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!