Loading...
Bidder: CA Landscape and Design Inc. CITY OF ROSEMEAD JAY IMPERIAL PARK PROJECT PROJECT No. 41354 (Addendum No. 2) CONTRACT BID FORMS BIDDER:CALFDaw+,AuPE A Offcct v WC, CONTRACT BID FORMS TABLE OF CONTENTS SECTION I BID SCHEDULE 1 -4 SECTION 2 BID DATA FORMS 5 2.A B1D BOND 6 2.B LIST OF PROPOSED SUBCONTRACTORS 7-9 SECTION 3 NON-COLLUSION AFFIDAVIT 10 - 11 • BIDDER'. CA4F0/2t4hA L /41%OWE .ir 411-476! WC • (SECTION 1 - BID SCHEDULE • • • • • CBF - BIDDEN. _cAa,"L4A___LeA Z C t j. Or=.WQd/ NC BID SCHEDULE SCHEDULE OF PRICES FOR JAY IMPERIAL PARK PROJECT PROJECT No. 41354 BASE BID SCHEDULE UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 General Conditions LS I 1 t3,ap 8$r(.YC- 2 Mobilization LS 1 PC DO 73•DC. 3 Disposal of Waste Materials LS 1 /6, I6,Co - 4 Grubbing and clearing LS 1 24Dd0-1 20,ON- Remove existing Fence/Gate LF 1,130 /D— II,?OD- including retaining curb, footings per plans and specifications. 6 Earthwork per Grading Plans and LS 1eitlr y 1 69 04 Specifications j I 7 I Repair Existing Dirt Road_ Remove I S 1 574Cy' I 578db- and replace 12-inches of the r existing and scarify 5.inches below - to 90% relative compaction_ F (approximate 17,222 square feet) S Adjust Utility Valves to grade EA 20 300 - l 6,odd - (water, valves, etc_) 9 _ Install Erosion (Control per plans LS p 2.ciodb-I 2S,Cdd- and specifications ' Pana d Install a Perna eF _ 2,/y;_ 2C,2 - 1 Bench s ...... . .. . ..............- ii I Purchase ell'i Ire tall alII Exercise LP it' Ig&- /8,COO Stat one 12 PIECIItDSe. anl Irraillall1 lash Ea /./dd- 6,6Ud' __ and Insall all Receptacles Purchase BunchesLr e l,3dr 7,80e- i I Install alll frl t Mound: per Piens I LS 3Q ROO- 39 Nu - ns - J GDF- 2 BIDDER: _CAL/FLY3N/A ..st, CAPE A- Mailal NC UNIT OF EST. UNIT ITEM NO. L ITEM DESCRIPTION MEASURE QTY. PRICE COST 15 I Install Decomposed Granite path LS. 1 42 ft}- lito,✓. - and Concrete Mow strip Edging per Plans and Specifications 16 I Install Concrete Mow strips Edging I LS. 1 2111,8082 2A,Jc'J 1 per Plans and Specifications 17 r Install Decomposed Granite paving LS. 1 3l,SUJ- 3I,5150 — pad around existing Edison Towers 18 I Install Irrigation per Plans and LS. 1 H8,DC0 P PIZ,OaG- Specifications 19 Install Planting per Plans and LS. 1 135,DA" /35,aO- Specifications 20 Install soil prep per Plans and LS. 1 15,660- )S,coo Specifications 21 1i 90 day maintenance period per LS. 1 1 5COO_ Si 000 Plans Specifications C 1 stall all Electrical per plans and LS 1 specifications 23 i Furnish and Install Bollards Per EA 48 St8- 1!/,088- I SCE Standard Plans, Complete In Place as Shown on the attached I detail. 24 I Install Climbing Guards per SCE I 1 <77AJ14 0 tem, flat specifications Contact Randy D. i Cormey SCE Project Manager {s)N N9 .5) (909) 314-5660— I randy.corrney@sce.cAm 25 Install water fountain as indicated 1LA 2 ., Dpu_ on the attached detail r rding 14'008 connection to nevi water meter Verify eyourIx-.n r frni to purveyor contractortr I1 M pleasure regulator and line Sin backflor.i up sir roan i of forrntairi end set in hex marked drinking fountain. - All water fountain shall oo grounded pe :11- t and-r I Poi-;L C3i53E I) PRICE (SGIIF.DIJI '. 3ID PRIGIrt .. /f2 ?,26'_ k' WG finith.)st j A x:41 i21170Ztt'7fio Z* F/!IC'.j1100,fla'..Ages, _ . 1ollar amount in written loan 1 BIDDER:.C4 r e L242.2 r A OeS/6://NC, ALTERNATE BID ITEM No. 1 �- 24 ' Construct 6-Foot Wide Synthetic SF 16,080 h- )Q2, qbt- Surface Pedestrian Trail, Including ' Excavation, Grading, Striping, Complete. See attached detail TOTAL ALTERNATE PRICE (SCHEDULE BID PRICE):$ H2 CIA) - i°WF flu4oitP.6flnftzyLJ2aaNiNF imm S/147rj POC"(S: Dollar amount in written form TOTAL BASE BID PRICE 8 ALTERNATE: $ ;517 " if Line Dollar amount in written formd7F77 GOW_at 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 he added to or deducted from the Total laid 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 he considered the Tota 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 Irrviting Bids from and after the bid opening date, or until a Contract tor the Work is fully executed by the Owner and a third party,whicheveris earlier [he undersigned also agrees that if there is a 11 cr pansy between the n '.ten amount o=the Bid f ric.,and The numerical amount of the Girl I the written amour t -hall govela- hrtacnod twee) is . ... .ra; J cirri. otraD .J. . I. bid bond in the :Rnrmrit. ci t1 r_Dollars ($)q,i�ffiii)said e rnou i heir not less th { rcant(10%) of theIota! Bid Price. The undersigned ar roes that cahi amount shall be ratain ad by the Owner if, upon award, we fail or refuse to a cute the Contract and furnish the required bonds, certificate; and endorsem_n, >or insurance and other c .itifiestior within 'ulc tiins onidod. If awarded a Con-Pate theundoisigned agrees to execute the t. dual Poi itrest, which will be nepared by the Owner tor xecution within five(5)Calendar Days tel ih o Etter of Award n]r th_tentract, and will delver to the Own r within that some period thc necessary iyinal Certificates of Insurance, Fndersements of Insurance, l>erfrrmance Bond, Payment j7iond and all other documentation end certit :Aim] reyu red by the Contract The under i9n ed offers and agieae that it this bid is -cceptad, it will assign to the purchasing body all i lghta.. fitl and interest in and to all causes of action it may hdve undo(undor Section 4 of the Clayton • CBI= -4 BIDDFR'. CalORAm liWescOliat „t- as/Co"Arc 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 goad 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 damage s shall apply to this Contract in the amounts of five hundred dollars ($500.00) if protect 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. J 2_? --_— -- The Bidder understands and agrees that the Fetal Bid Price is inclusive of all Tabor, 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 aid Price a con oeneaiion in fall fuer ail Work under the contract. CB; r i CAtgFgvd/A Groatarc#a BIDDER: S f-46t1 Arc. By: 273 /1. 4tzaat.1 *VCMUG Signat,fie Business Street Address .:,aS� �. (:Alco, aL Ltfta, C'h 9/784. Type or Print Name City, State and Zip Code PRCSiot=af (foe) e/411... IE.D/ Title Telephone Number 4MS/1017 Date Bidder's/Contractor's State of Incorporation: C.4L/f-0/2v/A Partners or Joint Venturers: ,V/A i Bidder's License Number(s): 567147 Department Industrial Relations Registered No.: /0000 151-6C3 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 fu10 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: CAC(/'OtZivi4 L,P'NL^re sie I itt6gt.i is SECTION 2 BID DATA FORMS CBF-7 BIDDER: CALIFORNIA I ANDSCAPF & DESIGN, 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 CALIFORNIA LANDSCAPE&DESIGN INC ,as Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of **Ten Percent(10%)of the Total Amount of the Bid** DOLLARS ($10%**************************), being not less than ten percent(10%) of the Total Bid Price;for the payment of which sum will and truly to be made,we bind ourselves, our heirs, executors, administrators, successors,and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the JAY IMPERIAL PARK PROJECT as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated February 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_tag day of February, 2017 INTERNATIONAL FIDELITY • : . 1 a . t - Rrigs rrN Ik(6EAL) INSURANCE COMPANY (SEAL) Principal Suretyca By: / By: .,. i r. Sign ure Signatur:gy . . - . . . Gregory ettinger • Attorney-In-Fact J'Dsep M cliaPt A 772CA DOI License#0652655 •ar CBF - 8 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 CaliforniAColorado County of Arapahoe On February 15, 2017 before me, Melissa Marie Miller (insert name and title of the officer) personally appeared Gregory Hettinger 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 CalifomiarW itittoregoing paragraph is true and correct. WITNESS my hand d official seal. MELISSA MARIE f LLER 49/PLBLIC STATE O" ` "800 ' eri ficeton#2O09C3 0:3 Signature u (Seal) Tel (973)624-7200 POWER OF.ATTORNEY... INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of New Jersey,having their principal office in the City of Newark,New Jersey,do hereby constitute and appoint GREGORY HETTINGER Greenwood Village, CO. their true and lawful attorney(s)-in-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed,required or peritted by law,statute rule,regulation contract or otherwise, and the execution of such instrument(s) in pursuance of these presents,shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes,as if the same had been duly executed and acknowledged by their rPower of yegularly elected oficermays at their principal officesThi . byd authority By-Laws COMPANY and ALLEGHENY CASUAis executed LTY COMPANY andbe isgranted undursuant toer nand by uthority of the following resolutionladopted NbyL Ne Bolard of DirectorsTY E of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 20th day of July,2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August,2000: "RESOLVED,that (1)the President,Vice President, Chief Executive Officer or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of,Attorneys-in-Fact or agents with power and authority as defined or limited in their respective powers of atorney,and to execute on behalf of the Corporation and affix the Corporation's seal thereto,bonds,undertakings, or limited ins, contracts of indemnity and other written obligations in the nature thereof or related thereto; and(2)any such Officers of the Corporation may appoint and revoke the appointments of joint-control custodians,agents for acceptance of process,and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation;and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond,undertaking,recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with Phe same force and effect as though manually affixed" IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 31st day of December,2015. ,oITY1r�r STATE OF NEW JERSEY 4cP$UACT1' yN© PP 0kSs 4 rl Countyof Essex S� �ot 4i G SEAL M n. �r -G _�"ti'__t- ur 1936 n Y y �y,1BP4 C) ~ K '# vit1ER5 *o /� d3 $a ROBERT W.MINSTER. 4 ilP/ r I�� Chief Executive (International Fidelity it, Jefs Insurance Company)and President(Allegheny Casualty Company) On this 31st day of December 2015,before me came the individual who executed the preceding instrument,to me personally known,and,being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, ,,,, at the City of Newark,New Jersey the day and year first above written. �sstoy� ' tit: ^{ vvF n7 �o�' zs 5i c A NOTARY PUBLIC OF NEW JERSEY °-y 9 -°!!uvo". '�9 My Commission Expires April 16,2019 stip GF NEW] ""^f„,I.n”` CERTIFICATION I,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, T havehereunto set my hand this 15th day of February , 2017 MARIA BRANCO,Assistant Secretary BIDDER: • 04. '. v. '40 b ocsCr✓ /NC, 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 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'. C.44fORNM I tJ&NQ 'P Z J7N/CaV INC 2.B LIST OF PROPOSED SUBCONTRACTORS(continued) [—Duplicate Next 2 Pages if needed for listing additional subcontractors*1 Name and Location Description of Work of Subcontractor to be Subcontracted riyDR,o;icZr7iu6 Name: 2.1VORO4•PROu7 INC. Address: 5460 A f;oA f7F UR14E, eJSC 40lAOO CA 91039 License No.: 581303 Department of Industrial Relation Registration No. 1000005(7/ Name and Location Description of Work of Subcontractor to be Subcontracted tLL gm C41. Name: GF CC-C:7R/C Address: y229 cher sr /21Wt2&6tt', a License No.: 3tDin Department of Industrial Relation Registration No. AU0171Ct Name and Location Description of Work PE275f w.rA, T~2. of Subcontractor to be Subcontracted RS JiylFkfG2L'- Name: /Y0 FnuLY S/Tyt7 Gzscwo 61-C Address: 273 u 2'e2.4.Nrt6 fl/W ut- 4+urnf, $WZ'nt7v0r CA 914pg License No.: 990/36 Department of Industrial Relation Registration No. /OO&)0s139 Name and Location Description of Work of Subcontractor to be Subcontracted CowanA/W., /4Z1twf77O✓• P2wv77u2.• t AP2A/tr,Pe34,012e1.2. Name: CAUf2e-AMI Lrso 2V M t t4 oc PNAJ6�4A.�� O Y� Address: 173 Al ,3IDdtro✓ e✓cMK• l4nLm0/a CA 91786 License No.: y62/4C Department of Industrial Relation Registration No. iOCC0163D3 Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. CBF- 10 BIDDER: CAL/1:4QMIA LAILW OWE .9tt e, . 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: .17) f 1. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 2. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 3. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 4. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF - 11 BIDDER:4!4 AA L tZ 1 CAPE d. OAP/Ca/CYC SECTION 3 NON-COLLUSION AFFIDAVIT CBF- 12 CAL/PQ AIA AA'N(�sCfl BIDDER: - I7Etiy�id /Nf, 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, pctcompanyte a collusive iv association, amorganization, biddepository, or to any member or agent thereof to effectuate a collusive or sham bid. Sign-tur-V" a,'" Type,. or Printed Name Title rermaceledm Lmerrg1 sL .acv N6 Bidder Subscribed and sworn before me This__day of (Seal) Notary Public • I arid for the State '• California My s.mmission Expires. _ _ See vol 04 J ,1rAt CBF - 13 California Jurat Loose Certificate A notary public or other officer completing this certificate verities 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 CaliforniAm County of /01 vICUrei t nD } ss. Subscribed and sworn to (or affirmed) before me this ISI day of felwln42— 2 4 by d -c45 M C;a C3A,c7n d r. proved to me on the basis of satisfactory evidence to be the person(%who appeared before me. Seal Notary Public Si ere fMISTY TRINITY BISSMAN1 ft,s; COMM.#2107552 z- 2 2 j`NOTARY PUBLIC-CALIFORNIA Z % SAN BERNARDINO COUNTY {{ t My Comm.Exokn AWN 18,2019 S Optional Information + To Ldp prevent fraud.it is momnmended that you provide Information about Wo attached doonment below. " Thls Is a9 requited under Calitornia State notary public.law Document Title: #of Pages: Notes £2014 Golden State Notary.Inc. www Notary ner 1888)263-1977 It e yr [-hill-1'74 CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM NO. 'I JAY IMPERIAL.PARK PROJECT PROJECT No.41534 7o All Prospective Bidders; . , , r -iN ,r ,nn+ r-knre ter the atone Irnisck I. lou are hereby intormed that the Bid Opening scheduled for 11:00 am. on Wednesday Pe4uuary 15, 2017 has been changed to February 22, 2017 at '11:00 am. the City of Rosemead will receive sealed bids up to 10:30 a.m. on February 22.2017 and will follow up veth publicly opening the bids at 11:00 am. 137 t; f Fit C,r l Ht=r +I f CI- tp`11317:11 Cl L/PO/20VA LANtAiteggi -4 PEQ4cj/N(„ cesep/ At CA[:L44 JP 03,!11123/7 MAYOR: C� r of semeWK SANDRAMAYOR: MAYOR PRO TEM: j1 ` Poll-1 I. is cf 8838 E.VALLEY BOULEVARD P.O BOX 399 R09P.MEAD,CALIFORNIA 91990 COUNCIL MEMBERS: WRI, ALARNN � TELEPHONE(626)569.2100 en�rto MARGARET CLARK FAX(626)307-9218 STEYENLY 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"AIE-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 occidental's/Western Redbud-rnulti 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 fillings if we could use Schedule 40 or Schedule 80. Please clarify. All fitting; Shall match Pipe schedule. Jay Imperial Pack Project Addemlunl No.2 Pace I ort 5. Per specs and details Cover Mulch is to be installed after planting. Can you please tell me the depth required? 2" shredded redwood shavings. 6. Attached Contract Bid Forms(Addendum No.2)supersedes the previous Contract Bid Forms. The Addendum No. 2 forms a part of the Contract Documents for the above project and shall supplement or supersede reference sections of original specifications. This Addendum No. 2 must be signed, acknowledge on Page CBF—5 of the Contract Bid Forms of the Specifications and submitted along with the 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, e--�---\ ' Rafael M. Fajardo P.E. City Engineer Acknowledgement: Company: CAGpoRmA rawfJc oe Atc, Bidder: a /_n ciacetA.: . Title: ,D-u;airtre • Date: e)4)312617 • Jay Imperial Park Project Addendum No.2 Page 2 of 2 11 City of&semea r MAYOR SPNCRAARMeMA ®� MAYORPRO'1'i.M: Pony Low 8838 E.VALLEY BOULEVARD P.O BOX 399 ROSCOUNCIL MEMBERS: , TELEPHONEMEAD,CALIFORNIA91770 MARGARET ALARCOH - FAX(626)30(626)569-2100 MARGARET CLARK FAX(626)307-9218 STEVEN1S 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 bld price. UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST specificattans,Gentacot Randy-D, 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 Forums 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. II Very truly yours, 7 � By afael M. Fajardo P.E. • City Engineer Jay Imperial Park Project Page 1 of 2 Acknowledgement: Company: c4ttr GwiJJA Lstilir°I E .4 �JYCNv,WC, Bidder. Jtss 'H Al. 4ae-e n T�7 Tige: yaEdio�7dY i Date: —f12�12_2c_(7 1 Jay Imperial Park Project Page 2 of 2