Loading...
Elector Belco Electric, Inc. CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) CONTRACT BID FORMS BIDDER: Elecnor Belco Electric, Inc. BID SCHEDULE SCHEDULE OF PRICES FOR GARVEY AVENUE - HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) BASE BID SCHEDULE UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans and specifications. LS 1 Z/000.(JO Z,000. !la 2 Disposal of Waste Materials. LS 1 3,000.tip 3,000• " Traffic Signal Upgrade at Garvey Avenue and Delta 3 Avenue per Plans and Specifications Complete. LS 1 1471,000.0 (q I,Ooo.d) Traffic Signal Upgrade at Garvey Avenue and 4 Rosemead Place/River Avenue per Plans and Specifications Complete. LS 1 19 /,MO. 19 1/000* u� Traffic Signal Upgrade at 5 Garvey Avenue and Muscatel Avenue per Plans and 3/000.� 203 000.1!'n Specifications Complete. LS 1 TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ Oi 000 . 0D H-vr40 too IJ 1'Arty TH'0 V S AI-JO n0 t✓tA-04 /f r40 2. 449- Dollar amount in written form The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by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. 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 - 1 • BIDDER: Elecnor Belco Electric, Inc. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of 10% Bid Bond 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 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 forty-five (45) working 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 understands and agrees that liquidated damages shall apply to this Contract in the amounts 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. None 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 - 2 BIDDER: Elecnor Belco Electric, Inc. / By: 4331 Schaefer Ave. �iL v _ • • ture Business Street Address Wong Chino, CA 91710 Type or Print Name City, State and Zip Code Vice President 909-993-5470 Title Telephone Number Bidder's/Contractor's State of Incorporation: California Partners or Joint Venturers: Bidder's License Number(s): 738518 Department of Industrial Relations Registered No. 1000004804 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-3 BIDDER: Elecnor Belco Electric,Inc. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Biddersshall 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 property identified with the Bidder's name and page number. 2A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Elecnor Belco Electric,Inc. as Principal, and Fidelity and Deposit Company of Maryland , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten percent of the amount bid DOLLARS { 10% ), being not less than ten percent (10%) of the Total Bid:Price;for the payment:of sum will and truly to be made,we bind ourselves, our heirs,executors,administrators,successors,and assigns,jointly and severally, II firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Garvey Avenue Highway Safety Improvement Project as set forth in the Notice inviting Bids and accompanying Bid Documents, dated May 6th 2015 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 obligationshall 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 sth day of May , 20 15 Elecnor Belco Electric,Inc. Fidelity and Deposit Company of Maryland {SEAL) (SEAL) Principal •uret�` 0 By By: -.MI A L Sig-�: ignature Aiza Lop-. , •y-In-Fact I CBF-4 I 4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 truthfullness, accuracy or validity of that document. ♦••••••••••••••••••••••••••••••••••••••••.••••••••••••••••••••••••♦ State of CT County of Hartford On May 6, 2015 before me, Stacy Rivera . Notary Public Date Name and Title of Notary personally appeared Aiza Lopez Name and or Names 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 •. -- • • the foregoing paragraph is true and - ect. STACY RIVERA NOTARY PUBLIC hand a . .fficial - MY COMMISSION EXPIRES DEC.31,2018 fitness my ignature • -•r-ra Notary Public Signature Ptace Notary Public Seal Above OPTIONAL Though the information below is not required by law,it may prove valuable to the persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Document Date Number of Pages: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Titie(s): ❑ Partner- ❑Limited ❑General RIGHTTHUMBPRINT ❑ Partner- ❑Limited ❑General RIGHT THUMBPRINT ❑ Guardian or Conservator OFSFGNER ❑ Guardian or Conservator OFSFGNER of thumb thumb© Attorney-in-Fact Top of ❑ Attorney-in-Fact T� ❑ Trustee ❑ Trustee ❑ Other: ❑ Other. Signer is representing Signer is representing Fidelity and Deposit Company of Maryland , M EXTRACT FROM BY-LAWS OF THE COMPANIES • "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 5 day ofY ,2015 . y" >`- A joc 8EAL 1 °. : y:'•. 1688 D i IF Gerald F.Haley,Vice President • `a FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd.,Suite 600,Owings Mills,MD 21117 Statement of Financial Condition As Of December 31,2014 ASSETS Bonds $ 142,720,308 Stocks 21,816,223 Cash and Short Term Investments 2,077,768 Reinsurance Recoverable 10,375,303 Other Accounts Receivable 46,778,921 TOTAL ADMIT FED ASSETS $ 223,768,523 LIABILITIES,SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses $ 1,321,332 Ceded Reinsurance Premiums Payable 49,965,411 Securities Lending Collateral Liability 4,009,064 TOTAL LIABILITIES $ 55,295,807 Capital Stock,Paid Up $ 5,000,000 Surplus 163,472,717 Surplus as regards Policyholders 168,472,716 TOTAL $ 223,768,523 Securities carried at$58,191,540 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned,the Company's total admitted assets at December 31,2014 would be$227,936,393 and surplus as regards policyholders$172,640,586. I,DENNIS F.KERRIGAN,Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company on the 31st day of December,2014. L i't orporate Secretary State of Illinois City of Schaumburg } SS: Subscribed and sworn to,before me,a Notary Public of the State of Illinois,in the City of Schaumburg,this 15th day of March,2015. p fi.S4Notary Public DARRYL JO: SE 1 OFFICIAL SEAL Notary Public-Stale of Illinois My Commission Expires Febru=ry 24,102 t BIDDER: Elecnor Belco Electric, 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, 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 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- 5 BIDDER: Elecnor Belco Electric, Inc. — 2.B LIST OF PROPOSED SUBCONTRACTORS(continued) . ["Duplicate Next 2 Pages if needed for listing additional subcontractors"] A/ 11, ‘10 Name and Loca Descriptions�f~1A f( of Subcontractor to be..&t ontracted Name: Oa-4 € G0( eC' ST 744 ill► • 141-i p..16 f&- vt. rJc., _ Address: :3 - ' . _ • '_' GE /��:—.t. 8 License No.: !o rr,, r� Department of Ind .- Relation Registration No.10000055 Name and Location Description of Work of Subcontractor to be Subcontracted - g Name: Corr p2AC 14 rA✓6 :r.../c, S.T r7;v4/Sr�2r/°r,,l6, Address: O.io 8ox Lc/.23 ivw...q CAP YZe78 License No.: yy,2/.4 R Department of Industrial Relation Registration No. /0000//7S-r 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 -6 BIDDER: Elecnor Belco Electric, Inc. 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: — t City of Victorville- 14343 Civic Dr. , Victorville, CA 92392 Name and Address of Owner Greg Heldreth 760-243-6360 Name and telephone number of person familiar with project $1,278,432 Traffic Signals, Street Lighting, Fiber Optics May 2014 Contract amount Type of Work Date Completed 2. City of Highland- 27215 Baseline, Highland, CA 92346 Name and Address of Owner Carlos Zamano 909-864-8732 Name and telephone number of person familiar with project $1,712,340 Traffic Signals, Street Lighting, Fiber Optics December 2014 Contract amount Type of Work Date Completed 3 SANBAG- 1170 W. 3rd St. San Bernardino, CA 92410 Name and Address of Owner Steve Moore- 951-310-8154 Name and telephone number of person familiar with project _ $1,450, 000 Traffic Signals, Street Lighting, Ramp Metering, Fiber Optics March 2015 Contract amount Type of Work Date Completed 4. Alameda Corridor East- 4900 Rivergrade Road Suite A120, Irwindale, CA 91706 Name and Address of Owner _ Kevin Lai 909-376-3863 Name and telephone number of person familiar with project $2,100, 0c0 Traffic Signals, Street Lighting Current- March 2016 Contract amount Type of Work Date Completed CBF-7 CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION 4 The Bidder shall list the name and address of each subcontractor to whom the Bidder proposes to subcontract portions of the work, as required by the provisions in Section 2-1.01, "General,"of the special provisions. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Elecnor Belco Electric, Inc. proposed subcontractor , hereby certifies that he has x , has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor(41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) - Currently, Standard Form 100(EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. EEOC-1 CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) r a NON-COLLUSION AFFIDAVIT. r z BIDDER: Elecnor Belco Electric, Inc. I NON-COLLUSION AFFIDAVIT I CBF-8 BIDDER: Elecnor Belco Electric, 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. S gn-ture o'n Wong Typed or Printed me Vice President Title Elecnor Belco Electric, Inc. Bidder Subscribed and sworn before me This day of , 20 (Seal) Notary Public in and for the State of California My Commission Expires: CBF -9 ;, ' JURAT 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 Qn County of pan $ew rdtina -rh Subscribed and sworn to (or affirmed) before me on this V day of NvAy , 206 by bhn w Mg , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. OLIVIA CHEA I -;:,,;:e.�'"� = Commission No.2107474 g z it b, ' a;. ,.7w! NOTARY PUBLIC CALIFORNIA _ `,»•.� SAN BERNARDINO COUNTY i .� �_�--. x'" MY Comm.£i p ra APRIL 19.2019 Signature (Seal) • • OPTIONAL INFORMATION INSTRUCTIONS The wording of all Jurats completed in California after January 1,2015 must be in the form as set forth within this Jurat. There are no exceptions.If a Jurat to be completed does not follow this form,the notary must correct the verbiage by using a jurat stamp containing the correct wording or attaching a separate jurat form such as this one with does contain the proper wording. In addition, the notary must require an oath or affirmation from the DESCRIPTION OF THE ATTACHED DOCUMENT document signer regarding the truthfulness of the contents of the document. The ��' �'1� ,.�-f(�C���� document must be signed AFTER the oath or affirmation.If the document was previously L\JJ�\ f" \ signed,it must be re-signed in front of the notary public during the jurat process. (Title description of attached document) CA .t /gym 1f1 �►(� • State and county information must be the state and county where the t•IJbC� t V w document signer(s)personally appeared before the notary public. (Tile or description of attached document continued) • Date of notarization must be the date the signer(s) personally appeared which must also be the same date the jurat process is completed. Number of Pages Document Date • Print the name(s)of the document signer(s)who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the Additional information office of the county clerk. • The notary seal impression must be clear and photographically reproducible.Impression must not cover text or lines.If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different jurat form. Additional information Is not required but could help to ensure this jurat is not misused or attached to a different document. •. Indicate title or type of attached document,number of pages and date. • Securely attach this document to the signed document with a staple. 2015 Version www.NotaryClasses.com 800-873-9865 Noncollusion Affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the City of Rosemead, Los Angeles County DEPARTMENT OF PUBLIC WORKS. In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares 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. Note: The above Noncollusion Affidavit is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. NA-1 CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) DEBARMENT AND SUSPENSION CERTIFICATION DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgement rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following spacc�ef. Iv /P Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes:Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Bid. Signing this Bid on the signature portion thereof shall also constitute signature of this Certification. DSC-1 CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) NON-LOBBYING CERTIFICATION NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or bid, to the best of his or her knowledge and belief, that: (I) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or bid that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. NLC-1 CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) DISCLOSURE OF LOBBYING= ACTIVITIES INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient,at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C.section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence,the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name,address,city,state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5. If the organization filing the report in Item 4 checks"Subawardee"then enter the full name,address,city,state and zip code of the prime Federal recipient. Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name,if known. For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements,loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal(RFP)number,Invitation for Bid(IFB)number,grant announcement number,the contract grant.or loan award number,the application/proposal control number assigned by the Federal agency). Include prefixes,e.g, "RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a)Enter the full name,address,city,state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b)Enter the full names of the individual(s)performing services and include full address if different from 10(a). Enter Last Name,First Name and Middle Initial(MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity(item 4)to the lobbying entity(item 10). Indicate whether the payment has been made(actual)or will be made(planned). Check all boxes that apply. If this is a material change report,enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution,specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other,specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s)of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s)or employee(s)contacted or the officer(s)employee(s)or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s)is attached. 16. The certifying official shall sign and date the form,print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response,including time for reviewing instruction,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project(0348-0046), Washington,D.C.20503. SF-LLL-Instructions Rev.06-04-90«ENDIF» DISCLOSURE OF LOBBYING ACTIVITIES COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: na contract a hid/offer/annlic tine n a initial b. grant b. initial award b. material change c. cooperative agreement c. post-award For Material Change Only: d. to e. loan guarantee year_ quarter f. loan insurance date of last report 4. Name and Address Reporting Entity 5. If Reporting Entity in No.4 is Subawardee, Enter Name and Address of,Prime: 0 Prime Subawardee ier ,if known Congressional District,if known Congressional Istrict,if known 6. Federal Department/Agency: 7. Federal Pro ram Name/Description: CFDA Number, if applicable 8. Federal Action Number, if known: -Award Amount, if known: 10. a. Name and Address of Lobby Entity b. Individu Performing Services (including (If individual, last name,first name,Ml) address if di'-rent from No. 10a) (last name,first •ame, MI) (attach Continuation Sheet(s)if necessary) 11. Amount of Paymn et(check all that apply) 13. Type of Payment(ch•ck all that apply) $ 0 actual I I planned _ a. retainer b. one-time fee — 12. Form of Payment(check all that apply): _ C. commission 8 a; cash _ d. contingent fee — b. in-kind; specify: nature e deferred value _ f. other,specify 14. Brief Description of Services Performed or to be performed and Date(s)of Servic= including officer(s),employee(s),or member(s)contacted,for Payment Indicated in Item 11: O/ A- (attach Continuation Sheet(s)if necessary) - 15. Continuation Sheet(s)attached: Yes 0 No E / 16. Information requested through this form is authorized by Title 31 U.S.C.Section 1352. This disclosure of Signature: lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is Print Name: III Wong required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be Title: Vice = esident available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil 9 0 9 9 9 3 5 4 7 0 Date: 5/4/15 penalty of not less than$10,000 and not more than Telephone No.: $100,000 for each such failure. Authorized for Local Reproduction Federal Use Only: Standard Form-LLL Standard Form LLL Rev.09-12-97 CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) UDBE COMMITMENT EXHIBIT 15-G1 EXHIBIT 15-G1 Local Assistance Procedures Manual Local Agency Bidder UDBE Commitment(Construction Contracts) INSTRUCTIONS -LOCAL AGENCY BIDDER UDBE COMMITMENT (CONSTRUCTION CONTRACTS) ALL BIDDERS: PLEASE NOTE: It is the bidder's responsibility to verify that the UDBE(s)falls into one of the following groups in order to count towards the UDBE contract goal: 1)African Americans;2)Asian-Pacific Americans;3)Native Americans;4)Women.This information may be submitted with your bid.If it is not, and you are the apparent low bidder or the second or third low bidder,it must submitted and received as specified in the Special Provisions.Failure to submit the required UDBE commitment will be grounds for finding the bid nonresponsive A UDBE is a firm meeting the definition of a DBE as specified in 49 CFR and is one of the following groups: African Americans,Asian-Pacific Americans,Native Americans,or Women. - The form requires specific information regarding the construction contract:Local Agency,Location,Project Description,Total Contract Amount,Bid Date,Bidder's Name,and Contract UDBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by UDBEs.Prime contractors shall indicate all work to be performed by UDBEs including,if the prime is a UDBE,work performed by its own forces,if a UDBE.The UDBE shall _ provide a certification number to the Contractor and expiration date.Enter the UDBE prime's and subcontractors' certification numbers.The form has a column for the Names of UDBE contractors to perform the work(who must be certified on the date bids are opened and include the UDBE address and phone number). IMPORTANT: Identify all UDBE firms participating in the project regardless of tier.Names of the First-Tier UDBE Subcontractors and their respective item(s)of work listed should be consistent,where applicable, with the names and items of work in the"List of Subcontractors"submitted with your bid. There is a column for the UDBE participation dollar amount.Enter the Total Claimed UDBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions.(If 100%of item is not to be performed or furnished by the UDBE,describe exact portion of time to be performed or furnished by the UDBE.)See Section "Disadvantaged Business Enterprise(DBE),"of the Special Provisions (construction contracts),to determine how to count the participation of UDBE firms. — Exhibit 15-G1 must be signed and dated by the person bidding.Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award,Federal-aid Project Number, Federal Share,Contract Award Date fields and verify that all information is complete and accurate before signing and filing. Page 15-32 LPP 09-02 July 31,2009 Local Assistance Procedures Manual EXHIBIT 15-G1 Local Agency Bidder UDBE Commitment(Construction Contracts) EXHIBIT 15-GI LOCAL AGENCY BIDDER UDBE COMMITMENT(CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: City of Rosemead LOCATION: Rosemead,CA PROJECT DESCRIPTION: Garvey Ave- Highway Safety Improvement Project TOTAL CONTRACT AMOUNT:S 0 1o0o.o-sa BID DATE: 5/6/15 BIDDER Elecnor Belco Electric, Inc. 'S NAME: 6.00% CONTRACT UDBE GOAL: CONTRACT ITEM OF WORK AND DESCRIPTION UDBE CERT NO. NAME OF EACH UDBE DOLLAR AMOUNT ITEM NO OR SERVICES TO BE AND EXPIRATION (Must be certified on the date bids UDBE SUBCONTRACTED OR MATERIALS DATE are opened-include UDBE TO BE PROVIDED(or contracted if the address and phone number) bidder is a UDBE) 3-5 Electrical Supplies 40540 TEK.Services LLC -44-34 000.tro June 2016 P.O.Box 2096 Yorba Linda,CA 92885 (714)336-0536 Fax(114)694-0116 100—aie DC (pci 600.0 For Local Agency to Complete: Total Claimed UDBE 36 00o.ory Local Agency Contract Number: Participation Federal-aid Project Number: % Federal Share: Contract Award Date: 411 Ag Local Agency certifies that all UDBE certifications have been verified and tit er information is complete and accurate. - qls 909-993-5470 Date (Area Code)Tel.No. John Wong Print Name Signature Date Local Agency Representative Person to Contact (Please Type or Print) (Area Code)Telephone Number: Local Agency Bidder UDBE Commitment(Construction Contracts) (Rev 6/26/09) ■■•■••=0...marm. Distribution: (1)Original—Local agency files Page 15-31 LPP 09-02 July 31,2009 CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) GOOD FAITH EFFORTS EXHIBIT 15-H Local Assistance Procedures Manual Exhibit 15-H UDBE Information-Good Faith Effort EXHIBIT 15-H UDBE INFORMATION—GOOD FAITH EFFORTS UDBE INFORMATION-GOOD FAITH EFFORTS Federal-aid Project No. HSIPL 5218(014) Bid Opening Date 5/6/15 The City of Rosemead established an Underutilized Disadvantaged Business Enterprise (UDBE)goal of 6% for this project.The information provided herein shows that a good faith effort was made. Lowest,second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts.Bidders should submit the following information even if the"Local Agency Bidder UDBE Commitment"form indicates that the bidder has met the UDBE goal.This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons,e.g.,a UDBE firm was not certified at bid opening,or the bidder made a mathematical error. Submittal of only the"Local Agency Bidder UDBE Commitment"form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled"Submission of UDBE Commitment"of the Special Provisions: A. The names and dates of each publication in which a request for UDBE participation for this project was placed by the bidder(please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement The Weekly Bid Flash 4+21/15 -5/6/15 B. The names and dates of written notices sent to certified UDBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the UDBEs were interested.(please attach copies of solicitations,telephone records, fax confirmations,etc.): Names of UDBEs Solicited Date of Initial Follow Up Methods and Dates Solicitation AJK Communications 4/23/15 4/24/15,4/29/15 (Phone) TEK Services LLC 4/23/15 4/24/15,4/29/15.5/5/15(Phone.Email) Page 15-33 LPP 09-02 July 31,2009 `exhibit 15-H Local Assistance Procedures Manual MBE Information-Good Faith Effort C. The items of work which the bidder made available to UDBE firms including,where appropriate, any breaking down of the contract work items(including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate UDBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate UDBE participation was made available to UDBE firms. Items of Work Bidder Normally Breakdown of Amount Percentage Performs Item Items ($) Of (YIN) Contract Electrical Supplies Y Electrical Supplies $50,000.00 8% D. The names, addresses and phone numbers of rejected UDBE firms,the reasons for the bidder's rejection of the UDBEs,the firms selected for that work(please attach copies of quotes from the firms involved), and the price difference for each UDBE if the selected firm is not a UDBE: Names,addresses and phone numbers of rejected UDBEs and the reasons for the bidder's rejection of the UDBEs: Did not receive feedback from our advertisement. Belco solicited AJK Communications and TEK Services LLC. Names,addresses and phone numbers of firms selected for the work above: AJK Communications 11805 Smith.Ave. Santa Fe Springs,CA 90670 (562)942-1400 TEK Services LLC P.O. Box 2096 Yorba Linda,CA 92885 (714)336-0536 E. Efforts made to assist interested UDBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to UDBEs: Belco offered assistance with bonding,insurance and technical information in our project advertisement. 'age 15-34 y 31,2009 LPP 09-02 • CITY OF ROSEMEAD GARVEY AVENUE HIGHWAY SAFETY IMPROVEMENT PROJECT HSIPL 5358 (014) LOCAL BIDDER DBE INFORMATION EXHIBIT 15-G2 EXHIBIT 15-G2 Local Assistance Procedures Manual Local Agency Bidder DBE Information(Construction Contracts) INSTRUCTIONS- LOCAL AGENCY BIDDER DBE INFORMATION (CONSTRUCTION CONTRACTS) SUCCESSFUL BIDDER: The form requires specific information regarding the construction contract:Local Agency,Location,Project Description,Total Contract Amount,Bid Date,Bidder's Name,and Contract UDBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs.Prime contractors shall indicate all work to be performed by DBEs including work performed by its own forces, if a DBE.The DBE shall provide a certification number to the Contractor and expiration date.Enter DBE prime and subcontractors certification number.The DBE contractors should notify the Contractor in writing with the date of the decertification if their status should change during the _ course of the contract.The form has a column for the Names of DBE certified contractors to perform the work (must be certified on the date bids are opened and include DBE address and phone number. IMPORTANT: Identify all DBE firms participating in the project--including all UDBEs listed on the UDBE Commitment form(Exhibit 15-G1),regardless of tier.Names of the First-Tier DBE subcontractors and their respective item(s)of work listed should be consistent,where applicable, with the names and items of work in the "List of Subcontractors"submitted with your bid. There is a column for the DBE participation dollar amount.Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions.(If 100%of - item is not to be performed or furnished by the DBE,describe exact portion of time to be performed or furnished by the DBE.)See Section "Disadvantaged Business Enterprise(DBE),"of the Special Provisions(construction contracts)to determine how to count the participation of DBE firms. Exhibit 15-G2 must be signed and dated by the successful bidder.Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Number, Federal-aid Project Number, Federal Share,Contract Award Date fields and verify that all information is complete and accurate before signing and sending a copy of the form to the District Local Assistance Engineer within 15 days of contract execution. Failure to submit a completed and accurate form within the 15-day time period may result in the de-obligation of funds on this project. - District DBE Coordinator should verify that all informations is complete and accurate.Once the information has been verified,the District Local Assistance Engineer signs and dates the form. Page 15-32b July 31,2009 LPP 09-02 • Local Assistance Procedures Manual EXHIBIT 15-G2 Local Agency Bidder DBE Information(Construction Contracts) EXHIBIT 15-G2 LOCAL AGENCY BIDDER DBE INFORMATION(CONSTRUCTION CONTRACTS) I (Inclusive of all DBEs including the UDBEs listed at bid proposal) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: City of Rosemead LOCATION: Rosemead,CA PROJECT DESCRIPTION: Garvey Ave- Highway Safety Improvement Project TOTAL CONTRACT AMOUNT: $ BID DATE: 5/6/15 BIDDER'S NAME: Elecnor Belco Electric, Inc. CONTRACT UDBE GOAL: 6.00% CONTRACT C I l M OF WORK AND DESCRIPTION DBE CERT NO NAME OF EACH I)BE DOLLAR AMOUNT ITEM NO. OR SERVICES TO BE AND EXPIRATION (Must be certified on the date bids DBE SUBCONTRACTED OR MATERIALS DATE are opened-include DBE address TO BE PROVIDED(or contracted if the and phone number) bidder is a DBE -S Electrical Supplies 40540 TER Services 1.1.0 June 2016 P.O.Box 2096 'r9' — _ Yorha I inda.CA 92885 (714133.6i_053..6 — Fax(714)694-0116 (aO%Q OF For Local Agency to Complete: Total Claimed DBE $ 3 6,06)I•(/ Local Agency Contract Number: --- Participation Federal-aid Project Number: 6 Federal Share: Contract Award Date: •-- Local Agency certifies that all DBE certification have been verified and Information is complete and accurate. S' flan re ofBidder �� 909-:93-5470 Print Name Signature Date Local Agency Representative Da e (Area Code)Tel.No. (Area Code)Telephone Number: John Wong For Caltrans Review: Person to Contact (Please Type or Print) Print Name Signature Date Local Agency Bidder DBE Information(Construction Contarcts) Caltrans District Local Assistance Engineer (Rev 6/261)9) Distribution: (I)Copy-Fax or scan a copy to the Caltrans District Local Assistance Engineer(DLAE)within 15 days of contract execution.Failure to send a copy to the DLAE within 15 days of contract execution may result in de-obligation of funds for this project. (2)Copy-Include in award package to Caltrans District Local Assistance (3)Original-Local agency files Page 15-32a LPP 12-01 January 27,2012 John Wong Subject: FW: Copy of your DBE Ad - Garvey Avenue - highway Safety Improvement Project From: The Weekly Bid Flash [mailto:support©theweeklybidflash.com] __,,_,,...... _.,...,. Sent: Tuesday, May 05, 2015 9:52 AM To: Bo Fuentes Subject: Copy of your DBE Ad - Garvey Avenue - highway Safety Improvement Project Date Of Advertisement Placement: 4/21/2015 9:52:01 AM Elecnor Belco Electric, Inc. An Equal Opportunity Employer, is requesting quotations from all qualified UDBE sub-contractors and material suppliers for the following project: Garvey Avenue -highway Safety Improvement Project City/Location: Rosemead, CA County: Los Angeles Owner: City of Rosemead Bid Date: Wednesday 5/6/2015 at 10:30 AM We are requesting bids for the following trades and/or supplies: Elecnor Belco Electric, Inc. will assist certified UDBE vendors and subcontractors in obtaining bonding, lines of credit, insurance and plans/specifications. NAICS Classifications Sector 23--Construction • All Other Specialty Trade Contractors CSI Classifications DIVISION 16-ELECTRICAL • ELECTRICAL MATERIAL WHOLESALERS Bid documents can be viewed at or obtained from: Plans and specifications are available at Elecnor Belco Electric's main office in Chino. Please contact our office at(909) 993-5470 or via email bfuentes(a,elecnor.com to have plans and specifications emailed to your company or to be picked up at our office. Elecnor Belco Electric, Inc. 4331 Schaefer Ave. Chino, CA 91710 Phone: (909) 993-5470 Fax: (909) 993-5476 Bo Fuentes bfuentes @elecnor.com Published on 4/22/2015 6:00:00 AM by The Weekly Bid Flash and The Construction Star Trade and Focus Publications located at www.theweeklybidflash.com and www.constarl.com Phone: 1.800.479.5314 Fax: 1.619.688.0585 This solicitation Ad will run until the bid date This email and any files transmitted with it are solely intended for the use of the addressee(s)and may contain information that is confidential and privileged.If you receive this email in error,please advise us by return email immediately.Please also disregard the contents of the email,delete it and destroy any copies immediately.Mediagrif Interactive Technologies Inc.and its subsidiaries do not accept liability for the views expressed in the email or for the consequences of any computer viruses that maybe transmitted with this email.This email is also subject to copyright.No part of it should be reproduced,adapted or transmitted without the written consent of the copyright owner. 2