Urban HabitatSECTION 1200
BID
DATE: July 8. 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 Initials
1 July 2.2020
2 July 6, 2020
Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID
GUARANTY.
Urban Habitat
Name of Bidder
760 345-1101
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.
Urban Habitat
Name of Bidder
PO Box 1177 La Quinta. CA 92247
Bidder's Address
963744
Contractor's License No.
California
State of Incorporation
�h ft A Afyn tn 111!-7
Signs ure of Bier
Theresa Brennan
Printed Name of Signatory
President
Title of Signatory
345-1101
Bidder's Telephone Number
Brett rn urbanhabitat.com
Bidder's Email Address
Julv 31. 2021
Contractor's Expiration Date
fitness
COONice President
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
IT J,'rO : 0 91601 f 4111C
Item
Est.
Unit Price
Item Total
No.
Item Description
Qty.
Unit
(in figures)
(in figures)
Dollars
Dollars
1
Mobilization
1
LS
$ 38.000.00
$ 38,000.00
2
Traffic Control and Plans
1
LS
$ 31,500.00
$ 31,500.00
3
Dust Control
1
LS
$ 12,000.00
$ 12,000.00
4
Clearing and Grubbing
1
LS
$ 8,000.00
$ 8,000.00
5
Demolition and Disposal
1
LS
$ 63,000.00
$ 63,000.00
6
Remove and Replace 6' Sidewalk
1,630
SF
$ 16.50
$ 26,895.00
7
Modify, Relocate, and Repair
1
LS
$
$
Existing Lighting Electrical
77,000.00
77,000.00
System w/ New Fixtures
8
Wall Cleaning and Painting
1
LS
$ 25,000.00
$ 25,000.00
9
Soil Prep and Fine Grading
1
LS
$ 5,500.00
$ 5,500.00
10
Furnish and Install Boulders per
136
EA
$
$
Plan — "Rustic Brown" 2' — 3'
230.00
31 280.00
11
Furnish and Install 3/8" Apache
3,360
SF
$
$
Brown Crushed Rock
0.90
3,024.00
12
Furnish and Install 3/8" Desert
1,120
SF
$
$
Gold Stabilized Decomposed
3.00
3,360.00
Granite
13
Furnish and Install 3/8" California
20,880
SF
$
$
Gold Decomposed Granite
0.35
7,308.00
14
Furnish and Install 3/4" Desert
59,725
SF
$
$
Gold Crushed Rock
0.90
53,752.50
15
Furnish and Install 6" Minus Baja
13,400
SF
$
$
Cresta Rubble
2.50
33 500.00
16
Furnish and Install 6" Minus
2,375
SF
$
$
Cresta Rubble
2.50
5,937.50
17
Furnish and Install 12"-18" Sierra
225
SF
$
$
Cobble
10.00
2,250.00
18
Furnish and Install PermaLoc
1,022
LF
$
$
Header — Asphalt Ede
10.00
10.220.00
19
Furnish and Install Landscaping
1
LS
$
$
per Plan
35,000.00
35.000.00
20
Furnish and Install Irrigation per
1
LS
$
$
Plan
126 254.00
126.254.00
21
Keystone Concrete Retaining
1,548
LF
$
$
Block Wall
32.00
49 536.00
22
90 — Day Maintenance Period
1
LS
$ 9,000.00
$ 9,000.00
Total
Amount
of Bid Items 1 — 22
$ 657,287.00
Bid Schedule 1210-2
GRAND TOTAL BASE BID (Figures): $ 657,287.00
GRAND TOTAL BASE BID (Words):_ Six Hundred Fifty -Seven Thousand Two Hundred
Eighty -Seven 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. 4 )k
Signature of Bidder (Ink)
Urban Habitat
Name of Bidder (Printed or Typed)
760) 345-1101
Bidder Telephone Number
Brett@myurbanhabitat.com
Bidder Email Address
Bid Schedule 1210-3
SECTION 1220
BID GUARANTY BOND
PRINCIPAL, and Old Republic Surety 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
:Z\ ►14, CeZeZerell 014 u7
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 7th day of
,July _ 2020.
Urban Habitat
Theresa Brennan, President
Title of Signatory
- . •
36-952 Cook Street, Ste 1010, Palm Desert, CA 92211
Old Republic Surety Company
Matthew C. Gaynor, Attorney -in -Fact
Title of Signatory
Fy C
Signature of Surety
14728 Pipeline Ave., Suite E, Chino Hills, CA 91709
Address Address
Note: Signatures of those executing for the surety must be properly acknowledged.
Bid Guaranty Bond 1220-1
yt *
* OLD
REPUBLIC SURETY COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and
appoint:
David J. Garcia, Matthew C. Gaynor, Andrew J. Roberts, Kim D. Vasquez of Santee, CA
its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and
deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof,
(other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note
guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste
management bonds, hazardous waste remediation bonds or black lung bonds), as follows:
ALL WRITTEN INSTRUMENTS
and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed.
This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD
REPUBLIC SURETY COMPANY on February 18,1982.
RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint
attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to
execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may
remove any such attorney -in -fact or agent and revoke any Power of Attorney previously granted to such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company
(i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant
secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be
required) by a duly authorized attorney -in -fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority
evidenced by the Power of Attorney issued by the company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or
certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such
signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF,
affixed this 27th
OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be
_ day of May _ 2020
��'leugo OLD REPUBLIC SURETY COMPANY
i catiropare
s . SEAL
=0. pill
Assaant Secreta J°�
'•,,,, * ,� President
STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS'"""�
On this 27th day of May 2020 , personally came before me, Alan PavIffic
and Karen J Haffner to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY
who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that
they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation.
4 .y . jeKaylms�, Y� - J&��
t� r. n
Notary Public
My Commission Expires: _-Seotember-28. 2022
CERTIFICATE (Expiration of notary's commission does not invalidate this instrument)
I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached
Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of
Attorney, are now in force.
I,I,NI.,. iNni
` e sung i.
70 2190 a�+�� • n Signed and sealed at the City of Brookfield, WI this 7ti1 day of �U�y 2�2�
ORSC 22262 (3-06) A1.11.11
Rancho Mesa Insurance Services Inc
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 July 7, 2020 before me, Andrew Roberts, Notary Public
(insert name and title of the officer)
personally appeared Matthew C. Gaynor
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 }sand and offi ' s r ANDREW ROAERTS
Notary Public - Callfornia
San Diego County >
Commission 1 2317220
My Comm. Expires Dec 26, 20B
Signature (Seal)
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 Riverside
On July 7, 2020
before me, Teresa Angulo, Notary Public
(insert name and title of the officer)
personally appeared Theresa C. Brennan
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. TERESA ANGUIO
COMM. #2156814 z
Notary Public - California o
z Riverside County
M Comm. Expires June 16, 2024
Signature n��2 (Seal)
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: City of La Quinta - North La Quinta Turf Reduction Proiect - Highlands
Owner: City of La Quinta
Construction Cost: $ 729,034.20
Construction Time: 120 workding days Calendar Days
Owner's Representative: Ubaldo A on
Owner's Telephone No.: 760 777-7000
Date of Substantial Completion:
November 15, 2019
2. Project Name: Madison Median Turf Conversion
Owner: City of La Quinta
Construction Cost: $ 525 464.82
Construction Time: 75 Calendar Days
Owner's Representative: Ubaldo Ayon
Owner's Telephone No.: (760) 777-7000
Date of Substantial Completion: September 30, 2016
Bidders Experience & Qualifications 1230-1
3. Project Name: _ Highway 111/Cook Street Date Grove Improvements, Project No. 93.30
Owner: City of Indian Wells
Construction Cost: $ 452,627.00
Construction Time: 30 working days Calendar Days
Owner's Representative: Ken Seumalo
Owner's Telephone No.: (760) 776-0237
Date of Substantial Completion: October 2017
4. Project Name: Coachella Crossroads
Owner: 29 Palms Band of Mission Indians
Construction Cost: $ 1,150,941.68
Construction Time: 45 Calendar Days
Owner's Representative: Jennifer Van Horn
Owner's Telephone No.: (760) 347-5672
Date of Substantial Completion: March 29, 2018
Signed this 8th day of July , 2020.
Urban Habitat 963744 1000003890
Name of Bidder
F11179,914 M
gn - of Bidider
Theresa Brennan
Printed Name of Bidder
Contractor's License No. DIR Reg No.
CSLB: July 31, 20211 DIR: June 30, 2022
Expiration Date
President
Title of Signatory
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.
Archuleta Concrete: 79301 Country Club, Ste. 100, Bermuda Dunes, CA 92201
o - . . . 1 . 1 Big. . 1 0111xl. �
License #: 672066; DIR M 1000010213
Cove Electric: 77971 Wildcat Dr., Ste. F, Palm Desert, CA 92211
Description of Work: Elecrrical installation 0.071
License #: 397002; DIR #: 1000004317
MunixR,
-
Urban Habitat
Name of Bidder
Proposed Subcontractors 1240-1
SECTION 1250
NON -COLLUSION AFFIDAVIT Tp_ BE EXECUTED BY BIDDER AND SUBMITTED
WITH BID
State of California )
ss.
County of )
Theresa Brennan being first duly sworn, deposes and say that
he or she is President of Urban Habitat , 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.
WAVM11 42M I
Signature
Urban Habitat
Name of Bidder
President
Title
July 8. 2020 _
Date
Non -Collusion Affidavit 1250-1
CALIFORNIA JURAT
A notary public or other officer completing this certificate verifies only the identity of
the indfvfdual 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
Subscribed and sworn to (or affirmed) before me on this
of ' , 20 by
&-Q
proved to me on the basis of satisfactory evidence to be the person(s)
who appeared before me.
TERESA ANGULO
COMM. #2156814 z
°� n► Notary Public California o
z Riverside County
M Cnnxn. Ex ices June 16, 2020
Signature
(Seal)
day
r
Optional Information
Although the information in this section is not required bylaw, it could prevent fraudulent removal and reattachment of this jurat to an unauthorized document
and may prove useful to persons relying on the attached document.
Description of Attached Document
Method of Affiant Identification
Prove to me on the basis of satisfactory evidence:
form(3 of identification 0 credible witness(os)
Notarial event is detailed in notary journal on:
Page # t Entry # It
Notary contact:
Other
❑ Affiant(s)Thumbprint(s) [] Describe:
0 Copyright 2007-2015 Notary Rotary, Inc— PO Box 41400, Des Moines, 1A 50311-0507, All Rights Reserved. Item Number 101884. Please contact your Authorized Rese IIer to purchase copies of this form
SECTION 1260
DIR Project Vendor Information
Vendor Information:
Name: Urban Habitat
Address: PO Box 1177
Zip: 92247
Project Manager: Brett Brennan
Phone: (760) 345-1101
Public Works Registration No.:
Classification:
City: La Quinta ST: CA
Email: Brett@rnyurbanhabitat_.com
CSLB/Certification Number: 963744
1000003890
Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum
Cement Masons V Drywall Finisher Drywall/Lathers Electricians
Elevator Mechanic Glaziers -Iron Workers Laborers _VMillwrights
Operating Eng V 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/Pubiic-Works/Prevaiii0-4-Wg_gg,htrn .
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/CertifedPayroll
Repoiti g.hli7il.
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