Loading...
07-105, Rosendin Electric, Inc. City Hall 10300 Torre Avenue Cupertino, CA 95014-3255 (408) 777-3354 PUBLIC WORKS DEPARTMENT CERTIFICATE OF COMPLETION AND NOTICE OF ACCEPTAI`(CE OF COMPLETION LIBRARY LIGHTING (UPGRADE PROJECT PROJECT N0.2007-9233 NOTICE IS HEREBY GIVEN THAT I, :E~alph A. Qualls, Jr., Director of Public Works and City Engineer of the City of Cupertino, California, do hereby certify that the work and improvements in hereinafter described in the contract which was entered into, by, and between the City of Cupertino and Rosendin Electric on Se;ptember 10, 2007, in accordance with the plans and specifications for said work, have been completed to my satisfaction and acceptance of completion was ordered on December 18, 2007. That said work and improvements consisted ~~f furnishing all labor, materials, tools, and equipment required to complete said project, all as more particularly described in the plans and specifications for said project. C'~ Director of Public Works and City Engineer of the City of Cupertino Date: December 18, 2007 Printed on Recycled Paper City Hall 10300 Torre Avenue Cupertino, CA 95014-3255 Telephone: (408) 777-3223 FAX: (408) 777-3366 CUPERTINO December 19, 2007 Recorder Santa Clara County Recorder 70 West Redding Street San Jose, CA 95110 DOCUMENT FOR RECORDATION -CERTIFICA'T'E OF COMPLETION Library Lighting; Upgrade Project Project No.:?007-9233 OFFICE OF THE CITY CLERK Enclosed for recording is an original with accompanying fast endorsement copy of a certificate of completion and notice of acceptance of completion. If there are any questions or concerns, please contact our office at (408) 777-3223. Sincerely, ~-~i~ ~~-~'-~~ Mary Redwine City Clerk's Office REi # Z ~ `~ g `~ 1 Project No.2007-9232. DOCUMENT 00520 ~ ~Z~ CONTRACT THIS CONTRACT, dated this j~day of , 2007 , by and between Rosendin Electric, Inc. whose place of business is located at 880 Mabury Road; San Jose, CA 95133 ("Contractor"), and the- CITY OF CUPERTINO, a Municipal Corporation of the State of California ("City") acting under and by virtue of the authority vested in the City by the laws of the State of California. PROJECT NUMBER 2007-9232 LIBRARY LIGHTING UPGRADE PROJECT NOW, THEREFORE, in consideration of the mutual covenants hereinafter set forth, Contractor and City agree as follows: Article 1. Work 1.1 Contractor shall complete all Work specified in the Contract Documents, in accordance with the Specifications, Drawings, and all other terms and conditions of the Contract Documents. Article 2. Agency and Notices to City 2.1 City has designated Terry W. Greene, AIA, City Architect, to act as City's Authorized Represenative(s), who will represent City in performing City's duties and responsibilities and exercising City's rights and authorities in . Contract Documents. City may change the individual(s) acting as City's Authorized Representative(s),. ordelegate one or more specific functions to one or more specific City's Representatives, including without limitation engineering, architectural, inspection and general administrative functions, at any time with notice and without liability to Contractor. Each City's Representative is the beneficiary of all Contractor obligations to City, including without limitation, all releases and indemnities. 2.2 City has designated Terry W. Greene, AIA, City Architect, to act as Construction Manager. City may assign all or part of the City Representative's rights, responsibilities and duties to Construction Manager. City may change the identity of the Construction Manager at any time with notice and without liability to Contractor, 2.3 City has designated SMWM Architects, to act as Consulting Architect. City may change the identity of the Consulting Architect at any time with notice and without liability to Contractor. 2.4 All notices or demands to City udder the Contract Documents. shall be to City's Authorized Representative at: 10300 Torre Avenue, Cupertino, California 95014 or to such other person(s) and address(es) as City shall provide to Contractor. Article 3. Contract Time and Liquidated Damages 3.1 Contract Time. Contractor shall commence Work at the Site on the date established in the Notice to Proceed., City reserves the right to modify or alter the Commencement Date of the Work.. Contractor shall achieve Final Completion of the entire Work (other than non-substantial punch list items) within 90 Calendar Days from the date when the Contract Time commences to run as provided in Document 00700 (General Conditions). Library Lighting Upgrade 00520 - 1 Agreement Project No. 2007-9232 3.2 ,Liquidated Damages.. City and Contractor recognize that time is of the. essence of this Contract and that City will suffer financial loss in the form of contract administration expenses (such as project management and consultant expenses), if all or any part of the Work is not completed within the times specified above, plus any extensioris thereof allowed in accordance with the Contract Documents. Consistent with Article 15 of Document 00700 (General Conditions), Contractor and City agree that because of the nature of the Project, it would be impractical or extremely difficult to fix the amount of actual damages incurred by City because of a delay in completion of all or any part of the Work. Accordingly, City and Contractor agree that as liquidated damages for delay Contractor shall pay City: 3.2.1 $ 250.00 for each Day that expires after the time specified herein for Contractor to achieve Final 'Completion of the entire Work, (other than erosion control and non-substantial punch list items) is achieved. These measures of liquidated damages shall apply cumulatively and except as provided below, shall be presumed to be the damages suffered by City resulting from delay in completion of the Work. 3.3 Liquidated damages- for delay shall only cover administrative, overhead, interest on bonds, and general loss of public use damages suffered by City as a result of delay. Liquidated damages shall not cover the- cost of completion of the Work, damages resulting from defective Work, lost revenues or costs of substitute facilities, or damages suffered by others who then seek to recover their damages from City (for example, delay claims of other contractors, subcontractors, tenants, or other third-parties), and defense costs thereof. Article 4. Contract Sum 4.1 City shall pay Contractor the Contract Sum of Twenty Seven Thousand, Nine Hundred and. Eighty Five Dollars and No Cents ($ 27,985.00). for completion of Work in accordance with Contract Documents as set forth in Contractor's Bid, attached hereto: Bid Form marked EXHIBIT "A" Article 5. Contractor's Representations In order to induce City to enter intp this Contract, Contractor makes. the following representations and warranties: 5.1 Contractor has visited the Site and has examined thoroughly and understood the nature .and extent of the Contract Documents, Work, Site, locality,. actual conditions, ss-built conditions, and all local. conditions, and federal, state and local laws. and regulations that in any manner may affect cost, progress, performance or furnishing of Work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. S.2 Contractor has examined thoroughly and understood all reports of exploration and tests of subsurface conditions, as-built drawings, drawings, products, specifications or reports, available for Bidding purposes, of physical conditions, including Underground Facilities, which are identified in Document. 00320 (Geotechnical Data and Existing Conditions), or which may appear in the Drawings. Contractor accepts the determination set forth in these Documents and Document 00700 (General Conditions) of the limited extent of the information contained in such materials upon which Contractor may be entitled to rely. Contractor agrees that except for the information so identified, Contractor does not and shall not rely on any other information contained in such reports and drawings. Library Lighting Upgrade 00520 - 2 Agreement Project No. 2007-9232 5.3 Contractor has conducted. or obtained and has understood all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in Section 5.2 of this Document 00520) abet pertain. to the subsurface conditions, as-built conditions,. Underground Facilities- and all other physical conditions at or contiguous to the Site or otherwise that may affect the cost, progress, performance or furnishing of Work, as Contractor considers necessary for the performance or furnishing of Work at the Contract Sum, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Document 00700 (General Conditions); and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be .required by Contractor for such purposes. 5.4 Contractor has correlated its. knowledge and the results of all such observations, examinations, investigations, explorations, teats,. reports .and studies with the terms and conditions of the Contract Documents. 5.5 Contractor.has given City prompt written notice of all conflicts, errors, ambiguities, or discrepancies that it has discovered in or among the Contract Documents and as-built drawings and actual conditions and the written resolution thereof through Addenda issued by City is acceptable to Contractor. 5.6 Contractor is duly organized, existing and in good standing under applicable state law, and is duly qualified to conduct business in the State of California. 5.7 Contractor has duly authorized the execution, delivery and performance of this Contract, .the other Contract Documents and the Work to be performed herein. The Contract Documents do not violate or create a default under any instrument, contract, order or decree binding on Contractor. 5.8 Contractor has. listed Subcontractors pursuant to the Subcontractor Listing Law, California Public. Contracting Code §4100 et seq. in document 00430 (Subcontractors List). Article 6. Contract Documents 6.1 Contract Documents consist of the following documents, including all changes, addenda, and modifications thereto: Document 00400 Bid Form Document 00430 Subcontractors List Document 00450 Statement of Qualifications Document 00481 Non-Collusion Affidavit Document 00482 Contractor Certification Document 00510 Notice of Award Document 00520 Contract Document 00530 Insurance Forms Document 00550 Notice. to Proceed Document 00610 Construction Performance Bond Document 00620 Construction Labor and Material Payment Bond Document 00630 Guaranty Document 00650 Agreement and Release of Any and' All Claims Document 00660 Substitution Request Form Document 00680 Escrow Agreement for Security Deposit in Lieu of Retention Document 00700 General Conditions _ ' Document 00800 Special Conditions Document 00821 Insurance Document 00822 Apprenticeship Program Specifications Division 1: General Requirements Divisions.l6: Technical Specifications Drawings & Plans Library Lighting Upgrade 00520 - 3 Agreement. ProjectNo. 2007-9232 6.2 There are no Contract Documents other than those listed in this Document 00520, Article 6. Document 00320 (Geotechnical Data and Existing Conditions), and the information supplied therein, are not Contract Documents. The Contract Documents may only be amended, modified or supp}emented as provided in Document 00700. (General Conditions). Article 7. Miscellaneous 7.1 Terms 'used in this Contract are defined in Document 00700 (General Conditions) and Section 01420 (References and Definitions) and will have the meaning indicated therein, 7.2 It is understood and agreed that in no instance are the persons signing this Contract for or on behalf of City or acting. as an employee, agent, or representative of City,. liable on this Contract or any of the Contract Documents, or upon any warranty of authority, or otherwise, and it is further understood and agreed. that liability of the City is limited and conf`med to such liability as authorized or imposed by the Contract Documents or applicable -law.. 7.3 Contractor shall not assign any portion of the Contract Documents, and may subcontract portions of the Contract Documents only in compliance with the Subcontractor Listing Law, California Public Contracting Code §4100 et seq. 7.4 The Contract Sum includes all allowances (if any). NONE ON THIS PROJECT 7.5 In entering into a public works contract or a subcontract. to supply goods, services or materials pursuant to a public works contract, Contractor or Subcontractor offers and agrees to assign to the awarding 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. § 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700} ofPart 2 of Division 7 of the Business and Professions Code}, arising from purchases of goods, services or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time City tenders final payment to Contractor, without further acknowledgment by the parties. 7.6 Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Contract, as determined by Director of the State of California Department of industrial Relations, are deemed included in the Contract Documents and on file at City's Public Works office, and shall be made available to any interested party on request, Pursuant to Section 1861 of the Labor Code, Contractor represents that it is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that Code, and Contractor shall comply with such provisions before commencing. the performance of the Work of the Contract Documents. 7.7 Should any part, term or provision of this Contract or any of the Contract Documents, or any document required herein or therein to be executed or delivered, be declared invalid, void or unenforceable, all remaining parts, terms and provisions shall remain in full force. and effect and shall in no way be invalidated, impaired ar affected. thereby. If the provisions of any law causing such invalidity, illegality or unenforceability may be waived, they are hereby waived to the end that this Contract and the Contract Documents maybe deemed valid and binding contracts, enforceable in accordance with their terms to the greatest extent pemutted by applicable law. In the event any provision not otherwise included in .the Contract Documents is required to be included by any applicable law, that provision is deemed included herein by this reference(or, if such provision is required to be included in any particular portion of the Contract Documents, that provision is deemed included in that portion). Library Lighting Upgrade 00520 - 4 Agreement Project No. 2007-9232 7.8 This Contract and the .Contract Documents shall be deemed to have been entered into in the County of Santa Clara, State. of California, and governed in all respects by California law (excluding choice of law rules). The exclusive venue for all disputes or litigation hereunder shall be in Santa- Clara County. Both parties. hereby waive their rights under California Code of Civil Procedure Section 394 to file a motion. to transfer any action or proceeding arising. out of the Contract Documents to another venue. Contractor accepts the Claims Procedure in Document 00700, Article 12, established under the California Government Code, Title 1, Division 3.6, Part 3, Chapter 5. . Library Lighting Upgrade 00520 - 5 Agreement Project No. 2007-9232 ~~~ ~~ ~ 7 1N WITNESS. WHEREOF the parties have executed this Contract in quadruplicate the day and year rrs a ove wrr e1r. LIBRARY LIGHTING UPGRADE PRQJECT CITY: CITY OF CUPERTINO, a Municipal Corporation of the State ofCalifo is Ralph A. Qualls, Jr. Director of Public Works Attest: CONTRACTOR: ~~ ROSENDIN ELECTRIC, INC. __ o By: rgnature] SeL' 0.~~'(tG~IPd jtr wVk7 W~2G~~GfY~' Larry Beltramo [Please print name here]. Kimberly Smith, City Clerk Approved as to form by City Att ey: Title: Ex e c u t i ve r V . P _ [If Corporation: Chairman ,President, or Vice President] rles Kilian, City Attorney By: I hereby 'fy penal of perj that h [Signature] ~,~ Qualls r. of ity of pectin s duI t zed to C' 1 exec a this cumen n be of the ' o pertino by Lorne Rundqui s t a jori vote of City uneil [Please print name here] j . Title: V P r F i n a n c a 1 S r- L f ~ (....~ w [If Corporation: Secretary, Assistan# Secretary, Chief Financial Officer, or Assistant Treasurer]. 142.881 AB,C10 State Contractor's License No. Class cation 9130/08 Expiration Date Taxpayer ID No. Designated. Representative: Terry W, Greene, AIA Name: u~ A~jh+ptt` City Architect Title: Project Manager 10300 Torre Avenue, Cupertino, CA 95014 Phone: 408-777-3354 Address: 880 Mabury Road, San Jose, 09.51 Phone: (4081 793-5028 Facsimile: 408-777=3333 ~?~` ~3 ~ ~ ~ Facsimile: (4 0 8 ~ 2 q.5 - 6 4 2 3 E-Mail: terryg@cupertino.or/g E-Mail: ~ rabbott@rosendin.com CONTRACT AMOUNT: $ 27,985.00 ' ACCOUNT NUMBER: 420-9232-9300 FILE NO.: 51,203.07V ~~a~ OF DOCUMENT /- Library Lighting Upgrade 00520 - 6 Agreement CALIFORNIA ALL-PURPOSE ACKNOWLEDGiMENT State of California ss. County of c~XLY1 ~0. ~ 0.Y'Q Cheri rn ~ !-~ flr 1i~citn r ~ Pt.~.b(f; c On `~ l0 O'7 before me, ~ Name and Tito of Officer (e.g., 'Jane Doe, Notary Pu ic") personally appeared n r ra rn o Name(s) of Signer(s) [~ personally known to me GtlFfiER~! l1. NyODOR~~ CanrtiNonf tt699SS ~ IR~C - cawornw ~ tango aao ~- Mrooa~t~..iNat->It, Place Notary Seal Above ^ 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. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL 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: ~b ~ttfn~n~' OC~5Z0 Document Date: ~, -D ~O'~ Number of Pages: ~o Signer(s) Other Than Named Above: ~Or ~ L°- Ru r,d 4 i 5T Capacity(ies) Claimed by Signer(s) Signer's Name: (q 1^~v ~.~ }tarn o ^ Individual Corporate Officer -Title(s): ~Y P ^ Partner - ^ Limited ^ General ^ Attorney in Fact Top of thumb here ^ Trustee ^ Guardian or Conservator ^ Other: Signer Is Representing: Signer's Name: ^ Individual ^ Corporate Officer -Title(s): ^ Partner - ^ Limited ^ G ^ Attorney in Fact ^ Trustee ^ Guardian or Conserv or ^ Other: Signer Is Repres ting: Top of thumb here ®2004 NaBonal Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Item No. 5907 Reorder. Call Toll-Free 1-500-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California c-~ ss. County of JG Kra u6t t~~ On~t~wtl~i?h~. ~do~ before me, ~fl,~~n l.-I'lu1~QPY/iC,~D~r//~~/i'G , p Name and TNe of 015cer (e.g., "J Doe. Nola Public's personally appeared ~ n t' t'~- ~k t1 c~.~1~G[ 1`S"t , Name(s) of Signer(s) E. M. CMAVARRIA CoaMnlalon M 176f3~6 ~auracu~ ~ personally known to me ^ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/aye subscribed to the within instrument and acknowledged to me that he/she/tMey executed the same in his/her/t#~ir authorized capacity(~ies), and that by his/faer/t#~eir signature( on the instrument the person(s), or the entity upon behalf of which the person(~c) acted, executed the instrument. WITNESS my h d and official seal. ~~ Signature of Notary Pudic • OPTIONAL 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 o/this form to another document. Description of Attached Document Title or Type of Document: ~~1~G l~ ~''a~g'`~' t~0 sad Document Date: - ~/ D ~ D T Number of Pages: Signer(s) Other Than Named Above: ~ -' ~'" ~~ ~ ~~~ Itil D Capacity(ies) Claimed by Signer Signer's Name: ~..-O I" N.2 ~Gc V~.dO u 1`S "~ ^ Individual ,p Top of thumb here Ljd' Corporate Officer -Title(s): V 1 SeG Ve ~~-!~' ^ Partner - ^ Limited ^ General ^ Attorney-in-Fact ^ Trustee ^ Guardian or Conservator ^ Other: Signer Is Representing: ®1999 NaSonal Notary Associatbn •9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NadonalNotaryorg Prod. No. 5907 Reorder: Call Toll-Free 1-a00-876Ea27 ?~ ~ ~~~i ~~# Project No. 2007-9232 DOCUMENT 00400 BID FOR,'N To be submitted as part of Envelope "A" by the time and date specified in Document 00200 (Instructions to Bidders), paragraph 1. TO THE DIRECTOR OF PULBIC WORKS OF THE CITY OF CUPERTINO THIS BID IS SUBMITTED BY: Rosendin Electric, Inc. - Roy Abbott (Firm/Company Name) Re: PROJECT NUMBER 2007-9232, LIBRARY LIGHTING UPGRADE PROJECT 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with the City of Cupertino ("City") in the form included in the Contract Documents, Document 00520 (Contract), to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Sum and within the Contract Time indicated in this Bid and in accordance with all other terms and conditions of the Contract Documents. Bidder accepts all of the terms and conditions of the Contract Documents, Document 00100 (Advertisement for Bids), and Document 00200 (Instructions to Bidders), including, without limitation, those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for 90 Days after the day of Bid opening. In submitting this Bid, Bidder represents: (a) Bidder has examined all of the Contract Documents and the following Addenda (receipt of all of which is hereby acknowledged). Addendum No. ~ .Addendum Date Signature of Bidder ..._............._ .................................,. .....................................E __......................__._............__..__.........._.............................__._. N/A ~ -- -------------------------------- (b) Bidder has visited the Site and performed all tasks, research, investigation, reviews, examinations, and analysis and given notices, regarding the Project and the Site, as sct forth in Document 00520 (Contract), Article 5. (c) Bidder has received and examined copies of the following technical specifications on City-provided, Contractor-installed equipment. (N/A) (d) Bidder has given City prompt written notice of all conflicts, errors, ambiguities, or discrepancies that it has discovered in or among the Contract Documents and as-built drawings and actual conditions and the written resolution thereof through Addenda issued by City is acceptable to Contractor. Library Lighting Upgrade Bid Form 00400 - 1 J.. Project No. 2007-9232 4, Based on the ,foregoing, Bidder proposes and agrees to fully perform the Work within the time stated and in strict accordance with the Contract Documents for the following sums of money listed in the following Schedule of Bid Prices: SCHEDULE OF BID PRICES All Bid items, including lump sums and unit prices, must be filled in completely. Bid items are described in Section 01100 (Summary of Work). Quote in figwes only, unless words are specifically requested. ITEM DESCRIPTION ESTIMATED UANTITY UNIT UNIT PRICE TOTAL I. Install Lighting 1 LS $ 2 7, 9 8 5 $ 2 7, 9 8 5 Total Bid $ 27, 985 Total Bid Price: Twenty Seven Thousand Nine Hundred Eighty Five (Words) S. Subcontractors for work included in all Bid items are listed on the attached Document 00430 (Subcontractors List). 6. The undersigned Bidder understands that City reserves the right to reject this Bid. 7. [f written notice of the acceptance of this Bid, hereinafter referred to as Notice of Award, is mailed or delivered to the undersigned Bidder within the time described in paragraph 2 of this Document 00400 or at any other time thereafter before it is withdrawn, the undersigned Bidder will execute and deliver the documents required by Document 00200 (Instructions to Bidders) within the times specified therein. These documents include, but are not limited to, Document 00520 (Contract), Document 00610 (Construction Performance Bond), and Document 00620 (Construction Labor and Material Payment Bond). 8. Notice of Award or request for additional information may be addressed to the undersigned Bidder at the address set forth below. 9. The undersigned Bidder agrees to commence Work under the Contract Documents on the date established in Document 00700 (General Conditions) and to complete all work within the time specified in Document 00520 (Contract). The undersigned Bidder acknowledges that City has reserved the right to delay or modify the commencement date. The undersigned Bidder further acknowledges City has reserved the right to perform independent work at the Site, the extent of such work may not be determined until after the opening of the Bids, and that the undersigned Bidder will be required to cooperate with such other work in accordance with the requirements of the Contract Documents. 10. ,The undersigned Bidder agrees that, in accordance with Document 00700 (General Conditions), liquidated damages for failure to complete all Work in the Contract within the time specified in Document 00520 (Contract) shall be as set forth in Document 00520 (Contract). 11. The names of all persons interested in the foregoing Bid as principals are: (IMPORTANT NOTICE: If Bidder or other interested person is a corporation, give the legal name of corporation, state where incorporated, and names of president and secretary thereof; if a partnership, give name of the firm and names of all individual co-partners composing the firm; if Bidder or other interested person is an individual, give first and last names in full). Library Lighting Upgrade Bid Form 00400 - 2 Project No. 2007-9232 NAME OF BIDDER: Rosendin Electric., Inc . licensed in ac9c~ 3 0 / e0 8 ith an act for the registration of Contractors, and with license number: 4 1 C10 Expiration• Where incorporated, if applicable Steve Loeffler, Division Mgr Principals I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Signature of Bidder NOTE: If Bidder is a corporation, set forth the legal name of the corporation together with the signature of the officer or officers authorised to sign contracts on behalf of the corporation. If Bidder is a partnership, set forth the name of the firm together with the signature of the partner or partners authorized to sign contracts on behalf of the partnership. Business Address: 8 8 0 Mabu Road an Jose, CA 5133 Officers authorized to sign contracts: Larry Beltramo Telephone Number(s): 4 0 8- 2 8 6- 2 8 0 0 Fax Number(s): 4 0 8- 2 9 5- 6 4 2 3 E-Mail Address: lbeltramo~rosendin. com END OF DOCUMENT Library Lighting Upgrade Bid Form 00400 - 3