Loading...
CC - Item 5G - Safe Routes to School Program, Savannah Elementary Award of Contract s E M c S ° ROSEMEAD CITY COUNCIL ®tom STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: BILL R. MANIS, CITY MANAGER DATE: JUNE 27, 2017 SUBJECT: SAFE ROUTES TO SCHOOL PROGRAM, SAVANNAH ELEMENTARY: AWARD OF CONTRACT SUMMARY As a part of the City's Fiscal Year 2016-17 Capital Improvement Program, the City Council approved the "Safe Routes to School Program: Savannah Elementary," which consists of the construction of sidewalks, installation of new LED stop signs, striping and flashing beacon in- pavement cross walk at the intersection of Fern Avenue and Del Mar Avenue. As a part of the Federal Safe Routes to School (SRTS) program, the City applied for and was awarded competitive grant funding, aimed at improving pedestrian safety and mobility. Grant funds were awarded to the City in the amount of$702,000.00. STAFF RECOMMENDATION It is recommended that the City Council take the following actions: 1. Approve the plans and specifications for the Safe Routes to School Program, Savannah Elementary; and, 2. Authorize the City Manager to enter into a contract with Green Giant Landscape Inc. in the amount of $660,640.00 and authorize a contingency in the amount of $ 66,000.00 (Approximately 10%) to cover the cost of any unforeseen construction expenses. DISCUSSION As part of the SRTS program grant, the City applied for competitive grant funding to improve pedestrian and traffic safety around Savannah Elementary and at the intersection of Del Mar Avenue and Fern Avenue. Designed improvements include the installation of a flashing beacon in-pavement cross walk at the intersection of Del Mar Avenue and Fern Avenue, additional striping at the intersection of Hart Avenue and Rio Hondo Avenue, the installation of a new sidewalk around the vicinity of Savannah Elementary for accessibility, and new traffic safety striping, signage, and the installation of new LED Stop Signs at the intersection of Rio Hondo Avenue and De Adelina Street. Once finished, it is expected that these improvements will create a safer pedestrian crossing area at the intersection of Rio Hondo Avenue and De Adelina Street, ITEM NO. 5.G City Council Meeting June 27,2017 Page 2 of 3 and Del Mar Avenue and Fern Avenue. Bid Process and Award of Contract A Notice Inviting Bids for this project was published in local newspapers and trade publications on May 25, June 1, and June 8. Sealed bids were received in the Office of the City Clerk until 10:30 a.m. on Wednesday, June 14, 2017. At 11:00 a.m. on June 14, 2017, the City Clerk publically opened and read five (5) sealed bids. The results of the bid opening were as follows: Rank Bidder Location Total Base Bid Amount 1 Green Giant Landscape, Inc La Habra, CA $ 660,640 00 2 EBS General Engineering,Inc. Corona, CA $ 721,875.00 3 Kalban, Inc. Santa Clarita, CA $ 839,141.10 4 Sully Miller Contracting, Co. Brea, CA $ 853,000.00 Staff has reviewed the bid documents for completeness and investigated the contractor's background and recent projects for competency. Staff believes that Green Giant Landscape Inc. is the lowest responsive bidder and is qualified to complete this project. Green Giant Landscape Inc. has extensive public works construction experience in the Southern California area and is a respected name in the industry. Green Giant Landscape, Inc. has completed two projects in Rosemead (Zapopan Park and Rosemead Park Pedestrian Lighting). FISCAL IMPACT The adopted Fiscal Year (FY) 2016-17 Budget contains a total of $702,000 from the Active Transportation Program Grant and $140,000 in the proposed CIP 2017-18 matching funds from Gas Tax. ESTIMATED PROJECT COST Description Amount Contract Amount $ 660,640.00 _. Construction Contingencies(10%) $ 66,000.00 Total Contract Amount $ 726,640.00 Contract Administration (Inspection, $ 25,000.00 and Staff Time). Total Project Cost $ 751,640.00 ENVIRONMENTAL REVIEW The project is categorically exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 (a) of the CEQA Implementing Guidelines. City Council Meeting June 27,2017 Page 3 of 3 STRATEGIC PLAN IMPACT -None PUBLIC NOTICE PROCESS This item had been noticed through the regular agenda notification process. Prepared by: Raf M. Fajardo, P.E., City Engineer Attachment A: Plans and Specifications (Available in the City Clerk's Office) Attachment B: Bid Analysis Attachment C: Bid of Green Giant Landscape, Inc. AA 41,-- , E \ et,,, KNCOAAORATE0 Q Attachment A Plans and Specifications (Available in the City Clerk's Office) E M E A 'yy \iy�l O � c PRIDE \ 1119 ,7 RPORAT D `p5 Attachment B Bid Analysis Eig / ! 88 8 8 \ , LT;, \ ( \ 66 88 cc , ) , \ 8 4 , \ } - \ 60. : : l ' \ } § ` ' ! ! 8 ! 8 8 8 8 • , ! )) ` N. / \ \ \ \ # * „ } $ , ! 8 , « ; \ s E ( }) § � � { \ N N ) § - 88- \ ( } \ ( ( \ ( ) � ƒ ! 0 : _ 7 - ° \ \ \ \ \ \ ° ° .o f \ � ` ) � � \ \ co' , ,o \ . ` 88 88 8 8 8 « ; ! . \ � § )) \ / / } f \ \ \ 00 COW 2 85 66 \ « 88 8 8 , 8) � = t 84 ' f ° \ } 8 - \ D „ & ! ; . . , , . rxn§ ; „ § f § \ , . > : , } \ \ ; ( \ ` \ ` { _ \ / \ ` \ \ n ) 3 ci ) , \ . \ \ \ - " 8 - - ` § !} ! < ° a. \ \ � \ . . , � \ , \ � \ E M 4. 1. —t .- 3 r\t, oa.c H Df ,.. \kcoA>OFaiED , Attachment C Bid of Green Giant Landscape, Inc. CITY OF ROSEMEAD SAFE ROUTE TO SCHOOL PROGRAM SAVANNAH ELEMENTARY PROJECT No. 21025 tom: .,�L. ;a Green Giant Landscape, Inc. BIDDER: CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE 1 SECTION 2 BID DATA FORMS 5 2.A BID BOND 6 2.B LIST OF PROPOSED SUBCONTRACTORS 7 SECTION 3 NON-COLLUSION AFFIDAVIT 10 CBF- 13 — Green Giant Landscape, Inc. BIDDER: - - - SECTION 1 - BID SCHEDULE' CBF- 1 — BIDDER: Green Giant Landscape, Inc. BID SCHEDULE SCHEDULE OF PRICES FOR SAFE ROUTE TO SCHOOL PROGRAM — SAVANNAH ELEMENTARY PROJECT No. 21025 BASE BID SCHEDULE - UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE OTY. PRICE COST 1 Clearing&Grubbing per plans LS 1 and specifications. co 0 CIa oncy no orl 2 Disposal of Waste Materials. LS 1 r 5 O co o ' — 3 Remove, dispose and Construct SF 45,570 4-inch thick PCC sidewalk per SPPWC Std. Plan 113-2. 223 LI 2 ) DC' .. n s: 4 Remove, dispose and Construct EA 28 PCC Curb Ramps per SPPWC 11 Std. Plan 111-5. 11`\OOOct \ 1 Cn .00t et - 5 Remove, dispose and Construct SF 2,300 PCC driveway approach per 1 0" ` e �'1 SPPWC Std. Plan 110-2. 0( Doe co 6 Construct 8- 12-inch PCC LF 1,580 variable retaining Curb. 1 OC `y tic .0c-, 7 Furnish and Install In-road LS 1 Pavement Lighting System per sheet 15 and specifications — P o � complete. L' ODC li oCc nC 8 Furnish and Install Flashing LS 1 — Beacon System per sheet 15 and o- specifications complete. (4)0 00 0? U U Pe'0 9 Furnish and Install signage as LS 1 — indicated on sheets 11, 12, 13& 1.. r 14 and specifications complete. 2JL, & c . JSC.Op5-"1 10 Furnish and Install Speed FA 2 Feedback sign location to be lay out on the field by the Public rf� Works Inspector. 14 _UOo< ✓1 0c. C, o CBF-2 Green Giant Landscape, Inc. BIDDER: UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 11 Install Pavement Striping, LS 1 Pavement Markers and miscellaneous as indicated on sheets 11, 12, 13, & 14 .; jj��CJ ()DO complete. V �O. 1 D DO ' (TOTAL BASE BID PRICE(SCHEDULE BID PRICE):$ l y Ic D, U ,I O ,O 6 i-rt v 1--)R46 J rah 4t\r JJ A4'_-) J ,. 1.. -.n. .t n. ci -Pe, occ., ,l rtn Dollar amount in written form . �, ( t Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3-2.2.1 of the Standard ' Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items,the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above.The owner can choose to include one or more of the alternates in the Total Bid Price of the Project If any of the Alternate Bids are utilized by the Owner,the resulting amount shall be considered the Total Bid Price for the Project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which _ cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date,or until a Contract for the Work is fully executed by the Owner and a third party,whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price,the written amount shall govern. Attached hereto is a certified check, a cashiers check or a bid bond in the amount of Dollars($107oc e)said amount being not less than ten percent(10%)of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if,upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution,within five(5)Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the,Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton - Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidders California contractors license(s)in good standing;(2)evidence CBF- 3 Green Giant Landscape, Inc. BIDDER: that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts of five hundred dollars ($500.00) if project is not completed in SIXTY (60) calendar days. The Contract Time will begin to run ten(10)Working Days from the date of the Notice of Proceed and subiect to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials,and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF-4 Green Giant Landscape, Inc. BIDDER: By: � LI i - A 'A a L,lq s+Signature Business Street Address J - )�Me( L- f 1e11aerscti HaU (t , (4 (IN 3( Type or Print Name City, State and Zip Code T(reSideaf5o )- 000 - v ) oS • Title Telephone Number Bidder's/Contractor's State of Incorporation: t :c( I t froi a_- _ or Joint Venturers: Bidder's License Number(s): U 10 4 ' Department Industrial Relations I DO OD Ii-1) 3 Registered No. NOTES: 1) By its signature on this Bid,the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF -5 BIDDER: Green Giant Landscape, Inc. SECTION 2 BID DATA FORMS CBF-6 BIDDER: Green Giant Landscape,Inc. _w - >-ar�..-- . ts Bid data in accordance with the format shown on each of the following Bid :aa sr-s E__es s^al prepare and use as many sheets as are necessary to adequately provide - --r-a_-__.-e:. Bidder shall ensure that every page of its Bid Data Forms are property • -: F. _vers name and page number. • -__ 1,1E1, BY THESE PRESENTS: Green Giant Landscape,Inc. ,as _--_:_ G-_ Philadelphia Indemnity Insurance Company , as Surety, are held firmly bound unto the ROSEMEAD (hereinafter called the OWNER) in the sum of Ten percent of the total amount of the bid DOLLARS 10% ), being not less than ten percent(10%)of the Total c . ._ •_• r_-= -..ant of which sum will and truly to be made,we bind ourselves, -_ - s.a-_:_-s. administrators,successors,and assigns,jointly and severally, ___ -reser ==_v sa '.ac pal has submitted a bid to the OWNER to perform all Work _.-.-_: =-e-SAFE ROUTE TO SCHOOL PROGRAM - SAVANNAH -_=if_t:IRY as set forth in the Notice Inviting Bids and accompanying Bid June 15,2017 -- - • said Principal is awarded a Contract for the Work by the _= r= - .r.e time and in the manner required by the above-referenced a mars into the written form of Contract bound with said Bid -_-.res the required bonds (one to guarantee faithful performance _ .-e :-a - -_Grantee payment for labor and materials) furnishes the required _ __ .:-`--' es and endorsements, and famishes any other certifications as a =s _-e , the Contract,then this obligation shall be null and void;otherwise a _-a- - force and effect. In the event suit is brought upon this bond by ',ER =-c dgment is recovered,said Surety shall pay all costs incurred by e = •°_ - suit, including reasonable attorneys'fees to be fixed by the 'SEALED,this 21h day of June 2017 Inc. (SEAL) Philadelphia Indemnity Insurance Companl(SEAL) Surety/1� _-=:...e Signature Ma J.Coats.Attorney-in-Fact CBF-7 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity at the individual who signed the document to which this certificate is attached,and not the truthtclness.accuracy,or validity of that document. State of California County of Orange On JUN 0 9 2017 before no, Summer L.Reyes.Notary Public Date Here Insert Name and Title of the Officer personally appeared Matthew J Coats Name(s)of Signer(s) 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. ,..� SUMMER L. REYES AIM E Notary Pubtic-California WITNESS my hand and official seal. tgrmOrange County .in Commission aY215159864 '— My Comm. Expires JulJut 292020f Signature ' L Signature' f Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _.. -_. Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name. _. Corporate Officer — Title(s): i Corporate Officer — Title(s): _ - Partner — Limited General `Partner — Limited General Individual Attomey in Fact - Individual Attorney in Fact Trustee Guardian or Conservator Trustee Guardian or Conservator Other: Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association •www.NationalNotary.org •1-800-US NOTARY(1-800-876-6827) Item#5907 4188 PHILADELPHIA INDEMLNITY INSURANCE COMPANY One Bala Plaza.Suite I00 Hata Cynwyd.PA 190041N50 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS,That PHILADELPHIA INDEMNITY INSURANCE COMPANY the Company).a corporation organized and existing under the laws of the Commonwealth of Pennsylsania.does hereby constitute and appoint Linda D.Coats and Matthew J.Coats of Coats Surety Insurance Services.Inc..its true awl lawful Attorney imfact with full authority 10 execute on its behalf bonds.undertakings.recogntxamrea and other contracts of indemnity and writings obligatory in the nature thenyf,issued in the mune of its business and to bind the Company thereby.in an amount not to exceed$25.000.000.00. This Poster of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14°of November.2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: 111 Appoint Attorney(s) in Fact and authorize the Atmmey(%) in Fact to execute on behalf of the Company bonds and undertakings.contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto, and CI toat any time. any such Attomcyth in.Fact and revoke e authority gisen. And.be it remote. FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile.and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF. PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INS I RCMENT TO BE SIGNET) ANI) ITS CORPORATE SEAL TO HE AFFIXED BY ITS AUTHORIZED OFFICE THIS Mtn DAY OF NOVEMBER.2016. I 1927 `ml its'!" r1 ISeall Robert D.O'Leary Jr.President 2 CEO Philadelphia Indemnity insurance Company On this It day of November.2016,before me came the individual who executed the preceding instrument.to me personally known.and being by me dub sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY,that the seal affixed to said instrument is the Corporate seal of said Company:that he said Corporate Seal and his signature were duly affixed. rauawaran a r�ounmuw Uwe Nate�a mntw.s 'ec = _ 1 "0 �� Notary Public. _ residing at. Bala Cynwyd PA (Notary Sealt My commission expires )anuan 8 2018 I.Edward Sayago.Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY.do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 14°1 day of November.2016 are true and correct and are still in full force and effect. 1 do further certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elened President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof I have suhmribed my nave and affixed the facsimile seal of each Company this_ /9 14 day of ,-T k2/ke .20 '.. 1927 nT Edward Sayago.Corporate Secretary "'} PHILADELPHIA INDEMNITY IRSURANCEJ COMPANY gip CALIFORNIA ALL- PURPOSE CERTIFICATE OF 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 Oreg Pi } On of/( iJii before me, Rosie Toledo Inde✓50v , IHer.Swan roma and Wed u»wean personally appeared a a (CX, yider5 -r) 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/herttheir 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. r�� Xo01E TOLW.HEIDRSON EE JrCon II 2086732 WITNESS m a•d/ • o"n -.,'seal. N 8 e sista!NOUS Dtt6 ftla Ns latus COSY• nP' Yr Gar Fm.Nov.IL 3eB� Adir Notary 'r•is S'' : .- (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM yat7 smplirswW ae.em Calfmva xatma ggmdng many wwdagab. DESCRIPTION OF THE ATTACHED DOCUMENT if needed.should be completed and attached a the docieaea dcbtwfedgmew from dM slates may be completed far dxtm•ean being sem to that star so long m the wording does not require the California^amy as ydate Cala nolan kn. (iae or Umvglon sheathed doamenQ • State and Canny information must be the Sate and County where the document signer(s)personally appeared before the'they public for romly appeared (rAeadesaplm damned dooanml.named) • Date of notarization must be the date that the signets)personally appeared which I must also be die same date the acknowledgment is canpktd. • The navy public must print his or ha name as it appears within his or her Number of Pages Document Dale commission followed by a comma and then your tide(notary puree) • flint the name(:)of document signets)who personally appear at the time of notarisation. CAPACITY CLAIMED BY THE SIGNER • Indicate the cane singular or plum'forms by crossing off incorrect lams linehereheAhrer . ❑ Individual(s) informationu/ajor circling the correct forms.Failure to correctly indicate this may lad to rejection of docueat recording ❑ Corporate Officer • The Wary sal impassion mux be clear and photographically reproducible. Impression must not cover tat or lila. If sal impression smudge,meal If a (Tdle) sufficient area permits,otherwise complete a different ahnowldgmentf ❑ Partner(s) • sigma=of nae notary public must mats the signature on Ile wiN the Doke of Ne corny clerk. ❑ Attorney-in-Fact + Additional information is not required but could help to ensure this ❑ Trustee(s) aclmwldgma%t is not mused or attached to a difieent document. Other o Indicate title or type of attached document,number of pages and dale. ❑ 0 Indicate the capacity claimed by the tiger If the claimed capacity is a arymate officer,indicate the title(i t CEO,CR),Secretary). 2015 Version www Nntamflass scors urea-d]'i-,cel • Securely attach this document to the silted doenment with a staple BIDDER: Green Giant Landscape, Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the"Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work,labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent(greater than 0.5%) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104,the Owner has determined that it will allow Bidders twenty-four(24)additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor,other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%)of the Total Bid Price or,in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars($10,000),whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF-8 BIDDER: seen Giant Landscape, Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS(continued) (^Duplicate Had 2 Payee H needed kr twiny addednal SUbCOrind011rl _ Name and Location Description of Work of Subcontractor I to be Subcontracted Name: 6- Z 6t (ye S rPrrks SAQ-le1.13 Address: -73 !-79 C 2 Pf-N2e -r1-tote f1 ✓- tV4 tin_ . ' .0 License No.: CI? / 9 io V �(C' u Z. Department of Industrial Relation Registration No. ft ono ((% 70 5 Name and Location Description of Work of Subcontractor /' to be Subcontracted Name: 15C� �In�ti,;,t C2rf�r„ro-lK Address: q;A.7CCCo rtb be- fl VC l ice} �'�� }e, �� i y q8 License No.: 7 `i,-2 a 7 Department of Industrial Relation Registration No. /CdOo 0 79ece Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. CBF-9 BIDDER: Green Giant Landscape, Inc. _ 2.0 REFERENCES The following are the names,addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two(2)years: 1. (1,14 o .0 P[Q kiVeva - (,f&I5 55aY13CO Ud P4(6121vei,2 01- `10610 Nam nd Address of Owner Joy ( Deva- 5404 suI- x/350 Name and telephone number of person familiar with project `f1 0171-1, 5L;::/ OC StR ,:ei:de 1L' StilLo“)7 )0((o Contract amount Type of Work Date Completed 2. 1.114,4- O1 ItiLLiole: Lf UJ-, 9701 tray 111110,5 Dv. ienvp(e. CI 1/2:1( g0 Name and Address of Owner l�a� dJ 9-V1I (crib, P)iti(i✓nt(56ts Name and telephone number of person familiar with project 61 3'7, 5�J - got to Contract amount Type of Work Date Completed 3. (Ij� C U � ferkifyi / g 195 3lddill67'4? ,,L c'CYDvfo:5 (X `iU7c3 Name nd Address of Owner 5 /77' 6/714- /,7) 1 aiIXCCw 5cef-F.and telephone number of person familiar with project 6 59(-1 L/76' (7) &114e(a 1'4e,i&3117,,,a cya 7 Contract amount Type of Work Date Completed 4. ()A64- o f Me kvew P�t,';i 3,0 G1 ,(leonafi Ate. /lop (41041.c 757 Nam and Address of Owner 4 z4g £(6).frit uuC(ai Grit-'9 - (i,o(v Name and telephone number of person familiar with project �ll )6tL 04ig,50 if6!✓%44/ C�l Mv2/P/1 Contract amount U Type of Work Date Completed CBF- 10 Green Giant Lanosc.. ,�, . .c. BIDDER: SECTION 3 NON-COLLUSION AFFIDAVIT CBF- 11 BIDDER:Green Giant Landscape, Inc. NON-COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder,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 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 associa , •rgani . '• bid depository, or to any member or agent thereof to effectuate a collusi e or sham •id. vAcc _ Signature f���1Li �;� L✓ I 116f4'$ Yl Typed or Printed Name ( ret cie(1 f T tle Green Giant Landscape,the. Bidder Subscri and s m before me This Ii-Pdic , f� , 20 17 � ,1 (Seal) 76 ROSIE i01E00AENOIREON Notary �l - ?•" ' xmiimrnr 2016132 m VS the State of Calif. is )��h° lw.�oa•Cawn - 7 •..�' Yr Co. ro.Nov.15.2011 My Commission Expires: I I hall CBF- 12