Loading...
R.J. Noble Company04/23/2026 DATE: 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. R.J. Noble Company Name of Bidder 714-637-1550 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. R.J. Noble Comi)anv Name of Bidder 15505 E. Lincoln Avenue, Oranae, Ca 92865 Bidder's Address 782908 Contractor's License No. California State of Incorporation Zom.- Signature& Bidder Steven L. Mendoza Printed Name of Signatory Vice President Title of Signatory 714-637-1550 Bidder's Telephone Number Stevemendoza@rjnoblecompany.com Bidder's Email Address 08/31 /26 Contractor's Expiration Date x Witness Jennifer De longh, Notary Public Title of Witness Bid 1200-2 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 l County of ORANGE J} On 04/23/2026 Date personally appeared before me, J. DEIONGH, NOTARY PUBLIC Here Insert Name and Title of the Officer STEVEN L. MENDOZA Nomers) of Signer( who proved to me on the basis of satisfactory evidence to be the person() whose name(4) is/Aire subscribed to the within instrument and acknowledged to me that he y executed the same in hisANAK fXi authorized capacity(, and that by his7AVfW►X signature(g) on the instrument the personr.), or the entity upon behalf of which the person(g) acted, executed the instrument. *MY J. DEIONGH Notary Pubic . CaliforniaOrange C.cUnty Cor,mi5 OP a2A68114 Comm. ub' i"es Ott 2E, 2027 Place Notary Seal and/or Stamp Above 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. x Signature a, (A"ignoture 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: D2019 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: 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 $ 300,000.00 $300,000.00 2 Traffic Control 1 LS $ 250,000.00 $250,000.00 3 Dust Control 1 LS $ 35,000.00 $ 35,000.00 4 Earthwork 1 LS $ 400,000.00 $ 400,000.00 Sawcut, Remove, and Dispose 5 of Existing Concrete Curb; Curb 675 LF $ 51.00 $ 34,425.00 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 $ $71,775.00 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 $ $ 2,925.00 Adjacent Existing Concrete Curb and Gutter Construct 6" Median Curb per 8 City of La Quinta Std. No. 210, 15 LF $ $ 750.00 3" Dowel into Adjacent Existing Concrete Curb Construct Cross -Gutter per City 9 of La Quinta Std. No. 230 Mod. 2,100 SF $ $ 44,100.OU and 231 Mod. 10 Construct Sidewalk per City of 1,325 SF $ $10,600.00 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 $ 5,600.00 $ 56,000.00 (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 $ 6,900.00 $ 20,700.00 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 $ $ 3,750., 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 $ $ 10,450.00 per CALTRANS Std. Plan ES- 8B Grade Parkway, Remove, 15 Modify, and Replace 1 LS $ $ 10,500.00 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 %" and 3,960 SF $ $ 11,880.00 Larger Prior to Overlay 17 Pulverize 12" of Road Section — 533,840 SF $ $ 213,53E 00 Three Step Process 18 4.5" Asphalt Concrete Over 533,840 SF $ 3.00 $1,601,520.01 Pulverized Base Adjust Storm Drain Manhole 19 Frame and Cover to Grade per 1 EA $ 1,600.00 $ 1,600.00 CVWD Standard Plan S-1 B 20 Signing and Striping, Including 1 LS $ 85,000.00 $ 85,000.00 All Incidentals Total Amount of Bid Items 1 — 20 $ 3,164,511.00 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 $ 00.00 $ 40,200.00 per CVWD Standards 2 Raise Water Valve to Grade per 67 EA $ i $ 67,000.00 CVWD Standards ,000.00 Total Amount of Bid Items 1 — 2 $ 107,200.00 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 per CVWD Standards 1 EA $ 900.00 $ 900.00 2 Raise Sewer Manhole to Grade 1 EA $ 900.00 $ 900.00 per CVWD Standards Total Amount of Bid Items 1 — 2 $ 1,800.00 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 $ $ and Gutter Sawcut, Remove, and Dispose 2 of Existing Concrete Sidewalk 1,120 SF $ $ 5,600.00 and Ram 3 Construct Sidewalk per City of 110 SF $ $ 880.00 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 $ $13,800.00 Curb or Curb and Gutter) — Limits BCR to ECR Furnish and Install 3/8" Minus 5 w/ 20% Fines -Decomposed 670 SF $ 4.00 $ 2,680.00 Granite -Desert Gold 2" Thick Grade Parkway, Remove, Modify, and Replace 6 Landscape and Irrigation in 1 LS $ 6,900.00 $ 6,900.00 Kind to Furthest Extent Possible to Join Proposed Curb Ram Remove Existing AC, Compact 7 Existing Base, and Variable 395 SF $ 25.00 $ 9,875.00 Overlay Total Amount of Bid Items 1 — 7 $ 46,335.00 Bid Schedule 1210-4 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures): $ 3,319,846.00 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words): Three million three hundred nineteen thousand eight hundred forty-six dollars and zero cents. 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. III Steven L. Mendoza, Vice President 714-637-1550 Signature of Bidder (Ink) Name of Bidder (Printed or Typed) Bidder Telephone Number Steve mendoza(a)rinoblecompany.corn Bidder Email Address Bid Schedule 1210-5 SECTION 1220 BID GUARANTY BOND PRINCIPAL, and Western Surety Company , as SURETY, are held and firmly bound unto the City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made to the City to which said bid was submitted, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal has submitted the above -mentioned bid to the City, for certain construction specifically described as follows, for which bids are to be opened at La Quinta, California. PROJECT NO. 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 7th day of April , 2026. R.J. Noble Com Steven L. Mendoza, Vice President Title of Signatory Signature f P ipal 15505 E. Lincoln Avenue, Orange, CA 92865 Address Western Surety Company Kelly Vincent, Attorney -in -Fact Title of Signatory Signature 61INSurety 2 Park Plaza, Suite 400, Irvine, CA 92614 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 1 County of ORANGE J} On 04/08/2026 before me, JADELIN PIOHIA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared STEVEN L. MENDOZA Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personoQ whose nameoe is/subscribed to the within instrument and acknowledged to me that heXFi Q- ��executed the same in his/5b)QXaYjK authorized capacity(*, and that by hisJ�i rXt*X signatureOQ on the instrument the personN, or the entity upon behalf of which the personioo acted, executed the instrument. S�� °;.rti ry Public PIOHif WIA :' Notary Public -California ll W Orange County ° Commission k 2486732 �11,f00.N' My Comm. Expires Apr 12, 2028 Place Notary Seat and/or Stamp Above 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. ( 0. Signature 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 - ❑ Partner - ❑ Limite ❑ Individual ❑ Trustee ❑ Other: Signer is Representing d Title(s): ❑ General ❑ Attorney in Fact ❑ Guardian or Conservator ALL- PURPOSE CERTIFICATE OF 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 } Onq&4­ 711, •202Co before me, Susan E. Morales, Notary Public , (Here insert name and title o the he officer) personally appeared Kelly Vincent who proved to me on the basis of satisfactory evidence to be the person(s) whose name(e) islefe subscribed to the within instrument and acknowledged to me that iTem/she/tom executed the same in his/her/t*eif authorized capacity{tesj, and that by Nit/herAlierf signature(s) on the instrument the person*, or the entity upon behalf of which the person* acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. �,e.�.�, SUSAN E. MORALES m WITNESS my hand and official seal. U COMM. #2444309 —1 NOTARY PUBLIC- CALIFORNIA n (� D W ORANGE COUNTY > MYCOMM.ExpiresApri114,2027 Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT AJ,i.,:2" (Title or description of attache ocument) B10 8v"Q (Title or description of attached document continued) Number of Pages / Document Date Al- 17-2 (O CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) DQ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Version www.NotaryC[asses.coni 800-873-9865 INSTRUCTIONS FOR COMPLETING THIS FORM This form complies -with current California statutes regarding notary wording and, if needed, should be completed and attached to the document Acknolwedgents from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary lain. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint David S Jacobson, Kelly Vincent, Individually of Anaheim, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By -Laws and Resolutions printed at the bottom of this page, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 29th day of July, 2024. WNUpIfp H """PEtrC�3, WESTERN SURETY COMPANY ���oQoa r3 'y►t4 �n,q_ of g..a(i�' ppit,Orrr' Larry Kasten, Vice President State of South Dakota 1 ss County of Minnehaha I On this 29th day of July, 2024, before me personally came Larry Kasten, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires M. BENT s r NOTARY PUBLIC 5�� _ r March 2, 2026 + EAR SOUTH DAKOTA 6 M. Bent, Notary Public CERTIFICATE I, Paula Kolsrud, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law and Resolutions of the corporatiq printed below this certificate are still in force. In testimony whereof I have hereunto subscribed my name ffi and axed the seal of the said corporation this day Q� VLY""e gC)2C ,lllpfp,._. l WESTERN SURETY COMPANY Paula Kolsrud, Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. This Power of Attorney is signed by Larry Kasten, Vice President, who has been authorized pursuant to the above Bylaw to execute power of attorneys on behalf of Western Surety Company. This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 2Th day of April, 2022: "RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the act and deed of the Company." Go to www.enasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. Form F4280-6-2023 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: Zone 1 Residential Overlay CC 1743 Owner: City of Huntington Beach Construction Cost: $3,903,531.79 Construction Time: 66 working days Calendar Days Owner's Representative: Max Olin Owner's Telephone No.: 714-536-5518 Date of Substantial Completion: 11/12/2024 2. Project Name: Garden Grove Blvd From Beach Blvd to Edwards Street #2563 Owner: City of Westminster Construction Cost: $ 3,327,726.23 Construction Time: _77 Working Days Calendar Days Owner's Representative: Cindy Huynh Owner's Telephone No.: 714-548-3497 Date of Substantial Completion: 10/30/2024 Bidders Experience & Qualifications 1230-1 3. Project Name: Various Street Rehabilitation 2023 CP 1356000 Owner: City of Garden Grove Construction Cost: $ 6,880,367.86 Construction Time: 264 Working Days Calendar Days Owner's Representative: Tony An Owner's Telephone No.: 714-741-5180 Date of Substantial Completion: 10/31/2024 4. Project Name: La serna Drive Rehabilitation Owner: City of Whittier Construction Cost: $1.882,320.09 Construction Time: 59 Working Days Calendar Days Owner's Representative: Regino Avila Owner's Telephone No.: 562-567-9526 Date of Substantial Completion: 08/22/2024 Signed this 23rd day of April , 2026. R.J. Noble Company 782908 1000004235 Name of Bidder Contractor's License No. DIR Reg No. X� Signature of OWder Steven L. Mendoza Printed Name of Bidder CSLB 08/31/2026 DIR 06/30/2028 Expiration Date Vice 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. Nobest, Inc., P.O. Box 874, Westminster, CA 92684, Concrete & Related, 9.1 %, License: #359622, DIR :# 1000011529 Cat Trackino Inc. 17 Commercial Ave. Riverside, CA 92507, Striae. Signs & Related. 2.5%, License: #991122, DIR: #1000011750 Cindy Trump Inc DBA Lindys Cold Planing, P.O. Box 385, La Habra, CA 90631, Pulverizing, 1.9%, License: #754500, DIR: #1000008423 X r'� � /I Signature f Bidder lik6ven L. Mendoza, Vice President R.J. Noble Company 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 Orange ) Steven L. Mendoza being first duly sworn, deposes and say that he or she is Vice President of R.J. Noble Company 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. X Signature Steven L. Mendoza Name of Bidder Vice President Title 04/23/2026 Date Non -Collusion Affidavit 1250-1 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 ORANGE On 04/23/2026 Date personally appeared _ I before me, J. DEIONGH, NOTARY PUBLIC Here Insert Nome and Title of the Officer STEVEN L. ME.NDOZA Name$) of SignerW who proved to me on the basis of satisfactory evidence to be the person(g) whose name(4) is/8ire subscribed to the within instrument and acknowledged to me that he)t L, y executed the same in hisg%cA XWt authorized capacityW, and that by his7fiVPM# signature(g) on the instrument the person(t), or the entity upon behalf of which the person(g) acted, executed the instrument. ry J. DEIONGH F Notary Pub is . California z Orange CcLnri > _ :J Commission -' 2468114 � -t' My Co^r . Exoi•es Oct 28. 2027 r Place Notary Seal and/or Stamp Above 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. X Signature4gnature 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: 02019 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: SECTION 1260 DIR Project Vendor Information Vendor Information: Name: R.J. Noble Company Address: 15505 E. Lincoln Avenue City: Orange I ST: CA Zip: 92865 Project Manager: Lance Jardine Email: lanceiardine(drinoblecompany.com Phone: 714-637-1550 CSLB/Certification Number: 782908 / A & C12 Public Works Registration No.: 1000004235 Classification: Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum Cement Masons Drywall Finisher Drywall/Lathers Electricians Elevator Mechanic Glaziers Iron Workers Laborers Millwrights_ Operating Eng V 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 SECTION 1270 COMPLIANCE WITH IRAN CONTRACTING ACT OF 2010 Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.), (a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One Million Dollars ($1,000,000) or more if Contractor engages in investment activities in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is identified on the list of persons engaging in investment activities in Iran prepared by the State of California pursuant to Public Contract Code Section 2203 subdivision (b). (b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that it is not on the list of ineligible vendors prohibited from doing business with the State of California and shall complete the Iran Contracting Act Certification and submit with their proposal at the time of bid. Contractor shall obtain the Iran Contracting Act Certification in the form approved by the State of California, or upon written request to the City Clerk's Office, a copy of the form will be provided to Contractor. Failure by Contractor to provide the certification required by this Section may deem Contractor's bid non -responsive. (c) Nothing in this Section is intended to prevent the City from exercising its rights pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on a case -by -case basis. Iran Contracting Act Certification 1270-1 IRAN CONTRACTING ACT CERTIFICATION Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208), Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with a public entity for goods or services of one million dollars ($1,000,000) or more if the Vendor/Bidder engages in investment activities in Iran. MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS $1,000,000 OR MORE Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public entity contract for goods or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services ("DGS") pursuant to Public Contract Code section 2203(b) and is not a financial institution extending $20,000,000 or more in credit to another person, for 45 days or more, if that other person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d). To comply with this requirement, please insert your vendor or financial institution name and Federal ID Number (if available) and complete one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made, contract termination, and three-year ineligibility to bid on contracts. (Pub. Cont. Code § 2205.) OPTION #1 - CERTIFICATION I, the official named below, certify I am duly authorized to execute this certification on behalf of the vendor/financial institution identified below, and the vendor/financial institution identified below is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a) R.J. Noble Company 33-0866299 By (Authorized Signature) X Printed Nale an itle of Person Signing Date Executed Steve . Mendoza Vice President 04i23/2026 Iran Contracting Act Certification 1270-2 OPTION #2 — EXEMPTION Pursuant to Public Contract Code sections 2203(c) and (d), a lic entity may permit a vendor/financial institution engaged in investment activi s in Iran, on a case - by -case basis, to be eligible for, or to b>on,mit a pro sal for, or enters into or renews, a contract for goods and serviceIf you have obtained an exemption rtification requirement under the Iran Contracting Act, please fill out then below, and attach documentation demonstrating the exemption approval. Vendor Name/Financial Institution ( Federal ID Number (or n/a) By (Authorized Signature) Printed Name and Ti of Person Signing Date Executed Iran Contracting Act Certification 1270-3 SECTION 1280 COMPLIANCE WITH CALIFORNIA EXECUTIVE ORDER N-6-22 RUSSIAN AGGRESSION AGAINST UKRAINE (a) Contractor shall comply with California Governor Executive Order N-6-22 regarding sanctions in response to Russian aggression in the Country of Ukraine, and any implementing guidelines and/or economic sanctions imposed by the United States government in response to Russian actions in Ukraine, as well as any sanctions imposed under California law (collectively "economic sanctions"). Contractor shall comply with all such economic sanctions. By submitting a bid to the City, Contractor agrees to take any and all actions to support the Ukrainian government and people as required by law, including by refraining from new investments in, and financial transactions with, Russian institutions or companies that are headquartered or have their principal place of business in Russia (Russian entities), not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine. (b) If bidding on a contract for Five Million Dollars ($5,000,000) or more, Contractor shall submit a written report to the City on Contractor's compliance with the economic sanctions, and the steps Contractor has taken in response to Russia's actions in Ukraine, including, but not limited to, desisting from making new investments in, or engaging in financial transactions with, Russian entities, not transferring technology to Russia or Russian entities, and directly providing support to the government and people of Ukraine as required by law. Failure to submit the report required by this Section may deem Contractor's bid non -responsive. Please include a written report to the City if this section is applicable. Russian Aggression Against Ukraine Compliance 1280-1