Loading...
2016-08 Urban Habitat BidSECTION 1200 BID DATE: July 29, 2019 The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2016-08, Lo Quints SilverRock Park Venue, 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 Quints in order to receive addenda. Addendum # 1 2 3 4 Date Received 07/19/2019 07/23/2019 07/25/2019 07/26/2019 Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. Uvban �ctbk# Name of Bidder (:I -Ilbi Bidder 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 963744 Contractor's License No. 07/31 /2021 License Expiration Date Signature of Bidder President Title of Signatory 760 345-1101 Telephone Number PO Box 1177. La Quinta, CA 92247 Address of Bidder California State of Incorporation Theresa@myurbanhabitat.com Email Address ��J- - Witn COO Title of Witness Bid 1200-2 ADDENDUM 04 — JULY 26, 2019 SECTION 1210 BID SCHEDME PROJECT NO.2016-08 LA QUINTA SILVERROCK PARK VENUE 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 City Project No. 2016-08, La Quints SilverRock Park Venue, 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 plus all Additive Alternates. 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 ADDENDUM 04 - JULY 26, 2019 BASE BID UNIT PRICE ITEM TOTAL ITEM ITEM DESCRIPTION QTY. UNIT (in figures) DOLLARS) DO GENERAL 1 Mobilization 1 LS $120,000.00 $ 120,000.00 2 Traffic Control 1 LS $10.500.00 $ 10.500.00 3 Dust Control 1 LS $ 80.000.00 $ 80.000.00 4 Storm Water Pollution Prevention 1 LS $ $ Plan (SWPPP) 13.000.00 13.000.00 5 Demolition and Disposal 1 LS $ 5.000.00 $ 5.000.00 SITE CONSTRUCTION & AMENITIES SiLe Improvements 6 Subgrade Preparation and Precise 1 LS $ 28,500.00 $ 28,500.00 Grading 6a Remove and Replace Soil 82,000 SF $ 0.20 $ 16,400.00 Stabilization 7 Decomposed Stabilized Granite Over 69,943 SF $ 2.00 $ 139,886.00 Class II Aggregate Base per Plan 8 6" P.C.C. Pavement Over Class II 1,788 SF $ 9.25 $ 16,539.00 Aggregate Base per Plan (Parking) Interlocking Pavers Over Class II 9 Aggregate Base per Plan (Site 9,167 SF $15.00 $ 137,505.00 Entrance) Gravel Pavel with 3/8" Crushed Rock 10 Over Class II Aggregate Base with 4,727 SF $ 11.00 $ 51,997.00 Permaloc per Plan 11 12" Wide P.C.C. Banding Over Class II 346 LF $32.00 $ 11,072.00 Aggregate Base per Plan 12 6" Class II Aggregate Base Over 8,775 SF $1.75 $ 15,356.25 Compacted Native Soil per Plans 13 6" P.C.C. - See Plan for Width(s) 45,158 SF $ 7.75 $ 349,974.50 14 6" PCC Hardscape per Landscape 2,060 SF $10.50 $ 21,630.00 Plans 15 2" Thick Stabilized Decomposed 4,794 SF $ 2.00 $ 9,588.00 Granite Trail per Plan 16 6" Concrete Vertical Curb per City of 170 LF $ 36.00 $ 6,120.00 La Quints Std. 210 17 4" Concrete Rolled Curb per City of La Quints Std. 203 114 LF $ 38.00 $ 4,332.00 Bid Schedule 1210-2 ADDENDUM 04 — JULY 26, 2019 UNIT PRICE ITEM TOTAL ITEM ITEM DESCRIPTION EST. UNIT (in figures) (in figures) NO. QTY. DOLLARS DOLLARS 18 Concrete Cross Gutter and Spandrel (Modified with Rolled Curb) per City 806 SF $11.00 $ 8,866.00 of La Quints Std. 230 19 2' Transition from 4" Rolled Curb 2 EA $400.00 $ 800.00 Height to 0" Curb Height per Plans 20 Parking Lot Wheel Stops per Plans 7 EA $ 500.00 $ 500.00 21 "Stop Bar" and Legend per Caltrans 1 EA $ 200.00 $ 200.00 Std. A24D and A24E 22 Parking Lot Signage and Striping 1 LS $ 5,000.00 $ 5,000.00 23 ADA Site Entrance Sign and Stop Sign 1 LS $ 9,500.00 $ 9,500.00 per Plan 24 36" Wide Truncated Domes per 628 SF $ 50.00 $ 31,400.00 Plans and 2016 CBC Requirements 6' CMU Irrigation Equipment Screen 25 Wall per City Freestanding Block Wall 46 LF $ 400.00 $ 18,400.00 Standard Detail - Final Pay Item Water/Sewer/Irrigation Improvement 26 6" PVC C-900 Fire Line (Including 876 LF $ 70.00 $ 61,320.00 Bends and Fittings) per Plans 1 1/2" PVC Schedule 40 Water Line 27 (Including Bends and Fittings) per 976 LF $ 6.50 $ 6,344.00 Plans 28 Connect to Existing Domestic Water 1 LS $ 750.00 $ 750.00 Meter 6" Fire Hydrant Assembly (Wet 29 Barrel) per CVWD Std. W-33A and 2 EA $12,200.00 $ 24,400.00 Plans 6" PVC C-900 Irrigation Line 30 (Including Reducer, Gate Valves, 2,486 LF $ 31.00 S 77,066.00 Blind Flange, Tees, Bends and Fittings) per Plans 6" PVC C-900 Irrigation Line 31 Connection to Existing 15" Line per 40 LF $ 200.00 $ 8,000.00 Plans (Including Gate Valves, Flanqes) 3/4" PVC Schedule 40 Water Line 32 (Including Bends and Fittings) per 194 LF $10.00 $ 1,940.00 Plans 6" PVC (SDR-35) Sewer Line 33 (Including Bends, Fittings and 966 LF $ 20.00 $19,320.00 Cleanouts to Grade with Cap) per Plans Bid Schedule 1210-3 ADDENDUM 04 — JULY 26, 2019 UNIT PRICE ITEM TOTAL ITEM ITEM DESCRIPTION EST. UNIT (in figures) (in figures) NO. QTY. DOLLARS DOLLARS Furnish and Install Grinder Pump (2 pump system), Electrical Conduit/Lines, Control Panel, 4' 34 Extension, Wet Well, Lateral Kit, 1 LS $ 40,000.00 $ 40,000.00 Reducers, Couplings, Decorative Rock Cover, and Including All Appurtenances as Needed to Make Function. 2" HDP SDR 11 Force Main W/ Metal 35 Identification Tape Placed Over Top 468 LF $ 22.00 $ 10,296.00 of Pipe (4' Cover Min.) per Plans She rm Drginpge 36 6" ABS Drain Line at 1.0% Minimum 47 LF $ 60.00 $ 2,820.00 per Plans- Final Pay Item 37 8" HDPE N-12 Storm Drain Line per 30 LF $ 75.00 $ 2,250.00 Plans- Final Ny Item 38 12" HDPE N-12 Storm Drain Line per 26 LF $145.00 $ 3,770.00 Plans- Final Pay Item 38a 18" HDPE N-12 Storm Drain Line per 79 LF $12.00 $ 948.00 Plans- Final Pail Item 12" Square Area Drain per NDS-1200 39 and 1210 as per Plans- Final Pay 1 EA $ 500.00 $ 500.00 Item 9" Square Area Drain per NDS-900 40 and 916 as per Plans- Final Pay 1 EA $ 400.00 $ 400.00 Item 24" Inline Drain Basin per Nyloplast 41 2824AG with Traffic Rated Grate per 1 EA $3,500.00 $ 3,500.00 Plans- Final Pgy Item 4-inch Radius Trench Drain with Heel -Proof and ADA Compliant SS 42 Grating; Product as Manufactured by 1 LS $ 8,000.00 $ 8,000.00 Dura Trench or Approved Equal, as per the Architectural Plans 43 8" ABS End Caps per Plans 2 EA $ 130.00 $ 260.00 44 18" ADS Flared End Section Model 1 EA $650.00 $ 650.00 No. 1810 NP- Final Pa Item 45 75 lb. Rock Rip -Rap per Plans- Final 350 SF $12.50 $ 4,375.00 Pay Item Modify 54" Storm Drain, Construct 46 Headwall, and Place 1/4 Ton Grouted 1 LS $ 55,000.00 $ 55,000.00 Rip -Rap Limits per Plans (Including Trash Rack) Bid Schedule 1210-4 ADDENDUM 04 — JULY 26, 2019 UNIT PRICE ITEM TOTAL ITEM ITEM DESCRIPTION EST. UNIT (in figures) (in figures) NO. QTY. DOLLARS DOLLARS Water Feature Furnish and Install Water Feature per Plans and Specifications Including All Appurtenances as Shown on the Plans and as Needed 47 to Make Function. Including but not 1 LS $ 595,000.00 $ 595,000.00 limited to items listed in Technical Specifications 18.1, crossing structure, and railing. - Specialty Item Site Amenities 48 Restroom Building Utility and 1 LS $5,000.00 $ 5,000.00 Construction Coordination 49 P.C.C. Stage, Stage Apron, Ramp, 1 LS $103,551.00 $ 103,551.00 Railing and Step Slab per Plans 50 Decorative Brick Pavers per Plan 3,944 SF $ 20.00 $ 78,880.00 51 Stage Retaining Walls per Plans 100 LF $ 350.00 $ 35,000.00 52 Bike Racks with Concrete Pad per 5 EA $500.00 $2,500.00 Plans 53 Benches with Concrete Pads per 8 EA $ 400.00 $ 3,200.00 Plans 54 Drinking Fountains with Concrete 2 EA $ 8,000.00 $16,000.00 Pads and Sums per Plans 55 Tubular Steel Fence and Gates per 468 LF $ 78.00 $ 36,504.00 Plan 56 Concrete Mow Curb per Plans 2,200 LF $19.00 $ 41,800.00 57 Permaloc Steel Edging per Plans 4,100 LF $8.00 $ 32,800.00 Site Electrical and Lighting Pedestal, Conduit (Including Empty 58 Conduit), Wire and Circuiting per 1 LS $ 80,000.00 $ 80,000.00 Plans 59 Parking Lot Lighting per Plans 20 EA $4,400.00 $ 88,000.00 60 Pole Lights per Plans 24 EA $ 6,000.00 $ 144,000.00 61 Bollards per Plans 6 EA $ 4,500.00 $ 27,000.00 Ingrade Uplight with Wide Flood 62 Distribution per Plans 15 EA $ 2,500.00 $ 37,500.00 Bid Schedule 1210-5 ADDENDUM 04 - JULY 26, 2019 ITEM N0. ITEM DESCRIPTION 63 Ingrade Uptight with Spot Distribution per Plans 64 Color Changing Tree Uplights per Plans 65 Steplights for Stage Area per Plans 66 Utility Company Service Charges and Transformer Pad per Plans 67 Panel Boards and Panel Board Feeders per Plans 68 Pull Boxes per Plans Landscape and Irri t� ion 69 Soil Prep and Fine Grade per Plans 70 Weed Abatement per Plans 71 Concrete Vault per Plans 72 Furnish and Install Landscaping per Plans Furnish and Install Irrigation per 73 Plans (Includes Filter, Pump, Concrete Pads and All Fittings) 74 Furnish and Install Boulders per Plan - "Rustic Brown" 75 Furnish and Install 6" Minus Baja Cresta Rubble per Plans 76 Furnish and Install 3/8" Apache Brown Crushed Rock per Plans 77 Furnish and Install 3/8" Minus Desert Gold Crushed Rock per Plans 78 90-Day Maintenance Period EST. QTY. UNIT UNIT PRICE (in figures) DOLLARS ITEM TOTAL (in figures) DOLLARS 12 EA $1,200.00 $ 14,400.00 36 EA $1,500.00 $ 54,000.00 3 EA $ 800.00 $ 2,400.00 1 LS $ 5,400.00 $ 5,400.00 1 LS $ 94,000.00 $ 94,000.00 1 LS $ 60,000.00 $ 60,000.00 1 LS $ 98,000.00 $ 98,000.00 1 LS $ 2,500.00 $ 2,500.00 1 LS $11,000.00 $ 11,000.00 1 LS $285,000.00 $ 285,000.00 1 1 LS 1 $ 530,000.00 1 $ 530,000.00 27 EA $ 250.00 $ 6,750.00 410 SF $ 3.00 $ 1,230.00 660 SF $ 7.50 $ 4,950.00 66,400 SF $ 1.10 $ 73,040.00 1 LS $ 20,500.00 $ 20,500.00 $4,116,879.75 Total Amount of Bid Items 1 - 78 4.116.879.75 Bid Schedule 1210-6 ADDENDUM 04 — JULY 26, 2019 ADDITIVE ALTERNATIVES: City may approve any, all, or none of the following items BID ALTERNATE 1 - Architectural Metal Screens UNIT PRICE ITEM TOTAL ITEM ITEM DESCRIPTION EST. UNIT (in figures) (in figures) NO. QTY. DOLLARS DOLLARS METAL SCREEN ADD 1 Metal Screens at Amphitheater 1 LS $ 35,000.00 $ 35,000.00 Platform Total Amount of Bid Alternate 1 $ 35,000.00 BID ALTERNATE 2 - Additional Terrace Walls UNIT PRICE ITEM TOTAL ITEM ITEM DESCRIPTION QTY. UNIT (in (IDOLARS) DOLgLARS) TERRACE WALL ADD 1 Additional Terrace Walls per 1 LS $ g5,000.00 $ 95,000.00 Plans 2 Additional Irrigation per Plans 1 LS $ 31,000.00 $ 31,000.00 Total Amount of Bid Alternate 2 $ 126.000.00 DLLJ ML I CRIVM I C J - rtUUL11 uj ruu11LU11I UNIT PRICE ITEM TOTAL ITEM ITEM DESCRIPTION EST. UNIT (in figures) (in figures) NO. QTY. DOLLARS DOLLARS FLOATING FOUNTAIN ADD Furnish and Install Floating Fountain and All 1 Appurtenances as Shown on 1 LS $ 21,000.00 $ 21,000.00 the Plans and as Needed to Make Function Total Amount of Bid Alternate 3 I $ 21.000.00 Bid Schedule 1210-7 ADDENDUM 04 — JULY 26, 2019 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Figures): 4,298,379.75 GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Words): Four Million Two Hundred Ninet-Eight Thousand Three Hundred Seventy -Nine Dollars and Seventy -Five 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 pr gvided herein. Signbture of Bidder (Ink) Urban Habitat Name of Bidder (Printed or Typed) (760) 345-1101 Bidder Telephone Number Theresa@myurbanhabitat.com Bidder Email Address Bid Schedule 1210-8 SECTION 1220 BID GUARANTY BOND Urban Habitat as PRINCIPAL, and United Fire & Casualty Company, 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. 2016-08 LA QUINTA SILVERROCK PARK VENUE 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 23th day of July , 2019. President Attorney -in -Fact Title of Signatory Title of Signatory Signature of Principal Urban Habitat PO Box 1177 La Quinta, CA 92247 Address Signature of Surety United Fire & Casualty lompany 118 Second Avenue SE Cedar Rapids, IA 52401 Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department UNITED FiRE & INDEMNITY COMPANY, WI.13STER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA .52401 U!911VSURAN! CERTIFIED COPY OF POWER OF ATTORNEY (origual on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE, PRESENTS, That i--hated Fire & Casualty Company, a corporation duty organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint DANIEL FRAZEE, KIM VASQUEZ, MATTHEW C. GAYNOR, ANDREW J. ROBERTS, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Pact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory nnstniments of similar nature provided that no single obligation shall exceed $50, 000, 000.00 and to bind the Companies thereby as fully and to the saute extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursttaut to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety, Bonds and Itndertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act i t behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby: such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its ' 1%'Crs"""& a+�+++�hi�`rOtr+rp�fy �'"""i"tis� vice resident and its corporate seal to be hereto affixed this INS,F'F�' 101. y � , !fie p 7t h day of November, 2017 UNITED FIRE& CASUALTY COMPANY SE.AL ` sy SEAL tr Y�-,•�, i9�S * -� UNITED FIRE & INDEMNITY COMPANY s•h��+irn�n����+•r ry�'F°� Pe FINANCIAL PACIFIC INSURANCE COMPANY rrylr111ltmH+ By: State of Iowa, County of Linn, ss: Lice President On 7th day of November, 2017, before me personally came Dennis J. Richmann to me known, who being by me duly swom, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrumoit is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations zR1�Ed PaWaddell ' 1 N Iowa Notarial Seal (/ J Commission number 713274 Notary Public as My Commission Expires 10/26/2019 My commission expires: 10l26/2019 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indernnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON' FILE iN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect - In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 23rd day of July .20 19 . x[Qnrpanrr _ Canropxn: s sULY zz Sa, M1 By: ya k2y 586 ;y � SEAL SEAL � L . C+ Assistant Secretary, r;A �a' `•• 0 t1F&C & OF&I &EPIC lrrpu{p4+ri rr•+Alltl„d�U1�. BPOA0049 1217 This paper has a colored background and void pantograph. 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 23, 2019 before me, Kathy Scheuerman, 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 hand and official seal. KATHY 5CHEUERMAN Notary Public - California San Diego County Commission k 2232615 My Comm. Expires Mar 28, 2022 Signature bU-fj.r4 ��P�[.f.�J�1 L�('/ � (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 23, 2019 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. TERESA ANf;klL[l COMM. #2156814 z WITNESS my hand and official seal. Notary Public - California o z Riverside Covnly -- rr; Comm. I x ires June 16. 2020 signature ., IVZJa�� �y1(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 shot[ 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 skit[ 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: SilverRock Realignment P Owner: City of La Quinta Construction Cost: S 2,076,143.77 Construction Time: 181 Days Calendar Days Owner's Representative: Steve Howlett Owner's Telephone No.: (760) 777.7000 Date of Substantial Completion: Novemer 7, 2017 2. Project Name: Owner: Twei CrossRoads 29 ne Palms Band of Mission Indians Construction Cost: S 1,091,195.39 Construction Time: 128 Days Owner's Representative: Jennifer Van Horn Owner's Telephone No.: (760) 397-5672 Date of Substantial Completion: March 29, 2018 Calendar Days Bidders Experience & Qualifications 1230-1 3. Project Name: Rancho Mirage Community Park & Amphitheatre Owner: City of Rancho Mirage Construction Cost: $ g31 9m 49 Construction Time: 300 Days Calendar Days Owner's Representative: PM: Hermann Design Group - Kristin Moore Hermann Owner's Telephone No.: (760) 777-9131 Date of Substantial Completion: November 5, 2015. 4. Project Name: Veteran's Park Owner: City of Coachella Construction Cost: $ 952,531.39 Construction Time: 129 Days Owner's Representative: Jonathon Hoy Owner's Telephone No.: _(T60) 398-5744 Date of Substantial Completion:, November 6, 2016 Signed this 29 day of 2019. Urban Habitat 963744 Name of Bidder Contractor's License No. JffiMKk-Cx-:I- July 31, 2019 Signature of Bidder Expiration Date President Title of Signatory Calendar Days 1000003890 DIR Reg No. Bidders Experience & Qualifications 1230-2 ADDENDUM NO.] —DATED JULY 19,2019 SECTION 1230 - Lake Contractor CERTIFICATION OF BIDDER'S EXPERIENCE AWD QUALISCARQNS 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 Professio is Code of the State of California, to do the type of work contemplated in the Contract Docurnei its. Bidder shall further certify that it is skilled and regularly engaged in the general class and tvpe of work called for in the Contract Documents. The Bidd r represents that it is competent, knowledgeable, and has special skills on the nature, extent, a id inherent conditions of the work to be performed. Bidder further acknowledges that there ar certain peculiar and inherent conditions existent in the construction of the particular facilities, which may - create, during the construction program, unusual or peculiar unsafe conditior s hazardous to persons and property. Bidder expressly acknowledges that it is aware of such P, uliar risks and that it has the skill and experience to foresee and to adopt protective measur to adequately and safely perform the construction work with respect to such hazards. The Lako Contractor Bidder shall list below five (5) projects completed in the last two (2) years of similar site and complexity that indicate the Bidder's experience as a Lake Contractor. Name: THE HIDEAWAY CLUB, LA QUINTA, CA N uction Cost: $ 426,290 uction Time: 75 DAYS Calendar Days Representative: Telephone No.: GERRY TARSITANO 760-275-6993 of Substantial Completion: 8-11-2018 2. *oiect Name: BLUE SKY PRESERVE, CAVE CREEK, AZ !r: 6902 GR, LLC :ruction Cost: $ 676,818 :ruction Time: 84 DAYS Calendar Days Ws Representative: JEREMY MEEKS Ws Telephone No.: 480-797-9884 of Substantial Completion: 12-14-2018 Lake Con trdaor Bidders Experience & Oualfflcotlons 123D-1 0 4. 5. NO.1 —DATED JULY 19,2019 ct Name: WYNN GOLF CLUB, LAS VEGAS, NV !r: THE WYNN LLC :ruction Cost: $ 737J32 truction Time: 93 DAYS Calendar Days Ws Representative: JADE WORK Ws Telephone No.: 760-451-3400 of Substantial Completion: 7-20-19 ct Name: SCOTTSDALE NATIONAL GOLF CLUB, SCOTTSDALE, AZ ?r: SCOTTSDALE NATIONAL GOLF CLUB LLC truction Cost: $ 1.275.946 truction Time: 235 DAYS Calendar Days Ws Representative: _MALCOLM PATTEN er's Telephone No.: 602-390-4352 of Substantial Completion; 10-22-18 Name: TROUBADOUR GOLF AND FIELD CLUB, COLLEGE GROVE, TN !r; ARRINGTON CLUB LLC :ruction Cost: $ 496,986 ;ruction Time: 124 DAYS !r`s Representative: BOB KELLY Ws Telephone No.: 720-383-2210 of Substantial Completion: 7-26-19 Signed t�is 26th day of JULY 2019. Calendar Days COOK ANP SOLIS CONSTRUCTION, INC. 462446 PW-LR-1000367967 Name of Lake Contractor Bidder Lake Contractor's License No. DIR Reg No. A V_'Q' Signature of Bidder NOEL Name c Lake RRANZA - OPERATIONS MANAGER Title of Signatory r Bidders Experience & Quoi ficadons 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 Cook & Solis Construction Business Address Description of Work PO Box 301491, Escondido, CA 92030 Water Feature/Pond % of Work 13.5% License No. 462446 DIR Reg No. 1000367967 Vintage Electric 49950 Jefferson St #130-388, Indio, CA 92201 Electrical 10.51 % 461352 1000445465 Archuleta Concrete 79301 Country Club Dr#100, Bermuda Dunes, CA 92203 Concrete 12,62% 672066 1000010213 Farley Pavers PO Box 10946, Palm Desert, CA 92255 Pavers 3,89 % 884218 1000008513 Superior Paving 650 E 1st St, Beaumont, CA 92223 Parking paving and stops 0.23 % 776306 1000001476 Jacabsson Enap nng PO Box 14430, Palm Desert, CA 92255 Utilities 26B% 65039 1000008233 Team West Contracting 2733 Vista Ave, Bloomington CA 92316 Metal 1 25 % 93432 1000001516 Signature of Bidder - Urban Habitat Name of Bidder Proposed Subcontractors 1240-1 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. Signature Theresa Brennan Name of Bidder President Title Julv 29.2019 Date Non -Collusion Affidavit 1250-1 CALIFORNIA JURAT An otarypublic 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 Qy1 '2 t CLQ— Subscribed and sworn to (or affirmed) before me on this �1(4 of , 20 MI NO proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. TERESA ANGUED a COMM. #2156814 z ct Notary Public • Californian x Riverside County Comm. ires June 16, 2020 (Seal) day Signature r Optional Information Although the information in this section is not required by law, 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 This certificate is attached to a document titled/for the purpose of Method of Affiant Identification pro to me on the basis of satisfactory evidence: 7form("of identification Q credible wiIness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: (T t' C� Other ❑ Affiant(s)Thumbprint(s) ❑ Describe: ©Copyright 2007-2015 Notary Rotary, Inc. PO Box 41400, Des Moines, IA 50311-0507, All Rights Reserved. Item Number 101884. Please contact your Authorized Reseller to purchase copies of this form. Vendor Information: Name: Urban Habitat Address: PO Box 1177 SECTION 1260 DIR Project Vendor Information City:_ La Quinta ST: CA Zip: 92247 Project Manoger: Brett Brennan Email: Brett m urbanhabitat.corn Phone: (760) 345-1101 CSLB/Certification Number: 963744; A, C-27 Public Works Registration Number: 1000003890 Asbestos Boilermaker Bricklayers X Carpenter Carpet/Linoleum Cement Masons X Drywall Finisher Drywall/Lathers Electricians X Elevator Mechanic Glaziers Iron Workers Laborers X Millwrights Operating Eng X Painters Pile Drivers Pipe Trades X Plasterers Roofer SheetMetal Sound/Com Surveyor Teamster Tile Worker, The project is subject to prevailing wage rates and enforcement by the Department of Industrial Relations (DIR). Prevailing wage rates can be obtained at: htti2://www.dir.c.o.gov/Pub[iC-Works/Prevoiiing-Woqe.h-Lm1. 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: hftn://www.dii-.Co.gov/Publi _- Works/Ce ified-Payroll-Reportioo,[)tt-i1. 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