Loading...
Bidder: Superior Pavement Markings Inc _ I CITY OF ROSEMEAD CITY WIDE STRIPING PROJECT PROJECT No.25001 CONTRACT BID FORMS BIDDER: Superior Pavement Markings Inc CONTRACT BID FORMS SII TABLE OF CONTENTS SECTION 1 BID SCHEDULE 1 SECTION 2 BID DATA FORMS 5 2.A BID BOND 6 I!, 2.B LIST OF PROPOSED SUBCONTRACTORS 7 • SECTION 3 NON-COLLUSION AFFIDAVIT 10 BIDDER: Superior Pavement Markings Inc SECTION 1-BID SCHEDULE • CBF- 1 BIDDER: Superior Pavement Markings Inc BID SCHEDULE SCHEDULE OF PRICES FOR CITY WIDE STRIPING PROJECT PROJECT No. 25001 !, • Walnut Grove Avenue from Marshall Avenue to Garvey Avenue, • Valley Boulevard from Easterly City Limit to Westerly City Limit. • Sang Gabriel Boulevard from 110 Freeway to Graves Avenue. • Lower Azusa from Rosemead Boulevard to Easterly City Limit. BASE BID SCHEDULE UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing &Grubbing per plans LS 1 — and specifications. $2,500.00 $2,500.00 2 Caltrans Detail 9 with Solid LF 44,425 Segment with RPM's at - $.06 $2,665.50 Intersections,crosswalks and limit lines, 3 Caltrans Detail 22 LF 10420 $.18 $1,875.60 4 Caltrans Detail 29-Double double- LF 1,390 stripes with RPM $.40 $556.00 5 Caltrans Detail 32-two way left 4 LF 8,500 stripes with RPM. $.30 $2,550.00 6 Caltrans Detail 38 LF 7,151 $.17 $1,215.67 7 Caltrans Detail 40 LF 260 5.95 $247.00 8 Caltrans Detail 41 LF 120 $.95 $114.00 9 12 Inches Wide White Crosswalk LF 6,725 Line $1.20 $8,070.00 10 12 Inches Wide Whie Limit Line LF 1,360 $1.20 S1,632.00 11 12 Inches Wide Yellow Crosswalk LF 140 Line Markers $1.15 $161.00 CBF-2 BIDDER: Superior Pavement Markings Inc UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. I PRICE COST 12 2-12 Inches wide yellow crosswalk LF 1,962 i lines with 2 feet wide ladder $8.05 $15,794.10 crosshatch- 12 inches width of crosswalk. 13 4 inches yellow crosshatch area at LF 170 $1.50 $255.00 • 45 degrees 5 feet on center. 14 4 inches white crosshatch area at LF 560 $1.50 S840.00 • 45 degrees 5 feet on center. 15 8 inches raised pavement LF 150 $7.50 $1,125.00 markers. 16 Pavement Legend Marker(Slop, EA 62 • Ahead, Only, Keep Clear,School, $95.00 $5,890.00 •• Zone,eto) 17 Pavement Legend Marker(Arrows EA 109 $36.00 $3,924.00 right or left) 18 Pavement Legend Marker EA 2 (Railroad Crossing) $150.00 $300.00 19 Red Curb LF 13,800 $.65 $8,970.00 20 Green Curb LF 300 S1.55 $465.00 21 Parallel Parking Stalls EA 94 $9.00 5846.00 *'Thermoplastic shall be used on all striping details,crosswalks, pavement markings,and arrows. TOTAL BASE BID PRICE (SCHEDULE BID PRICE): $ 59,995.87 Fifty Nine Thousand Nine Hundred Ninety Five Dollars And Eighty Seven Cents 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. • CBF-3 BIDDER: Superior Pavement Markings Inc 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 . bid bon. in the amount of Dollars (Bt.000.00)said amount being not less than ten percent(1 r, o t e Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds,certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract,the undersigned agrees to execute the formal Contract,which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance,Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted,it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act(15 U.S.C. Section 15) or under the Cartwright Act(Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods,materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that,when requested by Owner,he shall provide:(1)evidence satisfactory to '.. the Owner of 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. 2 CBF-4 BIDDER: Superior Pavement Markings Inc Ali 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. • • • III — I CBF -5 _ BIDDER: Superior Pavement Markings Inc By: — — 5312 Cypress Street Signature Business Street Address Darren Veltz Cypress, Ca 90630 Type or Print Name City, State and Zip Code • CFO (714) 995-9100 -. Title Telephone Number - II Bidder's/Contractor's State of Incorporation: California Partners or Joint Venturers: NA — I _ Bidder's License Number(s): 776306 Department Industdal Relations Registered No. 1000001476 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: Superior Pavement Markings Inc — I III SECTION 2 BID DATA FORMS - I CBF-7 SEE ATTACHED BID BOND BIDDER. Superior Pavement Mandngs Inc 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 as Principal, and , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of — i DOLLARS ($ ),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 CITY WIDE STRIPING PROJECT— PROJECT No. 25001 as set forth in the Notice Inviting Bids and accompanying Bid Documents,dated NOW,THEREFORE,if said Principal is awarded a Contractfor 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 j bond by the OWNER and judgment is recovered,said Surely 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 day of , 20 . (SEAL) (SEAL) 1, Principal Surety By: By: Signature Signature CBF-8 Bond No. N/A BID BOND The American Institute of Architects. AIA Document No. :A31111 February, 17711 Edition) KNOW AEI_\IES BY THESE PRESENTS. That we Superior Pavement Markings, Inc. as Principal hereinafter called the Principal,and Old Republic Surety Company a corporation duly organized under the Lays of the to state of Wisconsin as Surely, hereinafter called the Surety. are held and firmly bound unto City of Rosemead aS Obligee.hereinafter called the Obligee.in the sum of ten percent of the amount bid----------------- Dollars id--- -- Dollars (S 10.00 1. for the payment of which sunt well and truly to be made, the said Principal and the said Surety, hiud ourselves, our heirs, executors. administrators. successors and assigns,jointly and severally. firmly by these presents. WH I3REAS,the Principal Inas submittal a hid for Citywide Striping Project NOW, THEREFORE, if the Obligee shall accept the hid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid. and give such bond or Fonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to lie Obligee the difference not to exceed the penally hereof between the amount specified in said bid and such larger amounI for which the Obligee may in good faith contract with another parry to perform the Work co'ered by said hid, then this obligation stall be null and void.otherwise to remain in full force and effect. Sinned and sealed this 6th day of March 2018 Superior Pavement Mar • gs, Inc. Witness Pr) yip (Seal) By: Name/110c Old Republic Surety Company tinny (Seal) Witness Bye a 1 Attorney-in-Fact ORSC 2132815 97) 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 Orange On March 6, 2018 before me, Michele A. Fedoruk, Notary Public (insert name and title of the officer) personally appeared Scott Salandi, Attorney-in-Fact who proved to me on the basis of satisfactory evidence to be the person(s)whose name(%) is/a,ec subscribed to the within instrument and acknowledged to me that he/straMlosy executed the same in his/ka1PtMsk authorized capacity(iee), and that by his/keKMkdk 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. MICHELE A. FEN-nun -.� - commission N 2Co[150 WITNESS my hand and official seal. % Notary Public-California ‘a:-rr/ Cranpa County Uir Cams btu Mar a 201 Signature L _ / I�1/'.1 Seal) I R~*f t } OLD REPUBLIC SURETY COMPANY ♦* POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY,a Wisconsin stock insurance coµa cion,does make,constitute and appoint: LEONARD ZIMINSKY,SCOTT 5/RAND!,DAVID JACOBSON.OF IRVINE,CA its true and lawful Attorney(s)-in-Fact,with full power and authority,not exceeding$50,000,000,for and on behalf of the company as surety,to execute and deliver and affix the seal of the company thereto(if a seal is required),bonds,undertakings,recognizances or other written obligations in the nature thereof,(other than bail bonds,bank depository bedeng aydeficiency ssabnro . installmentr and noteueitipnsasi compensation payment of benefits,asbestos abatement contract bonds, waste management bonds,hazardousguaranty remediation bonds or black lng bonds), as follows: ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED TEN MILLION DOLLARS($10000000) FOR ANY SINGLE OBLIGATION arid to bind OLD REPUBLIC SURETY COMPANY thereby,and all of the acts of said Attorneys-in-Fact,pursuant to these presents,are ratified and confirmed. This document is not valid unless pnntedon colored background and is multicolored This appointment is made under and by authority of the board of directors at a special meeting held on February 18,1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that,the president,any vice-president,or assistant vice president,in conjunction with the secretary or any assistant secretary,may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds,undertakings,recognizances,and suretyship obligations of all kinds;and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall be valid and binding upon the Company (i)when signed by the president,any vice president or assistant vice president,and attested and sealed(if a seal be required)by any secretary or assistant secretary;Or (ii)when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed(if a seal he required)by a duly authorized attorney-in-fact or agent;or (iii)when duly executed and scaled(if a seal be required)by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER,that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF,OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 9TH day of NOVEMBER,2017. OLD REPUBLIC SURETY COMPANY / ¢ '' - - SEAL E. &- STATE OF WISCONSIN,COUNTY OF WAUKESHA-SS '-. ...-' President On this 9TH dayof NOVEMBER,2017 personally came before me, Alan Pavlic and Jane L C'hemey ,to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument,and they each acknowledged the execution of the same,and being by me duly sworn,did severally depose and say; that they are the said officers of the corporation aforesaid,and Nat the seal affixed to the above instrument is the seal of the corporation,and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. '_,'Pae,•1, Notary Public My commission expires: 9/28/2018 CERTIFICATE (Expiration of notary commission doss not invalidate this Instrument) I,the undersigned,assistant secretary of the OLD REPUBLIC SURETY COMPANY,a Wisconsin corporation,CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked;and furthermore,that the Resolutions of the board of directors set forth in the Power of Attorney,are now in force. MAR 0 6 2018 74-0043 µw a Signed andd sealed at the City of Brookfield,WI this day of . ge SEAL a <• Sec. PATRIOT RISK&INSUR SERVICES THIS DOCUMENI HAS A COLORED BACKGROUND ANU IS MULTI-COLORED ON 1HE FACE. T RG COMPANY LOGO APPEARS ON T HL SACK OF THIS DOCUMENT AS A WATERMARK IF THESE FFA TURES ARF ABSENT THIS DOCUMENT IS VOID CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 .rsrca r,.ccocccry crcry-ccc.�.r<:r.. 2secccicra rrc-reT.c<.rc:r icsrc-c 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 Californiani� ) County of/ Crr( .7 -. ) ) ,�o"� On marc- 7, la before me, Lor via_ P"' �'�7"•-� �r'.6�v� DateII Here Insert Name and Title of the Officer '�II personally appeared OLIrlren VC- `k 2- _ Name(s) of Signer(s) ( E D vC--- citi(x r tic 7avew r vtn�S - who proved to me on the basis of satisfactory evidence to be the erson(�{ whose nae]% Q�re— s5lpscribed to the within instrume t and acknowledged to me that�sluAp4y mexecuted the same in ajherkheh authorized capacity(i ), and that by9hrlth eeir signature on the instrument the persorJ4, or the entity upon behalf of whi 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 ha d official seal. ••. LORENA a BEeJMEN Nola,:PuDi c-calilcmia or:c:I my Signature ( .fes r:(3- �"`-- �� Comm E A!eitrn62 >- 9 My commsrprealw4mn i Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Docu a -nt -7 / Title or Type of Document: I _ C/ FO)'GJ✓ — Document Date: JL-4CCFY.4- (" ,9-44_ _ Number of Pages: / Signer(s) Other Than Named Above: ,..dam Capacity(ies) Claimed by Signer(s) i_ Signers Name: /. '1'T7'w� Ve/-77 Signer's Name: 142Corporate Officer — Title(s): 066 L Corporate Officer — Title(s): I Partner — J Limited J General l Partner — Limited E General fl Individual 1 Attorney in Fact Individual I -Attorney in Fact fl Trustee Guardian or Conservator Trustee f Guardian or Conservator I Other: _ I Other: Signer Is Representing: Signer Is Representing: i-c-zx--cc:c :�z-rc c.Sz c^u>ccFF.zu.NNc�-z.:.c.:cec.�c^c-cr-.-NO<z .ececr ©2016 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 BIDDER: Superior Pavement Markings 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,laborer 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 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 BIDDER: Superior Pavement Markings Inc • 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: NONE 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. 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: Superior Pavement Markings Inc Ij 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: _ !I 1, City 01 Irvine PO BOX 19575 Irvine, Ca 92623 Name and Address of Owner Byron Gemmell (949) 337-7019 Name and telephone number of person familiar with project $350,000.00 Citywide Restriping On Going_ Contract amount Type of Work Date Completed 2. City Of San Dimas 301 Walnut Ave San Dimas Ca 91773 Name and Address of Owner john Campbell (909) 394-6270 Name and telephone number of person familiar with project - i $60,000.00 Citywide Restriping On Going Contract amount Type of Work Date Completed 3. City Of Ontario 1425 S. Bon View Ave Ontario, Ca 91761 Name and Address of Owner Roberto Perez (909) 917-9398 Name and telephone number of person familiar with project S65,000.00 Striping Maintenance On Going Contract amount Type of Work Date Completed 4, City Of Costa Mesa PO Box 1200 Costa Mesa Ca 92628 Name and Address of Owner Bruce Lindemann (714) 925-7410 Name and telephone number of person familiar with project — $240,000.00 Citywide Restriping On Going Contract amount Type of Work Date Completed CBF- 11 BIDDER: Superior Pavement Markings Inc SECTION 3 NON-COLLUSION AFFIDAVIT CBF- 12 _ I BIDDER: Superior Pavement Markings 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. V-2____ Signature Darren Veltz Typed or Printed Name CFO Title Superior Pavement Markings Incl Bidder Subscribed and sworn before me This day of Martin __,20_jQ 19,fa-„,ri, (Seal) --- -- -- - - ---- - Notary Public in and for roaemov yeuna.asaum n the State of California Hcw N s i smp2 mi 9fi3Ct Nyco ExPr J' 6,2021 My Commission Expires�i.un. 1p .202-1 CBF - 13 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 as+aut 4ccCarnr nCttaCceecO f,r..:.ccccscccr=.rtxctcecectoeecrcrcrr ssrcawrxa<5.—:C este e^,c;r. 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 Callfo9p is ) County of �%/��(/�(/Inl�/`L,9 ) / / On /UQ.YG�+ Zr d.0/N before me. LUY[1Lce, 3, rume — 1. -1i -RvA-'Jh/J Date l' H/e@re Insert Name and Title of a Officer personally appeared 1 ✓Y/,w ke /9? Name(s) of Signer(s) -7 E,O bk 21� ee pay-or-matAia,zn� who proved to me on the basis of satisfactory evidence to be the personese whose name(s1ypi- s scribed to the within instrume t and acknowledged to me thatd( ahefthey executed the same in is heWttretr authorized capacity(q��),and that b iQt•• - -'r signaturej$on the instrument the persongs), or the entity upon behalf of which the person0 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. eaENAe EERJMEN WITNESS my hand a official seal. NoiaryPub C l re Orarre Gorily /7 /L'1 Coma p :un6 /fie. ,. /1 / Jp fl 1 My Co*� E s' s.am Signature `(ecLK�L Notary 3-nt111-0^--- Signature •' Signature o/Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document N Ah� Title or Type of Document: N&!✓ C'Ol^a/y/�////���---��� N'V Document Date: 44)),kl- eev//Adl o'-- i =i Number of Pages: / Signer(s) Other Than Named Above: �&--- Capacity(ies) Claimed by Signer's) Sign�Name: ArreA „rei1-Z Signer's Name: LU-Corporate Officer — Title(s): CES 7 Corporate Officer — Title(s): I Partner — Limited I I General Partner — L Limited J General C Individual Attorney in Fact _r Individual II Attorney in Fact G Trustee -- Guardian or Conservator - Trustee -1.Guardian or Conservator " 1 Other: = Other _ Signer Is Representing: Signer Is Representing: z .ecx..^14%-vt ouctrcf--c 4. -c<6 ccflx.c.00ttcc�lzocu tuccx.cw : c.^r-c�-slux.clic. .^�.c^.x.<z^ccs--cvc; c-.cKrof.i.c-. ©2016 National Notary Association •www.NationalNotary.org • 1-600-US NOTARY(1-800-876-6827) Item#5907 / �. CITY OF ROSEMEAD itial? 7 y ADDENDUM No.1 To all prospective bidders under Bid Documents for the CITY WIDE STRIPING PROJECT Project No. 21005 1. You are hereby informed that the Bid Opening scheduled for 11:00 a.m. on Wednesday August 28,2018 has been changed to March 7,2018 at 11:00 a.m. The City of Rosemead will receive sealed bids up to 10:30 a.m. on March 7, 2018 and will follow up with publicly opening the bids at 11:00 a.m. Tim 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—4 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 ROSIiMEAD Date: February 26, 2018 By �� ' �I2afacl M. Fajardo P.E. City Engineer CITY OF ROSEMEAD ‘t, �'` ADDENDUM No.2 To all prospective bidders under Bid Documents for the CITY WIDE STRIPING PROJECT Project No. 21005 Bidders shall be licensed in accordance with the provision of Chapter 9, Division III of the Business and Professions Code of the State of California. Bidder shall have a Class "A" or C 32 license in good standing at the time Bids are received. The rest of Bid Documents as originally issued shall be used in submitting bids, and an acknowledgement of receipt of this Addendum Number I shall be entered on the page CBF—4 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: March 5,2018. i Y By Rafael M. Fajardo P.E. City Engineer J VZ-1--