Loading...
Bidder: Green Giant Landscape Inc. CITY OF ROSEMEAD JAY IMPERIAL PARK PROJECT PROJECT No. 41354 (Addendum No. 2) CONTRACT BID FORMS Landscape, BIDDER: CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE I -4 SECTION 2 BID DATA FORMS 5 2.A BID BOND 6 2.13 LIST OF PROPOSED SUBCONTRACTORS 7-9 SECTION 3 NON-COLLUSION AFFIDAVIT ..10- 11 BIDDER: I•reed Giant Landscape, Inc. SECTION 1 - BID SCHEDULE CBF - 1 BIDDER; Green Giant Landscape, Inc. BID SCHEDULE SCHEDULE OF PRICES FOR ' JAY IMPERIAL PARK PROJECT • PROJECT No.41354 BASE BID SCHEDULE , UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 General Conditions LS 1 { ),d,fi3O..- aa, 330 — 2 Mobilization LS 1 �b 00O -I B 5 o) 0 00 — 3 Disposal of Waste Materials LS 1 A-39,500 3 i, 500 '., _ v 4 Grubbing and clearing � LS 1 131,5DQ • 6 33,.50 — 5 Remove existing Fence/Gate LF 1,130 including retaining curb, footings b5 per plans and specifications. 5 5, �G -J _ 6 I Earthwork per Grading Plans and LS 1 1 t' 4; - Specifications 30;000 30, 000 7 I Repair Existing Dirt Road. Remove LS I 1 I and replace 12-inches of the 4 existing and scarify 8-inches below 1 b I to 90% relative compaction. 00,000 � i}0,0o O (approximate 17,222 square feet) 8 Adjust Utility Valves to grade EA 20o --(water, valves, etc.) ',000 I1----- ! 9Install Erosion Control per plans 1 LS 1 S y _ _ 1 and specifications i (7,OD0 (5, 000,1 10 Purchase and Install all Picnic EA. 12 a>Benches c/ „„, 30, 000 11 Purchase and Install all Exercise EA. 10 . i„ ecC _ ,r� �0 Stations ( , , 0oo - 12 Purchase and Install all Trash EA. 6 U 500 -. °i Receptacles 3 , 000 •- 13 I Purchase and Install all Benches 1 EA. j 6 I vi Sot) - 4" CI, coo — 14 i Install all 1'Earth MoundsI LS. I per Plans 1 s and specifications I i I�2A 000 j )l , 000 _ CBF-2 Green Giant Landscape, Inc. BIDDER: UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 15 Install Decomposed Granite path LS. 1 y i g and Concrete Mow strip Edging per l)eG Plans and Specifications \c)G 1 1 )5O 1030 - 16 Install Concrete Mow strips Edging LS. 1 ;.0 0 i I V per Plans and Specifications 1;0i W' i VO net t 17 Install Decomposed Granite paving LS. 1 5� i CD Doc — pad around existing Edison Towers i J 71- 18 Install Irrigation per Plans and LS. 1 `y "5 Specifications �. i3b, eiu .I. 1U�1 no _ __ _..._._.. 19 Install Planting per Plans and LS. 1 ,�� - 4 Specifications C °33-- 3 t 1 01060 20 Install soil prep per Plans and LS. 1 , ' s, Specifications X11\ p ' 31 ,000 21 190 day maintenance period per i LS. 1 ` i i ti I Plans and Specifications 5. I P i 000 — 22 Install all Electrical per plans and `— LS I 1 I� �+7�C�,4��� 0/o00 specifications. 3 {I 23 I Furnish and Install Bollards Per EA 48 SCE Standard Plans, Complete In 1105)i. �`�,D�O — Place as Shown on the attached I detail. i 24 II Climbing Guards per SCE LS \ I spec ' ns. Contact Randy D. Cormey SC 'act Manager • (909)374-5660- - randy.cormey@sce.com 25 I Install water fountain as indicated EA 2 I on the attached detail including connection to new water meter. • Verify exact location from water , 4 _ purveyor. Contractor to install iS b f�� pressure regulator and line size G.\� l iv p backflow up stream of fountain and set in box marked drinking fountain. All water fountain shall be grounded per SCE Standard. TOTAL BASE BID PRICE(SCHEDULE BID PRICE):$ L 3 S Q y o o o - Over RI Him -TnleeHi/Ofr?d tnkw� 711luziotiut, gfritt vt/otia1 5 doilows Dollar amount in written form CBF-3 BIDDER: Green Giant Landscape,Inc. ALTERNATE BID ITEM No. 1 24 Construct 6-Foot Wide Synthetic SF 16,080 Surface Pedestrian Trail, Including 1,15 nzAI H qi/f 20 Excavation, Grading, Striping, Complete. See attached detail. TOTAL ALTERNATE PRICE (SCHEDULE BID PRICE):$ IUD 1-ti1v4vrc ±R d-- av ftiW((5t 114. , vt,n flu)1 ur2-1F1-nixejc{)flak,frAfu, 5 Dollar amount in written Tota • TOTAL BASE BID PRICE &ALTERNATE: $ ly OI'I c1 '5 • ovw.. Mt1k of `D‘X 11 UMV11,tF L' 414701e i L. hi 0( ll 00.1 21'1 F1 141Vhl kit 041(64.r). ("1414 it/V4;1416), L)ats — Dollar amount in written form • 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,thewritten amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of :41'Ito i ‘Isbpk,ua,i�'IXt"r, Dollars($110%--).said amount being not less than ten percent(10%)of the Total w.. 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 CBF-4 • BIDDER: Green Giant Landscape, Inc. 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 Bidder's California contractor's license(s)in good standing;(2)evidence 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 protect is not completed in ONE HUNDRED TWENTY (1201 calendar days. The Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed and subject 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. 1) ,2--13 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 - 5 Green Giant Landscape, Inc. BIDDER: By: -alima�. aEll-4 Mia Signature Business Street Address fD)n° Id L. Ikivk<c rri LA RocioveL, CG4 9003 f Type or Print Name City, State and Zip Code • est.tiw1- 565' (,'10 - (d)Ogs Title Telephone Number Felvvucw .. ?-1 30/9 • Date Bidder's/Contractors State of Incorporation: Ca (i(3A h Partners or Joint Venturers: Bidder's License Number(s): ID qO Livj Department Industrial Relations Registered No.: I DUO14i-5s3 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-6 BIDDER: Green Giant Landscape, Inc. SECTION 2 BID DATA FORMS s CBF -7 BIDDER: Green Giant Landscape,Inc. Bidder shall submit its Bid date in accordance with the format shown nn each of the following Bid Data Forrns. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Green Giant Landscape,Inc. as Principal, and Philadelphia Indemnity Insurance Company as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten percent of the total amount of the hid DOLLARS ($ 10% ), being not less than ten percent(10%)of the Total Bid Price;for the payment of which sum will and truly to be made,we bind ourselves, Our heirs,executors,administrators,successors,and assigns,jointly and severally. firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the JAY IMPERIAL PARK PROJECT as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated February 22.2017 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and,within the time and in the manner required by the above-referenced Bid Documents, enters into the written fain of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements,and furnishes any other certifications as may be required by the Contract,then this obligation shall be null and void;otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered,said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court SI k ' AND SEALED,this 16th day of February 20 17 . Itgaltt..pe,Inc. (SEAL) Philadelphia indemnity Insurance Company (SEAL) Su r. By: w. AV By: i Y1,r q\� r Ipnature • Signature Linda D.Coats,Attorney-in-Fact CBF-8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 :n :cr.ce; C sa:.:ew.ecno..cr yr c eatCaC anew.c..S^aCreav/:*-:.-n-scns enzfac scrcra 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 Orange ) OnY1> NUf \1g VI before me, Adelaide C.Hunter,Notary Public ,{}ate Here Insert Name and Title of the Officer personally appeared Linda D.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. I (( WITNESS my hand and official seal. ADELAIDE C.HUNTER Notary Public C California [C I e //� fri i is Orange County s Signature Commissions 2168064 j "•' ' My Comm.Expires Oct 19.20201 Signature of Notary Public Place Notary Seal Above a 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): ]Corporate Officer — Title(s): ] Partner — Ll Limited ❑General ]Partner — ] Limited ]General ❑ Individual ]Attorney in Fact i Individual H Attorney in Fact ❑Trustee ]Guardian or Conservator ]Trustee ]Guardian or Conservator I]Other: ] Other: Signer Is Representing: Signer Is Representing: wirai,un.w uwww-2.-2.,.. xcw .www.w.wwwwwv,,w <:w-=:uww.ww.ro wwww_. e ©2014 National Notary Association -www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item 95907 3386 PHILADELPHIA INDEMNITY INSURANCE COMPANY 231 St.Asaphs Rd..Suite 100 Bala Cynwyd,PA 19004-0950 Puss er or 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 Pennsylvania does hereby constitute and appoint Linda D.Coats and Matthew J.Coats of Coats Surety Insurance Services.Inc..its true and lawful Aitomcy-in-fact with full authority to execute on its behalf bonds,undertakings,recognizanees and other contracts of indemnity and writings obligatory in the nature thereof)issued in the course of its business and to hind the Company thereby.in an amount not to exceed 525.000.000.00_ This Power 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 PI IILADELPI IIA INDEMNITY INSURANCE COMPANY ata meeting duly called the P'day of July.2011_ RESOLVED: that the Board of Directors hereby authorizes the President or any Vice President of the Company to: 1)Appoint Attomey(s) in Fact and authorize the Attomey(s) 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 RI to remove, time,at any any such Attm oey-in-fact and revoke the authority siren. And,be it 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 ecuted and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF.PHILADELPHIA INDEMNI I Y INSURANCE COMPANY IIAS CAUSED TIES INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEAT:EO BE AFFIXED BY Ill All I HORI/ED OFFICE THIS 10'DAY OE.MINE 2013. 927 d(S e Robert D.O'Leary Jr_President&CEO Philadelphia Indemnity Insurance Company On this 10"day of.Iune 2013,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHIIADELPIIIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company:that the said Corporate Seal and his signature were duly affixed 18I6TlVA'U L WS.A Kaiak tow neerOne,Mar Tr. ecu-PJIlsYv hsese,t Notary Public! residing an Bala Cynwvd,PA (Notary Sea0 My commission expires: December IS,2016 I.Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this I Ora day of lune 2013 true and correct and are still in full force and efibet.I 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 elected President of PIIILADEI PIMA INDEMNITY II SCRANCE COMPANY, In Testimony Whereof I have b_ ribed my name and affixed the facsimile seal of each Company this IO l`kst_ this of i?�.l.Kk� 20 VT 1 92 7 _ Edward Sayago,Corporate Secretary PHILADELPHIA INDEMNITY INSH RANCE COMPANY 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 0✓ante On Ft'li VLtttVy JaI 3G1 before me, ROS e I D!eLd o f-}evlde✓50✓l , CC (Ham newt name and Wed theo cr) personally appeared )Ia k, - . 4-Ae yideraY) 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. ROStE IOIr SCC COMM.* 2085132 WITNESS • - ;11. > • cial seal. Na NOTARY Nine d COY•NeY L WITNESSiv \„"T, LOS IX<FLO LOUY\\ N\LOYa Ole NOR.15,l•1k ( ". otary Public Si• 'al - (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM rwsform complies with nmemCalfrru''asrwwes regar&ngnaary wording and DESCRIPTION OF THE ATTACHED DOCUMENT if needed.should be completed and attached to the document Acknowledgments J other slates may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law (Title or desaptian of attached Eoameng • State and County information mist be the State and County where the document signer(s)personally appeared before the rotary public for acknovdedgment. (Title rcdmenptidiMatbMd doameutwmnud) • Date ofnotarimtion must be the date that the signer(s)personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as rt appears within his or her Number of Pages Document Date commission followed by a comma and then your title(notary public). • prim the names)of document signer(s)who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. D Individual(s) aeshawet-islefe)or circling the correct forms.Failure to cm laxly indicate this information may lead to lection of document recording ❑ Corporate Officer • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges,re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact 4 Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other 4 Indicate title or type of attached document,number of pages and date. ❑ v Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). tele version vssss NotoryClasses corn 800-e/3-9865 • Securely attach this document to the signed document with a staple. Green Giant Landscape, Inc. BIDDER: 2.6 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 Bidders 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 • Contractors 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 -9 • Preen Giant Landscape, Inc. BIDDER: 2.B LIST OF PROPOSED SUBCONTRACTORS(continued) rouplirate Next 2 Pages if needed for listing additional subMrnctorel Name and Location Description of Work • of Subcontractor to be Subcontracted q Name: S+(UIcU'-1- €-ifC/hl�. el((411 e Address: )1W60 0(OvItit' /hw PPiinc CA- 6135'7) • License No.: U06Q1/6 Department of Industrial Relation Registration No. Name and Location Description of Work of Subcontractor to be Subcontracted Name: Y24 O&+C)1 I2a'CYPREIG1 ✓i /Vict.9' Giniy471SS htx-t �Sbt✓(Lk,: I^( Address: 3UIN W. i 2n`Sf.'31-cc 1Y,TVx hZ'Ss)'sI License No.: U1022(.+( Department of Industrial Relation Registration No. 10i 0,)0 3/"70() • 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. Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No. Department of Industrial Relation Registration No. • • CBF- 10 • 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, h - �-� iJa`tl/'iiead- cS5,3 c Valley si✓� ,irytt t %iio Name Mid Address of Owner • ,et- 6e7 (id() 6G' &- SG9J— /5c:) Name and telephdde number of person familiar with project /1334 00o pa✓� �1e�ra✓aha✓r <zcpc:Paid f de)/'7 Contract amount Type of Work Date Completed 2. � - 01- Y 4) filVefreL cl0/5 Ili 550A i?Wdd ,f9a igvew (-lathe) Nam and Address of Owner Lo'eva . Sao- &)l- 1/350 Name and telephone number of person familiar with project( -k uxjh's/0 jlifidou I, 7ySGI — C4NCG&{0 eIeci ir�I cao.s ^ 3011 Contract amount f Type 6f Work ' Date Completed s. U✓2I1' c /KItiti y P vk- 320 ld itieu/Rauf fl 1w Av4 i?w 417751lNameidand Address of Ownat J • u//an Pe/Thiel '7l Li-319 69/3.7 Name and telephone number of person familiar with/ / yt Type projec/ti( 5Oide5 / NJSk(\W4SJ f$3 S . a Contract a nX' ,3`/ Albfirl f7 J afw rlei/< uc1 Date Completed 4. all¢ of--`40) e vyk&i a0/5 A55')/to /3iva tge0 bev y 9214,62 Na and Address of Owner J6? Linty 5693- Q,9/- 'I35-0 • Name and telephone number of person familiar with project (ge,Krefltaieja{ t 31}, 3d 00 /?d(sinczti /311447e/94ccf. J 3-0f Contract amount Type of W Date Completed CBF - 11 Green Giant Landscape, Inc. BIDDER: SECTION 3 NON-COLLUSION AFFIDAVIT CBF - 12 • BIDDER_ ';rail 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 association, or. . ." . 'on,bid depository, or to any member or agent thereof to effectuate a collusive. • sham bid. • Signature W i� �1Q ICI L - Nti- djvi ev& Typed or Printed Name Pre51dekit-- Title Green Giant Landscape, Inc. Bidder Subscribed and sworn before me This day • ire b x:✓A- , 20I'1 r - 1 (Seal) ROSIE ro • - • • in . for +""°•. uooxxxoxxsox • � the State of California N� Como tae6772 to M@FF COYII, ,V 1511.)( xy co..Exp.linr.+x,:o+sy My Commission Expires: Al CBF- 13 SANDRA: (1110;441awr >! City o Wpsemeati MAYO Ainuwrn ./ NIA VOR P1101 ENI: - ) POI ID'" SOAP_VALIFAI).ECA IFORNIARD 00130X799 ARONCII.M66A11lAs: B[1l LIdIL AII.(6269569-21091990 33N1OMAI oN FAN IONE(626)56)2100 MAMOA RIF 0 ARK FAA(626)307.9218 Sun Iw Lv February 13, 2017 CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM NO. 1 JAY IMPERIAL PARK PROJECT PROJECT No. 41534 To All Prospective Bidders: Please note the following revisions on the specifications for the above project: 1. You are hereby informed that the Bid Opening scheduled for 11:00 a.m. on Wednesday February 15, 2017 has been changed to February 22, 2017 at 11:00 a.m. The City of Rosemead will receive sealed bids up to 10:30 a.m. on February 22, 2017 and will follow up with publicly opening the bids at 11:00 a.m. The Addendum No. 1 forms a part of the Contract Documents for the above project and shall supplement or supersede reference sections of original specifications. This Addendum No. 1 must be signed, acknowledge on Page CBF — 5 of the Contract Bid Forms of the Specifications and submitted along with the Bidder's Proposal. BY ORDER OF THE CITY OF ROSEMEAD Date: February 13,2017 � / By. Rafael filFajardo P.E. City Engineer Acknowle' • - n Giant Lan scape, Inc. Company: Bidder: ��// _ Title: Ihe61diit I Date: 2 i 3J I7 -__ MAYOR: City of MM pJJe+ 66eWKKSANom.Az¢NG MAYOR PRO TEM: MAPopY Low 8838 E.VALLEY BOULEVARD P O BOX 399 � Fr COUNCIL MEMBERS: ROSEMEAD,CALIFORNIA 91770 WALLAH Al LAX FAX(62ONE(626)569-2100 MARGARET CLARK FAX(626)307-9218 STEVEN IS February 15,2017 • CITY OF ROSEMEAD • ROSEMEAD, CALIFORNIA ADDENDUM No.2 JAY IMPERIAL PARK PROJECT • PROJECT No.41534 To All Prospective Bidders: Please note the following revisions on the specifications for the above project: 1. There are only 12 Light Poles. #KCT2-10-K118•EDISON-REVA, 240V. WI 10' DECORATIVE POLE. SEE DETAIL"A/E-1" 2. On plan sheets 4.01 &4.02 for Planting,There is a Symbol called out CHI (46 EA), which there are no description on the legend stating the Botanical name and size of this plant. Please clarify? Cercis occidentalis)Western Redbud-multi 24" box and this is however on the plant legend. 3. There are a couple of Remote Control Valve Symbols on drawing 3.01 (attached) at the south east corner of the job site with no valve size. Was this a typo error? Please clarify. These are extra symbols which did not get picked up. All valves seem to be accounted for please move quick coupler from these symbols to next to Valve A23. 4. Per Irrigation Legend the Main Line is to be a Schedule 80 PVC Pipe but don't say anything about the fittings if we could use Schedule 40 or Schedule 80. Please clarify. All fittings shall match Pipe schedule. Jay Impenal Park Project Addendum No.2 Page I of 2 5. Per specs and details Cover Mulch is to be installed after planting. Can you please tell me the • depth required? 2"shredded redwood shavings. 6. Attached Contract Bid Forms (Addendum No.2)supersedes the previous Contract Bid Forms. The Addendum No.2 forms a part of the Contract Documents for the above project and shall supplement or supersede reference sections of original specifications. This Addendum No. 2 must be signed, acknowledge on Page CBF—5 of the Contract Bid Forms of the Specifications and submitted along with the Bidders Proposal. Failure to acknowledge receipt of addendum will disqualify the Bidder. BY ORDER OF THE CITY OF ROSEMEAD Date: February 15, 2017. Very truly yours, • • By Rafael M. Fajardo P.E. City Engineer Acknowledgement: compa t Giant Landsca e, Inc. Bidder: ''/I Title: 017`,�i den f Date: -R i /6 I .1017 • Jay Imperial Park Project Addendum No.2 Page 2 of 2 sem' MAYOR: f Yt / of ftsemeal $AINRAARMEMfA VMAYOR PRO TEM: Pour Low (19, 8838 E.VALLEY BOULEVARD PO BOX 399 COUNCIL MLMEERS: ROSEMEAD,CALIFORNIA 91770 Wau.w Macon/ TELEPHONE(626)569-2100 MARGARET CLAIM FAX(626)307-9218 STEVEN IN February 16,2017 CITY OF ROSEMEAD ROSEMEAD,CALIFORNIA ADDENDUM No.3 JAY IMPERIAL PARK PROJECT PROJECT No.41534 To All Prospective Bidders: Please note the following revisions on the specifications for the above project: 1. The following Bid Item 24 shall be deleted from the Base Bid Schedule and not Included in the total base bid price. UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 24—--- — LS — 3 ---- -- j r _.. .. The Addendum No. 3 forms a part of the Contract Documents for the above project and shall supplement or supersede reference sections of original specifications.This Addendum No.3 must be signed,acknowledge on Page CBF— 5 of the Contract Bid Forms of the Specifications and submitted along with the Bidders Proposal. Failure to acknowledge receipt of addendum will disqualify the Bidder. BY ORDER OF THE CITY OF ROSEMEAD Date: February 16,2017. Very truly yours, By /I�fael M.Fajardo P.E. City Engineer Jay Imperial Park Project Page 1 of 2 Acknowledgement: Comp401111 , en Giant Landscape, Inc. Bidder: ` ' - Title: We 51CLI i/LI-- Date: .;101111 I I I I I 1 I I 1 I 1 1 Jay Imperial Park Project Page 2 of 2