Loading...
HomeMy WebLinkAboutMINUTES - 02052002 - C86 GENERAL SERVICES DEPARTMENT Architectural Division 12211 Morello Avenue, Suite 100 Martinez,California 945534711 (925)313-7200 FAX {925}313-7299 File: 250:0047/8.4.4 Date:January 22, 2002 TO: Board of Supervisors FROM: iBarton J. Gilbert,Director of General Services SUBJECT: CONTRACT AWARD RECOMMENDATION; Agenda Date February 5, X002,authorization No. VM171D Bids for the FIRE ALARM SYSTEM UPGRADE AT 625 COURT STREET, MARTINEZ were received and opened at the County Architectural Division Offices on December 13,2001. Vanden Bos Electric of Roseville submitted the low monetary bid of x;84,400, but clues not have a license to;perforin asbestos abatement work, did not list in the bid form a subcontractor for the asbestos abatement as required by the specifications,and tailed to comply with County's Outreach Program. For these reasons., itis recommended that their bid be rejected as non-responsive''and that their bid bond be exonerated. It is further recommended that the Board of Supervisors award the construction contract to the lowest responsive and responsible bidder,Fort Bragg Electric Inc. of Fort Bragg in the amount of$114,98,0. The initial construction''cost estimate was$139,400. Other bids received were as follows: I. Gregory.Electric,Inc. $ 121,252 Loomis,California' 2. Fire Innovations,Inc. $ 128,762 Concord,California The Contract Compliance Officer has reported that Fort Bragg Electric, Inc. has complied with the requirements of the County's Outreach Program. RK:amc I hereby certify that this is'a true and correct cc'wfattaeh.: County Administrator's Office copy of an action taken and entered on the County Counsel minutes of the Board of Supervisors on the Clem of the.Board(wlbids), date shown. Contract Compliance Officer ATTESTED, :..,.FEBRUARY 5 2002 J Hh[SW1tiETB 1,Clerk of the Board Of Supervisors and County drninlstrator BY Deputy 14.42000\251 0047\00Lf97044o doe File:'250-0047/B.4.4 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY,CALIFORNIA Adopted this Order of February 5,"2002,by the following vote: AYES: Supervisors Uilkema Gerber, DeSaulnier, Glover and Gioia NOES: None ABSENT: None RESOLUTION NO.0?2/7 SUBJECT Award of Contract for Fire Alarm System Upgrade at 625 Court''Street,Martinez Authorization No. W171D' Bidd Iotas Amount Bond Ammmts Fort Bragg Electric, Inc. $114,980 Payment: $114,980 P.O. Box 1578 Performance: $ '114,980 Fort Bragg,'California Vanden Bos Electric $ 84,400 Roseville, California Gregory Electric,Inc. $121,252 Loomis, California Fire Innovations, Inc.' $128,762 Concord, California The above-captioned project and the plans and specifications therefore having been previously approved, Addendum No. 1 having been issued and approved,;.and bids having been duly invited and received by the Director of General Services on December,,13, 2001; and The Director of General Services having determined that the lowest monetary bidder Vanden Bos Electric submitted a bid'which'was non-responsive in that Vanden Bos Electric does not have a license to perform asbestos abatement work, did not list in the bid form a subcontractor for asbestos abatement, and failed to comply with County's Outreach Program as required by the bid documents, and the Director of General Services recommending rejection of said bid; and The bidder listed first above, Fort Bragg Electric, Inc. having submitted the lowest` responsive and responsible bid-,which is$6,272 less than the next lowest bid; and The Contract Compliance Officer having ;reported that Fort Bragg Electric, Inc. complies fully with the requirements'of the County's Outreach Program; and The Director of General Services recommending that the bid submitted' by Fort Bragg; Electric, Inc. is the lowest responsive and responsible bid, and this Board concurring and` so finding., NOW,THEREFORE,the Board determines, rejects and orders as follows: The Board DETERMINES that Fort Bragg Electric, Inc., as the lowest responsive and responsible bidder, has demonstrated an adequate good faith effort, pursuant to the specifications for this project, to comply with the requirements of the County's 'Outreach Program, and the Board WAIVES any irregularities to such compliance; and The Board DETERMINES that the bid submitted by the lowest monetary bidder, Vanden Bos Electric, is non-responsive and REJECTS said bid on those grounds, _and ORDERS that Vanden Bos Electric's bid bond be exonerated;'and HA2000\2500047\001„047045b.doe RESOLUTION NO. 2002/7'7 FIRE ALARM SYSTEM UPGRADE AT 625 COURT 250-0047/B.4.4 STREET,MARTINEZ February 5, 2002 The Board FURTHER ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Fort Bragg Electric, Inc. at the listed amount and at the prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the General Services Department shall prepare the contract therefore; and The Board FURTHER ORDERS that after the contractor has signed the contract and returned it,together with the bonds as noted above and any required certificates of insurance or other required documents, and after the Director of General Services has reviewed and found them to be sufficient, the Director of General Services is authorized to sign the contract for this Board;and The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of General Services, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for securityshall be returned; and The Board 'FURTHER ORDERS that the Director of General Services or his designee is authorized to sign any escrow agreements prepared for this ;project to permit the substitution of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Section 22300 of the Public Contract Code; and Pursuant to Public Contract Code 'Section 4114, the Board DELEGATES .'.its functions under Public Contract Cade Sections 4107 and 4110 to the Director of General Services or his designee'. The Board DECLARES that should the award of the contract to Fort Bragg Electric, Inc. be invalidated for any reason,the Board would not in any event have awarded the contract to any either bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from reawarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract or fails to furnish required bonds or insurance (see Public Contract Code Sections 5104-5107). Orig. Dept.-General Services Dept.':- Architectural Division cc: General Services Department Architectural Division G.S. Accounting File: 254-0047/A.5 County Counsel Contract Compliance Officer(Via Arch. Div.) Fort.Bragg Electric, Inc. (Via Arch. Div.) Vanden Bos Electric (Via Arch Div.) 1 hereby certify that this 6s a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: FEBRUARY_5 , .QQ2 .. JOHN SWEETEN,'Clerk of the Hoard of Supervisor and County Administrator DeputyBy RESOLUTION NO, 2002/77 H:\2000\250004?\OOL447045b.doe c idder) DIVISION C. P&OPOSAL tBID F RMZ BIDS WILL BE RECEIVED UNTIL THE 13th'' Day of December, 2001, at 2;00 P.M. in the Architectural Division, 1220 Morello Avenue, Suite'100,Martinez, CA 94553-4711. (1) TO THE DIRECTOR OF GENERAL SERVICES, BARTON J. GILBERT,> GENERAL SERVICES DEPARTMENT: The undersigned hereby proposes and agrees to farnish any and all required labor, material, transportation,'and services'for FIRE ALARM SYSTEM UPGRADE AT 625 COURT'STREET,MARTINEZ Budget Line item No.4405-4171 Authorization No. 0928-WH171D` in strict' conformity.with the Drawings, Specifications, and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, 651 Pine Street, Martinez,California,94553, for the following'sum;` * ? Dollars: [f r a2 It is understood that this bid is bas upon completion of the wt rk within 94''calendar days from nd after the starting date as established'by the Notice to Proceed. (3) It is understood, with due'allowances made for unavoidable delays,that if the Contractor should fail to complete the work of the contract within the stipulated time, then,he.shall be liable to the Public Agency' in the amount of FIVE HUNDRED DOLLARS per calendar day for each day said work remains; uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty,' it being agreed and expressly''stipulated that it would be unpractical and difficult to fix the actual amount'of damage: (4) The undersigned has examined the location of the proposed work and is familiar with the Drawings, Specifications and other contract documents and the local conditions at the place where the work is to be done.; (5) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid: (6) The undersigned hereby certifies that this bid is genuine and not sharp or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. H A2000\254o0a7\00Lo47a2?x.doc DIVISION C - 1 DIVISION C PROPQSA h F.QM(Continued) (7) Attachments are: a) A list of the names and locations of the place of business of the subcontractors. b) Noncollusion Affidavit forth. c) Bid security as required in the Notice to Contractors. Cash Bidder's Bond —Cashier's Check Certified Check (8) The following addenda are hereby acknowledged as being included in the bid: Addendum# , dated +C Addendum# dated Addendum# dated (9) Firm ra i Have yon B st afore complied a th the Title t DivIsion 1E Outreach Program and Mandatory WSA 015Subcontractor Address Minim m requirements for Phone: �°'" — Fax 0 ® this proleet Federal Tax Payers I.A. or Social Security No. Dated this day of ,2Q!E,.�;—. (14) Licensed in accordance with an act providing for the registration of Contractors: Classification and License No, ► 1 Expiration Date (I i) Representations made herein are made under penalty of perjury: DIVISION C • 2 HA2000\2500047\00 047027x.doe ' fC - " LISTOF SUBCONTRACTORS FOR Name of Prime Contractor] (As required by Division B, Section 4, Paragraph (c). Substitution of listed subcontractors: See Division F, Section 6,Paragraph E.) Portion of Work Name Place of Business 77 RK:aa x:\2000\25000anoOL047027x.aoG DIVISION C -:.3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss County of t , being first duly sworn, deposes and says that he or slae is of 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 sharn; 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 bpd. Dated; .^', Signed. NOTE: THIS FORM MUST BE NOTARIZED CERTIFICATE OF ACKNOWLEDGMENT State of California ) ss. County of � . ' On the date written below,before me,the undersigned Notary Public,personally appeared the person(s) signing above for Contractor, personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose narne(s)islare 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 instcurreent. WIT,ESn # ial seal. [NOTARIAL SEAL] ,iIMAPdI+tl LYNNIM 14#1-lam of Public Comminion#1316 811 wi oUrY Public---cal"�rrila Mendocino COU* Comm, ire* 15. "Qt35 x;2000\2500047\00047027X.doc DIVISION C'-4 American Contractors Indemnity iparry 9s41 Alrport Boulevard,Stade Wo,Ims Angeles,California90045 (310)649-0990 UKIIIHNAL Bond Nta. i 12249 25 Premium: BBSU Bid Dame: 12/13/01 BID BOND " KNOW ALL MIEN BY THESE PRESENTS,That we,Fort Bragg Electric Inc. (hereinafter called Principal),as Principal,and AMERICAN CONTRACTORS INDEMNITY COMPANY,a corporation, organized and existing under the laws of the State of California and authorized to transact a general surety business in the State of California(hereinafter called Surety),as Surety,are held and firmly bound unto Contra Costa County,Department of'General Services(herein after called Obligee)in the penal sum of ` Ten percent(10%)not to exceed Twenty Thousand and No/100 Dollars($20,000.00)for the payment of which the Principal and the Surety hind themselves,their heirs,executors,administrators,successors and assigns,.jointly and severally,firmly by these presents. THE CONDIT ION OF THIS OBLIGATION IS SUCK That,whereas the Principal has submitted or is about to submit a proposal to the Obligee out a contract for:Fire Alamo System Upgrade,625 Court Stmt., Martinez,California: NOW THEREFORE,if the said contract be awarded to the Principal and the Principal shall,within such time as may be specified,enter into a contract in writing,and give bond,with surety acceptable to the Obligee for the faithful performance of the said contract;or if the Principal shall fail to do so,pay the Obligee the damages which the Obligee maty suffer by reason of such failure not exceeding the penalty o this bond,then this obligation shall be void,otherwise to remain in full farce and effect. SIGNED,SEALED AND DATED THIS DAY OF December 10,2001. Fort PLm Electric Inc. BY: (Fr ncip4l) AMtCAN CONTRA.0 NDEMNITY COMPANY' ala atlas Attorney-in-Fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 113 f State of California 5S. County of Sonoma On 10 ]pec 2001 before me Pamela D. Puskario Notary Public S gate Name and Title of Officer(a g.,'Jane Doe,Notary Public) . t�alli.s' �= personally appeared _ 4 Narne(s)of Signer(s) rg X personally known to me ` 7 Ll proved to me on the bans of satisfactory evidence: to be the person(ser whose nameK(i _ape- subscribed to the within instrument and acknowledged to r thole executed i �191r AMEL,A D.PUSKARICH the same in ✓fir authorized COMM.#1228012 C�3 capacity0e9', and that y k�";oe ftl�i�' NOTARY C3Pus e r. signature*on the instrument the person(s);or g SONOMA COUNTY -� COMM,ElpmsAU910-3, the entity upon 'behalf of which the;person acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above Signature of Notary Pubic OPTIONAL Though,the Information below is not required by Itv it may prove valuable topersons retying on the document 31 and could prevent fraudulent removal and reattachment of this farm to another document. 011 Description of Attached (Document Title or Type of Document; 1jV Document Date* Number of Pages. Signer(s)Other Than lamed Above: i i9 Capacity(ies)Claimed by Signer Signer's Name:> U Individual — — Top or thumb here F-1 Corporate Officer-Title(s): _ ['J Partner---L]Limited 1_1 General � L-1 Attorney in Fact h s� (J Trustee r� L-1 Guardian or Conservator ` ? LJ Other: `U Signer is Representing: ,- _ �^R'`. w ^=GSS` /,." ;75-v"`.%4?z^�v't'-4'Z`.,C.` 2:, ``C�` ` ;; c:"tiT4`U4't'-.' G: `4`•'.`�C;```'`�.' r'`ti'=W` ` £;' t:` ; <G; u",-^u'`Lu + r'` ?'„'' 01999.National Notary Asso6iation-+9350 N Soto Ave.,P.O.Box 2402•Chatawcrih,CA 91313-2402 www nationasnot".org Prod..No.5507 Reorder:Call Tolt-free 1-800-876-6827 I 1 S I -," �_�11i ,� , ij�i,I , ^10 :i A idii j� ,,,,y_�.yy�� 111 . 2 �I I I 7 84 I � � 1JOja.re�, , ,­NjI` �re d,il d 2 4. jz� 1 .11 I .a U & � � , 11. 11.11 77 �y y,"j(. iliy iiiiiji,,"Ila rc ,a to tb�'. {�q rpla,q{ t.� .s I 11 . Im � 11E 1 #1'E'd�yZ"` .. ,_ NlizOE �.[L.+ AW 64�E:S V 1 fi 9 q�� a� ' �i .1�� Alre t, 9 ri �' is .:dre'Q§ 1 fia :i�l dlt wrlell� k u i ct full auk t p x c it � k yaR q, 4 �I , iili�il1 �, �xiflT��: 2to - ee 1�T#:E:AV4-. C amts �n na1. z7zt t °tom+ f; e , ire d to tie� , �° ,�n�z Mitt -aft 4 t }, 7 h � ""'" "�o ttQ 3 j, sbal1 expire rvith€�uf fxr ber a ar 'c� I 11., i tft, a 1,11" ill .¢ t�� caa� � �k y aii' d aiN. "C Oy� S e t�g� A rI. y � #ty f t J u esa tttt r €fit �✓, ""'��i§ 1 C:�_llq�f�N 1 RI: � .� 31i DEW �1�r3 17 i'& 'E{1,iizIms fG cif z�tier#1 ! bc% , the�:dad a gm.re t 1 J, ret ! re aas 1y, It 1 r w 11I �I "�re I tl l a N tan atl 1� � 1hI 11 1h �� eue.€ a� ;��i atxyct�fa# have rc cr ar ssastatti ' s%ie teni € ftuth�rri11iii �, "2"a in �r� - � ae€r d at ► ?t e er�t n + c� l aiG a d rpt h tl senl #the p tk 1 �} �/{yt ' 1 m a fxJ l$l idtici# Q tt# ,€`47lt lTi LT 11 f�'iJdi[# 11�� 5 WeT $i F,�"3Pk1�' Y� 71 , 1. , a ,. .IGi �I n 72,: z,1:11 � E7 �� fit, xgrrres c, scie ce r -su vac mpar%ry ana ire ".50 s?' lays#retl ate sa It�i'o� P yi, , 3 s e h4 ggjm s arch csiM,t m� ; sl 6,,-'rrc �l 1 -W .f, i�r l b:a�ddg t �rapry at prvi. eritred1;1 y f�6rr1eixatt�rs a # sie1nt <bisi+a t �p a t to a �f r �t1w 41i atIt a�ted14' Cly� � zeaie �t�sr `°tdeazutr his def its seal tc tie # ixed lati arid'eO'C, t by?!'did . etb�r Zb , F.' f I,- re e!fi l fiafi JI al 1 i �k � w . 1 ��! _ E . '� - Po S ldl 9'.�l4�_ E le �� t� P a a- 1 II� ;�I ) 'E; re 'J♦ al51 S ,� y Nry l # ,. ,�,yy. 'n y ,�wya. It �+1 �.s y, ? re`a mP a d a rel ." AL .�t� .C,i:+ O $�.$ Inn4 izCAL re ttit a d : IF d ?1 - d rre I 3 it� y��� .'��,2 t bei MO Personal c ai y ewe" d 3rzE1, �' "; ISI d : ,1111'.0� � ae f rs ® te fcleu# fAmenear a �bI ' n�tc - ,�dii� I O r ct s�rrbe�; cl , cd�u,O ledged�t �ex ite�€.e�r�x5egnjM �'d;a iI d, I e 0:said —rft z3 tF tette iI th rt r fht � } �11 1 1 J d fli iizi r P dti I �,° ,11 � ! lt 11.1 1� � f3ie c �� 1I A� t tw i n 1. p 3 bi�i Ltse bfD.r 1, 4 . d ' .zili - - t the P a t r ` ­lland � :A a ve, d c�xt t.tra se p tl�� . t at th r the�fl;d 1*€€�r er of yy tt wry n 1. Ie I'll�lflre �a On a a mil f zdl e� �� s�l ` '��. ,�11 '' 0 ;1p' 1 .�1. f Uh6b el Ii. a .a di �i �d PN 4 1 1 l lea .a� ,re11 re a ' qzl -y26" ;aFl re ' rl 11 ' I?1 .Fy: aE�pN: slimw m I 11 i -01 ...,;,"; Kms. _ , �1 i~t�G1Cil~I, xae ' 'J 1 dY :1�EP E 1 fin 1& 1:: °,PIS .yap t� CjeckiC Ific , (Bidder) DIVISION C. PR.QI!O (BID EQR I BIDSWILL BE RECEIVED UNTIL TIDE 13th Day of December, 2001, at 2:00 P.M. in the Architectural.Division, 1220 Morello Avenue,Suite 100,Martinez,CA 94553-4711. (1) TO THE DIRECTOR' OF GENERAL SERVICES, BARTON J. GILBERT, GENERAL SERVICES DEPARTMENT: The undersigned 'hereby proposes and agrees to furnish any and all required labor, material, transportation,and services for FIRE ALARM SYSTEM UPGRADE AT 625 COURT STREET,MARTINEZ Budget Line Item No.4405-4171 Authorization No. 092$-)VH171I7 in strict conformity with the Drawings, Specifications,'and other contract documents;on file at the Office'of the Clerk of the Board of Supervisors,First Floor, Administration Building, 651 Pine Street, Martinez,California,94553,for the following sum: S' Dollars(s ° It C,`1/f (2) It is understood that this bid is based upon completion of the work within 90 calendar days from and after the starting date as established by the Notice to Proceed.. (3) It is understood, with due allowance's made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time,then,he shall be liable to the Public Agency in the amount of FIVE HUNDRED DOLLARS per calendar day for :each day said work remains uncompleted beyond the time for completion, 'as and for liquidated damages and not as`a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (4) The undersigned has examined the location of the proposed work and is familiar with the Drawings, Specifications and other contract documents and the local conditions at the place where the work is to be done. (5) The undersigned has checked carefully all of the above'figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in snaking up this bid.` (6) The undersigned hereby,certifies that this bid is genuine and not share or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. HA2000\2500047\00L047027x.aoc DIVISION C- l DIVISION C. p11OSAL. M1 (Continued) (7) Attachments are: a) A list of the names and locations of the puce of business of the subcontractors, b) Noncollusion Affidavit form! c) Bid security as required in the Notice to Contractors. ____Cash iddees Band Cashier's Check Certified Check (8) The following addenda are hereby acknowledged as being includedin the bid: Addendum.# / dated i -01 Addendum# dated Addendum# dated (9) Firm 1 Have you By(signature) complied with the Division E Title InOutreach Program and Mandatory Address ( j '. �' Subcontractor Minimum Phone: w13— is 0 0Fax: _ 713- requirements for this project? Federal Tax Payers I.D. or Social Security No. &F'- 02,51L1(4' ... 1L1(l. Dated this day of 6e-r 200,-.,, (10) Licensed in accordance with an act providing for the registration of Contractors: Classification and License No. 627-313 Expiration Date 3 0 -0-3. . {11)' Representations made herein are made under penalty of per ury. HA20W250004?100L047Q27x.doc DIVISION C-2 LIST OF SUBCONTRACTORS FOR (lame of Prime Contractor) (As required by .Division B, Section 4, Paragraph (c). Substitution of listed subcontractors: See Division F,Section 6,Paragraph E.) Portion of Work Name Place of Business (City) 32-91 et . . X56,0 RK:aa H:CZE 0G\2500047\00L447027x.doe' DIVISION C- 3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER ANIS SUBMITTED WITH BID State of California ss' County of �.c 9D's , being first duly sworn, deposes and says that he or she is e ` f i f of yc S J� I6C . 1 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, soughtby 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, fuer,'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 depositary, or to any member or agent thereof to effectuate a collusive or sham bid. Dated: Signed: NOTE: THIS FORM MUST BE NOTARIZED CERTIFICA'T`E OF ACKNOWLEDGMENT> State of California ) ss. County of Ck C es 1 On the date written below,before me, the undersigned Notary Public,personally appeared the person(s) signing above for Contractor, personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)islare subscribed to the within instrument and acknowledged to me that 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. WITNESS my hand and official seal. Dated: 1` - 1. .-O) [NOTARIAL SEAL? .a. KATHRYN FILIP MM,#1219346 Notary Public " NOTARY PUBLIC-MIFOR,MA 'd AC43ttNTY MY Comm,I~w[PES MAY 14:20E?3 HA2000\2500047\001,aa7oz7x.doo DIVISION C 4 BID BONS BOND NO. 82103_ KNOW ALL MEN By THESE. PRESENTS, That we, VANDEN BOS ELECTRIC, INC. as Principal, and DEVELOPERS '.SURETY AND INDEMNITY COMPANY a corporation authorized to transact a general surety business in the'State of IOWAas Surety, are held and firmly bound unto THE COUNTY OF 'CONTRA COSTA {hereinafter called the Obligee} in the full and just sum of TEN PERCENT OF THE TOTAL AMOUNT' BID Dollars, ($ its ) for the payment whereof in lawful money of the United States, we bind ourselves,our heirs, administrators,executors, successors and assigns, jointly and severally,:firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for FIRE ALARM SYSTEM UPGRADE;;AT 625' COURT"STREET, MARTINEZ, CA" NOW,tHEREFOAE, if the Obligee shall accept the bid of the Principal and the Principal shall enter Into a Contract with the Obilgee In accordance with the terms of such bid, or In the event of the failure of the Principal to enter such Contract,if the Principal'shall pay to the obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain In full force and effect. Signed and Sealed this 13th day of DECOR 2001` VANDEN BUS ELECTRIC, INC DEVELOPERS SURETY AND INMWITY COMPANY Surety BY: A By: Principal J B, PILGARD, Attorney-in-Fact to 114 (Bid Bond) ik ALL-PURPOSECERTIFICATE STATE OF CALIFORNIA} ss . COUNTY OF SACRAMENTO} On DECEMBER 13, 2001 , ,'before me, Kathy Rangel, a;notary public, personally appeared Jana B. Piilgard, personally known to me (or proved to me on the basis of satisfactory evidence)to be the persons)whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/her/their authorized'capacity(ies), and that by his/her/their signature(s)on the instrument the persons), or the entity upon behalf of which the person(s)acted, executed the instrument. WITNESS my<hand'and official seal. KATHY RANGEL �, •- COMM.#1290841 NOTARY PUBLIC•CALIFORNIA SACRAMENTO COUNTY Comm.Exp.JAN.14,2005 POWER OFATTORNEY'FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO BOX 19725,IRVINE,CA 92623•(949)263-3300 KNOW ALL HIEN BY THESE PRESENTS,that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA.do each severally,but not jointly;hereby make,constitute and appoint,' ***ROBERT D. LAUX, DONA LISA BUSCNMANN, SUSAN FOURNIER, JANA B. PILGARD, J. BUSCHMANN, JOINTLY OR SEVERALLY*** as the true and lawful Attorneys)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations as sureties,bonds,undertakings and contracts of suretyship giving and granting unto said Attorttey(s)-in-Fact full power and authority: to do and to perforin every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do,blit reserving to each of said corporations full Power of substitution and revocation,and all of the acts of`said Attorncy(s)-in-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power of Attorney,is granted and is signed by facsimile under and by authority of the following resolutions adopted.by the respective Board of Directors of DEVELOPERS'SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,cflcctivc as of November # 2000: RESOLVED,that the Chairman of the Board,the President and any Vice President of the corporation be,and that each of them hereby is;authorized to execute Powers of Attorney,qualifying the attorney(s)narned in the Powers of Attorney to execute,on behalf of the corporations,,bonds,undertakings and contracts of suretyship;and that the Secretary or any Assistant Secretary of the corporations be,and each of them hereby is,authorized to attest the execution of any such Power of`Attorncy; RESOLVED,FURTHER.that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power ofAttorney or certificate bearing such Iacsim ile signatures shall be valid and binding upon the corporation when:so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS'SURETY AND INDEMNiITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective Executive Vice President and attested by their respective Secretary this Sail day of November,2000. By. : yraNnuary,rr David H.Rhodes,Executive Vice President < rY AND tNtj` GOrPANY 7PO r c�° Pork,. � ' 1`� SEAL = = ocT.s M_ o g 1958 'c - p 1987 X By: 0 Waltcr A.Crowell, Secretary ? /ow P ��,• C9C1PtOt STATE OF CALIFORNIA )SS. , COUNTY OF ORANGE' ) On November 8,2000,before me,Diane J.Kawata,personally appeared David H.Rhodes and Walter A.Crowell,personally known to me(or proved to rile on the basis of satisfactory evidence) to be the persons whose names are subscribed to tine within instrument and acknowledged to time that they executed the same in their authorized capacities,and that by their signatures oil the instrument the entity upon behalf of which the persons acted,executed the instrument. WITNESS my hand and official scat. E11A E J.KAWATA coMM.*i t87�Y28 r 11 , Y 1107MYPtJBI€G-GALIFORMA L Signature� tD t3FIAt�tt:,EtX7itNTY w My Gptrtrtr Fx(i.A;1it.fi,2ttti2 CERTIFICATE The undersigned, as Chief Operating Officer of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, docs hereby certify that tine forcgorng Powcr of Attorney remains in Bill force and has not been revoked,and furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney,are in force as of tine date of this Certificate: This Certificate is executed in the City ofirvine,California,the 13th ,day of DI CEM Z(Ryi tv f�J By ~` David G.Lane.Chief Operating Officer ID-1380(11100) i k (Bidder) DIVISION C;. 'i ►i?WS.AL MIDEMM BIDS WILL BE RECEIVED UNTIL THE 13th Day of December, 2001,' at 2:00 P.M. in the Architectural Division, 1220 Morello Avenue,Suite 100,Martinez,CA 94553-471 L (1) TO THE DIRECTOR OF GENERAL SERVICES, BARTON J. GILBERT, GENERAL SERVICES DEPARTMENT: The undersigned hereby proposes and agrees to fiurnishany and all required labor, material, transportation,and services for FM ALARM SYSTEM UP GRADF,AT 625 COURT STREET,MARTMZ Budget Linehero No.4405-4171 Authorization No. 0928-WH171D in strict conformity with the Drawings, Specifications, and other contract documents on file at the (Office of the Clerk of the Board of Supervisors,First Floor,Administration Building,651 Pine Street, Martinez,California,94553,for the following sum: {2) It is understood that this bid is based upon completion of the work within`90 calendar days from and after the starting date as established by the 1�'otice to Proceed. (3) It is understood,with due allowance`s made for unavoidable delays,that if the Contractor should fail to complete the work of the contract within the stipulated;time,then,lie shall be liable to the Public Agency in: the amount of FIVE HUNDRED DOLLARS per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be unpractical and difficult to fix the actual amount of damage. (4) The undersigned has examined the location of the sed work and is familiar with. the Drawings, Specifications and other contract documents and proposed conditions at the place where the work is toibe clone. (5) The undersigned has checked careftly all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. (6) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder,to put in a sham bid, or any other person, firm or corporation to refry from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. HA2000\2-%W'7wnu.047e27X.aoC DIVISION C; - 1 DIVISION C. P M FQM(Continued) (7) Attachments are a) A list of the names and locations of the place of business of the subcontractors. b) Noncollusion Affidavit form. c) Bid security as requiredin the Notice to Contractors. Cash Bidder's Bond Cashier's Check , Certified Check (8) The following addenda are hereby acknowledged as beim included in the bid: s Addendum# dated �- 1 Addendum# dated Addendum# dated (9) Firm ri , lOJEHave you By(signature) complied with the Division E Title Outreach Program and Mandatory lir ` ' - Subcontractor Address Minimum Phone: ? `�' Fax: ; ' ' requirements for this project. Federal Tax Payers I.D. or Social Security No. - r Dated this day of (10) Licensed in accordance with an act providing for the registration of Contractors: Classification and License No. (?-Ie) ' ` a, ,Expiration Date ,fir" 0 (11)' Representations made herein are made under penalty of perjury. xA2000\2500047\00L04'702!x.apc DIVISION C-2 LIST OF SUBCONTRACTORS FOR Game of Prime Contractor) (As required. by Division B, Section 4, Paragraph (c). Substitution of listed. subcontractors- See Division F Section 6,Paragraph E.)' Portion of Work Name Place ofBusiness (City) LJ L RK--aa HA2000NM0047140L047027x.doe DIVISION C- 3 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUB:fftiflS WITH BID State of California County of V4 ss being first duly sworn, deposes and says tha or she is of - I C. 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 slim; 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 shams 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, fcirther, 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. Dated: 'b x Signed: ', �Jill NOTE: THIS FORM MUST BE NOT CERTIFICATE OF ACKNOWLEDGMENT State of California ) ss, County of can the date written below,before me,the undersigned Notary Public,personally appeared the perso signing above for Contractor, or proved to me on the basis of satisfactory evidence)to be the person whose name'(,is/ ,subscribed to the within instrument and acknowledged to me that hel executed the same in his/**i utnorized capacity sl, and that by hist rttl*r si nature ,on the instrument the person*or the entity upon behalf of which the peisonN acted,executed the instrument. WITNESS my hand and official seal. Dated [NOTARIAL SEAT.] Notary Pu THY!a.CNltBR Corr MISSion#1243591 Notary Public-California Placer County i�fiy Cr rvrt. Norr 25,2Q HA2000\2500047\00LO4702IX.doc' DIVISION C -4 Bond No. GREAT AMERICAN INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS,that we,Gregory Electric,Inc. as principal, and the GREAT AMERICAN INSURANCE COMPANY,a corporation existing under the laws of the State of Ohio, having its Administrative Office at 580 Walnut Street, Cincinnati, Ohio 45202, as surety are held and firmly bound unto, Architectural Division, General Services Department,Contra Costa County as obligee, in the penal sum of Ten Percent DOLLARS ($10%) lawful money of the United. States of America, for the payment of which, well and -truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents.' SIGNED, sealed, and dated this 10th day of December,2001 WHEREAS,the said principal herewith'submitting proposal for Fire Alarm System Upgrade at 6725 Court St.,Martinez NOW, THEREFORE_., the condition of this obligation is such that, if the said principal shall be awarded the said contract, and shall within ( ) days after receiving notice of such award enter into a contract and give bond for the faithful performance'of the contract, then this obligation shall be null' and void otherwise the principal and surety will pay unto the obligee the difference in money between the amount of the principal's bid and the amount for which'the obligee may legally contract with another party to perform the work, if the latter amount be in excess of the former; but in no event shall the liability hereunder exceed the penal sum hereof. Gregory Electric, Inc, . rincipal GREAT?A ERICAN'INSURANCE COMPANY i Byr ; . Kristin,Eurian, Attorney-in-Fact F.9116K--(3/82)(BID FORM) COMPANY 5801 WALNUT STREET.CINCINNATI,OHIO 45X}2.513-369--6000*FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than No.U 13819 FIVE POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized` and existing under and by virtue of the taws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below' its true and lawful attorney-iii-fact,for it and in its name,place and stead to execute in behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof,provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed udder this authority shall not exceed the limit stated below. Name Address Limit of Power DONAIL 7 H. DIE BEI. EILEEN A. Mc.'WLDRICK ALL OF ALL MAR' J. aCt;TI,LY KRISTIN F014VM SAMNOM, LINLIMTED IMOGE:NE''KALtI~ERT CALIPGIVIA This Power'of Attorney revokes all previous powers issued in behalf of the attomey(s)-in-fact namedabove. INWITNESS WHFREOFtheGREATAMERICANINSURANCECOMPANYhascaused'thesepresentstobesignetandattestedby its appropriate officers and its corporate seal hereunto affixed this 15t day'of February 1999 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO,'COUNTY OF HAMILTON--ss: On this 1St dayof; February, 1999 before me personally appeared DOUGLAS R. BOWEN, to me known, being duiy sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument-,that he knows the seal;that it was so affixed by authority of his office under the Fry-Laws of said Company,and that he signed his name thereto by like authority. This Power of Attorney is granted'by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1991 RESOLVED: That the Division President,the several Division trice Presidents and Assistant Vice Presidents,or anyone of them,be and hereby is authorized,from time to time,to appoint one or more Attorneys-In-Facttoexecute on behalfofthe Company,as surety,anyandall bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof-to prescribe their respective duties and the respective limits of their authority,and to revoke any such appointment at any time. RF501.VED FUR TH RDiaz the €ompany seal and the signature of any of the aforesaid officers andany Secretary or Assistant Secretary of the C of np,-tr+Y may ire aflixcd 13y fresi l lc to any paIver ora tIorn v or.:ern.Iicate of either grvcn for theexecution of any hood, urEclerr t1 in1 e«rstrart f}r sura tp°sla) ,rat r?tIEE r u ritterr ab/iy:#t#e)n in the nature thereof,suchsilrnature ane seal whe rso used being#erebyadoptedhy tlf t'�C7)?fl?i173Y t�ixEty dr.s�inl?�51�,7t:x't tl."u t, €3fr;:.l}{}fi1Ct'F l2;tt�P1TE='r)i"##:If7i3S#St':t�!'31�clt.'�.-t3iTl,)tr:},C1?�}�1.?le G�aRti}7}{iGtlnJ:Ell}td:7 tJ#C�t3ri1t5�337 j'F�'7llt i13:{' same force unci effect as flier¢ 1r!zr nually<#ffxe<t. CERTIFICATION 1, RONALD C,HAYES, Assistant Secretary of Great American Insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March I,,1993 have not been revoked and are now in full force and effect. Signed and seated this 10th dayof December 2401' S1029S(11147) ........ ...... .......... ............... CALIFORNIA 0 WWI ALL-PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA Sacramento COUNTY OF On 12/10/01 before me, Donald H. Diebels, Notary Public F DATE NAME,TITLE OF OFFICER-E.G.."JANE DOE,NOTARY PUBLIC" personally appeared, Kristin Forman personally known to me(or 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/shel they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures)on the instrument the perso n(s),or the entity upon behalf of which the persons}acted, executed the instrument. DOIALD HENRY DIESELS WITNESS my hand and official seal. COMM.#1228075 NOTARY PUBLIC,CALIFORNIA L Ut NOT' RY AU&PYSIG OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OFDOCUMENT' NUMBER OF PAGES SIGNER(S)OTHER THAN NAMED ABOVE k j A 1QV GW (Bidder) DIVISION C. MAL MAW BIDS WILL BE RECEIVED UNTIL THE 13th Day of December, 2001, at 2;01 P.M. in the Architectural Division, 1220 Morello.Avenue, Suite l00,Martinez,CA94553-4711. TO THE. DIRECTOR OF GENERAL SERVICES, BARTON J. GIBERT, GENERAL SERVICES DEPARTMENT: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation,and services for FIRE ALARM SYSTEM UPGRADE AT 625 COURT STREET,MARTINEZ Budget Line Item No.4405-41:71 Authorization No. 0928-WH171D in strut conformity with the Drawings, Specifications, and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, 651 Pine Street, Martinez,California,94553, for the following sure: mDollars (2) It is understood that this bid is based upon maple on of the work within.90 calendar days from and after the starting date as established by the Notice to Proceed. ( It is understood,with due allowances made for unavoidable delays,that if the Contractor should fail to complete the work of the contract within the stipulated time,Hien,he shall be liable to the Public Agency in the amount of FIVE HUNDRED DOLLARS per, calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty; it being agreed'and expressly stipulated'that it would be impractical and difficult to fix the actual amount of damage. (4) The undersigned; has exarrained the location of the proposed work and is familiar with the Drawings, Specifications and other contract documents and the local conditions at the place where the work is to be done. (5) The'undersigned'has checked caref illy all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersignedin makiiig up this bid. (o) 'I`lte undersigned hereby certifies that this bid is,genuine and not sham or collusive, or made in the interest'or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to pint in a share bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. a:\2000u5 \OGL,r4'70z7x.dm DIVISION C- 1 DIVISION tinted) ( Attachments are; a) A list of'the names and locations of'the place of business,of the subcontrotetors. b) Nioncollusion,Affidavit f©nn. Bid security as required in the Notice to Contractors. —Gast Bidder's Bond ees Check _Certified Cbl C T"ne following addenda are hereby aelmowledged as being included in the bid. Addendum# dated 6 AddeWum# dated Addendum# dated ) Fir. C- ' : Have you B ) VOMPMW Wft the E ou ph "itle and Maudatory Adcb t Ubco tractor requbwn cats for Phone- Fax: (90-1s- 99this rot Federal'fax Payers I.D.or Social Security NO. Dated this: day of �wcr 10) Licensed in accordance with an act providing for the r 41 -stration of Contractors: Classification and LicenseNo, C- iratio late4 - (11) Rep entations made herein are made under penalty of perjury. ........... NONCOLLUSIGN AFFMAVIT.TO BE EXECUTED BY BIDDER AND Stt WITHBID She of California' SS County of ,being first duly sworn, deposes and says that he or she is C . E. tp. of 11Z— l'Kj'C— the party raking the foregoing kidmatthe biZl 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; dw 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 reftain fi-om,bidding;that the bidder has not in any marmer, 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 contact, that all statements contained in the bid are true; and, ftuther, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged informationor 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. Dated: Signed:_ NOTE: THIS FORM MUST BE NOTARIZED CERTMCATE OF ACKNOWLEDGMENT State of California County of On the date written below,before ine,the underslgne&Notary Public,personal I ly appeared the person(s)signing above for Contractor, persowAytnown to tne,(or proved to me on the basis of satisfactory evidexice)to be the person(s)whose name(s)istare subscribed to the within insnument And aelmowledged to =that h elshetthey executed tine sante in histhefteir authorized capazity(ies), and that by hisjwfteir signawre(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. WITNESS my hand and official seal. Dated. (NOTAMIL SEAL] IuIA 4 I AWELHADI Notary Public Owim#1114716 DIVISION C -4 HA2000W00047NG0L047027x-d*c LIST OF SUBCONTRACTORS FORJ,\1AJ6\14-b'4A-ZS, 1A1C ,--)- (N4tne of Prinie Contractor As required by Division BI Section 4, Paragraph (c). Substitution of listed subcontractors. See Division F,Section 6,Paragraph E.) Portion ofWork Name Place of Business (Qty) h5ha,6—s, C16,CA OLQe r6 .j \-N AcL 2t�, lie RK= HA20W\25W04*AML047027x.dm DIVISION C-3 - 94510 PO BOX 1574 Phone ( 10)376-6241 Fax(707) 746-1986 Summary Sheet for Selected Subcontractors Proect; Fire Alarm System Upgrade 62$ our Street Budget Line Item No 44015-4171 Autborixation No.0928-"171 D Location: 625 Court Street,Martinez,CA 94553. Sid Sate': December t3,2001 Did Time: 2.0PM Asbestos Abatement Company Name Amount Decision Janus Corporation $3,490.0€1 Awarded 1€91 Shary Circle Concord,CA 94518 Contact: Melvin Keuch phone: (9.25)969-9200 Fax: (925)969µ9280' 14VAC Company Name Amount Decision ICOM Mechanical,Inc, ` 1,85O.00 Awarded 477]Burke Street San Jose,CA 96108 Contact: Randy Sipa Phone: (408)'792-2292 Fax: (408)292-4968 Painting/Drywall Company Name Amount Decision Action Drywall $2,800.00 Awarded: 2916 No.Francisco' ay Antioch, CA 94509 Contact. Jim McCormick ]Phone, (925) 754-9611 Fax: (925) 754-9611' Company Name AmountDecision RangeI Janitorial $4,200.00 Awarded 4 Truitt Avenue Martinez,CA 94553' Contact: Ralph Rangel Phone: (925)274-6998 Fax: (925)228-2278 Suppliers Company Name Amount Decision Tri—Ed Distribution Inc. $3,503.90 Awarded 2410 Merced Street San Leandro,CA 94577 Contact: Cliff Lindsay Phone: ;(510)297-5500 Fax: (51'0)297-5508 G American Contractors Ind emnfty ompany 9841 AIRPORT BOULEVARD,9""FLOOR,LOS ANGELES,CA 90045 (310)649-0990 BONDNO. 137546 PREMIUM $0.00 BIDDATE: 12/13/01 BID BOND KNOW ALL MEN BY THESE PRESENTS,That we, FIRE INNOVATIONS,INC. (hereinafter called Principal),as Principal,and AMERICAN CONTRACTORS INDEMNITY COMPANY,a corporation, organized and existing under the laws of the State of California and authorized to transact a general surety business in the State of CALIFORNIA (hereinafter called Surety),as Surety,are held and firmly bound unto CONTRA COSTA,COUNTY (hereinafter called Obligee) in the penal sum of percent 10 %)of amount bid not to exceed TWELVE THOUSAND E1614T HUNDRED SEVENTY-SEVEN AND 00/100-* Dollars($, 12,877.00 for the payment of which the Principal and the Surety bind themselves,their heirs, executors, administrators,successors and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS,SUCH,That,whereas the Principal has submitted or is about to submit a proposal to the,Obligee on a contract for FIRE ALARM SYSTEM UPGRADE,625 COURT STREET,MARTINEZ,C Budget Line Item,No.4403-4171 1K Authorization No.0928-WHI 7 1 D NOW,THEREFORE-,if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified,entev into the contract in writing, then this obligation shall be void. If the Principal shalt fail to do so, then the undersigned shall pay the obligee the damages which the obligee may suffer by reason of such failure up to and not exceeding the penal sum of the bond. SIGNED,SEALED AND DATED THIS 12th DAY OF DECEMBER 2001 FI"INN4�ATIONS,INC. PRINCIPAL By: AMERICAN CONT AC D MPANY By. KEITH SANDROCK,JR. t rney-i -Fact .iw'�"'(w`'4'Y im, I�T n ILI go, ".>. I'a�� 1a mill `9 M ,,. I@II1 1Al I s €� wwa �� . � �,o xfi a,�{ i• ' ���->- I Im1W , '�� I� �,PI, @�� �, r fro,,: �� ,a ONE � r , ,`� �,W!@ a,'�� ice- � �- �IIkPII 1 IIu ?x w .� ,.< �t � 11� s�y�ll � FEE' - "ad�� Riw Owl' .i`Cc'� f �� -3:% S"3" -{✓�.E�( ,HMt��,rc T;'1�131:.. 1:. I..:x1Ai1 �-� �+' � �Y!' d @i�. "i;y�i'I��'!'ly@, PoI��� Ie��giiry 16 �'���..:.��' n w. H L i jog MIR '- uxu -= � 'rte ��;, xgl���igy'n°� , :: •„ ��71? � ,. , W4J�l�' � � �� '.,,1 ."rc,l �f:r'RP: ,0 @ a. •s .a`_'k .. - I±J �.,. n R f R i'` .�,. a n -P � -�� ff I5, - � - :.° k, e,�' I�1,1�>�d'p,d>If �'GI?k 1 1�✓"'�I!@DceC�syr al@ d R%g 1�1 `-�' ._r� .�' '@ bu ��`�•"' Rr (�.�''. 'H "' '- � xz.ss7 c' � «.".'�Y� �� �'.. a @Ile,,, i 'IWIc :,@I.. , ;�n,Ni � � �� •�� .�,�w'I � 1 !,�' �'IY�,roIryiW,f_.r.11 i {§�t �d .. 1. -!;i:, n ACCEPTABLE a:��re ��1 �1 1 i I� I:;Ik!wt,yy�I.xT:: w< '� - � :�'r @, ��- ,m�g�l�nn!�q,�Plq(Ip ro�e' ro a � ,•a,� .,� �#c_ wr��l�l.��ll�{,�`*,,..�11!€ F!�!�i,�>% l�+k*p!I:�,' �1 ��=;I,�i:£i� �,II'r*, -,q-u� -n ;:_�' - � 3,m<..,: i�°1 s�,� 'I ,ro,!c��1��rc ��1�,�!P1!� ���"�I `.,.z�a� = �� �Tr#�=• �.;x�� „�! �i� ~��a��r:,� , x CAL[FOR i ALL-iPURPOSE ACKNOVILEDGMEM T' State of California County of Alameda December 12, 2001 Aimme M. schlosser, .Notary. Public C7n before'me, i Osie Name and Ttfle of Officer le g-.'Jane Doe.N6tary Pualx') �,. personally appeared Keith Saudrock, Jr_ r Names)of Signer(s) X personally known to me-OR-- to be the person(s) whose names) iskssubscribed to the within instrument and acknowledged to me that heft executed the ; same in hist authorized capacity(M),and that by hislbwvdMc signature(*on the instrument the person(g), or the entity upon behalf of which the personacted, executed the instrument. GIMME M.SCHLOSSEI� COMM#13ldlot � WITNESS my hand and official seal. NOTARY.PUBUC-CALIFORNIA O AIAMEDA CoUNTY C) Cf3Ar4AA,EXP.AUG.11,2005'; 02 Signature o ary Fut+c s~ Though the information below is not required by law,it may prove valuable to 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: Bid Bond # '137546 Poa#05-0616 Document Date: 12/12/2001 Number of Pages: I+Ack 5 Signer(s)Other Than Named Above: Fire Innovations, Inc. Capacity(ies) Claimed by Signer(s) Signer's Name: Reith sandrock' Jr. Signer's Name: Individual n Individual Corporate Officer a Corporate Officer Title(s): Title(s): fI Partner—M Limited General L Partner—7 Limited General 11 Attorney-in-fact 0 Attorney-in-Fact f r Trustee - 1:,- Trustee C Guardian or Conservator ", �' Guardian or Conservator ", ' C Other: Top of thumb here ❑ Other: Top of thump here � Signer Is Representing: Signer is Representing: g= American Ca tractors Indemnity cop =y 1 ` ' iX. �.�. '-y^4{,r.-.Cr ` 1995 NaaronarNo*ry'AsSoe ion-8 HemtnetAve.,PO,Box 7154-Canoga Park;CA 91= -7184 Prodi No.5907 Reorder:Gaff Toll-Free 1-800-876.83271