Loading...
Vido Samarzichi 1 i CITY OF ROSEMEAD ' MISSION DRIVE STREET RESURFACING PROJECT FROM ROSEMEAD BOULEVARD TO VALLEY BOULEVARD 1 PROJECT No. 21015 1 } 1 "CONTRACT BID FORMS 4 1 BIDDER: DO SAMA92 CH INC, ' CONTRACT BID FORMS ' TABLE OF CONTENTS SECTION 1 BID SCHEDULE.............................................. ...........................CBF1 - CBF6 SECTION 2 BID DATA FORMS .......................... ....................................... CBF7 ' 2.A BID BOND ................................................. ...........................CBF8 2.13 LIST OF PROPOSED SUBCONTRACTORS ..................... CBF9 -CBF11 ' SECTION 3 NON - COLLUSION AFFIDAVIT ................ ....................CBF12 -CBF13 1 1 1 1 1 1 1 1 1 1 e SECTION 1 - BID SCHEDULE CBF -1 BID SCHEDULE ' SCHEDULE OF PRICES FOR MISSION DRIVE STREET RESURFACING PROJECT FROM ROSEMEAD BOULEVARD TO VALLEY BOULEVARD PROJECT No. 21015 BASE BID SCHEDULE 1 1 I 1 CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans LS 1 and specifications. See technical provisions TP -2, TP -3 & TP -4. 25 0 �QF 2 Disposal of Waste Materials. LS 1 C0 / 01 1 latiz, 00 3 Cold mill 2.0- inches thick existing SF 183,700 Z O 3 6 7'i 0. oo pavement. 4 Construct 1.5 inches thick TONS 1,653 pavement overlay ARHM -GG -C 1 OS 00 ! 7 3 r OD (PG 64 -16) as indicated on the plans. 5 Construct 1.0 inches thick TONS '4=#4 Asphaltic Leveling course D1 (PG 64 -10) as indicated on the //c) 9 S. 00 /ON 690, 00 / plans. 6 Remove 6- inches of existing SF 500 pavement and replace it with 3.5- 6 O p 3� d DO. n0 inches of AC B -PG 64 -10 Base Course over compacted native. 7 Remove, Dispose and Construct SF 7778 4- inches thick PCC Sidewalk per SPPWC Std. Plan 113 -1. , �a 00 8 Remove, Dispose and Construct SF 2270 PCC Driveway Approaches per SPPWC Std. Plan 110 -2. 1 9 . 295•"U /y� , 9 Remove, Dispose and Construct LF 592 8- inches Curb and 24- inches Gutter per SPPWC Std. Plan ?�7 120 -2. 'p' D'' Vy I .J CBF -2 I I 1 1 Is ' TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ S / 3, 67 /, 00 i 1 FIDE t4olipr,Fo N /h/e-T'/ Tt-I TNOUSFJNO s/x nvA✓DA Dollar amount in written form S£VENTy N/riE AOLc. CBF -3 i UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 10 Remove, Dispose and Construct EA 5 PCC Curb Ramps per SPPWC 3��Q� Std. Plan 111 -4. 001 O 11 Adjust Sewer Manhole to Grade EA 29 700. Z 0, 30 O a0 per APWA Std. Plan 205 -1 and S. 206 -1. 12 Adjust Water Valve /Gas Valve to EA 32 Grade. �SOO.rOD 0 O D 13 Install Survey Well Monument EA 5 per City of Rosemead Std. Plan S08 -001. See Section 2 -9 Surveying of the General Provision -7 per details (Cover, Sleeve & Dome will be provided by the City at no cost). 14 Install Traffic Striping, Traffic LS 1 Signal Loops, and Pavement Markers ( Including 8" Raised pavement markers per the Striping Plans and Specifications Complete. etc 7400 Q0 15 Prepare a Storm Water Pollution LS 1 Prevention Plan (SWPPP) 4 r 00 16 Remove, Salvage and Install EA 6 Street Name Signs on Existing Poles, City will provide the Signs. sw ibb M . O 17 Remove, Salvage and Install EA 2 Street Name Signs on new Poles, City will provide the Signs. / , aO Z t �cn 66 Is ' TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ S / 3, 67 /, 00 i 1 FIDE t4olipr,Fo N /h/e-T'/ Tt-I TNOUSFJNO s/x nvA✓DA Dollar amount in written form S£VENTy N/riE AOLc. CBF -3 i U 1 I BIDDER: /Da SAmARZIU/ LJJC ALTERNATE BID ITEM No. 1 WROUGHT IRON FENCE INTERSECTION OF WALNUT GROVE AVENUE AND MISSION DRIVE NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 18 Install Wrought Iron Fence 6 LF 320 feet, 1 1/2" rails and 3/4" pickets, all tubing 100% galvanized inside and out and powder coated and X35. Oa 2" post per Kingmetals or approved equal. 3 ZDO•�� TOTAL ALTERNATE BID PRICE No. 1 (SCHEDULE BID PRICE) $ � 3 � �o For-,rX THae -f 7TN011X - ,4^W Two H✓eOon, PDLt. Dollar amount in written form t/ q ;�, fl LT K N� 1 F d Z - S-rol�.• -I PA-A ^/ C- 01'sT/r^ie�T /o�J — L. S, N F01%-T FIVE TH DoL�A�S �j q TOTAL BASE & ALTERNATE BID PRICE $ (� �. u 7 /, 00 S tx Hu.-Jonr-o DAvE T tf0 JS,4 f J0 6 /d r+T H ✓,�brt F D 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. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of to% Dollars ($ ) 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, CBF -4 ' . BIDDER EAMARVC4 / NC ' 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 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 thirty (30) 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. I -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 1 ' By: n Signature ' Vlb6 SAMARAICH Type or Print Name �iP�SI D �t,IT" Title LI- 97Z CileEsrVlFw PL ACE Business Street Address A LTA Jxom CA 9/ 740/ City, State and Zip Code 9 09 9oo76377 Telephone Number ' Bidder's /Contractor's State of Incorporation: CALIFORA 04 ' Partners or Joint Venturers: I Bidder's License Number(s): 733210 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: .DO S44M A /Ar I 1 ' SECTION 2 ' BID DATA FORMS 1 1 1 1 1 1 1 1 CBF -7 BIDDER. Vido Samarzich, Inc. Bond No. VIDSA -1200 Bidder shell submit its Bid data in accordance with the.format shown qr each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are nece to adequately provide the information required. Bidder shall ensure that every page of its BIP Data.Forns'are properly identified with the Bidder's name and page number. 2.A 131D BOND KNOW ALL MEN BY THESE PRESENTS: I MA I V tao Janmmch, Inc. _ . as Principal, and Fidelity and Deposit Company of Maryland as Surety, are held fiir y bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER" I in ;the. sum of Ten Percent of the Total Amount Bid DOLLARS ($ 10% of the Bid ) , being notless then tan percer .(10 %) of the Total Bid Price; for, the payment of which sum will and truly to be madIY, we bind ourselves, our heirs;' executors, administrators, successors,:end assigns. lkintly and severally, firmy by these presents. WHEREAS, said Principal has submitted a,bid to the OWNER'to perform all Work required for the Mleslon Drive Street Resurfacing Project as' t forth in the Notice Inviting Bids and accompanying Bid Documents, dated May 2 2, 2013 NOW, THEREFORE, if said Ptincipal is awarded a Contract or the Work by the OWNER and, within the time and in the manner required by th' above referenced Bid Documents, enters into the written form of Contract b' and with said Bid Documents, furnishes the required bonds (one to guarantee Rhful performance and the otherto guarantee payment for labor and materiels) fd ishes the.required insurance. certificates and endorsements, and furnishes any o; her certifications as maybe required by Contract, then this obligation shall be nu and void; otherwise it shall remain in full force and effeet: In event suit is broug (upon this bond,by the OWNER and Judgment is recovered said Surety 'shall pay; 11 costs incurred ny the OWNER'insuch suit; including reasonable attorneys' feels to be fixed by the court. SIGNED A_ND'SEALED, this 17 day of May 20 13 Fidelity and Deposit Company.of Matyland _- Vido Sara= t, Inc. (SEAL) ".(SEAL) Principal Sure ' o e BY: By: - Signatuie Signal rw;Rand S hn_ Atto y -1n -Fact CHF -!8 VIDSA -1200 Bond Number City of Rosemead Obligee ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY-AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "), by THOMAS O. MCCLELLEN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Randy SPOHN and Matthew R. DOBYNS, both of Santa Ana, California, EACH its true and lawful agent and Attomey -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings„ and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 19th day of April, A.D. 2012. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND _''o otroirr -: Wit iO ajcc�'e \Ri 86AL = —•— lot ttw I lot evs j E • � ( M,rM` 1 "'Assistant Secretary BY Ice President rrc ernes omas c e on State of Maryland City of Baltimore On this 19th day of April, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLEN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA -F 012 -3955A CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE I On \� before me ERIKA GUIDO, NOTARY PUBLIC, personally appeared RANDY SPOHN ® 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 /theif authorized capacity Oes), and that by his /bef /theif 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. �KA GUIDO COMM. # 202267 NOT � My Comm. exDf° MaY- Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. . CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL it ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED _ ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: _ NAME OF PERSON(S) OR ENTITY(IES) WITNESS my hand and official seal. ' 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, 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. 1 f] CBF -9 .. BIDDER Rbo s ' 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next 2 Pages if needed for listing additional subcontractors."] Name and Location Description of Work ' of Subcontractor to be Subcontracted Name: Ilt /C GGD C &9Cq !LUAII /AIC Address ayr w ALD "a rz - Name and Location Description of Work of Subcontractor to be Subcontracted Name / /Mpr �u p ///C- Address: S Rev ** Lir'A l�S��/Acr�A 01444 Name and Location Description of Work of Subcontractor to be Subcontracted 1 tin Name and Location Description of Work of Subcontractor to be Subcontracted Name: / • Address: � Bf�1l•�1 <�1. Name and Location Description of Work of Subcontractor to be Subcontracted Name:_ Address: CBF -10 2.0 [1 PA IE TNUOQSE Name and telephone number of person familiar with project I 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- C; rrr o f' �P� EN Name and Address of Owner CBF - 11 1177V Q/Q "Jo VAK[UVN GOf� ' C ontract amount Type of Work Date Completed 2. c[TY oi' =E1JPAtf Name and Address of Owner -YM6oP KAWRIA�FJ ' Name and telephone number of person familiar with project X04, 61 " VAQ10g 2® I L Contract amount Typ of Work Date Completed s. c trY of MAMI/E17M 9FAc// ' Name and Address of Owner Name and telephone number of person familiar with project f /A0, ©00.00 YFA O us ?.01 7 Contract amount Type of Work Date Completed 4. CrTY clP N 0ec0 Name and Address of Owner ' Name and telephone number of person familiar with project ' Sc9000.00 ZO // Contract amount Type of Work Date Completed I 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- C; rrr o f' �P� EN Name and Address of Owner CBF - 11 • BIDDER: 5Ah1AQz(CH / tom, ' SECTION 3 NON- COLLUSION AFFIDAVIT 1 1 1 1 1 1 1 CBF -12 BIDDER : =6 SAMA97-ICR NC ' NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly t 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. . Signature VIDO SAM- 4RZIN -I State of California County o Typed or Printed Name ' Subscnb�dd and sworn r affirmed) to before e on this /�/ day f 0 by (J Title proved to me t e basis of : isfac[ory evidence to be the per n( who appeared fore me. yn o S A RZd6q INC Signature eal) Bidder Subscr'bed and swo in before me ' This I day of 20� � (Seal) ' Notary Vpblic in and for the Stafb of California VIRGINIA K. RILEY a Smy COMM. #2607652 ' !� q / Notary Public - COUNia My Commission Expires: d'� m AN BERNARDINO OUTY Comm. Exp. Feb. 15, 2017 CBF -13 MAYOR: POLLY LOW (MAYOR PRO TENT: WILLIAM ALARCON COUNCIL MEMBERS: SANDRA ARMENTA MARGARET CLARK STEVEN LY City of 1psemead 8838 E. VALLEY BOULEVARD P.O BOX 399 ROSEMEAD. CALIFORNIA 91770 TELEPHONE (626) 569 -2100 FAX (626) 307 -9218 CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM NUMBER 1 To all prospective bidders under Bid Documents for the MISSION DRIVE STREET RESURFACING PROJECT Project No. 21015 Bid Item No. 5 of Base Bid Schedule on CBF — 2 EST. QTY. (Estimated Quantity) 1,1102 Tons shall be replaced by 1,102.00 Tons. 2. The rest of Bid Documents as originally issued shall be used in submitting bids, and an acknowledgement of receipt of this Addendum Number 1 shall be entered on the page CBF — 5 of the Contract Bid Forms. Failure to provide such acknowledgement shall render the bid as non - responsive and subject to rejection. BY ORDER OF THE CITY OF ROSEMEAD Date: May 7, 2013. By Rafael Fajardo Associate Civil Engineer I.x "R!� 33::at.J Li .F 7It_IftJ 2C�7S:L 7�iF24iJdlA r;i'__W�3EYb_''i 8838 E. VALLEY BOULEVARD P.O BOX 399 ROSEMEAD, CALIFORNIA 91770 TELEPHONE. (626) 569 -2100 FAX (626) 307-9218 CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM NUMBER 2 To all prospective bidders under Bid Documents for the MISSION DRIVE STREET RESURFACING PROJECT Project No. 21015 1. You hereby informed that Alternate No. 2 shall be added to the Contract Bid Schedule of Items: Alternate No. 2 Storm Drain Construction NO UNIT OF EST UNIT ITEM Pour Low ' MEASURE MAYORPROTEM: PRICE COST 19 WRUA.NALAACm LS 1 COUNCIL MEMBERS: SMVIU AR�47YiA MAacna> -r Ciwwc YSQp0.do Sme Lv Complete. May 13, 2013 I.x "R!� 33::at.J Li .F 7It_IftJ 2C�7S:L 7�iF24iJdlA r;i'__W�3EYb_''i 8838 E. VALLEY BOULEVARD P.O BOX 399 ROSEMEAD, CALIFORNIA 91770 TELEPHONE. (626) 569 -2100 FAX (626) 307-9218 CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM NUMBER 2 To all prospective bidders under Bid Documents for the MISSION DRIVE STREET RESURFACING PROJECT Project No. 21015 1. You hereby informed that Alternate No. 2 shall be added to the Contract Bid Schedule of Items: Alternate No. 2 Storm Drain Construction NO UNIT OF EST UNIT ITEM 2 ITEM DESCRIPTION MEASURE QTY PRICE COST 19 Install Storm Drain System as LS 1 indicated on the attached Plans YS000,00 YSQp0.do Complete. TOTAL ALTERNATE BID PRICE No.2 (SCHEDULE BID PRICE):$ ' amount in written form 2. The rest of Bid Documents as originally issued shall be used in submitting bids, and an acknowledgement of receipt of this Addendum Number 2 shall be entered on the page CBF — 5 of the Contract Bid Forms. Failure to provide such acknowledgement shall render the bid as non - responsive and subject to rejection. BY ORDER OF THE CITY OSEMEAD By Rafael Fajardo __,---­Rafael Associate Civil Engineer Page 1 A M O Z M m 7 M M Z n M U) x 4 kn 4 zy tl 4 H fflp III ems y ct g r cn r n gg {{ 0 00 ° n F mSi y F sy O C d ;V A C m A�j go. w m ap A g �� — Z O t x C - 19 z N m 7 � H z �yz� D�Oz -Hm T D O C. 1 Y Li s o i p R c a F � � R M Z 0 L 6 �Q � �•po >� °ee °•a m c m Z 0 ) m € g zzW��� s � n m HI F y F o Z 2 M y s wW mm o 7 � H z �yz� D�Oz -Hm T D O C. 1 Y Li s o i p R c a F � � R M Z 0 L 6 �Q � �•po >� °ee °•a m c m Z 0 ) m € g zzW��� s x M 4p �A6$a� BoovA� Z A� R f z II m 0 NORTH oa ^ D U m xy o Z 2 M y s a ss �E o x M 4p �A6$a� BoovA� Z A� R f z II m 0 NORTH oa ^ D n Z D y N U m o Z 2 M y n Z D y N lu 'T, ON DI P , Ild - 1 1,1 I - --LJ- 7 & U) w 17 !7M 0 z Ag 'WN pp NI I J r Y' -78 J-1 12 2 H tt iT V I - j I h-q 1 - F W �j J �4 m F I - q hl 73 1- '-4 m Z mw -.1. tE . ..... . V) - — — — — — — — — — 0 V@ Mo p m 1.7 .. DI S� 10+27,64 tvi 3189] dd— ! T� s ]6 1] ld F 7 T I -I J ED z S. F TI : 0 (D 0 G G G(D n n q q Z H 0 L --- g" CIrJ z :0 C- M 0 A zo f IF T.k A-. F. ri - t