Loading...
Romero General Construction CorporationSECTION 1200 BID DATE: April 23, 2026 The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2023-01, Miles Avenue Pavement Rehabilitation, and will contract with the City, on the form of Contract provided herewith, to do everything required for the fulfillment of the contract for said work at the prices and on the terms and conditions herein contained. We have included the following items and agree that they shall form a part of this bid: SECTION TITLE 1200 Bid 1210 Bid Schedule 1220 Bid Guaranty Bond 1230 Certification of Bidder's Experience and Qualifications 1240 Proposed Subcontractors 1250 Non -Collusion Affidavit 1260 DIR Project Vendor Information 1270 Iran Contracting Act of 2010 1280 Russian Aggression Against Ukraine Sanctions We acknowledge that the following addenda have been received and have been examined as part of the Contract Documents. Bidders must be on the Plan Holders List with the City of La Quinta in order to receive addenda. Addendum # Date Received Initials Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. Romero General Construction Corp Name of Bidder 760-489-8412 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. Romero General Construction Corp. Name of Bidder 2150 N. Centre City Parkway, Suite I Escondido, CA 92026 Bidder's Address 657359 Contractor's License No. California State of Incorporation <-=D1W ED Signature of Bidder David A. Donnelly 760-489-8412 Bidder's Telephone Number ddonnelly@romerogc.com Bidder's Email Address 10/31 /2026 Contractor's Expiration Date Witness Marcus Nelson, President / CEO Printed Name of Signatory Title of Witness Vice President Title of Signatory 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 $ Zq0i000 $ZLX/1 �Q 2 Traffic Control 1 LS $Z69 ��jffZ $ Z(oy q�2 3 Dust Control 1 LS $50,DUv $E 000 4 Earthwork 1 LS $i60v� $ 5vir v Sawcut, Remove, and Dispose DD 5 of Existing Concrete Curb; Curb 675 LF $ j Z $16, 575 and Gutter Bid Schedule 1210-1 Q Item Item Description Est. Unit Unit Price Item Total No. Qty. (in figures) (in figures) Dollars Dollars Sawcut, Remove, and Dispose = v 6 of Existing Concrete Sidewalk, 9,570 SF $ /'� `l $ , 13a 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 $ 3,3 r3 7,; Adjacent Existing Concrete Curb and Gutter Construct 6" Median Curb per 8 City of La Quinta Std. No. 210, 15 LF $ 12 75 $ vv �� 12JC 3" Dowel into Adjacent Existing Concrete Curb Construct Cross -Gutter per City vv v 9 of La Quinta Std. No. 230 Mod. 2,100 SF $ 15 $3�� 5Uv and 231 Mod. 10 Construct Sidewalk per City of 1,325 SF $ 7 $Q d -11 2 75 La Quinta Std. No. 240 Mod. Construct Concrete Curb Ramp per City of La Quinta Std. No. GO 11 250 Mod., Case A or B 10 EA $6, ()QQ $60, DUCE (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 $Zt-},WO Curb or Curb and Gutter) — j000 Limits BCR to ECR (Dual Curb Rams paid as single ram Sawcut, Remove, and Dispose of Existing Concrete Ramp; 00 o 13 Furnish and Install Truncated 25 SF $ 105 $ Z� 6Z5 Dome Concrete Tile per City of La Quinta Std. 250 Mod. Salvage to City Existing Pull Box and Furnish and Install pp 14 New No. 6(T) Traffic Pull Box 22 EA $ 500 $ 111" per CALTRANS Std. Plan ES- 813 Grade Parkway, Remove, 15 Modify, and Replace 1 LS $ C1100 o $91000 Landscape and Irrigation in Bid Schedule 1210-2 9 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 60 16 Overlay; Fill All Cracks'/4" and 3,960 SF $ Larger Prior to Overlay 17 Pulverize 12" of Road Section — 533,840 SF $ 30 i $693,a9 Z Three Ste Process 18 4.5" Asphalt Concrete Over 533,840 SF $ 3 $1�� C�iDS Pulverized Base Adjust Storm Drain Manhole o0 19 Frame and Cover to Grade per 1 EA $ ' CVWD Standard Plan S-1 B 20 Signing and Striping, Including 1 LS $ �%��(,D $D�CfC/C� All Incidentals Total Amount of Bid Items 1 — 20 $3, S07, 21 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 $ �ZCJ $l.) �� �']$ er CVWD Standards 2 Raise Water Valve to Grade per 67 EA $ �� ��250 _ $r:�3i750 CVWD Standards Total Amount of Bid Items 1 — 2 $ ( Z516Z5 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 GradeL-P ��5 CaU �cjJc er CVWD Standards 2 1 se Sewer Manhole to Grade 1 EA $ CICI — $ qq5 per CVWD Standards Total Amount of Bid Items 1 —2 cry Bid Schedule 1210-3 2 D4 �d �� 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 $ �5 $ 3 Uv �� and Gutter Sawcut, Remove, and Dispose 2 of Existing Concrete Sidewalk 1,120 SF $ a -ltSZd and Ram 3 Construct Sidewalk per City of 110 SF $ 76,0 $ 770 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 $ $ Curb or Curb and Gutter) — Limits BCR to ECR Furnish and Install 3/8" Minus G= 5 w/ 20% Fines -Decomposed 670 SF $ 12 $Iq0� Granite -Desert Gold 2" Thick Grade Parkway, Remove, Modify, and Replace W pU 6 Landscape and Irrigation in 1 LS $ $7 cj0 Kind to Furthest Extent Possible to Join Proposed Curb Ram Remove Existing AC, Compact W O 7 Existing Base, and Variable 395 SF $ y5 $ 1 7, 775 Overlay Total Amount of Bid Items 1 — 7 $50/ �55 Bid Schedule 1210-4 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures): GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words): 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. ID/ Romero General Construction Cor 760-489-8412 ddonnelly@romerogc.com Signature of Bidder (Ink) Name of Bidder (Printed or Typed) Bidder Telephone Number Bidder Email Address Bid Schedule 1210-5 SECTION 1220 BID GUARANTY BOND * PRINCIPAL, and Great Midwest Insurance 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. *Romero General Construction Corp. 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 20th day of April 2026. Romero General Construction Corp. Title of Signatory MfA f L L4S Pre s';I( n Signature of Principal -� 2150 N. Centre City Parkway, Ste I, Escondido, CA 92026 Address Great Midwest Insurance Company Lawrence F. McMahon, Attorney -in -Fact Title of Signatory Signature o urety 800 Gessner, Suite 600, Houston, TX 77024 Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 CALIFORNIA ALL-PURPOSE 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 San Diego On APR 2 0 2026 before me, John Flores JR. Date Insert Name of Notary exactly as it appears on the official seal personally appeared Lawrence F. McMahon Names) of Signer(s) JOHN FLORES JR.3 U COMM. # 2476426 NOTARY PUBLIC . CALIFORNIA " SACRAMENTO COUNTY 0 IFOP COMM. EXPIRES DEC. 14, 20274 , Notary Public, 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. Signat Place Notary Seal Above Signet. of Nota �ublic���� OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another 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: ❑ Individual ❑ Corporate Officer—Title(s):_ ❑ Partner ❑ Limited ❑ General d Attorney in Fact Trustee Guardian or Conservator Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): — ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: POWER OF ATTORNEY Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS, that GREAT MIDWEST INSURANCE COMPANY, a Texas Corporation, with its principal Houston, TX, does hereby constitute and appoint: irah Myers, Janice Martin, Maria Guise, Ryan Warnock, Lawrence F. McMahon, Maria Hallmark true and lawful Attorney(s)-In-Fact to make, execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or tings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY, on the 1s' day of April, 2025 as follows: Resolved, that the President, or any officer, be and hereby is, authorized to appoint and empower any representative of the Company ther person or persons as Attorney -In -Fact to execute on behalf of the Company any bonds, undertakings, policies, contracts of indemnity or otf iritings obligatory in nature of a bond not to exceed One -Hundred Million dollars ($100,000,000.00), which the Company might execute throu s duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attorney -In -Fact shall be inding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. Any Attorney - act, so appointed, may be removed in the Company's sole discretion and the authority so granted may be revoked as specified in the Power ,ttorney. Resolved, that the signature of the President and the seal of the Company may be affixed by electronic mail on any power of atton nted, and the signature of the Secretary, and the seal of the Company may be affixed by electronic mail to any certificate of any such po) I any such power or certificate bearing such electronic signature and seal shall be valid and binding on the Company. Any such power !cuted and sealed and certificate so executed and sealed shall, with respect to any bond of undertaking to which it is attached, continue to d and binding on the Company. IN WITNESS THEREOF, GREAT MIDWEST INSURANCE COMPANY, has caused this instrument to be signed by its President, and Corporate Seal to be affixed this 8th day of April, 2025. GREAT MIDWEST INSURANCE COMPANY BY 11414(L Mark W. Haushill President ACKNOWLEDGEMENT On this 8th day of April 2025, before me, personally came Mark W. Haushill to me known, who being duly sworn, did depose and say that he is the President of GREAT MIDWEST INSURANCE COMPANY, the corporation described in and which executed the above instrument, that he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. },�i!"'tl ' 1. CFNi1ST11dA SI.SFiOP /1 m, :•= BY My Notary ID # 131090M l�ll/W 4. � 14. 2029 Christina Bishop �'.I.OF ��l Notary Public CERTIFICATE I, the undersigned, Secretary of GREAT MIDWEST INSURANCE COMPANY, A Texas Insurance Company, DO HEREBY CERTIFY that original PowerofAttorney of which the foregoing is a true and correct copy, is in full force and effect and has not been revoked and the resolutions set forth are now in force. Signed and Sealed at Houston, TX this 20th Day of April 2026 I BY Patricia 01yan Secretary "WARNING: Any person who knowingly and with intent to defraud any insurance company or other person, files and application for insurance of claim containing any materially false information, or conceals for the purpose of misleading, information concerning any fact material thereto, commits a fraudulent insurance act, which is a crime and subjects such person to criminal and civil penalties. ALL-PURPOSECALIFORNIA • .. .aC-.�<�•.:� .Ts�t.w2�t� �t�t�<.:�t� .� ..:�S.:�S.:C s� s�<.a.,:� ,�<�:�5.. S�S!c�S� ..� .aY.4�S. _ .•.aS!:. 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 ) Countyof San piO ! } )) On % f iD�) Z before me, No U Date A A Here Insert dame and Title of the Officer personally appeared / r far6u.S Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. r KELLY RAE MEIGHAN �. Notary Public • California San Diego County Commission # 2481024 My Comm. Expires Feb 19, 2028 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 Signature of Notary Public 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: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ✓c�:c�✓.�.s�.a�,c'ri:'✓c�'Sc'✓s�✓c`,c�✓c�; ✓A"✓cam,:'✓ ✓5`.«.:✓.✓c��c\:.c�%c�,c�%e�%c'✓«✓:�'i<�✓.:'✓c\ :L.S�'✓.a\ �.�✓.c'✓S�.%n�4\!:�✓,•"✓:�%:' 02014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item#5907 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: Owner: *SEE ATTACHED* Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: 2. Project Name: Owner: Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: Calendar Days Calendar Days Bidders Experience & Qualifications 1230-1 3. Project Name: Owner: Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: 4. Project Name: Owner: Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: Signed this 23rd day of April Romero General Construction Corp. 657359 Name of Bidder Contractor's License No Signature of Bidder David A. Donnelly Printed Name of Bidder Calendar Days Calendar Days 2026. 10/31 /2026 Expiration Date Vice President Title of Signatory 1000006316 DIR Reg No. Bidders Experience & Qualifications 1230-2 Romero General Construction - License i1657359 Project Experience & References Customer Name Project Name Project Amount Contact Name Title Phone number Completion Scope Date IOC PAVING SOUTH K43Q373-JOC-3 City of San Diego 06 San Vicente Ph-Il Ramp- PCC Ramps, Sidewalks, and Paving $ 3,727,736.35 Hassan Anjileli Resident Engineer 949-228-1162 Mar-25 AC Overlay, Curb, Sidewalk, Base Repair Cltyof San Diego 12 AC Overlay 2404 $ 2,795,584.55 Rafael Sanchez Resident Engineer 619-510-5451 Jun-25 AC Overlay, Curb, Sidewalk Base Repair Cityof San Diego 13ACOverlay2503 $ 2,662,893.25 Frank AI-Shamas Resident Engineer 619417-8923 lun-25 AC Overlay, Curb, Sidewalk Base Repair Cltyof San Diego 14 AC Overlay 2504 $ 3,411,228.65 Rafael Sanchez Resident Engineer 619-510-5451 Jun-25 AC Overlay, Curb, Sidewalk, Base Repair Cityof San Diego 15ACOvenay2501 $ 1,961,656.84 Rafael Sanchez Resident Engineer 619-510.5451 Jun-25 AC Overlay, Curb, Sidewalk Base Repair Cltyof San Diego 36 Block 7G2 Road Improvements $ 4,186,516.84 Karelene Akers Resident Engineer 619-592-1991 Aug-25 AC Overlay, Curb, Sidewalk, Base Repair IOC SITE WORK NORTH K-23.2174-JOC-3 Cftyof San Diego 02 El Capitan Dam Spillway $ 4,853,683.28 Miket Ciafre Resident Engineer 619-622-2006 Oct-25 Sediment removal, hydroseed Cityof San Diego 04 Torrey Highlands Neighborhood $ 79.013.03 Yousif Benyamin Resident Engineer 619-980-7161 Jul-25 ADA Concrete Improvements Cityof San Diego 12 MYF Mid -Pon Urgent Paving Repairs $ 538,863.97 David Reed Program Specialist 619-2184290 Mar-25 Asphalt Repairs Mid -Coast Transit Constructors Mid -Coast TransitConstructors- Shoulder widening, Road $ 15,679,997.54 Jared Bundy Project Manager (619)929-5391 Nov-23 AC Overlay, Curb, Sidewalk Base Repair Reconstruction & Paving NAVFAC Southwest Repair Asphalt Parking Lot Felix Field 81092 & 81095 (11512-18) $ 1,110,153.87 Ernesto Padilla Contract Specialist (760) 930-0993 Sep-22 Palomar College Palomar College North Education Center $ 607,759.00 Nick Hass Project Manager (760) 801-0758 Sep.18 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. FAMMU"IMM's• . .� . .. , , it .f. ' 11 AMI iI 0-I1 . 1 i,I , r Z5gG/PCG i ..I IMMM i♦ 2 Eno I IFF I 1 -0 110, o. Signature of Bidder Romero General Construction Corp. Name of Bidder Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of San Diego ) David A. Donnelly being first duly sworn, deposes and say that he or she Is Vice President of Romero General Construction Corp. , 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. Signature Romero General Construction Corp. Name of Bidder David A. Donnelly, Vice President Title April 22, 2026 Date Non -Collusion Affidavit 1250-1 SECTION 1260 DIR Protect Vendor Information Vendor Information: Name: Romero General Construction Corp. Address: 2150 N. Centre City Parkway, Suite I Project Manager: David A. Donnelly Phone: 760-638-7241 City: Escondido ST: CA Zip: 92026 Email. ddonnelly@romerogc.com CSLB/Certification Number: 657359, A Public Works Registration No.: 1000006316 Classification: Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum_ Cement Masons X Drywall Finisher Drywall/Lathers 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.htm1. A copy of certified payroll, including the names and addresses of employees and/or subcontractors working on the job must be included with invoices submitted to the City of La Quinta. DIR Project Vendor Information 1260-1 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) Romero General Construction Corp. By (Authorized Sianature!%Z� ._......._._................___........_...._.___ ._..._............... Printed Name and Title of Person;,I,,ng David A. Donnelly, Vice President Federal ID Number (or n/a) 33-0516701 Date Executed April 23, 2026 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) I Federal ID Number (or n/a) By (Authorized Signature) Printed Name and Title of Person Signing 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 ROMEE GENERAL CONSTRUCT April 16, 2026 To: CITY OF LA QUINTA Office of the City Clerk 78-495 Calle Tampico La Quinta, CA 92253 Romero General Construction Corp. 2150 N. Centre City Pkwy, Suite I Escondido, CA 92026 P (760) 489-8412 F (760) 489-1460 www.ronierogc.com License # 657359 General Engineering Contractor Subject: Compliance with California Executive Order N-6-22 — Russian Aggression Against Ukraine To Whom it May Concern. Romero General Construction Corp. hereby certifies compliance with California Governor Executive Order N-6-22 and all related federal and state economic sanctions issued in response to the Russian Federation's aggression against Ukraine. Romero General Construction Corp. affirms that: • We have not and will not engage in new investments in, or financial transactions with, Russian entities, including Russian institutions or companies headquartered or having their principal place of business in Russia. • We have not and will not transfer technology to Russian entities. • We do not and will not directly provide support to the Russian government or its affiliates. • We support the Ukrainian government and people in accordance with applicable law. This certification is provided in accordance with Section 1280 of the City's Contract Requirements and Executive Order N-6-22. Should anything change that affects this statement, Romero General Construction Corp. will promptly notify the City in writing. Please contact our office if additional information or documentation is required. Sincerely, David A. Donnelly, Vice President Romero General Construction Corp. ddonnelly@romerogc.com Excellence frofn the ground up!