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)]