Loading...
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