Loading...
Bidder: Doja Inc. CITY OF ROSEMEAD JAY IMPERIAL PARK PROJECT PROJECT No. 41354 (Addendum No. 2) CONTRACT BID FORMS BIDDER. no j A 1-NC. CONTRACT BID FORMS • TABLE OF CONTENTS .• • • • SECTION I BID SCHEDULE 1 -q SECTION 2 BID DATA FORMS 5 2.A BID BOND 6 2.B LIST OF PROPOSED SUBCONTRACTORS 7 - 9 SECTION 3 NON-COLLUSION AFFIDAVIT 10 - 11 • • • BIDDER: }^ O T fl SECTION 1 - BID SCHEDULE CBF - 1 .= J A TNc . BIDDER: l BID SCHEDULE SCHEDULE OF PRICES FOR JAY IMPERIAL PARK PROJECT • PROJECT No. 41354 1 BASE BID SCHEDULE UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION j MEASURE I QTY. PRICE II COST 1 General Conditions LS 1 u 00 0 2 Mobilization LS 15-000 3 Disposal of Waste Materials j LS ! 1 25000 4 Grubbing and clearing LS I 1 7o oo 5 Remove existing Fence/Gate LF 1,130 including retaining curb, footings 20 22 (,60 per plans and specifications. 6 Earthwork per Grading Plans and LS I 1 Specifications 11:-/0, coo 7 Repair Existing Dirt Road. Remove LS f 1 and replace 12-inches of the existing and scarify 8-inches below '115000 to 90%relative compaction. (approximate 17,222 square feet) 8 Adjust Utility Valves to grade EA 20 (water,valves, etc.) 2""o yoC70 0 9 Install Erosion Control per plans LS 1 and specifications 2u, O o G 10 Purchase and Install all Picnic EA. 12 Benches 5000 6000 o 11 Purchase and Install all Exercise EA. 10 Stations ZZc c 22000 12 Purchase and Install all Trash EA. 6 Receptacles j Soo q 0 0 O 13 i Purchase and Install all Benches I EA. 1 6 Zi 0o l2 z C1 o 14 Install all 1' Earth Mounds per Plans LS. I 1 i and Speafications �j p, o 0 0 • CBF - 2 BIDDER: UNIT OF EST. I UNIT ITEM NO j ITEM DESCRIPTION MEASURE QTY. 4 PRICE COST • 15 Install Decomposed Granite path LS. 1 and Concrete Mow strip Edging per 1J , o 0 o f Plans and Specifications • 16 Install Concrete Mow strips Edging LS. 1 • Iper Plans and Specifications _ _ o cr o 0 17 Install Decomposed Granite paving LS. 1 pad around existing Edison Towers Zorn.) o 18 I Install Irrigation per Plans and I LS. 1 I Specifications I 3 So 19 Install Planting per Plans and LS. 1 I t Specifications % 6o co .... 20 Install soil prep per Plans and LS. 1 Specifications 2 Soo 3 21 190 day maintenance period per LS. 1 Plans and Specifications coo u 22 J Install all Electrical per plans and I LS 1 j specifications. 2 40 cJcJ 0 23 i Furnish and Install Bollards Per EA 48 SCE Standard Plans, Complete In c L/,3 -Z v,; Place as Shown on the attached ! , 100 detail. 24 Install Climbing Guards per SCE LS 1 specifications. Contact Randy D. Cormey SCE Project Manager (909)374-5660- randy.cormey@sce.com 25 Install water fountain as indicated EA 2 I on the attached detail including connection to new water meter. Verify exact location from water I; 1 So v 2("0 o c.. F purveyor.Contractor to install • pressure regulator and line size backflow up stream of fountain and 11 set in box marked drinking fountain. All water fountain shall be grounded per SCE Standard. I TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 7, l'4-'2 , 0 0 c I C) T., e r vAV -:- -11 .;,' 0 u-d-.1 `\ -C.V. ) iw,, -- Dollar Dollar amount in written form • CBF - 3 I BIDDER: 0 os f' \ N C • ALTERNATE BID ITEM No. 1 24 I Construct 6-Foot Wide Synthetic SF 16.080 Surface Pedestrian Trail yIncluding Excavation, Grading, Striping, Complete. See attached detail. TOTAL ALTERNATE PRICE (SCHEDULE BID PRICE):$ /3 2, Z • Dollar amount in written form 171 TOTAL BASE BID PRICE &ALTERNATE: $ S r' ) e •ti� i �j i,. .. c l��v ^c:)v�� r h1 e< —r L.v, Z 1 ‘'✓3 \-\h Dollar amount in written form ",k � > `N'r3k\- 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 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, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution,within five(5)Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton CBF -4 BIDDER: C.) O , A \cV C . Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s)in good standing;(2)evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts of five hundred dollars ($500.00) if project is not completed in ONE HUNDRED TWENTY (1201 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 BIDDER: 0O5 \N'C • I pq By: / S CO t,.7• MN2SIt1 ✓1 s�\vd • C ignatu e Business Street Address M✓A✓)\1 SSS n. Ovsk_gro , cin S \lct • Type or Print Name City, State and Zip Code Title Telephone Number 2- 2z - 20 ) 1 Date Bidder's/Contractoi's State of Incorporation: c =-. V\ {.p v r“m Partners or Joint Venturers: Bidder's License Number(s): 5-9 7 7 6 9 Department Industrial Relations Registered No.: /O00001575-0 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: i0 \ ' ' jC • SECTION 2 BID DATA FORMS CBF -7 BIDDER: Doja, 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 Doja, Inc. ,as Principal, and The Ohio Casualty Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of the Greatest Amount Bid DOLLARS ($ 10%of G.A.B. ), 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 15th,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 Contrail,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 9th day of February 20 17 Doa, Inc. / (SEAL)The Ohio Casualty) s J:nce Company(sEAL) Principal) Surety ,' By: By: Sign- ure Sig r ure of Attorney-In-Fact, Shills Lee Losino CBF-8 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except In the manner and to the extent herein stated. Certificate No.7391266 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire E.Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Stale of Massachusetts.and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Shilo L.Losino;Stephanie Shear all of the city of Woodland Hills state of CA each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings.bonds,recognizances and other surety obligations,in pursuance of these presents and shalt be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 9m day of June 2016 S. coV American Fire and Casualty Company suut- u. The Ohio Casualty Insurance Companym Liberty Mutual Insurance Company ngami West'merican Insurance Company 0 N 0 N or ♦ ♦ By: AL ( a C STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary m « 1- COUNTY OF MONTGOMERY c N oo W On this 9th day of June 2016, before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and U F O m Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do. >,N 5 N execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer W a, > IN WITNESS WHEREOF,I have hereunto subscribed m name and affixed my notarial seal at Plymouth Meeting Pennsylvania on the day and year first above wntten. O 6 Z R pqa COMMONWEALTH OF PENNSYLVANIA v /l to mel 9 ap0. p :c. Notarial 4 I /14Zp0 ) iy I ., Q4 c ii Teresa p Notary Public By: /T` �'^' O ON yc mTem M g county 20 Teresap fella,Notary Public C yet la MyC E MarchY8.2pP ; rp y0 '4��^' .,.o member Prasya 1a aaneeten ci Notanas 0E O.a o This Power ofAttorney y Mutual made and executed pursuant to an by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance yr, O Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in lull force and effect reading as follows'. 7.9 a, dri tom ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject o C to such limitation as the Chairman or the President mayprescribe,shall appoint such atlorne o i an suretyr-tobli as may Such necessaryy to act in behalf to the Corporation to make,nair execute,seal, 1S E.E acknowledge att aneyashall Severely poyerta bl Oddtee undertakings, ,mete recognizances andd exher don obligations suc. instrumentsenatoaattachjtheeoMehe nsealof thehet forp'Irtion.f Whenhen11so 9G E y powers of attorney,shall have full power to bind the Corporation by their and attestede and execution of any y Anypow and to attach thereto the seal of Corporation. so > m W` executed,such instruments shall be as binding as if signed by the Presidenthand to by the Secretary.Any power or authority granted to any representative or attorneyrn-fact under >a 9 T the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority redf y N .o c ARTICLE t Ill-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president. E 0?> 0 and Subject to such limitations as the chairman or the president may prescribe shall appoint such attorneys-in-face as may be necessary to act in behalf of Pe Company to make,execute, " o oZ a seal,acknowledge and deliver as surety any and all undertakings,bonds.recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their c m 0respective powers of attorney,shall have full power lo bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 3 c executed such instruments shall be as binding as it signed by the president and attested by the secretary. 10-rq Certificate of Designation-The President of the Company acting pursuant.to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors.the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surely bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Gregory W.Davenport,the undersigned.Assistant Secretary,of American Fire and Casualty Company.The Ohio Casually Insurance Company.Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. rr IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this ��� day of /-m/ L.h.' ' ,20 j . =1906 O ^1991 By: F'✓K! Gregory W.Davenport,Assistant Secretary r 151 of 250 LM9 1287] 122019 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California ) County of LOS ANGELES ) On a, , /2(, / l before me, GAIL L. NICHOLSON, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared SHILO LEE LOSING Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. GAIL L.NICHOLSON E rant- Notary Public California [ WITNESS m nd and official seal. i'ys',. .. i Los Angeles County i �� �"4�� Commission M 2153617 a i My Comm.Expires Ms _9.2010 Signature `r aTallo • 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 Document Title or Type of Document: _._ Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer —Title(s): ❑Corporate Officer — Title(s): ❑Partner — 7 United H General ❑Partner — ❑Limited ❑General H Individual ❑Attorney in Fact ❑Individual ❑Attorney in Fact H Trustee ❑Guardian or Conservator H Trustee ❑Guardian or Conservator Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 BIDDER: C.) yNL . 2.8 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 Bidders 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 1, emergency or necessity, and then only after Owner approval. • CBF -9 BIDDER: O A ACV C . 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) rOupiicate Neq 2 pages r needed for Raring additional subcontractors n Name and Location Description of Work of Subcontractor to be Subcontracted t= 'tC",V Name: CutQ (Ii: h(e-clvte- Address: 1'3) Lig Peer ,...do A✓e. CAikr✓t ct License No.: '/c-7 tc Department of Industrial Relation Registration No. roc rnni tit. G't • Name and Location Description of Work • of Subcontractor to be Subcontracted 5 ik .-l-,tit Name: obe - ccn Etc Sur C-. S"v f ,F,.ecs Address: License No.: 4 6 7 91 / Department of Industrial Relation Registration No. /o n r,. v 2.10 Name and Local-ion Description of Work of Subcontractor to be Subcontracted c�c.l� Name: D� Address: t47 v✓' a-o- ( 6 C Ir."(A, re- LicenseNo.: FI47 907 Quo-`^ v"-`-`'N Department of Industrial Relation Registration No. /0000 I (41"-/ �{ Name and Location Description of Work of Subcontractor to be Subcontracted r' o'r CYc-4C . • Name. CAvCvn i Address: License No: 1 ?, S'S"v Department of Industrial Relation Registration No. 1 o Doo t 32 G Name and Location Description of Work of Subcontractor to be Subcontracted Name. Address: License No. Department of Industrial Relation Registration No. CBF- 10 BIDDER: t J U 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: 1. I- 4CC D 7,e- . Name and Address of Owner (gt0 ) 5'6 9- 11 SS Name and telephone number of person familiar with project til dor c) t-) C)cw o .- - z� Q V.54 c.rr.5 Contract amount Type of Work Date Completed 2. M S 4C1) - COC Aop Name and Address of Owner Name and telephone number of person familiar with project // ‘(-“-,, vo.- - S \--5111, »v.SAm-Lc/Sc.:C . Contract amount Type of Work Date Completed C 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: C) CM \\�C SECTION 3 NON-COLLUSION AFFIDAVIT CBF - 12 BIDDER: 'Vfl 1wc • 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 coil -be or sham bid. 'Signature M UAL) Typed or Printed Name Q-.MU Title Q c . Bidder Subscribed and sworn before me This Or day of (-c-\29YJcw , 2011-- (Seal) , 7c,6,\A_ cti,c /2, /20 Notary Public in and for the State of California My Commission Expires:y"rcty ? - ."A -2 t J CBF - 13 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE§8202 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. Fl See Attached Document (Notary to cross out lines 1-6 below) r See Statement Below(Lines 1-6 to be completed only by document signer[sj, not Notary) Agere, Signature of Do - ent Signer No. 1 Signature of Document Signer No. 2(if any) 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 Subscribed and sworn to (or affirmed) before me County of L-C C on this '"--A-s k day of .--b N"� , 20 i by Date Month Year (1) Jv Li Yin) i, SS lin ,J-T _A A. A A A. AAA A A A .,y- JESSICA LEON L Al COMM.42069057. (and�(2�-�� fir( os}ch4.it no ri Public c rtorna Namefsl of Signers LOS ANGELES COUNTY A v--,` . . , proved to me on the b satisfactory evidence to be the pars wh. appeared b- : -. Signature _ - Seal / Signature of > 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 \fay. — Co JS;oh 1_ tt • Title or Type of Document: A I( i A ',..r fF Document Date: Je�'N`721 it/Zo 17' Number of P +I h t Signe,1 sf Other Thbn Named Above: o a rh-s2-.-- 5 \ y /,r-or S a,c<:ra-w..- - I CIAWz,:10VOMA XSorar:xnu:-cmcW—:ccc-rsezw;PUCAX, u^csx:r CC—(Pga1 ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item 45910 SANDRA MAYOR:ARMENIA City of RpsemeaW MAYOR PRO TEM: PGuv Low 8838 E.VALLEY BOULEVARD P O BOX 399 COUNCIL MEMBERS: '+ � ROSEMEAD,CALIFORNIA 91770 WiwAMAwRcary TELEPHONE(626)569-2100 MARGARET CLIIL< FAX(626)307-9218 S MVEN LV February 13, 2017 CITY OF ROSEMEAD ROSEMEAD,CALIFORNIA ADDENDUM NO. 1 JAY IMPERIAL PARK PROJECT PROJECT No.41534 To All Prospective Bidders: Please note the following revisions on the specifications for the above project: 1. You are hereby informed that the Bid Opening scheduled for 11:00 a.m. on Wednesday February 15, 2017 has been changed to February 22, 2017 at 11:00 a.m. The City of Rosemead will receive sealed bids up to 10:30 a.m.on February 22, 2017 and will follow up with publicly opening the bids at 11:00 a.m. The Addendum No. 1 forms a part of The Contract Documents for the above project and shall supplement or supersede reference sections of original specifications. This Addendum No. 1 must be signed, acknowledge on Page CBF—5 of the Contract Bid Forms of the Specifications and submitted along with the Bidder's Proposal. BY ORDER OF THE CITY OF ROSEMEAD Date: February 13,2017 lel By. Rafael ✓ ajardo P.E. City Engineer Acknowledgement: Company: D� v�� Bidder: fV\VA"1':3 -3- Title: fv 7/4RNI n Date: rt.% / 2 , tc 1'l MAYOR: City of l psemVWM $AtDRA YOR: ENTA MAYOR PRO TEM: Pour Low � I '! 8838 F.VALLEY BOULEVARD P.O BOX 399 Vy COUNCIL MEMBERS: i::2` ROSEMEAD,TELEPHONE CALIFORNIA91770 WILIJAM ALARCON - TELEPHONE(626)569-2100 MARGARET CLARK FAX(626)307-9218 smvEN LY February 15,2017 CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM No.2 JAY IMPERIAL PARK PROJECT PROJECT No.41534 To All Prospective Bidders: Please note the following revisions on the specifications for the above project: 1. There are only 12 Light Poles. #KCT2.10-K118-EDISON-REVA, 240V. WI 10' DECORATIVE POLE. SEE DETAIL"A/E-1" 2. On plan sheets 4.01 8 4.02 for Planting,There is a Symbol called out CHI (46 EA), which there are no description on the legend stating the Botanical name and size of this plant. Please clarify? Cercis occidentalis?Western Redbud-multi 24" box and this is however on the plant legend. 3. There are a couple of Remote Control Valve Symbols on drawing 3.01 (attached) at the south east corner of the job site with no valve size. Was this a typo en-or? Please clarify. These are extra symbols which did not get picked up. All valves seem to be accounted for please move quick coupler from these symbols to next to Valve A23. 4. Per Irrigation Legend the Main Line is to be a Schedule 80 PVC Pipe but don't say anything about the fittings it we could use Schedule 40 or Schedule 80. Please clarify. All fittings shall match Pipe schedule. Jay Imperial Park Project Addendum No.2 Page I oft 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, •By 7, �M. Fajardo P.E. City Engineer Acknowledgement: Company: � C7'c. c v'.c Bidder: ,A � ✓r✓_ > �� The: ��-^^.._ Date: 2 — /5"- 2 o I 1 Jay Imperial Park Project Addendum No.2 Page 2 of 2 City of Wpsemeal( MNDRAA MAYO ARPPRO TE MAYOR TFM: PoLLY Low �iir 8838E.VAI A.FV BOULEVARD P.O BOX 399 COUNCIL MEMBERS: 'LL,�`A ROSEMEAD,CALIFORNIA 91770 WILLIAM ALARCON TELEPHONE(626)569-2100 MARGARET 0.,w: FAX(626)307-9218 STEVEN LV February 16,2017 CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM No. 3 JAY IMPERIAL PARK PROJECT PROJECT No.41534 To All Prospective Bidders: Please note the following revisions on the specifications for the above project: 1. The following Bid Item 24 shall be deleted from the Base Bid Schedule and not included in the total base bid price. UNIT OF EST. i UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICECOST 24 Install-Climbing-6uards-perSCE LS 3 �__ 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 an Page CBF - 5 of the Contract Bid Forms of the Specifications and submitted along with the Bidder's Proposal. Failure to acknowledge receipt of addendum will disqualify the Bidder. BY ORDER OF THE CITY OF ROSEMEAD Date: February 16,2017. Very truly yours, By > afael M. Fajardo P.E. City Engineer Jay Imperial Park Project Page 1 of 2 Acknowledgement: Company: l) C 1c \yN5__ Bidder /V) 1./A; Title' / m� Date. 2 — r1 - 11 Jay Imperial Park Project Page 2 of 2 w Cu w In J Z Z Z itin ff J- a 0 W 2 W H CD m _ _ 0 W CC W } m I— cor N m Z = W Lu = f— < woo Z mi c..) Li � W ; Wm ZQm www � ¢ ¢ � n›- E2 mom . �, m � � � N mea mow wcn � � C) ¢ o m m '-CO W W Z - 0 ° CD Ci) 1 rtea � � > W W cot. N 0 t �� 0 ?CC CON Z Z U O L¢L eit _ 1 1 co I I d a o K 0 0 U 0 01 2Q -d Z F = d N id re O N La, N V z > > N }, W �z a 90 a8 � �J Zmz � mQ K V OOW 4 J K LL yO l oaZ, O O0YQ J 29- 2 N O o f w 1 ¢ = i co R' 1 ¢ I 0 2 N U, N m 0 L7 p Z N U, N m N \ O N Zi zZ woo- W Z3 2 ¢0 1- z y w 6 X SUW z ywwOGW Go o0Wz 2 � o- 1- c azo m - "u WW O 0 � w < mW � S¢ 3 oW �I JHI I I-II-SII U w a4 0 a of a o �- w 1" II-11 I . - wu¢ < oo `ra < 3o i� o Wyii H1 II-IG ! zo moz > a o2 = an U2 ma0 < OM -VI _ 'IF-F1- 0 III I 1 II 1 rell :lig I Int-1191 Hsi II e1 III IFIy I I �fintalir � z !_ .111S 4 ':.. . \ Ls.; \ {feweraYA�vIF n.`n®\�\ A NI j »� Ick -i ler � 0 � z �' �1 �INo liti iitils— Z,LMW IS ilu ` 11 11 li .1 fir -II A, J,- 41.rw Niss a J a Ntri zaz - c as � „ _Z Z R 3 U a St o a K w ' # N z > oimo w � N 1311n0 wW Q wo Q o= o N nods Ol ? 3 ZQUa g J C 1J 7 ONJZvO gWWcc Z _ � K ��V ,Z# J JN Z O J w U7 W U O y Lit N 1- =r=.2 o Z < O D z s3 v, �_ � oo nwo Jo dol of0 000ZoZon oQ zo �z" A;m 01, Zs Li- _, Jz ¢ N g z I° W 6p� W WG 4Z Sow • / 1� z t zI.- < N&Li Oirri3 PM-00 3 Z UIW t ; :S.4n Z U 4 CO CO Z 2 wL W W La Z R • K▪ < wa r • re Y �1 - € N ... ... Z`^13 t o Wa co W J I U LL- pNWNw 2 �� � : Qa- m�mNZ zip Zv p_. �LL O U a UNd U j5 N > � N LLJ Z ION � � N o3 �d N LV 0 ACO a x I N M U 3 t n 0 i TEM DFSCRIPTIQN 0 0 5" DIA. STD. GALV. PIPE, 7'-0" LONG (PIPE TO BE FILLED WITH CONC. , PRIMER SUITABLE FOR GALV. METAL °s AND PAINTED "TRAFFIC YELLOW" FOR t OUTDOOR EXPOSURE (PIPE EXPOSED TOP VIEW TOP PORTION ONLY) THIMBLEYE, 2" DIA. X 4" LONG GALV. STEEL ki MATERIAL FOR ge BOLT . cv W (JOSLYN J-6551 — OR EQUAL) — -- _ . � i 3/4" DIA. SQUARE Q -- HEAD BOLT (GALV. 1 W/ SQUARE NUT (INSTALL BEFORE gp6 GROUND LINE --- FILLING W/ CONCRETE) 6b h ) N- 110 Ja = ,/ll� . ���„ € CONCRETE , 1 • /, I 3 EA. "0 x O'-4Ih o r MINIMUM •` J '" / STUDS EQUALLY W tg DIMENSIONS - ` SPACES (TYP.) y El M Q c :l a o s NOTES: 1 . CONCRETE 2500 PSI @ 28 DAYS. z 1 '-6" 2. ANY DAMAGED NON-PAINTED SURFACE w - - SHALL BE COATED WITH GALVANOX TYPICAL INSTALLATION TYPE 1 . w 3. PIPE SHALL BE INSTALLED PLUMB cc o : AND STRAIGHT. Location: SYS-FM BOLLARD PROTECTION FOR SECONDARY LAND USE Jewe GW,QRAU E DISON An EMSON INIBFNATIONAL Company 0 SECONDARY LAND USE P.M. No Revisions Mode I .D. D/L M55569-0 S3 0 ll LL4.009-A Moe 4I116 4