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