Loading...
Conserve LandCareSECTION 1200 BID DATE: 6/29/2020 The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2016-03E, La Quinta Landscape Renovation Improvements — Rancho Ocotillo, 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 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 1 7/2/2020 2 7/6/2020 Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. Conserve LandCare 760-343-1433 Name of Bidder 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. Conserve LandCare 760-343-1433 Name of Bidder Bidder's Telephone Number 72265 Manufacturing Road, Thousand Palms, CA 92276 krocker@conservelandcare.com Bidder's Address 958748 Contractor's License No. California State of Incorporation Signr'in of Bidder K Rocker Printed Name of Signatory Vice President Title of Signatory Bidder's Email Address 03/31 /2021 Contractor's Expiration Date Edward Ernst Witness Estimator Title of Witness Bid 1200-2 SECTION 1210 BID SCHEDULE PROJECT NO. 2016-03E LA QUINTA LANDSCAPE RENOVATION IMPROVEMENT RANCHO OCOTILLO 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 2016-03E, La Quinta Landscape Renovation Improvement - Rancho Ocotillo, 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. 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. Bid Schedule 1210-1 BASE BID — LA QUINTA LANDSCAPE RENOVATION IMPROVEMENT RANCHO OCOTILLO Item Est. Unit Price Item Total No. Item Description Qty. Unit (in figures) (in figures) Dollars Dollars 1 Mobilization I LS $ 15,000.00 $ 15,000.00 2 Traffic Control and Plans 1 LS $ 60,000.00 $ 60,000.00 3 Dust Control 1 LS $ 5,000.00 $ 5,000.00 4 Clearing and Grubbing 1 LS $ 40,000.00 $ 40,000.00 5 Demolition and Disposal 1 LS $ 50,000.00 $ 50,000.00 6 Remove and Replace 6' Sidewalk 1,630 SF $ 20.00 $ 32,600.00 7 Modify, Relocate, and Repair 1 LS $ $ Existing Lighting Electrical System w/ New Fixtures 85,000.00 85,000.00 8 Wall Cleanin and Paintin I LS $ 30,000.00 $ 30,000.00 9 Soil Pre2 and Fine Grading 1 LS $ 10,000.00 $ 10,000.00 10 Furnish and Install Boulders per 136 EA $ $ Plan — "Rustic Brown" 2' — 3' 100.00 13,600.00 11 Furnish and Install 3/8" Apache 3,360 SF $ $ Brown Crushed Rock 1.50 5,040.00 12 Furnish and Install 3/8" Desert 1,120 SF $ $ Gold Stabilized Decomposed Granite 2.50 2,800.00 13 Furnish and Install 3/8" California 20,880 SF $ $ Gold Decomposed Granite 1.00 20,880.00 14 Furnish and Install 3/4" Desert 59,725 SF $ $ Gold Crushed Rock 1.25 74,656.25 15 Furnish and Install 6" Minus Baja 13,400 SF $ $ Cresta Rubble 3.50 46,900.00 16 Furnish and Install 6" Minus 2,375 SF $ $ Cresta Rubble 3.00 7,125.00 17 Furnish and Install 12"-18" Sierra 225 SF $ $ Cobble 8.00 1,800.00 18 Furnish and Install PermaLoc 1,022 LF $ $ Header — Asphalt Ede 10.00 10,220.00 19 Furnish and Install Landscaping I LS $ $ per Plan 30,000.00 30,000.00 20 Furnish and Install Irrigation per 1 LS $ $ Plan 126,500.00 126,500.00 21 Keystone Concrete Retaining 1,548 LF $ $ Block Wall 35.00 54,180.00 22 90 — Day Maintenance Period 1 LS $ 6,000.00 $ 6,000.00 Total Amount of Bid Items 1 — 22 $ $724,315.00 Bid Schedule 1210-2 GRAND TOTAL BASE BID (Figures): $ 724,315.00 GRAND TOTAL BASE BID (Words): Seven hundred twenty four thousand three hundred fifteen dollars and no cents Bid Amount of each of the above Bid Items must be filled in and completed. It is understood that the quantities shown hereon are but estimates and the bidder is responsible to verify quantities prior to submitting a bid. Final payment will be based upon actual work performed, subject to such adjustments and alterations as elsewhere provided herein. Signature of Bidder (Ink) r?'�' Conserve LandCa. Name of Bidder (Printed or Typed) 760-343-1433 krocker a@conservelandcare.com Bidder Telephone Number Bidder Email Address Bid Schedule 1210-3 SECTION 1220 BID GUARANTY BOND PRINCIPAL, and Hartford Fire 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. 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. 2016-13E LA QUINTA LANDSCAPE RENOVATION IMPROVEMENT RANCHO OCOTILLO 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 29th day of June . 2020. Conserve LandCare LLC w(r" Title of Sigi atory l Signat of Principal 72265 Manufacturing Rd., Thousand Palms, CA 92276 Address f-H a Insurance Company Title of Signatory Maria Pena, Attorney -in -Fact Signature of Surety One Pointe Drive, Brea, CA 92821 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 ) ss County of Los Angeles On JUN 2 9 2 , before me, Natalie K. Trofimoff, Notary Public, personally appeared Maria Pena , who proved to me on the basis of satisfactory evidence to be the persons} whose names} is/a�e subscribed to the within instrument and acknowledged to me that hey she " executed the same in fi+s¢her/theiF authorized capacity4s4, and that by 40'/her{4heiF signatureEs} on the instrument the person{&), or the entity upon behalf of which the person{s4 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. NATALIE K. TROHMOFF COMM *2308i29 } • Notary PLbitt - CgWomle w LOS ANGELES COUNTY My C—m. Explrex= 2Z. Y023 Signature: (Seal) Natalie K. Trofimoff, Notary $ ijI5 i f Direct Inquiries/Claims to: THE HARTFORD 'POWER BOND, OF ATTORNEY Hartford e tcut06155 Hartford Bo iid.Claims@theharliortl.com call: 888-266-3488 or fax: 860-757-5835 Agency Name: ALLIANT INSURANCE SERVICES INC KNOW ALL PERSONS BY THESE PRESENTS THAT: A enc Code: 72-256704 X� Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited : E. S. Albrecht Jr., Patricia S. Arana, Tiffany Coronado, C.K. Nakamura, Maria Pena, Noemi Quiroz, Jeffrey Strassner, Lisa L. Thornton, Tim M. Tomko, Natalie K. Trofimoff of LOS ANGELES, California their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary, Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. JF}7Yit� �usP0", tr �}^ilri•. � w r n: r •s��•a�arti, i a �V �'l _ i� r Apia y+� � trpMD4 r` *Ir►+t I �;r. Y ,' �a.rr r�r ++�r�w ►�;i 197ti f ti�= • * �k.;- -_.;. l �'Wwr+o y+tit ■ .*' 1,�v�s �atinr�• �•'�-Y /",- li-�- John Gray, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD M. Ross Fisher, Senior Vice President On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. Nora M. Stranko Notary Public CERTIFICATE My Commission Expires March 31, 2018 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of If� Signed and sealed at the City of Hartford. A w 7 EKMFR} ee: .1PPr .�� �,1re q fH`ra4- M • �" tad.:` °19 7lb 7+ l � ' �4r�'csgvri irn�' ti •�,• Kevin Heckman, Assistant Vice President POA 2016 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual l 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 Riverside On 7/1 /2020 before me, Edward Ernst, Notary Public (insert name and title of the officer) personally appeared Kevin Rocker who proved tome on the basis of satisfactory evidence to be the persons) whose name(.&) is/erg subscribed to the within instrument and acknowledged to me that he/06'/tbey executed the same in his/"r/t*r-authorized capacity(iW, and that by his rif signatures)"on the instrument the persor�bl, or the entity upon behalf of which the perso 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. Signature (Seal) EDWARD ERNST «Comwftskm No. 2Z7t86+i NOTARY PciEi.sC-CALIfdRlU Rr4RSIDE COL N" My Comm Evirs� DECEWER I& =a 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. 2. Project Name: Adams/Quinterra Basin Owner: City of La Quinta Construction Cost: $ 580,681 Construction Time: 120 Calendar Days Owner's Representative: Leonard St. Sauver Owner's Telephone No.: 760-275-2143 Date of Substantial Completion: 3/31/2019 Project Name: Jamboree Road Medians Owner: City of Newport Beach Construction Cost: $ 511,429 Construction Time: 180 _Calendar Days Owner's Representative: Anna Baldenegro Owner's Telephone No.: 949-644-3034 Date of Substantial Completion: 3/14/2019 Bidders Experience & Qualifications 1230-1 3. Project Name: Valley Blvd Medians Owner: City of Colton Construction Cost: $ 315,722 Construction Time: 60 Owner's Representative: Jessica Sutorus Owner's Telephone No.: 909-370-5561 Date of Substantial Completion: 1/31/2019 4. Project Name: Yorba Linda Medians Phase 2 Owner: City of Yorba Linda Construction Cost: $ 745,370 Construction Time: 120 Owner's Representative. Jesse Gutierrez Owner's Telephone No.: 714-961-7170 Date of Substantial Completion: 4/4/2019 Signed this 29th Conserve LandCare Name of Bidder Signature of ,'IRIder Kevin Rocker day of June Printed Name of Bidder 958748 Calendar Days Calendar Days Contractor's License No 3/31 /2021 Expiration Date Vice President Title of Signatory 2020. 1000009166 DIR Reg No. Bidders Experience & Qualifications 1230-2 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. Reliable Tree Works / 48522 Camino Real Coachella, CA 92236 / Tree Demo / 4% / 1029702 / 1000056057 Westcon Construction / 81149 Indio Blvd. Indio, CA 92201/ Concrete / 1.5% / 858370 / 1000007446 EMPSD, Inc. / 1682 Langley Ave. Irvine, CA 92614 / Painting / 1.5% / 957037 / 1000032146 Brudvik / Palm Springs, CA / Electrical / 8.5% / 482623 / 1000009363 Signa of Bidder r Conserve LandCare Name of Bidder Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California County of Riverside Kevin Rocker he or she is Vice President ss. being first duly sworn, deposes and say that Of Conserve LandCare 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 c sham bid, and has not directly or indirectly colluded with any bidder or anyone else to put in a sham bid, bidding; that the bidder has not in any manner, contract, agreement, communication, or conference of the bidder or any other bidder, or to fix any ove the bid price, or of that of any other bidder, or to si public body awarding the contract of anyone inter that all statements contained in the bid are true; z not, directly or indirectly, submitted his or her bid pr the contents thereof, or divulged information or da will not pay, any fee to any corporation, par organization, bid depository, or to any member o collusive or sham bid. Signatur Conserve LandCare Name of Bidder Vice President Title 6/29/2020 Date :her bidder to put in a false or conspired, connived, or agreed or that anyone shall refrain from directly or indirectly sought by with anyone to fix the bid price -head, profit, or cost element of !cure any advantage against the !sted in the proposed contract; nd, further, that the bidder has ce or any breakdown thereof, or :a relative thereto, or paid, and nership, company association, agent thereof to effectuate a Non -Collusion Affidavit 1250-1 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 Riverside Subscribed and sworn to (or affirmed) before me on this 1st day of July , 20 20 , by Edward Ernst, Notary Public. Kevin Rocker proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. EMWD EANST Cain No. 2271M �111111111115 W wouw PLQUe-c"Wao" FdWIFA pE COUWV Mr Gomm. F o — tec6ammaw I-�� (Seal) Signature, SECTION 1260 OIR Prniect Vendor information Vendor Information: Name: Conserve LandCare Address: 72265 Manufacturing Road Zip: 92276 city: Thousand Palms ST: CA. Project Manager: Kevin Rocker Email: krocker@conservelandcare.com Phone: 760-343-1433 CSLB/Certification Number: 958748 Public Works Registration No.: 1000009166 Classification: Asbestos __ Boilermaker Bricklayers Carpenter 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 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-Ea roll - Re ortin .htmi. 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 WRITTEN CONSENT OF THE SOLE MEMBER OF CONSERVE LANDCARE, LLC August 2., 2019 The undersigned- being the sole member of Conserve LandCare, LLC, a California limited liability company (the "Company"), acting by written consent without a meeting in accordance with Section 17704.07 of the California Revised Uniform Limited Liability Company Act and the operating agreement of the Company, hereby adopts the following resolutions: OFFICER WHEREAS, the Sole Member deems it advisable and in the best interests of the Company to appoint Kevin Rocker as a Vice President of the Company. NOW, THEREFORE, BE IT RESOLVED, that Kevin Rocker be, and he hereby is, appointed to the office of Vice President of the Company, to serve until his successor is duly appointed and qualified. AUTHORITY OF DIRECTOR OF LANDSCAPE MAINTENANCE RESOLVED, that Randy Mitchell, in his capacity as Director of Landscape Maintenance of the Company, shall have the authority to act on behalf of, bind, and execute and deliver contracts in the name and on behalf of the Company in the ordinary course of business, subject at all times to the authority of the Sole Member. GENERAL RESOLVED, that the officers of the Company shall be, and each hereby is, authorized, empowered and directed to take any and all action necessary or appropriate to carry out the intents and purposes of the foregoing resolution; RESOLVED FURTHER, that all prior actions taken by the officers of the Company within the scope of the foregoing resolutions be, and each of them hereby is, authorized, approved and ratified in all respects. [SIGNATURE PAGE FOLLOWS] 42594877.1 In witness whereof, the undersigned has executed this written consent effective on the date first above written. SOLE MEMBER: Sperber Landscape Companies, LLC Name: Richard A. Sperber Title: President [Signature Page to Post -Closing UWC (Conserve LandCare, LLC)]