Loading...
Hardy & Harper Inc.ta BID DOCUMENTS SPECIFICATIONS CITY PROJECT NO. 2023-01 MILES AVENUE PAVEMENT REHABILITATION CITY OF LA QUINTA, CALIFORNIA PREPARED FOR: CITY OF LA QUINTA PUBLIC WORKS DEPARTMENT 78-496 CALLE TAMPICO LA QUINTA, CA 92253 (760) 777-7000 APPROVED BY: DATE: March 27, 2026 3 Izz2'c.�' BR N McKINNEY, P.E. PUETLIC WORKS DIRECTOR CITY ENGINEER R.C.E. No. 49418 Exp Date: 09/30/26 MARCH 2O26 SECTION 1200 BID 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. Hardy & Harper, Inc. Name of Bidder 714-444-1851 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. Hardy & Harper, Inc. Name of Bidder 32 Rancho Circle. Lake Forest, CA 92630 Bidder's Address 215952 Contractor's License No. California State of Incorporation Signa ure of Bidder Michael Amundson Printed Name of Signatory Vice President Title of Signatory 714-444-1851 Bidder's Telephone Number bids@hardyandharper.com Bidder's Email Address 12/31/2027 Contractor's Expiration Date Bid Coordinator Title of Witness Bid 1200-2 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 $ s o, ,s a $ Se, 60a 2 Traffic Control 1 LS $ 150, ooa $ /Sol 000 3 Dust Control 1 LS $ ZZ, v73 $ 221 0-1 3 4 Earthwork 1 LS $ ZS) 6eo $ 25, 000 Sawcut, Remove, and Dispose 5 of Existing Concrete Curb; Curb 675 LF $ to $ 131S010 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 $ 5 $ y7l TSO 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 $ 75 $ 31 3 7 5-- Adjacent Existing Concrete Curb and Gutter Construct 6" Median Curb per 8 City of La Quinta Std. No. 210, 15 LF $ 75 $ I, ! 2.5 3 Dowel into Adjacent Existing Concrete Curb Construct Cross -Gutter per City 9 of La Quinta Std. No. 230 Mod. 2,100 SF $ 2-o $ YZi 000 and 231 Mod. 10 Construct Sidewalk per City of 1 325 SF $ 10 $ 13, Zso 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 $ 41500 $ L5! ooa (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 $ 6 500 $ /9 Soo Curb or Curb and Gutter) - 1 1 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 $ 175 $ q,375' 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 $ 11 360 $ 7-Y, b o0 per CALTRANS Std. Plan ES- 813 Grade Parkway, Remove, 15 Modify, and Replace 1 LS $ Z 1 060 $ 7-1 ".00 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'/4" and 3,960 SF $ $ �3V76D Larger Prior to Overly 17 Pulverize 12" of Road Section — 533,840 SF $ / , PS $ 415, CtJb Three Step Process 18 4.5" Asphalt Concrete Over 533,840 SF $ z , 6 5 $ 4 y /v% 04 Pulverized Base Adjust Storm Drain Manhole 19 Frame and Cover to Grade per 1 EA $ 31600 $ 3` 000 CVWD Standard Plan S-1 B 20 Signing and Striping, Including 1 LS $106, ooa $ 100, ooi) All Incidentals Total Amount of Bid Items 1 — 20 $ Z 1643)600. 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 $ l v0 $ 700 per CVWD Standards 2 Raise Water Valve to Grade per 67 EA $ ��3 o0 $ $�� l00 CVWD Standards Total Amount of Bid Items 1 — 2 $ `jy 000.44 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 $ 11 500 $ per CVWD Standards 2 Raise Sewer Manhole to Grade 1 EA $ �, 5°0 $ 11 foo per CVWD Standards Total Amount of Bid Items 1 — 2 $ 31oaa . �0 00 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) Dollars Dollars Sawcut, Remove, and Dispose 1 of Existing Concrete Curb; Curb 120 LF $ ZD $ Z, yo0 and Gutter Sawcut, Remove, and Dispose 2 of Existing Concrete Sidewalk 1,120 SF $ and Ram 3 Construct Sidewalk per City of 110 SF $ $ 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 $ 6)50.0 $ /3/ 000 Curb or Curb and Gutter) — Limits BCR to ECR Furnish and Install 3/8" Minus 5 w/ 20% Fines -Decomposed 670 SF $ $ 5/ 340 Granite -Desert Gold 2" Thick Grade Parkway, Remove, Modify, and Replace 6 Landscape and Irrigation in 1 LS $ I cis $ I, Kind to Furthest Extent Possible to Join Proposed Curb Ram Remove Existing AC, Compact 7 Existing Base, and Variable 395 SF $ J S $ 5, 7219 Overlay Total Amount of Bid Items 1 — 7 $ 351000 , , Bid Schedule 1210-4 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures): GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words): /7"0 r1 E,( �icc� i7��u5��� P•llgr5 L' 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. , -�Z Signature of Bidder (Ink) Hardy & Harper, Inc. Name of Bidder (Printed or Typed) 714-444-1851 Bidder Telephone Number bidso_hardyandharper.com Bidder Email Address Bid Schedule 1210-5 Bond No. CSBA-34571 SECTION 1220 BID GUARANTY BOND PRINCIPAL, anCL Fidelity and Deposit Company of Maryland , 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. *Hardy & Harper, Inc. 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 13th day of April , 2026. Hardy & Harper, Inc. Michael Amundson, Vice President Title of Signatory S' nature of Principal 32 Rancho Circle, Lake Forest, CA 92630 Address Fidelity and Deposit Company of Maryland Dwight Reilly, Attorney -in -Fact Title of Signatory Signature of Surety 777 South Figueroa Street, Suite 3900, Los Angeles, CA 90017 Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 CALIFORNIA• • • 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 Orange ) On April 16 2026 before me, Bryanna Marquez, Notary Public Date Here Insert Name and Title of the Officer personally appeared Michael Amundson Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(k) whose name(x) is/aye subscribed to the within instrument and acknowledged to me that he/sXe/they executed the same in his/her/their authorized capacity(ies), and that by his/hear/their signature(x) on the instrument the person(k), or the entity upon behalf of which the person(x) 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. �a1s�f l`�s BRYANNA MARQUEZ t s E"" Comm. # 2515738 T RIVERSIDE County Signature California - Notary Public Signature of Notary PElblic Cq(/FCRN`P CGMM, Expires MAR. 27, 2029 ........................i Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Michael Amundson 2 Corporate Officer — Title(s): vice President ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Hardy & Harper, Inc. Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 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 Orange ) On 04/13/2026 before me, Adrian Benkert-Langrell, Notary Public (insert name and title of the officer) personally appeared Dwight Reilly 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 oDRIAN BENKERT4ANGRELLCOMM. #2403748 Notary Public -California aORANGE COUNTY aHComm. ExpiresMay9,2026 (Seal) Bond No. CSBA-34571 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Thomas O. McClellan, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Daniel HUCKABAY, Stephanie MCCLAIN, Dwight REILLY, Frank MORONES, Arturo AYALA, Shaunna ROZELLE OSTROM, Benjamin WOLFE, Chelsea LIBERATORE, Ben STONG, Adrian LANGRELL, Magdalena R. WOLFE, Robert WOOD of Orange, California, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 30th day of March, A.D. 2026. SEAL „.., ATTEST: ZURICH AMERICANINSURANCECOMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Thomas O. McClellan G Vice President By: Daniel Lutes Secretary State of Maryland County of Baltimore On this 30th day of March, A.D. 2026, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Thomas O. McClellan, Vice President and Daniel Lutes, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. E31 Genevieve M. Maison Notary Public My Commission Expire January 27, 2029 EXTRACT FROM BY-LAWS OF THE COMPANIES Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790 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: Please see attached Past Project References. Owner: Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: Calendar Days 2. Project Name: Please see attached Past Project References. Owner: Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: Calendar Days Bidders Experience & Qualifications 1230-1 3. Project Name: Please see attached Past Project References. Owner: Construction Cost: $ Construction Time: Calendar Days Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: 4. Project Name: Please see attached Past Project References. Owner: Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: Calendar Days Signed this 16th day of April , 2026. Hardy & Harper, Inc. 215952 Name of Bidder Contractor's License No. 12/31 /2027 Signat6re of Bidder Expiration Date Michael Amundson Printed Name of Bidder Vice President Title of Signatory 1000000076 DIR Reg No. Bidders Experience & Qualifications 1230-2 Hardv & Harner. Inc. Past Proiect References OWNER/AGENCY CONTACT PROJECT NAME, AMOUNT, & COMPLETION DATE City of Adelanto Richard Burgess Dennis Street and Kay Street Pavement Rehabilitation 11600 Air Expressway (909) 682-0051 Contract Amount: $349,000.00 Adelanto, CA 92301 rburgess@adelantoca.gov Completion Date: May 2025 City of Cathedral City Jesus Gutierrez 2024-2025 City Streets Pavement Reconstruction Projects 68700 Avenida Lalo Guerrero (760) 202-2402 Contract Amount: $1,432,000.00 Cathedral City, CA 92234 'gutierrez@cathedralcity.gov Completion Date: April 2025 City of Highland Octavio Duran FY 23-24 & 24-25 CDBG Pavement Improvement Project No. OLA24001 27215 Base Line (909) 864-6861 Contract Amount: $578,000.00 Highland, CA 92346 oduran@cityofhighland.org Completion Date: April 2025 City of Eastvale Gabriel Mayorquin 2024 Median Improvement Project 12363 Limonite Ave, Suite 910 951) 703-4492 Contract Amount: $2,062,500.00 Eastvale, CA 91752 gmayorquin@eastvaleca.gov Completion Date: March 2025 City of Indian Wells Mirian Fulson Local Roads Improvement - Phases 2, 3, 4 44-950 Eldorado Dr. (760) 776-0237 Contract Amount: $1,460,000.00 Indian Wells, CA 92210 mfulson@indiamvelis.cont Completion Date: February 2025 City of Highland Octavio Duran Greenspot Road Median and Street Improvements 27215 Base Line (909) 864-6861 Contract Amount: $951,000.00 Highland, CA 92346 oduran@cityofhigliland.org Completion Date: February 2025 City of Hawaiian Gardens Neema Ghanbari Carson Street Beautification (Phase II), Project 108 21815 Pioneer Blvd (562) 420-2641 Contract Amount: $4,480,000.00 Hawaiian Gardens, CA 90716 nghanbari@hgcity.org Completion Date: February 2025 City of Bell Gardens Veronica Sanchez Eastern Avenue Improvements Project 8327 Garfield Avenue (562) 8069-7770 Contract Amount: $1,278,900.00 Bell Gardens, CA 90201 vsanchez@bellgardens.org Completion Date: February 2025 City of Jurupa Valley Youssef Baskaron 2023-2024 CDBG Glen Avon & 2024-2025 CDBG Rubidoux Area Pavement Rehab 8930 Limonite Avenue (951) 332-6464 Contract Amount: $1,197,920.00 Jurupa Valley, CA 92509 ybaskaron@jurupavalley.org Completion Date: January 2025 City of Monterey Park Anthony Bendezu 2022-23 Monterey Pass Road Overlay 320 West Newmark Avenue (626) 307-1283 Contract Amount: $1,133,912.00 Monterey Park, CA 91754 abenedezu@montereypark.ca.gov Completion Date: December 2024 City of Grand Terrace Kamran Dadbeh Pavement Rehabilitation on Mount Vernon Avenue 22795 Barton Road (909) 824-6621 Contract Amount: $693,000.00 Grand Terrace, CA 92313 kdadbeh a andterrace-ca. ov Completion Date: December 2024 City of Fullerton Melissa Rendon Las Palmas Area Street Rehabilitation 303 West Commonwealth Avenue (714) 738-6886 Contract Amount: $2,585,000.00 Fullerton, CA 92832 melissa.rendon ci offullerton.or Completion Date: October 2024 County of Riverside Joel Jimenez Dillon Road Resurfacing and Bubbling Wells Resurfacing 3525 14th Street (951) 955-1537 Contract Amount: $3,200,000.00 Riverside, CA 92501 r'imenez rivco.or Completion Date: September 2024 City of Orange Salvador Munoz Annual Pavement Maintenance at Various Locations FY 23-24 300 E. Chapman Avenue (714) 744-5547 Contract Amount: $3,850,000.00 Orange, CA 92866 smunoz@cityoforange.org Completion Date: August 2024 City of Cathedral City Armando Baldizzone Panorama Neighborhood Pavement Reconstruction 68-700 Avenida Lalo Guerrero (760) 770-0340 Contract Amount: $636,000.00 Cathedral City, CA 92234 abaidizzone cathedralci ov Com letion Date: July 2024 City of Ontario Yesenia Lopez 2024 Spring Pavement Rehabilitation Project 303 East "B" Street (909) 395-2103 Contract Amount: $2,041,000.00 Ontario, CA 91764 to ez ,ontarioca. ov Completion Date: June 2024 City of Los Alamitos Chris Kelley Bloomfield Street Improvement Project 3191 Katella Avenue (562) 431-3538 Contract Amount: $207,000.00 Los Alamitos, CA 90720 ckelle cit ollosalamitos.or Com letion Date: April 2024 City of Rancho Santa Margarita Tri Nguyen Fy 23-24 Annual Residential Overlay 22112 El Paseo (949) 635-1813 Contract Amount: $829,425.00 Rancho Santa Margarita, CA 92688 tnguyen cityofrsm.org Completion Date: March 2024 City of Vernon Lissette Melendez Gifford Ave, 48th, 49th & 50th Street Improvements 4305 Santa Fe Avenue (323) 583-8811 Contract Amount: $792,000.00 Vernon, CA 90058 Melendez(a)cit ofvernon.or Com letion Date: March 2024 Hardv & Harner. Inc. Past Proiect References OWNER/AGENCY CONTACT PROJECT NAME, AMOUNT, & COMPLETION DATE City of Signal Hill Davina Buenavista Palm Drive Pavement Rehabilitation Project 2175 Cherry Avenue (310) 766-6985 Contract Amount: $774,000.00 Signal Hill, CA 90755 dbuenavista@koacorp.com Completion Date: October 2023 City of Manhattan Beach Gilbert Ramos Cycle 2 Street Resurfacing Project 14000 Highland Avenue (310) 802-5353 Contract Amount: $3,110,000.00 Manhattan Beach, CA 90266 gramos@manhattanbeach.gov Completion Date: September 2023 San Bernardino County Larry White Rain Shadow Road and Other Roads 825 East 3rd Street (909) 663-7599 Contract Amount: $830,000.00 San Bernardino, CA 92415 lwhite@,dpw.sbcounty.gov Com letion Date: September 2023 City of El Segundo Floriza Rivera FY 23/24 Pavement Rehabilitation Project 350 Main Street (310) 524-2361 Contract Amount: $1,635,000.00 El Segundo, CA 90245 frivera(&elsegundo.org Completion Date: July 2023 City of La Canada Flintridge Nasser Shoushtarian 2023 Citywide Street Resurfacing Program 1 Civic Center Drive (818) 790-8882 Contract Amount: $1,060,000.00 La Canada Flintrid e, CA 91011 nshoushtarian Icf.ca. ov Completion Dat: June 2023 City of Palos Verdes Estates Monica Pango FY 21-22 Street Improvements 340 Palos Verdes Drive West (951) 475-3625 Contract Amount: $1,138,000.00 Palos Verdes Estates, CA 90274 mango hrgreen.com Completion Date: May 2023 City of Norwalk Delfmo Consunji Local Streets Rehabiliation CDBG FY 22-23 12700 Norwalk Blvd (714) 686-8911 Contract Amount: $956,000.00 Norwalk, CA 90650 dconsun'i oe-en .com Completion Date: April 2023 City of San Gabriel Alam Mai CDBG Street Improvements Project FY 22/23 425 S. Mission Drive (626) 308-2825 Contract Amount: $490,000.00 San Gabriel, CA 91776 amai(a),sgeh.org Completion Date: March 2023 City of Fullerton Rafael Chavez Residential Street Rehabilitation 303 West Commonwealth Avenue (714) 932-7506 Contract Amount: $1,204,780.00 Fullerton, CA 92832 rafael.cha-,,ez@cityoffullerton.com Completion Date: February 2023 City of Moreno Valley Quang Nguyen Pavement Rehab. for Various Local Streets CDBG FY 21/22 14177 Frederick Street (951) 413-3159 Contract Amount: $2,444,260.00 Moreno Valley, CA 92552 quangn ,moval.org Completion Date: December 2022 City of Grand Terrace Kamran Dadbeh Pavement Rehab. On Barton Rd, Van Buren St & Vivienda Ave 22795 Barton Road (909) 824-6621 Contract Amount: $570,000.00 Grand Terrace, CA 92313 kdadbeh andterrace-ca. ov Com letion Date: September 2022 City of Downey Desi Gutierrez Residential Street Pavement Rehabilitation Project, Area 1 1 l 1 I 1 Brookshire Avenue (562) 904-7110 Contract Amount: $2,875,000.00 Downey, CA 90241 d utierr ,down ca.or Completion Date: June 2022 City of Orange Youichi Nakagawa Prospect & Spring Right Turn Lane Modification Project 300 E. Chapman Avenue (714) 744-5572 Contract Amount: $920,000.00 Orange, CA 92866 naka awa ,cit oforan e.or Completion Date: June 2022 City of San Fernando Manuel Fabian Pico Street Improvement Project 117 Macneil Street (818) 898-1243 Contract Amount: $465,000.00 San Fernando, CA 91340 mfabian ,sfcity.org Completion Date: May 2022 City of Downey Desi Gutierrez Residential Street Pavement Rehabilitation Project, Area 10 11111 Brookshire Avenue (562) 904-7110 Contract Amount: $2,355,000.00 Downey, CA 90241 d tierr ,down ca.or Completion Date: April 2022 City of Jurupa Valley Desiree Flores 2021-22 CDBG Old Mira Loma Pavement Rehabilitation Project 8930 Limonite Avenue (951) 332-6464 Contract Amount: $810,000.00 Jurua Valley, CA 92509 dflores .juruavalle .or Completion Date: April 2022 City of Anaheim Lorenzo Rea Residential Street Improvement Project - Lotus & Tony, Group 13 200 S. Anaheim Blvd (714) 765-6893 Contract Amount: $5,806,000.00 Anaheim, CA 92805 Irea anaheirn.net Completion Date: March 2022 County of Riverside Hector Davila Fisher Street Resurfacing Project 3525 14th Street (951) 955-6885 Contract Amount: $785,560.00 Riverside, CA 92501 hedavila@iivco.org Completion Date: February 2022 City of Chino Hills Carl Hassel Village Center Drive Pavement Rehabilitation Project 14000 City Center Drive (909) 364-2817 Contract Amount: $408,000.00 Chino Hills, CA 91709 chassel(a,chinohills.or Completion Date: December 2021 Los Angeles County Peter Sanque Pavement Reconstruction (Sustainable) North LA County 900 S. Fremont Avenue (661) 947-7173 Contract Amount: $1,873,929.57 Alhambra, CA 91803psanque@,pw.lacounty.gov Completion Date: November 2021 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. I. 5 Pw'1 G x12M5 5 Sri Pih9 in it is oo g�l�l s9 Z. C- L4 M;r7JI P.,rve-n z, !o �. -? Sy sov 1 f'2vc> Z5 %tGrfclkSG' %le QF 14914 /b6600413t Sign fe of Bidder 11 ffel 1 .11 .IT@ goT, I woul- R'1 Name of Bidder I Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of Orange ) Michael Amundson being first duly sworn, deposes and say that he or she is Vice President of Hardy & Harper, 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 corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signat e Hardy & Harper. Inc. Name of Bidder Michael Amundson, Vice President Title 4/16/26 Date Non -Collusion Affidavit 1250-1 SECTION 1260 DIR Proiect Vendor Information Vendor Information: Name. Hardy & Harper, Inc. Address-32 Rancho Circle. City: Lake Forest ST: CA Zip: 92630 Project Manager: TBD Email: bids@hardyandharper.com Phone: 714-444-1851 CSLB/Certification Number: 215952 - A, C-8 & C12 Public Works Registration No.: 1000000076 Classification: Asbestos Boilermaker Bricklayers Cement Masons Drywall Finisher Carpenter. Drywall/Lathers Carpet/Linoleum Electricians 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 html. A copy of certified payroll, including the names and addresses of employees and/or subcontractors working on thejob must be included with invoices submitted to the City of La Quinta. DIR Project Vendor Information 1260-1 SECTION1 •���-- �� _ 1 ■ ►'► •► ►.' 1. ' • _1 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. 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) Federal ID Number (or n/a) Hardy & Harper, Inc. 1 95-2251022 By (Authorized ture) ' Printed-Naxre and Title of Person Signing Date Executed Michael Amundson, Vice President 1 4/16/26 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 1D Number (or n/a) N/A N/A By (Authorized Signature) N/A Printed Name and Title of Person Signing Date Executed N/A N/A 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 STATE OF CALIFORNIA l �-iuet�'••yP Office of the Secretary of State a STATEMENT OF INFORMATION CORPORATION California Secretary of State 1500 11th Street Sacramento, California 95814 (916)657-5448 Entity Details Corporation Name HARDY & HARPER, INC. Entity No. 0443071 Formed In CALIFORNIA Street Address of Principal Office of Corporation Principal Address 32 RANCHO CIRCLE LAKE FOREST, CA 92630 Mailing Address of Corporation Mailing Address 32 RANCHO CIRCLE LAKE FOREST, CA 92630 Attention Street Address of California Office of Corporation Street Address of California Office 32 RANCHO CIRCLE LAKE FOREST, CA 92630 Officers BA20241230236 For Office Use Only -FILED - File No.: BA20241230236 Date Filed: 7/1/2024 Officer Name Officer Address Position(s) Kristen S. Paulino 32 RANCHO CIRCLE Secretary, Chief Financial Officer Lake Forest, CA 92630 DANIEL THOMAS MAAS 32 RANCHO CIRCLE Chief Executive Officer LAKE FOREST, CA 92630 Additional Officers Officer Name Officer Address Position Stated Position Michael A Amundson 32 RANCHO CIRCLE LAKE FOREST, CA 92630 Vice President Directors Director Name Director Address Tessa Irene Maas 32 Rancho Circle Lake Forest, CA 92630 0 Daniel Thomas Maas 32 RANCHO CIRCLE LAKE FOREST, CA 92630 0 Kristen S Paulino 32 RANCHO CIRCLE LAKE FOREST, CA 92630 The number of vacancies on Board of Directors is: 0 Agent for Service of Process Agent Name Agent Address KRISTEN S. PAULINO 32 RANCHO CIRCLE LAKE FOREST, CA 92630 Type of Business Type of Business ASPHALT PAVING CONTRACTOR w N cc to dl N W co O J 0 N N O N ,P N 0 m O n m N- C O C�. n a F'- rn 0 n N- fv to rD O K rD rt w n 0 rn rt fL c? (D Page 1 of 2 Email Notifications Opt -in Email Notifications Yes, I opt -in to receive entity notifications via email Labor Judgment No Officer or Director of this Corporation has an outstanding final judgment issued by the Division of Labor Standards Enforcement or a court of law, for which no appeal therefrom is pending, for the violation of any wage order or provision of the Labor Code. Electronic Signature ® By signing, I affirm that the information herein is true and correct and that 1 am authorized by California law to sign Kristen S. Paulino Signature 0710112024 Date 0 m xl (D n cD PEI - C n 0 n a co (D 0 n rn n 0 C (D Page 2 of 2 CNTCTORS dCa STATE L CENSE E30ARD ACTIVE LICENSE 215952 E"W COR P 9ualn.,. N... HARDY & HARPER ANC A C-H C 12 12/31/2027 www.cslb.ca.gov sal 7/l/25,1:20 PM 1000000076 - Hardy & Harper, Inc. APO0 SU49 of camoff" I AR Depamunt Public Works Support Login 01 MMM 1ndw&W UdWm eCPR Search Contractor Registration Search Project Registration Search Register .H.P.Me > �;mAgmr.Ag!wmat Opkmp > 1000000076 - Hardy & Harper, Inc. ........... 1000000076 - Hardy & Harper, Inc. Customer Account Lookup PWCR 1000000076 Contractor Status D I R Approved CSLB Business Phone 7144441851 https:llservices.dir.ca.gov/gsp?id=dir_public—form&table=x—cdoi2—csm_portal—customer—account—lookup&sys—id=3el74211 c38b02106cb75bea2b01 3... 1/4 7/1/25, 1:20 PM i Ext 1000000076 - Hardy & Harper, Inc. Registration Start Date 2025-07-01 —. L. Legal Entity Name Hardy & Harper, Inc. Doing Business As (DBA) 3 Hardy & Harper, Inc. T Business Structure Corporation - S corp President Daniel Maas Email agarcia@hardyandharper.com Registration End Date 2028-06-30 Crafts i Operating Engineer Cement Mason LABORER Address Mailing Address 32 Rancho Circle Mailing Address - City j Lake Forest hftps://services.dir.ca.gov/gsp?id=dir_public_form&table=x_Cdoi2_csm_portal_customer_account_lookup&sys_id=3el74211 c38b02106cb75bea2b013... 2/4 7/1/25, 1:20 PM Mailing Address - State CA Mailing Address - Zip 92630 I Mailing Address - Country United States Physical Address Physical Address - City Physical Address - State Nnyslcal Address - Zip Physical Address - Country Related Lists Rcgi5.tratiQ.n.RatQ5. i3 1000000076 - Hardy & Harper, Inc. hftps://services.dir.ca.gov/gsp?id=dir_public_form&table=x_cdoi2_csm_portal_customer_account_lookup&sys_id=3el7421l c38bO2106cb75bea2b013... 3/4 California Environmental Protection Agency Air Resources Board January 1, 2026 CERTIFICATE OF REPORTED COMPLIANCE OFF -ROAD DIESEL VEHICLE REGULATION is issued to HARDY &. HARPER, INC. This certificate indicates that the fleet listed above has reported off -road diesel vehicles to the California Air Resources Board and has certified they are in compliance with title 13 CCR, section 2449. All applicable vehicles owned by the individual, company, or agency must be reported and labeled, as specified In Section 2449, with all possible completeness, else this certificate is null and void. Certificate expires 2/28/2027 Off -road Diesel Fleet Identification �lr�/cam �3•� _ 4333 hStAel'e BNrr6fon [Wef, MWY source[oNiol uni'i_ To vertfy the aatheMchy of this certificate, enter this rxa .W at Cay muNrRc tcefso,rd hitp:/Amv.afb.ca.gov/doors/eomplianee_cert1.html CALI FORN IA AIR RESOURCES BOARD Certificate of Reported Compliance With: Truck and Bus Regulation Issued to: ETD Trucking LLC This certificate confirms that the fleet owner has attested under penalty of perjury that the statements and information they provided to the California Air Resources Board (CARE) are true, accurate, and complete regarding all relevant vehicles in the fleet required to show compliance. CARB hereby finds that the fleet listed has met requirements of: Title 13 CCR 2025 (Truck and Bus Regulation) i If CARB subsequently finds that the statements and information that have been provided are not true, accurate, and complete, this certificate shall be effectlyely revoked and the fleet subject to penalties. This certificate is valid until December 31, 2026 TRUCRS Fleet Identification Printed on 2026-02-11 114882 _ FlkheUe lkdlh,Olun To m9Y Lilo nulheidlclLY of tbM M1111Cole, visit C11vlsWu Cldef, Flohile &.I. a COW ... 1 8 Vehicles www.erb.ca,gov/msprop/otitdkcel/Iblookup•plip UlulelonGilllunda N, lirrwurLu baud ,l '�� � t of ]}oi•£ �i� ��, � f,i ii;t Sr -•-'�� fCr'I t�5) 'l t7 ief tr�a�v f 1 ���• �N f`Va lit 1 f ��}; t (t