Loading...
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.