Loading...
Electro Construction Corp.BIDDER. Electro Construction Corp. SECTION 1- BID SCHEDULE CBF - t BIDDER: Electro Gonstruction Corp. BID SCHEDULE SCHEDULE OF PRICES FOR ROSEMEAD PARK IMPROVEMENTS PROJECT BASKETBALL COURTS PROJECT No. 41020 TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ Cl /F 1I, /IllpkG/ NFNPY5,741D L/2yk E 4) Dollar amount In written form Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashiers check or a bid bond in the amount of 10% of Bid 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. CBF -2 UNIT ITEM NO. ITEM DESCRIPTION UNIT QTY. PRICE COST 1 Clearing & Grubbing per plans and LS 1 0 $1,000.0 1 $1,000.00 specifications. 2 Disposal of Waste Materials. LS 1 $ 500.00 $ 500.00 3 Remove, Dispose Existing, Furnish LS 1 and Install Lighting System as //p / / indicated on Plans and Specifications Complete. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ Cl /F 1I, /IllpkG/ NFNPY5,741D L/2yk E 4) Dollar amount In written form Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashiers check or a bid bond in the amount of 10% of Bid 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. CBF -2 BIDDER: Electro Construction Corp. 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 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. A14 The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -3 By: f4 Signature Rune A. Jensen Type or Print Name Chief Financial Officer Title Bidders /Contractor's State of Incorporation: Partners or Joint Venturers: BIDDER: Electro Construction Corp. 3021 Rowena Avenue Business Street Address Los Angeles, C4 90039 City, State and Zip Code 323 - 660 -4141 Telephone Number California Bidders License Number(s): 95881 C10 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) 3) If Bidder is a corporation, enter State of Incorporation in addition to Business Address If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corp(ration, partnership orjoint venture has the authority to do so CBF -4 0 I�������� ELECTRO CONSTRUCTION CORP. EN3wEEe5 • coNTAacroas uc ssaei UUVII IIIIIIIIIIIIIIIIII 3021ROWENAAVETUE ' LOS ANGELES, CALIFORNIA 90039 -2004 " " " "'• VYVYV �y FAX: (323) 660E211 April 24, 2014 AUTHORIZED SIGNATURES OF ELECTRO CONSTRUCTION CORP. Suzanne Jensen — President John S. Everson — CEO Horst G. Drexler— Vice - President Rune A. Jensen — Chief Financial Offic Yvonne Everson — Secretary Jay Adams — Field Resource Manager BIDDER. Electro Construction Corp. SECTION 2 BID DATA FORMS CBF -5 BIDDER: Electro Construction Corp. 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 Electro Construction Corp. as Principal, and The Hanover Insurance Company as Surety, are held firmly bound unto the CITY OF ROSEMEAD Shereinafter called the OWNER) in the sum of TEN PERCENT THE AMO NT BID IN---- *'• ^••••' " " ^ ^ ° ^ ^- • ^ ° ^ ^ ^ ^••• ^ ^ ^ ^ ^ ^ ^• ^• DOLLARS being not less than ten percent (10 %) of the Total Bid Price; forthe payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the ROSEMEAD PARK IMPROVEMENTS PROJECT — NORTH PARKING LOT LIGHTING REPLACEMENT as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated April 30, 2014 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 29th day of April 2014 Electro Construction Corp (SEAL) The Hanover Insurance Company SEAL ( ) Principe Surety By: By: , 5i1 atur Rune, 8men Signature DONNA M. CRi [11ieI inmi 8m en Attorney -In -Each 1491 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles I On April 30,2014beforeme, M, Betty Smith, Notary Public, bale Here Iasee Nemn ontl nnc of m¢ onlcer personally appeared Rune A. Jensen cml CODE g 1199 who proved to me on the basis of satisfactory evidence to be the person(A whose name(o isaua subscribed to the within instrument and acknowledged to me that he /she44ay executed the same in his/heNtheis- authorized capacity(ies), and that by his /hw4heir signature( on the instrument the person(yj, or the entity upon behalf of which the person(g) acted, executed the instrument. M. BETTY SMITH I certify under PENALTY OF PERJURY under the Commission a` 19353fi9 laws of the State of California that the foregoing a Notary Puelic - California i v Los Angeles County '- paragraph is true and correct. M Comm. Expires May 7, 2015 WITNESS my hand and official seal. Signature: VVY.. «'4 C \Y YU, L" _. Place Notary Seal Above Sipnalw Fflolae Nbr, OPTIONAL Though the informalion below is not required by law, it may prove valuable to persons relying on th acumen and could prevent fraudulent removal and reattachmeel of this form to another docu of, Description of Attached Document Title or Type of Document: _ Document Date: _ Number of Pages: Signers) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name. _ Signer's Name: _ - Corporate Officer - Tillers) _ I Corporate Officer - Title(s): - Individual _ Individual - Partner -1 Limped -Gene, Tpn pl 1 1, 112,9 Partner — I Gmlted — General lop onmlmu nom Attorney in Fact Attorney in Fact Trustee I —I Trustee Guardian or Cc rvator I Guardian or Conservator — Other: I Other'. Signer Representing: Signer Is Representing: 12010 NnLOnN Noll Association CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On April 29, 2014 , personally appeared Donna M. (rccu C MARY SMIT� H ¢ 1111'� OMM. 41919737= d °�H�.�Y 'c TER) PUBLIC. cALIFORNIA� ¢ 4rt LOS ANG E LES COU NTY My C, Pl e Nolan Scat Aboce before me, 'Mary Smith, Notary Public, who proved to me on the basis of satisfactory evidence m be the pe rson03 whose nameM is /are subscribed to the within instrument and acknowledged to me thathe /shekhev executed the same in his/her /their authorized capaci yf4s), and that by h» /her /tkeirsignffiurcr s) on the instrument the person, or the entity upon behalf of which the person acted. executed the instrument. I CC] tile under PENALTY OF PERJURY under the laws of the Slate of California that the foregoing paragraph is true and correct. W 11 NESS my hand and official seal. S l of Notary Public OPTIONAL I hough the data below is not required by law, it muy prove duable to persons relying on the document and could prevent fraudulent reattachment of this farm, CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHF,D- DOeLTMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ ❑ ATTORNEY -IN -FACT 'FRUSTEE(S) ❑ GUARDIAN /CONSERVA" SIGNER 1, .PRESENTING' NAME O'. PERSON(S) OR EN'FI'fY(IES) THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS. That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire. and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint Mary Smith, Steve L. Brookmeyer, Ronald C. Wanglin andfor Donna Green of Pasadena, CA and each is a true and lawful Attorney(s)-m -fact to sign, execute seal, acknowledge and Schaeffer, and on Its behalf. and as its act and deed any place within the United Stales. of If the following line be filled In, only within the area therein designated any and all bonds, recognessncers . undertakings, contracts of Indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Ten Million and NoI100 ($10,000,000) in any single instance and said companies hereby ratify and confirm all and whatsoever said Attorneyls) -In -fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect. 'RESOLVED, That the President or any Vice President In conjunction with any Vice President be and they are hereby authorized and empowered to appoint AttOmaysin -star of the Company, In its name and as ho toys to execute and acknowledge for and on its behalf as Surety any and all bontls, recognizances contracts of Indemnity, waivers of eiurtion and all other writings obligatory in the nature thereof . with power to attach thereto the seal of the Company. Anteroom wrrhngs so executed by such Atlorneys -in -boot shall be as binding epon the Company as If they boo been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons (Adopted October ]. 1981 - The Hanover Insurance Company: Adopted April 14, 1982 Massachusetts Bay Insurance Company, Adopted September 7 2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY. MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed will their respective corporate seals, duly attested crash Vice Presidents, this 15th day of November 2011. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA 1ffla yp aFAL "�v/ �h,C(.� —'PI -2 Y' ✓; vl''. Robert TM1Omas Vice Presitlent i THE COMMONWEALTH OF MASSACHUSETTS COUNTY OF WORCESTER ) ss On this 15th day of November 2011 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. tome personally known to be the Individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company. Massachusetts Bay Insurance Company and Citizens Insurance Company of America respectively . and that the said corporate seals and their signatures as officers were duty affixed and subscribed to said instrument by the authority and direction of said Corporations. A ,M1 BAaeAPAA.BAHLICx " 1 mor.we w.m : ,�neraiv, elms Barbara A. Garlick, Notary Public My Commission Expires September 21, 2018 I the undersigned Vice President of The Hanover Insurance Company. Massachusetts Bay Insurance Company and Citizens Insurance Company of Amedce, hereby fa ily that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further com y that the said Powers of Attorney are still in force and effect This Certificate maybe signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. RESOLVED That any and all Powers of Attemey and Curried Copies of such Powers of AVOmey and certification In respect thereto grantedantlexecuted by the President or any Ume President in conjunction with any Vice President of the Company shall be binding on the Company to the same extent as it all signatures therein were manually affixed, even though one or mole of any such signatures thereon may be facsimile. (Adopted October ], 1981 The Hanover Insurance Company Adopted April 14 1982 - Massachusetts Bay Insurance Company Adapted September ], 2001 Citizens Insurance Company 0f America) GIVEN under my hand and the seals of said Companies at Worcester Massachusetts. this 29th day of April 2014. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA C=lyrn Maryosmn. Vice President BIDDER: Electro Construction Corp 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 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 Contractors 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 afterthe deadline for submission of bids to submit the information requested by the Owner about each subcontractor, otherthan the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be Permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greaterthan 0.5 %) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -7 BIDDER: Electro Construction Corp. 23 LIST OF PROPOSED SUBCONTRACTORS (continued) FD—wl ate N.3 Pages it needed V 11M., addW.O .l sux n"dd. -i Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: NONE Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: CBF -8 BIDDER: Electro Construction Corp. 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. City of Paramount, 16400 Colorado Ave. Paramount CA 90723 Name and Address of Owner Gregg Stumpf 909 -590 -2626 Name and telephone number of person familiar with project $450,584.75 Fitness Park renovation 12/02/2013 Contract amount Tvnc of INnrk o -.- r•....,..i..._. 2. City of Los Angeles Dept of Rec & Parks 221 N. Figueroa St. Los Angeles Name and Address of Owner Jim Newsom 818 - 679 -1453 Name and telephone number of person familiar with project $199,539.00 Ken Malloy Harbor Regional Park 5/16/2013 Contract amount mprovemen s Tvoe of work nom r n.�ie.va 3. City of Rosemead, 8838 E. Valley Blvd, Rosemead, CA Name and Address of Owner 4. David Montgomery Scott 626 -569 -2161 Name and telephone number of person familiar with project $56,050.00 Garvey Park Renovation 8/7/2012 Date and Address Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF -9 BIDDER: Electro Construction Crop. SECTION 3 NON - COLLUSION AFFIDAVIT CBF -10 BIDDER: Electro Construction Corp. CONTRACT BID FORMS TABLE OF CONTENTS SECTION1 BID SCHEDULE ....................................................................... ............................... 1 SECTION2 BID DATA FORMS ................................................................... ............................... 5 2.A BID BOND ................................................................................. ............................... 6 2.B LIST OF PROPOSED SUBCONTRACTORS .......................... ............................... 7 SECTION 3 NON - COLLUSION AFFIDAVIT .............................................. ............................... 10 CBF -12 BIDDER: Electra Construction Corp. NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly swom, 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, orthat anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature Rune A. Jensen Typed or Printed Name Chief Financial officer Title Electra Construction Corp. Bidder Subscribed and swom before me PO 14 ti-d This 3oay of April (Seal) Attached is the California All- Purpose Acknowledgment Notary Public in and for the State of California My Commission Expires: CBF -11 ........... nuoence ACKNOWLEDGMENT crva. CODE g 1189 State of California —� County of Loa Angeles April 30,2014before me, M. Betty Smith. Notary Public. On ae.. ima name a,a r,, m m, 01or a personally appeared _ Rune A. Jensen n am,i,l m siu,agel „a - nen xssm who proved to me on the basis of satisfactory to be the person(y) whose camels) is/aie evidence to the within instrument and acknowledged subscribed to me that he /shelthey- executed the same in his /heNNteir authorized capacity(ies), and that by his/he fheif signature(g) on the instrument the persomV), or the entity upon behalf of which the person(`P acted, executed the instrument. I certify under PENALTY OF PERJURY under the M. BETTY laws 01 the Slate Of California that the foregoing Commission Y 1935369 ara rah is true and correct. P 9 P a N9lary PuGlic - California ; i Los Angeles County My Comm. Expires May 7, 2915 WITNESS my hand and official seal. Signature:L sua,wmmp wPeene piewaela " sea nee.a OPTIONAL Though the in below Is not required by law, it may prove valuable to persons relying on the document of this farm to another document and could prevent fraudulent removal and reattachment Description of Attached Document Title or Type of Document: - — — Num of Pages: _ - Document Date'. — — — — — Signer(s) Other Than Named Above: - Capaci[y(ies) Claimed by Signers) Signer's Name: — _ — — Si s Name: Corporate Officer - Title(s): Corporate Officer -Title(s) _ - 'Individual Indivitlual - P artner - � Limited General r -nor lnc rat. ' Partner -' Limited General lor�ll mlmo nom Attorney in Fact Attorney in Fact Trustee _ Trustee Guardian or Conservato Guardian or Conservator - Other: _ I Other: _ Signer Is resenting Signer Is Representing: J „a - nen xssm