Loading...
Torres Construction Corp.CITY OF ROSEMEAD ROSEMEAD COMMUNITY RECREATION CENTER INTERIOR RENOVATION PROJECT PROJECT No. 31004 BIDDER: Torres Construction Cor CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE ......... ............................... SECTION 2 BID DATA FORMS ......................................... ............................... 2.A BID BOND ................................................ ............................... 2.8 LIST OF PROPOSED SUBCONTRACTORS ......................... SECTION 3 NON - COLLUSION AFFIDAVIT .................1 .................5 .................6 .................7 .........................10 CBF -12 SECTION 9 - BID SCHEDULE Torres Construction Corp. BIDDER: BID SCHEDULE SCHEDULE OF PRICES FOR ROSEMEAD COMMUNITY RECREATION CENTER INTERIOR RENOVATION PROJECT PROJECT No. 31004 BASE BID SCHEDULE NO. ITEM DESCRIPTION UNIT OF MEASU RE EST. QTY. UNIT PRICE ITEM COST 1 General Conditions LS 1 g�'yd `� l l o l g O' 2 Disposal of Waste Materials LS 1 )3 32 " 4 - 73 (32.. d 3 Restroom Removal & Replacement LS 1 �J (�7� (r Cf S 4 Flooring LS 1 S'6 IOsZ5�• 6 S . / 5 Painting L S 1 2 Q, 12_, 97 1 6 HVAC Work LS 1 23 , (i4pZ� Iy� Z 7 Electrical work LS 1 6 Sltework LS 1 9 Acoustical Panels LS 1 L(�� $ I l 3 v TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$u 1(0 0 12 IZ Z , ollar amount In written form ALTERNATE BID ITEM 1 NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 10 Removal of flooring & base and LS 1 replacement with Linoleum flooring & 6" rubber base for �J (�7� Multi- purpose Room 1 (Room $ t YY r 107). Repaint all wall surfaces, soffit, doors and ceiling surfaces, etc. y CBF -1 BIDDER: Torres Construction Corp. TOTAL ALTERNATE BID ITEM #1 PRICE nt in written ALTERNATE BID ITEM 2 IN NO. ITEM DESCRIPTION UNITOF MEASURE EST. QTY. UNIT PRICE ITEM COST 11 Removal of flooring & base and LS 1 replacement with Linoleum flooring & 6° rubber base for r 3J ?j5. 3 Multi- purpose Room 2 (Room 102). Repaint all wall surfaces, soffit, doors and ceiling surfaces TOTAL ALTERNATE BID ITEM #2 PRICE k 3S; T) 2. - j in written TOTAL BASE BID PRICE INCLUDING ALTERNATE BID ITEM #1 & #2 $ - 7 1 1 /,.�.eladd hAfJ (��inl�h.'a7_�, /r!� /L' /� T �.�� /rti ® /✓ � 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 amountshall 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 forthe number of Working Days indicated in the Notice Inviting Bids from and afterthe bid opening date, or until a Contractforthe 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. CBF -2 BIDDER: Torres Construction Corp. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of 10% o Bid Amount Dollars ($ 10% ) 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 deliverto 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 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. uocumems. 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. �DN� 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 -3 By: Signature Esteban orres Type or Print Name V.P. of Business Development Title BIDDER: Torres Construction Corp. 7330 North Figueroa Street Business Street Address Los Angeles CA 90041 City, State and Zip Code (323) 257 -7460 relephone Number Bidder's /Contractor's State of Incorporation: California Partners or Joint Venturers: Bidder's License Number(s): 808067 NOTES: 1) 2) 3) N/A By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. If Bidder is a corporation, enter State of Incorporation in addition to Business Address 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 joint v r ve has the authority to do so. CBF -4 Timoteo A. Torres Esteban Torres Ismael Torres Martha McGowin Timoteo A. Torres was appointed Chairman of the meeting and Martha McGowin was appointed Secretary of the meeting. The Secretary then presented and read to the meeting a Waiver of Notice of-the Meeting, subscribed by all the Directors of the Corporation, and it was ordered that it be- appended to the minutes of the meeting. The following items wr.rP nddrPeced at thie Cna ;al Mnatinn of Th,•P�t.,r�• _ 1 President based on a 3 to 1 vote. Martha McGowin is to serve for two (2) years in this capacity. ' The election for a new president will take place in the first week of December in the year 2014, with the new term to take effect on January 1, 2015. i� The Directors of the Corporation offered to Esteban Torres, and Esteban Torres accepted, the:new position of Vice- President of Business Development. The Directors of the Corporation addressed Ismael Torres' title and voted to clarify his title be Vice - President of Operations. The positions of Secretary and Treasurer of the Corporation have been temporarily assigned to Ismael Torres. Another Special Meeting will be held in the near future to discuss these positions. Upon motion duly made, seconded and carried, the following RESOLUTIONS were adopted: RESOLVED, that Martha McGowin will serve as the Corporation's President for a period of two (2) years, beginning January 7, 2013. RESOLVED, that Esteban Torres will serve as the Corporation's Vice - President of DATED, this 4"' day of January 2013. w Torres / ` Director Martha McGowin / Direc r The following have been appended to the minutes of the meeting: Waiver of Notice of the Annual Directors Meeting _ Acceptance of Officers /� W C State Of Califomia `^ ° ONTRACTOR&STATE LICENSE BOARD '' Consumer ACTIVE LICENSE Aflai. 808067 �N CORP TORRES CONSTRUCTION CORP �,MUOVa, B C - 8 C10 A C21 C36 �o 05/31/2014 WWW.cslb.ra.gov BIDDER: Torres Construction Corp. SECTION 2 BID DATA FORMS CBF -5 BIDDER: i (A ✓rte( - InAYY 1[ 1 pty(;r✓V', Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. 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. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Torres Construction, Corp. as Principal, and Western Surety Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of Amount Bid (b Iur^ ) , 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 Rosemead Community Recreation Center Interior Renovation Project p set forth in the Notice Inviting Bids and accompanying Bid Documents, dated 9 17/ 2(j) 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 15th day of April 2013 Torres Construction Corp (SEAL) Western S urety Company (SEAL) Principal Sur By: By_ A4 Sigetur ture a m Syrkin, I�(�pms Attomey -In -Fact V P . i BL4Sir'iGsS CBF -6 CALIFORNIA ALL PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Los Angeles } SS. On April 17 2013 before me, I illop JAannPttP [;reri^ tot^ Pttblir , (insert name and title of the officer) personally appeared Esteban Torres 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 h e/sheAhey executed the same in his Ahem authorized capacity(ie , and that by his f"°n'r,� item signatures on the instrument the person(s}, or the entity upon behalf of which the persons} 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. LILLIE JEANNETTE GRACIA Commission # 1919411 a r Notary Public - California s Z Los Angeles County My Comm. Expires Dec 30, 2014 (seal) PROFESSIONAL NOTARY ASSOCIATION OF AMERICA v2009.2 u .californianotaryseminars.com CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Los Angeles } On April 15, 2013 before me, Corinne L. Hernandez. Notary PubliC Date Here Insert Name antl Tille of the Officer personally appeared William Syrkin Name(e) of Signer(s) ^ E L. NEZ Commission # 1905 Commission # 1905285 i t Notary Public - California z Los Angeles County My Comm. Expires Sep 24, 2014 who proved to me on the basis of satisfactory evidence to be the person(s) whose names) islare subscribed to the within instrument and acknowledged to me that he/sheHhey executed the same in his / hefAheir authorized capacity6es), and that by his signature(s) on the instrument the person(s), or the entity upon behalf of which the person(* 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�l and nd official se I. <�`/ S ignat re (b Place Notary Seal Above Signalure of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Number of Signer(s) Other Than Named Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner— ❑ Limited ❑ General Q Attorney in Fact - - ❑ Trustee jol - ❑ Guardian or Conservator Top of thumb here ❑ Other: Signer's Name ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Western Surety Company Signer Is Representing: 02007 National Notary Aswelation • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313 -2402 • www.NafionalNotaryorg Item #5907 Reorder: Cell Toll -Free 1- 800 - 876-6827 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Owen Brown, Richard Adair, William Syrkin, Sergio D Bechara, Margaret Gilmore, Rebecca Haas - Bates, Individually of Irvine. CA, its True and lawful ARo ncy(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuanl to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this I 01 day of October, 2012. ,p,PErr WESTERN SURETY COMPANY rr�� vo�f �rNsar� aul T..Brullat, Vice President Stale of South Dakota County ss of Minnehuha On this 10th day of October, 2012, before me personally came Paul T. Bruflal, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, Stale of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires �•"'"^"'�"^"^`*'^" 4 [{ 444 J. MOHR June 23, 2015 /NOraRr PUBLIC a r ., sOW11 MI(DIA •,.�........+,. +e 8.AA,) J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 15th day of April _2013 WESTERN SURETY COMPANY t °�oen eO t s Fortin F4290-2 -2012 L. Nelson, Assistant Sc BIDDER: Torres Construction Corp. 2.13 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 furthersetforth the portion ofthe 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 afterthe deadline for submission of bids to submit the information requested bythe Owner abouteach subcontractor, otherthan 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 -7 BIDDER: Torres Construction Corp. 2.B UST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next 2 Pages if needed for listing additonal subcontractors...] Name and Location Description of Work of Subcontractor to be Subcontracted bulb II+ioy1f �la4q c•,� �} Name: & 5 1 1A6 f rA yli i BC , Address S 1 it gjlan A 5 0,A oolg' Name and Location Description of Work of Subcontra to be Subcontracted R� ^' ' '►rd 'cq I I Name: vl C 1C L t»i1� Address 1 3 tJL i n . CI `OLA Name and Location Description of Work of Subcontractor to be Subcontracted Name: (IQI ! 7 //M /hY 5�7Li m 61<J Address N� rn � 9 z 3 7 Name and Location Description of Work of Subcontractor to be Subcontracted Name: f} 6 >I �ncicj� Address / /!) e — t7L f yt Cd4 Z7v`� Name and Location Description of Work of Subcontractor to be Subcontracted Name: ' CS Address -' . : , ' ! II L ° I_I/ f//ip C14 C BIDDER: Torres Construction Corp. 2,B LIST OF PROPOSED SUBCONTRACTORS (continued) ['"nupllcate Next 7. Pages If needed for listing addl6unal subconaactom.- j Name and Location Description of Work of Subcontractor to be Subcontracted Name: S ot)�ih ��o nrl Address �� J Name and Location Description of Work of Subcontractor to be s Name: �Om �i�zc fl 0 — bkll2j Address: / i y 1,4 j Name and Location of Subcontractor Name: Address: I `l / 3(, 11, Iv" yS cA Description of Work to be Subcontracted Name and Locatio of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontrac Name: Description of Work to be Subcontracted CBF -8 BIDDER. Torres Construction Corp. IS LIST OF PROPOSED SUBCONTRACTORS (continued) ["OVpllcate NeXt 2 Pages ifnaeded for listing additional subconhactors.'7 Name and Location Description of Work of Subcontractor to be Subcontracted Name: Name and Location of Subcontractor Name: Description of Work to be Subcontracted Name and Location of Subcontrac Name: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Name and Location of Subcontractor Name: Description of Work to be Subcontracted Description of Work to be Subcontracted BIDDER: Torres Construction Corp. 2.0 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 Los Angeles County, Dept. of Public Works - Athens Community Center Renovation Name and Address of Owner Ms. Zohreh Kabiri (626) 300 -3290 Name and telephone number of person familiar with project $1,250,211 Community Park Bldg & Sitelmprovemenla April 2011 Contract amount Type of Work Date Completed 2 Los Angeles County, Dept. of Public Works - Del Aire General Park Improvement Name and Address of Owner Ms. Zohreh Kabiri (626) 300 -3290 Name and telephone number of person familiar with project $1,217,790 Community Park Bldg Improvements February 2012 Contract amount Type of Work Date Completed s Los Angeles County, Dept. of Public Works - Topanga Library Name and Address of Owner Ms. Pari Dadm ehr (310) 968 -2927 Name and telephone number of person familiar with project $861,031 Building & Site Improvements February 2012 Contract amount Type of Work Date Completed 4. Los Angeles County, Dept. of Public Works - George Lane Park Pool and Pool Building Renovation Project Name and Address of Owner Mr. David Palma (626) 300 -2339 Name and telephone number of person familiar with project $2,139,396 Community Park Bldg improvements June2012 Contract amount Type of Work Date Completed "Additional References can be provided upon request CBF -9 BIDDER: Torres Construction Corp. SECTION 3 i NOd:'— COLLUSIMAFFIOAJIT CBF -10 BIDDER: Torres Construction Corp. 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; thatthe 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. i Sign tune Esteban Torres Typed or Printed Name V.P. of Business Development Torres Construction Corp. Kidder Subscribed and sworn before me This _ day of , 20_ (Seal) Notary Public in and for the State of California My Commission Expires: rat ni►��T CBF - 11 CALIFORNIA ALL PURPOSE CERTIFICATE OF ACKNOWLEDGEMENT State of California County of Los Angeles SS. On April 17. 2013 before me, Lillie Jeannatt , (insert name and tiffe of the officer) personally appeared Esteban Torres who proved to me on the basis of satisfactory evidence to be the person(s) whose names) isla subscribed to the within instrument and acknowledged to me that he executed the same in his ;"°•, 'gym authorized capacity(ies), and that by hi /her�4hei signature(s) on the instrument the person(s), or the entity upon behalf of which the person(Q 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. bA LILLIE JEANNETTE GRACIA '"" Commission # 1919411 `a . =ea Notary Public - California i� Los Angeles County My Comm. Expires Dec 30. 2014 (seal) PROFESSIONAL NOTARY ASSOCIATION OF AMERICA v2OO9.2 w .californianotaryseminars.com 04/16/2013 13:15 FAX RECEIVED 04/16/2013 14:26 3232578044 TORRE5 CONSTRUCTION 0001 /001 April 15, 2013 City of Woseme 8838 E. VALLEY BOULEVARD P.O BOX 399 ROSEMEAD, CALIFORNIA 91770 TELEPHONE (626) 569 -2100 FAX(626) 3074218 - NOTICE OF CLARIFICATION ROSEMEAD COMMUNITY RECREATION CENTER INTERIOR RENOVATION PROJECT (Bid Opening Date: April 17, 2013) To All Prospective Bidders: 1. The contractor shall be responsible for all construction items as indicated in the plans and specifications. Contractor shall provide a total base bid amount, of all bid items specified in the Contract Bid Forms. All bid items shall be priced based on contractor's discretion for the successful completion of the project. 2. Keynotes: Where keynotes are called out, refer to sheet G007. Disregard list of Keynotes on sheet A208. Page 1 of 1 M MAYOR: POLLS Law •1 A° 81AVORPROTEM: WILLIAM ALAICON COUNCIL MEMBERS: SANDRA ARMENTA m MARGARET CLARK STEVEN LY April 15, 2013 City of Woseme 8838 E. VALLEY BOULEVARD P.O BOX 399 ROSEMEAD, CALIFORNIA 91770 TELEPHONE (626) 569 -2100 FAX(626) 3074218 - NOTICE OF CLARIFICATION ROSEMEAD COMMUNITY RECREATION CENTER INTERIOR RENOVATION PROJECT (Bid Opening Date: April 17, 2013) To All Prospective Bidders: 1. The contractor shall be responsible for all construction items as indicated in the plans and specifications. Contractor shall provide a total base bid amount, of all bid items specified in the Contract Bid Forms. All bid items shall be priced based on contractor's discretion for the successful completion of the project. 2. Keynotes: Where keynotes are called out, refer to sheet G007. Disregard list of Keynotes on sheet A208. Page 1 of 1