Loading...
Bidder: Environment Construction Inc. BIDDER'. LV4anrrruilLI ConS4r L4-44o4 Znc. CONT TABLE OF CONTENTS SECTION 1 BID SCHEDULE 1 4 SECTION 2 BID DATA FORMS 5 2.A BID BOND 6 2.B LIST OF PROPOSED SUBCONTRACTORS 7 - 9 SECTION 3 NON-COLLUSION AFFIDAVIT 10 - 11 BIDDER:1A . rimmoftici �OnS'{n.tkion�inc SECTION 1 - BID SCHEDULE CBF - 1 BIDDER:EnV4prymt c4 (*Ana onikne, BID SCHEDULE SCHEDULE OF PRICES FOR JAY IMPERIAL PARK PROJECT PROJECT No. 41354 BASE BID SCHEDULE I UNIT OF EST. I UNIT ITEM NO. ITEM DESCRIPTION i MEASURE QTY. I PRICE COST 1 General Conditions LS 1 r33r1 _ 1,,9/330. 2 Mobilization LS 1 IVY;6Jo - 1111(8, 690. - f 3 Disposal of Waste Materials LS 1 b/ooe - 11 6, oco. - 4 Grubbing and clearing LS 1 7Vd7c- 171, 37C C. - 5 Remove existing Fence/Gate LF 1,130 — including retaining curb, footings �`� 5 g/ 3$1l i per plans and specifications specifications_ Earthwork per Grading Plans and LS 1 I Specifications 1131,97 P. - 391'92/- — 7 Repair Existing Dirt Road. Remove r LS 1 and replace 12-inches of the Id/y/-- /,a/ y/1- - ' existing and scarify 8-inches below to 90% relative compaction. (approximate 17222 square feet) L 8 Adjust Utility Valves to grade EA 20 Joe. .. `/V ce_ - (water, valves, etc.) 9 Install Erosion Control per plans LS 1 c0v S-4/31.-J yep S-1"-- - and specifications11 10 Purchase and Install all Picnic EA. 12 P/7511.- 33, U 7,2. - Benches 11 Purchase and Install all Exercise EA. 101, 42, `y0. — Stations 12 Purchase and Install all Trash EA. 6 .t__S 4 6 a u. _ Receptacles liloo_ - T 13 I Purchase and Install all Benches EA. 1 6 1 (/PJ.>.- 1 /0/9 f0. - I 14 Install all 1'Earth Moundsper Plans LS. 11 11 and Specifications 1 Ila3La. /013‘0_ _ CBF-2 BIDDER: EMtc on J>`VAJ Conttrvidokh UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 15 � Install Decomposed Granite path LS. 1 and Concrete Mow strip Edging per ! 740 3 o - 73, 1.4-C. Plans and Specifications I 16 install Concrete Mow strips Edging LS. I 1 9t/eve. - I /y,L yo - per Plans and Specifications L _ U / 17 Install Decomposed Granite paving LS. 1 'rj W.;- n/ 79;2. - pad around existing Edison Towers d! 18 Install Irrigation per Plans and LS. 1I 87533 _ 1 /13 S 33. - Specifications 19 Install Planting per Plans and LS. 1 Ig - 703 5 J 9. - Specifications 20 Install soil prep per Plans and LS. 1 3L 3-X7_ 36, ci7 - Specifications r 21 90 day maintenance period per LS. 1 7,eov - 1 7, eve Plans and Specifications .__.__.1 I._.__._..—..._.i.______ 22 I Install all Electrical per plans and ( LS 1 f 77 0 - / 77 Ire - specifications. � 4 23 Furnish and Install Bollards Per EA 48 SCE Standard Plans, Complete In j 14 ._ -7 8°& Place as Shown on the attached ' I / detail. 24 Install Climbing Guards per SCE LS 1 speCtftc. '• (909)374-5660• F 1„„( randy.cormey@sce.com 25 ! Install water fountain as indicated EA 2 I l on the attached detail including connection to new water meter. ��179 - Verify exact location from water �7 �9 . purveyor. Contractor to install pressure regulator and line size backflow up stream of fountain and set in box marked drinking fountain. All water fountain shall be grounded per SCE Standard. I i I � TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ I13 5 1/ 9a I • e o OF/E''j.L'c,✓ T+e &d/.,7.TYe✓E,NSA,•,D iv.,;•"e#14pedidiae4T, O we Dr4(4/2f Dollar amount in written form CBF -3 BIDDER:Erw irvnnwQ%:\ Cons4rk4Ioni 4- c. ALTERNATE BID ITEM No. 1 24 Construct 6-Foot Wide Synthetic SF 16,080 Surface Pedestrian Trail, Including I57 ;9/f doo. . Excavation, Grading, Striping, Complete. See attached detail. TOTAL ALTERNATETPRICE (SCHEDULE BIDP)RICE):$ ayt, J-c 770-0 , wNO! csuRT y O AteTweir ma .G+ Gr.LLt�n. Dollar amount in written form TOTAL BASE BID PRICE &ALTERNATE: $ , e 11913/ Id ) . — ONE i'r,4o✓F�RNs.,�r�..'b y ?02/(ii,4r$a✓O n✓F N.yid.2"V( s'f c4//./af 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,the written amount shall govern. Attache hereto is a certified check, a cashier's check or a bid bond in the amount of WY L Dollars(S )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 CBF -4 BIDDER: £vw ronwltnl rl Con llrn(,4 io AXIL. 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 project is not completed in ONE HUNDRED TWENTY (120) 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. \ 7- 3 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 BIDDER: Environmental Construction,Inc. By: , 21550 Oxnard St.,Ste# 1050 gnature / Business Street Address Farid Soroudi Woodland Hills,CA 91367 Type or Print Name City, State and Zip Code President 818-449-8920 Title Telephone Number 02/20/2017 Date Bidder's/Contractor's State of Incorporation: California Partners or Joint Venturers: N/A Bidder's License Number(s): 498624 Department Industrial Relations Registered No.: 1000009515 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 Bidden,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: Environmental Construction,Inc. SECTION 2 BID DATA FORMS • CBF-7 BIDDER:Environmental Construction, Inc. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Farms. Bidders shall prepare and use as many sheets aware necessaryto adequately provide. the information required. Bidder shall ensure that every page of its Bid Data Forms areproperly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Environmental Construction, Inc. ,as Principal, and Vigilant Insurance Company • , as Surety, are held firmly bound unto the CITY OF ROSEMEAD ((hereinafter called the OWNER) ' in the sum of en percent of the total attached bid amount DOLLARS •(s 10.0%of Bid . ), 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 15, 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 form 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. SIGNED AND SEALED, this 8th day of February 2017 Environmental Construction, Inc. (S . ) Vigilant Insurance Company (SEAL) • Principal ' By: .—_ ' 'By: AWALIa° Si!m-tore7 / Signatur- vr Ste pha Hoang, Attorney-in-Fact Fog', Dom✓g0- /Re l pe.t CBF-8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 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 validTy of that document. State of California County of�5 , �. On 2 /8/ l before me, 47/.4r1.-7 --C17/1/7/9(--r 7///4//; -e -i Date Here Insert Name and Title of the Officer personally appeared 7v9 0 'Cuter/4(I'/ 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. WITNESS my hand and official seal. SignaturVtKtn ArSCV• �4 Sig : ure of Notary Public Place Notary Seal Above OPTIONAL Though this section is optiona/, 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: Ti Corporate Officer — Title(s): 0 Corporate Officer — Title(s): 0 Partner — 0 Limited ❑General Ti Partner— Ti Limited LJ General 0 Individual Ti Attorney in Fact Ti Individual ❑Attorney in Fact 0 Trustee ❑Guardian or Conservator Ti Trustee 0 Guardian or Conservator 0 Other: Ti Other: Signer Is Representing: Signer Is Representing: 02015 National Notary Association •www.NationalNotary.org• 1-600-US NOTARY(1-800-876-6827) Item#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189 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 Cotmty of Ora ge ) On'� a before me, Barbara Copeland ,Notary Public, personally appeared Stephanie Hoang Name(s)of Signers) 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 BAR tgaq GOPEo laws of the State of California that the foregoing paragraph is true and correct >RI ' 201 b' P g- P II tar;P 'elle Cali Orta eraiO3 County n WITNESS my hand and official seal_ n -.r Signature'. u- (4 x v Sippar Cbl Puhlie PiAcC>Ryan Seal Above OPTIONAL Though the information below is not required by law. it may prove valuable to persons relying on the document and could present fraudulent and reattachment of this form to another document. Description of Attached Document Type or Title of Document: _ Document Date: _ Number of Pages: _ Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Capacity(ies) Claimed by Signer(s) Signers Name. Stephanie Hoang Signer's Name'. ❑ Individual ❑ individual ❑ Corporate Officer -Title(s): ❑ Corporate Officer-Title(s): ❑ Partner: ❑Limited ❑ General 0 Partner: ❑Limited ❑ General ❑ Attorney in Fact 0 Attorney in Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Rev. 1-1 Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road `J Surety ATTORNEY Padtic Indemnity Company Warren,NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Shawn Blume,Kevin Cathcart,Eric Lowey,Stephanie Hoang and Mark Richardson of Costa Mesa,California each as their true and lawful Attorney-In.Fact b execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise.bonds and undertakings and other veitings obligatory in the nature thereof(otter than ball bonds)given or executed in the(verse of business,and any instruments amending or aJMnng the same,end=seas to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corppoorateeseals on this 29 day of April,2016. ///�' A-1 0 Lin M. bores,Assistant Secretary B.Noma,Jr.,Vice Pres'-sal CiTO . •' • STATE OF NEW JERSEY a5 County of Somerset On this 28th day of April, 2015 before me.a Notary Public of New Jersey,personalty came Dawn M.Chingos,to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attoney,and the said Dawn M. Chrome, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that Use seals Mixed to the foregoing Power of Attorney are such corporate seals and werethereto affixed by authority of the By-Laws of said Companies,and that she signed said Peer d Money as Assistant Secretary Of said Companies by like authority; and that she is acquainted with David B.Noma.Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Homo,Jr,subscribed to said Power of Attorney is In the genuine handwriting of David B.Norris,Jr..and was thereto subscribed by authority of said By-Laws and in deponent%presence Notarial Seal -- l� r ens ` KATPUBLICJ.O NEtAAR WJE NOTARY PUBLIC 16 NEW JERSEY evens rs.2318885 / Commission Expires Jul 18,2019 Notary Pula Ski CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY.and PACIFIC INDEMNITY COMPANY: 'All powers of Whiney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman or the President or a Vice President or an Assistant cors President,jointly with the Secretary or an Assistant Secretary, under their respective deagnaeens The signature of such officers may be engined,printed or lithographed The signature of each of the renames officers:Chairman,President.any Vice President any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any poser of attorney or to any certficate relating thereto appointing Assistant Secretaries or Attorneys-In-Fact for purposes only of executing and attesting bonds and undertakings and other wrings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which It is attached.' I.Dawn M.Chloros,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY(the"Companies') do hereby certify that (i) the foregoing extract of the By-Laws IN the Companies is true and caned, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the Dieing of Columbia and are authorized by the U.S.Treasury Department further,Federal and Vigilant are licensed in the U S.Virgin Islands,and Federal Is licensed in,Guam,Puerto Rico.and each of the Provinces of Canada except Prince Edward Island,and (iii) the foregoing Power of Attorney is true,correct and in full force and effect. Given under my hand and seals of sad Companies at Warren,NJ this February 8, 2017 Q M Dawn M.Chloros,Ameba Same ry IN THE EVENT YOU WISH TO NOTIFY US OF ACLAM VERIFY THE AUTHENTICITY OF THIS SONO OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,OR BY Telephone(9:w19m3-arm Fix'00)901 3656 email. auaiY60abubb.um Form 15-10-02258- GEN CONSENT rev 12-14) BIDDER: Environmental Construction,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($10,000),whichever is greater,for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF-9 BIDDER: Environmental Construction,Inc. 2.8 LIST OF PROPOSED SUBCONTRACTORS(continued) rOuplicate Next 2 Pages',needed 0r bdng additional sulttontractortl Name and Location Description of Work of Subcontractor to be Subcontracted eCEC/,F, c4 Name: NAwt c o r/ o.yi, yy 4'e9 Address: axis C 4j7Ay4N R4.Mist,itmk-- ' s.Jc77 License No.: 909794 Department of Industrial Relation Registration No.loceii 4 17 Name and Location Description of Work of Subcontractor to be Subcontracted Name: 5INS79GL tadl�cf J 2 0 r£C/QIV&Xf t /NL' Address:$TT Sd.4711 QRnM4J) .r✓e.41i03 Ga.2 A, O 9-475 License No.: 4ry✓d9 Department of Industrial Relation Registration No./Boon aFir 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: Environmental Construction,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: Rancho Simi Recreation and Park District, 1692 Sycamore Dr.,Simi Valley,CA 93065 Name and Address of Owner Tom Evans/805-584-4422 Name and telephone number of person familiar with project $1,577,608.00 Runkel Canyon Park Project-New Park Construction Ju1y2016 Contract amount Type of Work Date Completed 2, City of Laguna Niguel-DPW,30111 Crown Valley Parkway,Laguna Niguel,CA 92677 Name and Address of Owner Nasser Abbaszadeh/949-362-4377 Name and telephone number of person familiar with project $3,644,239.00 Oso Creek Multi-Use Trail Project-Park Construction/Trail Improv. May 2016 Contract amount Type of Work Date Completed 8 Los Angeles County Department of Public Works,900 S.Fremont Ave.,Alhambra,CA 91803 Name and Address of Owner Ryan Kristan/626-300-3271 Name and telephone number of person familiar with project $3,234,495.00 Helen Keller Park Remediation Park Construction/Hazardous Abatement Jan 2016 Contract amount Type of Work Date Completed 4 City of Perris, 101 N.D Street,Perris,CA 92570 Name and Address of Owner Rudi Gomez/909-720-3755 Name and telephone number of person familiar with project $2,612,586.00 Patriot Park Soccer Complex Project-Park Construction/Synthetic Turf Aug 2015 Contract amount Type of Work Date Completed I • fr CBE-11 BIDDER: Environmental Construction,Inc. SECTION 3 NON-COLLUSION AFFIDAVIT i • CBF- 12 BIDDER: Environmental Construction,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,organization, bid depository,or to any member or agent thereof to effectuate a collusive or sham bid. Sig ature Farid Soroudi Typed or Printed Name President Title Environmental Construction,Inc. Bidder Subscribed and sworn pefore me This /? day of F4 20(7 (Seal) �-';INA J --p.e,=, Notary Pub cin - d for the State of C: • is My Commissi.n Expires: ) Z 3/ 22/ 7 re can r "t CBF- 13 City of cR.pse eadT MAYOR: MAYOSANDRA Ax>u:,na MAYOR PRO TEM: PO1r Low der) t�) 88341 E.VALLEY BOULEVARD P.O BOX 399 COUNCWILUMI MaCO18ER.4: �. r ROSEMEAD,CALIFORNIA 91770 WM1mvn AwCOn FAX(626)30(626)569-2100 MAROARET CI ARK FAX(626)307-9218 STEVEN 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 Bidders Proposal. BY ORDER OF THE CITY OF ROSEMEAD Date: February 13,2017 �J l�,-1.17/6' By: G/ot. �;t . *V'F Rafael J. ajardo P.E. City Engineer Acknowledgement: Company: Environmental Constrcucti� c. • Bidder: Title: Farid Soroudi -President Date: 02/14/2017 MAYOR: City of�V semeai SANDRA YOR: hTTA MAYOR PRO TEM: POLY LOW yyr'] 8838 E.VALLEY BOULEVARD P.O BOX 399 COUNCIL MEMBERS: ILGi �. ROSEMEAD,CALIFORNIA TELEPHONE(626)569-2100WrtunmALARcoN MARGARET CLARK FAX(626)307-9218 S'EEVENLY 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 Imperial Park Project Addendum No.2 Page 1 oft 5. Per specs and details Cover Mulch is to be installed after planting.Can you please tell me the depth required? 7 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 Bidder's 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, Rafael M. Fajardo P.E. City Engineer Acknowledgement: Company: Ev, l'on w4ct �Anl'�n'c��an a nu Bidder: op _ p o Title: Far�N Sorovl, - I rc &c4 Date: 02.120 j 2_09 Jay Imperial Park Project Addendum No.2 Page 2 oft MAYRASANDRA : Cityof gQSC�ZCUII ARM2sTA MAYOR PRO TEM: POLLY LOW r 8838 E.VALLEY BOULEVARD P.O BOX 399 ROSy1j�,ji,]] 1. COUNCIL MEMBERS: V! 1 TELEPHONEMEAD,CALIFORNIA 91770 MARGARET CLARK TELEPHONE 307-9218 569-2100 STEVEN CLARK FAX(626J 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 j EST. UNIT ITEM NO. ITEM DESCRIPTION MEASUREy QTY. PRICE COST is 1 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 Bidder's 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 7 afael M.Fajardo P.E, City Engineer Jay Imperial Park Project Page 1 of 2 • Acknowledgement: Company: En II C ; A Bidder Title. Le;J. —P t ;d411) Date: Oti ZO/"Loll Il Jay Imperial Park Project Page 2 of 2