, organization, bid depository, or to any rMmber agent thereof to effectuate a collusive or sham bid. Signatu Calmex Engineering, Inc. Name of Bidder Robert J Stone- President Title q III I =U Date Non -Collusion Affidavit 1250-1 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 Bernardino Subscribed and sworn to (or affirmed) before me on this 17th day of April , 20 26 , by Robert J. Stone proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. MICHELE MARTINEZ Notary Public • Californial ` ~ San Bernardino County Commission # 2467650 • My Comm. Expires Oct 22, 2027 (Seal) Signature SECTION 1260 DIR Project Vendor Information Vendor Information: Name: Calmex Engineering, Inc. Address: 2750 S. Lilac Ave Project Manager: Elwyn Robinson Phone: 909-546-1311 Public Works Registration No Classification: City: Bloomington ST: CA Zip:92316 Elwynr@calmex.us CSLB/Certification Number:685954 1000005380 Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum Cement Masons V Drywall Finisher Drywall/Lathers Electricians Elevator Mechanic Glaziers Iron Workers Laborers V 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..qov/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.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. 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) Calmex E in ing, Inc. By (Authorize " ature) Printed Nam and Title of Person Signing Robert J Stone- President Federal ID Number (or n/a) 33-0611274 Dat Exe uted �11-1 f 20;Z& 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 Name/Financial Institution (Printed) Federal ID Number (or n/a) By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Iran Contracting Act Certification 1270-3 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 Bernardino On April 17, 2026 before me, Michele Martinez, Notary Public (insert name and title of the officer) personally appeared Robert 1. Stone 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. MICHELE MARTINEZ Notary Public - California �tSan Bernardino County RIs--41 Commission # 2467650 Comm, Expires Oct 22, 2027 Signature (Seal) 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