Benold Construction Co., Inc.SECTION 1200
BID
DATE: 09/09/2019
The undersigned, as bidder, declares it has received and examined the Contract
Document entitled Project No. 2019-14, Calle Tampico at Park Avenue Guard
Rail Improvements, 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 (Not Used)' °•
1230
Certification of Bidder's Experience and Qualifications
1240
Proposed Subcontractors.
1250
Non -Collusion Affidavit ✓
1260
DIR Project Vendor Information
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
Z�C/h C)
Benold Construction Co., Inc.
esident
619-540-7766
Bidder's Telephone Number
Bid 1200-1
RecF RM - Callp Tamnice at Park Avenue Guard Rail Imnrovements
Item
Item Description
last.
Unit
Unit Price
Item Total
No.
Qty.
(in
(in figures)
figures)
Dollars
Dollars
1
Mobilization
1
LS
$
$
Construct Guardrail Per Caltrans
Z
Revised Standard Plans RSP
180
LF
$ Xc
$X o cc;
A771-1, Including Pothole for
Utility Conflict
Construct End Anchor Assembly
3
Type SFT Per Caltrans Standard
1
LS
$27,ccc,
$ :5,r--`G
Plan A77S1
Construct 31" In -Line Terminal
End Treatment Per Caltrans and
4
Manufacturer's Specification
1
LS
$ /G,rl
$ IC, c,C ri
Including Portion of Guardrail
Considered as Part of the Pay
Item Limits
Total Amount of Bid Items 1 — 4
$
GRAND TOTAL BASE BID (Figures): $ U &A,', °�
GRAND TOTAL BASE BID (Words): 64rc/. rl:�'V (2
1i
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 ual work performed, subje to such adjustments and alterations as
elsewh provi ed here' ,�
Signature of Bidder (Ink)
nold Consruction Co., Inc.
Name of Bidder JPrinted or Typed)
Paul Benold President 619-540-7766
paul@benold.com
Bidder Telephone Number
Bidder Email Address
Bid Schedule 1210-2
Q.&CI= RTn - ratio Tmmnirn at Park wpnup (bard Rail Tmnrnvpmpnts
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in
(in figures)
figures)
Dollars
Dollars
1
Mobilization
1
LS
$
$
Construct Guardrail Per Caltrans
2
Revised Standard Plans RSP
180
LI=
$ fGe1,
Gc'
$��'
A77LIncluding Pothole for
Utility Conflict
Construct End Anchor Assembly
3
Type SFT Per Caltrans Standard
1
LS
$3,ccc,
$ :3,ccG
Plan A77S1
Construct 31" In -Line Terminal
End Treatment Per Caltrans and
4
Manufacturer's Specification
1
LS
$ /G>vcG
$ /G) °Cc'
Including Portion of Guardrail
Considered as Part of the Pay
Item Limits
Total Amount of Bid Items 1 — 4
$
GRAND TOTAL BASE BID (Figures): $ ���7`� ? �zvy 5N�,
GRAND TOTAL BASE BID (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 ual work performed, subje to such adjustments and alterations as
elsewh provi ed herern.- ,%
_1/ r
Signature of Bidder (Ink)
Benold Consruction Co., Inc.
Name of Bidder JPrinted or Typed)
Paul Benold President 619-540-7766
paul@benold.com
Bidder Telephone Number
Bidder Email Address
Bid Schedule 1210-2
SECTION 1250
NON -COLLUSION AFFID"IT TO BE EXECUTED BY BIDDER AND SUBMITTED
WITH BID
State of California }
ss.
County of Sp. ti� D, -� a }
Paul Benold President/CEO , being first duly sworn, deposes and say that
he or she is President/CEO of Benold Construction Co., Inc.-, the
party making the foregoing bid that the bid is not made in the interest of, or on
behalf of, any undisclosed person, partnership, company, association, organization,
or corporation; that the bid is genuine and not collusive or sham; that the bidder has
not directly or indirectly induced or solicited any other bidder to put in a false or
sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed
with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from
bidding; that the bidder has not in any manner, directly or indirectly sought by
contract, agreement, communication, or conference with anyone to fix the bid price
of the bidder or any other bidder, or to fix any overhead, profit, or cost element of
the bid price, or of that of any other bidder, or to secure any advantage against the
public body awarding the contract of anyone interested in the proposed contract;
that all statements contained in the bid are true; and, further, that the bidder has
not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or
the contents thereof, or divulged information or data relative thereto, or paid, and
will not pay, any fee to any corporation, partnership, company association,
organization, bid depository, or to any member or agent thereof to effectuate a
collusive or sham bid.
1
S nature
Paul Benold President/CEO
Name of Bidder
President/CEO
Title
09/09/2019
Date
Non -Collusion Affidavit 1250-1
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.
nnnPV
l
Si nature of Bidder
Benold Construction Co., Inc.
Offurf
Proposed Subcontractors 1240-1
SECTION 1230
CERTIFICATION OF BIDDER'S EXPERIENCE AND gUALIFICATIONS
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: Installation of Steel Shade Structure
Owner: City of Needles, CA
Construction Cost: $
Construction Time:
2 months
Owner's Representative: Ms Ellmore Tech 2
Owner's Telephone No.: 760-326-5740
Date of Substantial Completion: 09/17/19
Calendar Days
2. Project Name: Server Siezmic Modifications Build ino 11
tru�l-mod scat-i n remedy for District a—reFouse
Owner:
Construction Cost: $
$124,
Construction Time: 3 months
Calendar Days
Owner's Representative: lance I areali DisWct ❑rchatect
Owner's Telephone No.: 619-388-6824
Date of Substantial Completion: 08/07/2018
Bidders Experience & Qualifications 1230-1
3. Project Name: SIO Emergency Power Upgrade
Owner:
Construction Cost: $ $111,876
Construction Time: off andn 6 months Calendar Days
Owner's Representative: Patrick Gleeson for aker lectric
Owner's Telephone No.: 760-801-1907
Date of Substantial Completion: 07/16/2019
4, Project Name: San Vicente Water Reclamation Plant Reverse Osmosis
steel building
Owner: City of Ramona Water District
Construction Cost: $
Construction Time: 3 months Calendar Days
Owner's Representative: ReGardo Soto PE
Owner's Telephone No.: 760-788-2260
Date of Substantial Completion: 1/18/2016
Signed this 9 day of Sept , 2019.
Benold Construction Co., Inc. 730340 1000008787
Name of Bidder
Contractor's License No. DIR Reg No.
Signature of Bidder Expiration Date
Paul Benold
Printed Name of Bidder
President / CEO
Title of Signatory
Bidders Experience & Qualifications 1230-2
SECTION 1260
DIR Proiect Vendor Information
Vendor Information:
Benold Construction Co., Inc.
Name:
AddreJ25 Pinecrest St. Escondido, C,�,W225
Zip: 92025
ST:
Project Manager: Paul Benol d Email: haulnhe hold room
Phone: 619-540-7766 CSLB/Certification Number: 730340
Public Works Registration No.: 1000008787
Classifications:
Asbestos Boilermaker Bricklayers Carpenter X Carpet/Linoleum _
Cement Masons Drywall Finisher Drywall/Lathers Electricians
Elevator Mechanic Glaziers Iron Workers Laborers X_Millwrights _
Operating Eng Painters Pile Drivers Pipe Trades Plasterers
Roofer SheetMeta l Sound/Com Surveyor Teamster Tile Worker,
Prevailing Wades 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:
htt www.dir.ca. ov Public -Works Prevailin -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:
htt www.dir.ca. ov/Public-Works/Certified-Playroll-RepQrting.html.
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
I
SureTec
C . �11
KNOW ALL MEN BY THESE PRESENTS, that we Benold Construction Co., Inc. as principal, hereinafter called
the "Principal," and SureTec Insurance Company, 3131 Camino del Rio North, *1450, San Diego, CA 92108, as
surety, hereinafter called the "Surety," are held and firmly bound unto City of La Quinta, as obligee, hereinafter
called the Obligee, in the sum of Ten Percent 11n) of the Amount Bid by Principal for the payment of which sum
well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the principal has submitted a bid for Calle Tampa at Park Avenue Guard Rail Improvements,
Project No.: 2019-14; Bid Date: September 12, 2019.
NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as
specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such
Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the
amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another
party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full
force and effect.
PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution
of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that
financing has been firmly committed to cover the entire cost of the project; and
PROVIDED, FURTHER, unless the bid documents require that bid security remain in effect for a longer period of
time, Surety shall have no liability hereon if a contract for the bid amount is not awarded to Principal within 60 days
of the date hereof.
SIGNED, sealed and dated this 6th day of September , 2019.
Beno - onstruction Co. Inc.
ry
TI
SureTer. Insurance Cam an
BY: 44JWA;-��
Audrey Rodri uez, Attorn -in-Fact
Bid Bond Form Rev 1.1.06
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 San Diego
On September 6, 2019 before me, B. Lafrenz, Notary Public ,
ere insert name and tit ee officer
personally appeared Audrey Rodriguez
r
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.
B. LAFRENZ
Notary Public - California
WITNESS my hand and official seal. z San Diego County Z
z Commission # 2184444
roily Comm. Expires Mar 24, 2021
Notary Public Slgnatur (Notary Public Seal)
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or description of attached document)
(Tide or description of attached document continued)
Number of Pages Document Date
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
❑ Corporate Officer
(Title)
❑ Partner(s)
0 Attorney -in -Fact
❑ Trustee(s)
❑ Other
2015 Version www.NotaryClasses,com 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. Acknohvedgents from
other states may be completed for documents being sent to that state so long as the
wording does not require the California notwy to violate California notary late.
• 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/theme 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,
POA M. 510143
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas; does by these presents
make, constitute and appoint
Larry D. Cogdill, Michael W. Thomas, Brooke Lafrenz, Audrey Rodriguez
its true and lawful Attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge
and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the
conditions of contracts and consents of surety for, providing the bond penalty does not exceed
Fifteen Million and 00/100 Dollars ($15,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the CEO, sealed with the corporate seal
of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the
premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec
Insurance Company:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20't' of April,
1999.)
In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its CEO, and its corporate seal to
be hereto affixed this 15th day of May , A.D. 2018 .
.wI,Rft SURETEC CE PANY
�VRAt F,
+u X 19 X. �� By:
w=ui i John KrJr., C
State of Texas ss: 7sy
F Y
County of Harris
On this 15th day of may , A.D. 2018 before me personally came John Knox Jr., to me known, who, being by me duly swom, did depose and say,
that he resides in Houston, Texas, that he is CEO of SURETEC INSURANCE COMPANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
XENIA CHAVEZ
Notary Public, State of Texas
�'•� Comm. Expires 09-10-2020
Notary iD 129117659
Xe avez, Notary Public
,,p commission expires September 1 , 2020
I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this 5th day of EMBER 1 9 A.D.
tant taBr t ,ssi Secr
Any instrument issued in excess of the penalty stated above is totally void and without any validity,
For verification of the authority of this power you may call (713) 812-0800 any business day between 8:30 am and 6:00 pm CST.