Loading...
RRA - Item 3 - Acceptance Of Bids And Award Of Contract For The Conversion Of Electrical Services On San Gabriel Blvd;t ROSEMEAD REDEVELOPMENT AGENCY 8838 VALLEY BLVD., ROSEMEAD, CA 91770 • (818) 268-6671 • Telecopier 8183079218 TO: FRANK G. TRIPEPI, EXECUTIVE DIRECTOR FROM: KEN RUKAVINA, CITY ENGINEER `\'V DATE: JANUARY 18. 2000 RE: ACCEPTANCE OF BIDS AND AWARD OF CONTRACT FOR THE CONVERSION OF ELECTRICAL SERVICES ON SAN GABRIEL BOULEVARD The following bids were received for the subject property on Wednesday, January 13, 2000: 1. National Electrical Contractors, Inc. $ 85,200.00 2. Skips Electrical, Inc. $ 86,698.00 3. Pacific General Contractors, Inc. $ 131,905.00 Attached are copies of the bids, a bid analysis, and Dun & Bradstreet reports for the bidders. The lowest bid was submitted by National Electrical Contractors, Inc., a responsible contractor, in the amount of $85,200.00, which is approximately 2 percent below the Engineers Estimate of $87,000.00. The average bid was $101,267.67. There was an irregularity in the bid submitted by Pacific General Contractors, Inc. The contractor submitted an incorrect amount of $3,500.00 for bid item No. 14 due to an extension error. The correct bid item amount is $1,750.00. RECOMMENDATION 1. Waive the irregularity in the bid submitted by Pacific General Contractors, Inc. 2. Accept all bids and award the project to National Electrical Contractors, Inc., in the amount of $85,200.00. 3.. Authorize the Chairman to sign the contract on behalf of the Agency. =OWRSMMSTAFFRPTVRRAIAc pt Us- EleC Com SG BlVd.w d AGENCY AG II`JDA 'JAN 2 5 2n0 ITEM No. C~C~J'f12A CiTOIe-5 ~ 1 ~1 L CITY OF ROSEMEAD PROPOSAL FOR CONVERSION OF ELECTRICAL SERVICES ON SAN GABRIEL BOULEVARD 1-10 FREEWAY TO 200 FEET NORTH OF GARVEY AVENUE PROJECT NO. 99-05 IN THE CITY OF ROSEMEAD TO THE CITY OF ROSEMEAD, as AGENCY In accordance with AGENCY's NOTICE INVITING SEALED BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above-stated project as set forth in the Plans, Specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump-sum prices set forth in the following BID SCHEDULE. BIDDER understands thatfailure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required forthe entire work, thatthe estimated quantities set forth in the BID SCHEDULE are solely forthe purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump-sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that in the event of the BIDDER's default in executing the required contract and filing the necessary bonds and insurance certificates within 10-working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. C-1 BID SCHEDULE FOR CONVERSION OF ELECTRICAL SERVICES ON SAN GABRIEL BOULEVARD I-10 FREEWAY TO 200 FEET NORTH OF GARVEY AVENUE PROJECT NO. 99-05 IN THE CITY OF ROSEMEAD Item Unit Extended No. Description Quantity Unit Price Amount 1. Convertelectrical services from overhead to underground entrance. 3029 San Gabriel Boulevard (front), 10" x12" x4" pull can, 3-inch to 2- inch reducer (rear) 16"x24"x8" pull can, 4- inch to 3-inch reducer. 2 EACH $ I L400 $ 21 SOO 2. Convert electrical service from overhead to underground entrance. 3039 San Gabriel Boulevard, 10"x12"x4"pull can, 3-inch to 2-inch reducer. 1 L.S. $ I, q 0 0 $ I 1 g 0 O 3. Convert electrical service from overhead to underground entrance. 3040 San Gabriel Boulevard, 10"x12"x4"pull can, 3-inch to 2-inch reducer. 1 L.S. $ 1,400 $ ii 400 C-2(a) Item Unit Extended No. Description Quantity Unit Price Amount 4. Convert electrical service from overhead to underground entrance. 3046 San Gabriel Boulevard, 1 0"xl 2"x4" pull can, 3-inch to 2-inch educer 1 L S 4VO $1 400 $ I . r . . , , 5. Convert electrical service from overhead to underground entrance. 3050 San Gabriel Boulevard, I 0"xl 2"x4" pull can, 3-inch to 2-inch reducer. 1 L. S. $ 1 / 4O0 $ l q 6. Convert electrical service from overhead to underground entrance. 3128 San Gabriel Boulevard, 10"x12"x4" pull can, 3-inch to 2-inch reducer. Mount on steel pole in parking lot. 1 L.S. $ 11 4 00 $ I , Q 0 7. Convert electrical service from overhead to _ underground entrance. 3128 San Gabriel Boulevard ,16"x24"x8" pull can, 4 wire with lugs. 1 L.S. $ I AC 00 $ 11G O O 8. Convert electrical service from overhead to underground entrance. 3141 San Gabriel Boulevard, 12"x16"x6" pull can, 4-inch to 3-inch reducer. 1 L.S. $1~Q QO I s 1, 400 C-2(b) Item Unit Extended No. Description Quantity Unit Price Amount 9. Convert electrical service from overhead to underground entrance. 3143 San Gabriel Boulevard, 12"xl 6"x6" pull can, 4-inch to 3inch reducer. 1 L. S. $1,380 $ 1,38 10. Convert electrical service from overhead to underground entrance. 3145 San Gabriel Boulevard, 12"x16"x6" pull can, 4-inch to 3-inch reducer. 1 L. S. 11. Convert electrical service from overhead to underground entrance. 3145'/: San Gabriel Boulevard, l 0"x1 2"x4" pull can, 4-inch to-2-inch reducer. 1 L. S. $ 1,450 $ l/ 4 SO 12. Convert electrical service from overhead to underground entrance. 3156 San Gabriel Boulevard, 16"x24"x8"pull can, 4 wire with lugs. 1 L. S. $ I Goo $ It G00 13. Convert electrical service from overhead to underground entrance for TC-1 at San Gabriel Boulevard at Emerson Place, provide Myers pedestal for signals. 1 L. S. $aaja00 Ola-00 C-2(c) Item Unit Extended No. Description Quantity Unit Price Amount 14. Convert electrical service from overhead to underground entrance. 3200 San Gabriel Boulevard ,16"x24"x8" pull can, 4 wire with lugs. Replace existing 240V 3P, 3-wire panel with 120/240v, 4-wire panel. 1 L.S. $ 2pp0 s2000 15. Convert electrical service from overhead to underground entrance. 3205 San Gabriel Boulevard, 16"x24"x8"pull can 4-inch to 3-inch d 1 L S Q 00 $ I 400 $ t re ucer. . . / / 16. Convert electrical service from overhead to underground entrance. 3208 San Gabriel Boulevard, 1 0"x12"x4"pu II can, 3-inch to 2-inch 1 L S 4 00 $ 1 4 00 $ t reducer. . . 1 , 17.: Convert electrical service from overhead to underground entrance. 3210 San Gabriel Boulevard, 16"x24"x8"pull can, 4 wire with lugs. Replace existing 240v 3P. Three wire panel with 120/240v, 4-wire panel. 1 L. S. $ $ I,~Oo 18. Convert electrical service from overhead to underground entrance. 3211 San Gabriel Boulevard, 10"x12"x4" pull can. 3-inch to 2-inch 37~ $ 1 37~ $ 1 reducers. 1 L. S. / , C-2(d) Item Unit Extended No. Description Quantity Unit Price Amount 19. Convert electrical service from overhead to underground entrance. 3213 San Gabriel Boulevard, 10"x12"x4"pull can, 3-inch to 2-inch reducer. 1 L. S. $ l/ 400 $ I t40n 20. Convert electrical service from overhead to underground entrance. 3216 and 3218 San Gabriel Boulevard, 12"x16"x6" pull can, 4- inch to 3-inch reducer. 1 L.S. $ 1 / 4 00 $ I , Q 00 21. Convert electrical service from overhead to underground entrance. 3218Y2 San Gabriel Boulevard, 10"x12"x4" pull can, 3-inch to 2-inch reducer. 1 L. S. $1,400 s11460 22. Convert electrical service from overhead to underground entrance. 3219 San Gabriel Boulevard, 12"x16"x6"pull can with lugs, 4-inch to 3- inch reducer. 1 L. S. $1,400 $1/400 23. Convert electrical service from overhead to underground entrance. 3222 San Gabriel Boulevard, 16"x24"x8"pull can, 4 wire with lugs. Replace existing 240v, 3 wire panel with 120/240v 4-wire panel. 1 L. S. $ I, DODO $ 1 [Cold C-2(e) Item Unit Extended No. Description Quantity Unit Price Amount 24. Convert electrical service from overhead to underground entrance. 3225 San Gabriel Boulevard (front) 12"x16"x6" pull can with lugs, 4-inch to 3-inch reducer. 1 L. S. $ I iq O $ 1, 40 25. Convert electrical service from overhead to underground entrance. 3226 San Gabriel Boulevard, 12"x16"x6 pull can, 4" to 3" reducer. 1 L. S. $ I/ 4 Do $ 11400 26. Convert electrical service from overhead to underground entrance. 3232 San Gabriel Boulevard, 12"x16"x6"pull can, 4-inch to 3-inch reducer. 1 L. S. $ 11q 00 $ I (400_ 27. Convert electrical service from overhead to underground entrance. 3231 San Gabriel Boulevard (front), 12"x16"x6" pull can with lugs, 4-inch to 3-inch reducer. 1 L. S. $1380 $ 1,380 28. Convert electrical service from overhead to underground entrance. 3235 San Gabriel Boulevard, 10"x12"x4" pull can, 3-inch to 2-inch 1 L S 375 $ 1 $ 1,3-7 reducer. . . / C-2(f) Item Unit Extended No. Description Quantity Unit Price Amount 29. Convert electrical service from overhead to underground entrance. 3239, 3241, and 3241'/: San Gabriel Boulevard, 12'x16"x6" pull can, 4- inch to 3-inch reducer. 1 L. S. $ 1 X350 $ I t 3S O 30. Convert electrical service . from overhead to underground entrance. 3245 San Gabriel Boulevard, existing pull section, 4-inch to 2-inch reducer, extend 2-inch PVC into pull section., . 1 L.S. $ 11Q Oa $ 4 0o 31. Convert electrical service from overhead to underground entrance. 3246 San Gabriel Boulevard, 12"x16" x6" pull can, 4-inch to 3-inch reducer. 1 L.S. $114 00 $ (14 CO 32. Convert electrical service from overhead to underground entrance. 3247 San Gabriel Boulevard. Converted to underground will need temporary overhead feed removed by electrician. 1 L. S. $11 SO O $ (/50c) 33. Convert electrical service from overhead to underground entrance. 3300 San Gabriel Boulevard, 12"x16"x6"pull can with lugs 4-inch to 3- inch reducer. 1 L. S. $ I,Co00 $ tl~O~ C-2(g) Item Unit Extended No. Description Quantity Unit Price Amount 34. Convert electrical service from overhead to underground entrance. 3301 San Gabriel Boulevard, I 0"xl 2"x4" pull can, 3-inch to 2-inch reducer. 1 L.S. $ I, 4 C O $ I i g 0 0 35. Convert electrical service from overhead to underground entrance. 3303 San Gabriel Boulevard, 10"x12'x4" pull can (Billboard). 1 L. S. $ 1 1400 $ t 4 O O 36. Convert electrical service from overhead to underground entrance. 3303 San Gabriel Boulevard, 10"x12"x4"pull can, 3-inch to 2-inch reducer. 1 L.S. $ 1/ QOO $ l , 4 0O 37. Convert electrical service from overhead to underground entrance. 3305 San Gabriel Boulevard, 1 0"x12'x4"pull can, 3-inch to 2-inch reducer. 1 L. S. $ 1/3S-0 $ I/ 3 S 0 38. Convert electrical service- from overhead to underground entrance. 3307 San Gabriel Boulevard, 10"x12'x4" pull can, 3-inch to 2-inch reducer. 1 L.S. $ 1/A00 $ 1/400 C-2(h) Item Unit Extended No. Description Quantity Unit Price Amount 39. Convert electrical service from overhead to underground entrance. 3313 San Gabriel Boulevard, 16"x24"x8"pull can, 4 wire with lugs. 1 L. S. $ I ~(vO0 ~mD $ I/ 40. Convert electrical service from overhead to underground entrance. 3313'/: San Gabriel Boulevard, 10"x12"x4"pull can, 3-inch to 2-inch reducer. 1 L.S. $ I, 3s0 $ I ~3 5 41. Convert electrical service from overhead to underground entrance. 3315 San Gabriel Boulevard, 10"x12"x4"pull can, 3-inch to 2-inch d 1 L S $ ( 400 $ i 400 re ucer. . . 1 / 42. Convert electrical service from overhead to underground entrance. 3317 San Gabriel Boulevard, 16"x24"x8"pull can, 4 wire with lugs. 1 L. S. $ 1, (000 $ 1 / (060 43. Convert electrical service from overhead to underground entrance. 3320, 3320'/:, and 3322 San Gabriel Boulevard, 12"x16"x6" pull can with lugs, 4-inch to 3-inch reducer. 1 L.S. $ 113SD $ 1 / 3S C) C-2(i) Item Unit Extended No. Description Quantity Unit Price Amount 44. Convert electrical service from overhead to underground entrance. 3328 San Gabriel Boulevard, 12"xl6"x6" pull can, 4-inch to 3-inch reducer. 1 L. S. $ l i $ (I 37 0 45. Convert electrical service from overhead to underground entrance. 3328'/: San Gabriel Boulevard, 12"x16"x6" pull can, 4-inch to 3-inch reducer. 1 L.S. $ I, gLO 0 $ I/4 00 46. Convert electrical service from overhead to underground entrance. 3328% San Gabriel Boulevard, 12"x16"x6" pull can, 4-inch to 3-inch reducer. 1 L.S. $ 113 Go $ 1 r 3 6 o 47. Convert electrical service from overhead to underground entrance. 3326 San Gabriel Boulevard, 10"x12"x4"pull can, 3-inch to 2-inch reducer. 1 L. S. $ l / Q (o 0 $ 11400 48. Convert electrical service from overhead to underground entrance. 3332 San Gabriel Boulevard, 12"x16"x6"pull can, 4-inch to 3-inch reducer. 1 L.S. sit q 00 $ 40,0_j C-20) Item Unit Extended No. Description Quantity Unit Price Amount 49. Convert electrical service from overhead to underground entrance. 3336 San Gabriel Boulevard, 10"x12"x4" pull can, 4-inch to 2-inch reducer. 1 L.S. $ I~ 3SO $ 13 50. Convert electrical service from overhead to underground entrance. 3338 San Gabriel Boulevard, 10"x12"x4" pull can, 4-inch to 2-inch reducer. 1 L. S. $ I, 3 8O $ it 380 51. Convert electrical service from overhead to underground entrance. 3340 San Gabriel Boulevard, 10"x12"x4" pull can, 4-inch to 2-inch reducer. 1 L.S. $.I , 4 50 $ 14 SO 52. Convert electrical service from overhead to underground entrance. 3343 San Gabriel Boulevard, 16"x24"x8" 4- wire pull can with lugs. 1 L.S. $ 1, C o O $ 53. Convert electrical service from overhead to underground entrance. 3351 San Gabriel Boulevard, I 0"xl Tx4" pull can, 3-inch to 2-inch reducer. 1 L. S. $ 14 SO $ 1 4 SO C-2(k) Item Unit Extended No. Description Quantity Unit Price Amount 54. Convert electrical service from overhead to underground entrance. 3354 San Gabriel Boulevard, 10"x12"x4" pull 0 1 1 400 can (billboard). 1 L.S. 140 $ , _ $ 55. Convert electrical service from overhead to underground entrance. 3357, 3357'/:, and 3359 San Gabriel Boulevard, 22"x48"x11" 4-wire pull can with lugs. 1 L. S. $ 150 $ I,~©~ 56. Convert electrical service from overhead to underground entrance. 3361 San Gabriel Boulevard, 12"xl 6"x6" pull can with lugs, 4-inch to 3- inch reducer. 1 L. S. $ I C~ O 0 $ 1 X00 57. Convert electrical service - from overhead to underground entrance. 8160- Hellman Avenue, TC-1, need Myers pedestal for signals. 1 L. S. LUMP SUM UNIT PRICE SHALL INCLUDE COST OF REPLACEMENT OF ANY EXISTING ELECTRICAL EQUIPMENT TO CONVERT TO UNDERGROUND. TOTAL AMOUNT BID IN FIGURES $ 8S aOn TOTAL AMOUNT BID IN WORDS E-ICyHTY t=l /O' Ti+oUSAJ- D TWO RuT1DRGi C-2(I) DESIGNATION OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work which are in excess of one- half of 1 percent of the total amount bid or $10,000, whichever is greater, as follows: NAME, ADDRESS, AND TELEPHONE NUMBER OF SUBCONTRACTORS. PORTION OF WORK N0NC- Prior to award of contract, Contractor shall submit a list of suppliers and vendors in writing to the City Engineer. C-3 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past 2 years: yoI PcLi SIRCLT L CIT7 or- SA~1 3~~tih~/Et.I7iJ214 VC-QTJRA. CA 93002- Name and address of owner auTCR $A2E.e~1nRc GT (SEt4kO12 (Z uOeLLC VJoKFC .i,JSi'~-cro12) 18D&% r~v_-7 SA2 Name and Telephone number of person familiar with project SCRVICE Cu-4„1,=CTLZQ p 6C 1 CLE CTRLCAL Si=Y211 LCG~ C4J L-SIOwI 1 Contract amount Type of work Date completed 3031 Toli~a+sc~ BLJD. CiT7 of TOr<-p-A+,1CL- Taf22A.1Cc-, CA Name and address of owner MS2. 63,313 C-KFtOLM (C-.JC,I1JEGIZ) (909) as-g- 33`f-7 Name and Telephone number of person familiar with project ELECTn,LCqL i~.~"JErL 12.Gl DOO pls;r213JT1oa A-rTOZaAgCZ 41RPO2T- 41949 Contract amount Type of work Date completed Iqul Vf. VkLLirt,tGI\ bRZO 3. TruLLC-2Ton1 SG}-IOoL ~ISTRIGj FULL-C-rcrcaN, CA g2(.3-3 Name and address of owner r1R, 1-0000-1 (iNSFEGT;) 2) (--7L4) 44~- 490 Name and Telephone number of person familiar with project 79000 eL~cr2lcAL ~~~"12.. ID ISTrzIrd JTI o&-~ 81998 Contract amount Type of work Date completed The following are the names, addresses, and telephone numbers for all brokers and sureties from whom BIDDER intends to procure insurance and bonds: AML=RkCAN M~Ta2~'~'~S )WS✓QL)n/GC CO- PCYL.F'02.M i.l CE PA In EiJT f$0~1. C/O LOV SoN&S. A04 O A-SSa cI ATCS `llo tJ- rt(~uG-R.DA ST. L-05 PWGELES CA 9004 C3-z--Z-) Z!5-7-- S'q Cr i~Y2AL L~A)3=LiT~f C'LARcNOa~A NPTLO9kL //✓S. C©, CID 0 /z- 9- RN D F}5 5 o C, 4YR=5 215- Gf}2n/iL1f9PJ 13,91 2OOA9 #44 C-ARNsGI ten/ 13O// CA 016 N O Cgcx~) 5b1 - 2--z47~ IDLt P6 c C-4 CO l\fTr /✓(Jc o fy ~c Vc25 510`- 4V-To Llell l7 n7~ 2 GU)27 C-ASUI-T7 C°, C/o cR!-1 Pm/ZA11A Sod rti ✓c'Si~Rn~ (7'-0 S~c~3 -5849 iSSd ~ ~occ~r~~ Svc TC CA ~a 6 /8 vVokIems/ CoM/96w5/kTiON C-P-L- AMP c/o GAirlro(LWiA SOUZ-H~aySTc( I t.s C. Li Rk#~i ec PG Ort4 l55do Roc r-1 0 Su LTC 3 I RVI/~r CA O aX(° Is Y ~ EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION BIDDER certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. NONCOLLUSION AFFIDAVIT BIDDER declares that the only persons or parties interested in this proposal as principals are those named herein; that no officer, agent, or employee of the AGENCY is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work and that this proposal is in all respects fair and without collusion or fraud. C-5 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name Q 13TtcvJAL LC CTPQIC1- L Co jT~;aCTV~S PVC- Business Address I G GI 0 V ~ A U RA l; LV0 . -~Y C c: Al C ~.Jv, C tl ~I H Telephone No. (Si,2) q07- 0 (c `17 State Contractor's License No. and Class 61 3 C 10 Original Date Issued ©g~ I S~ t B 7 Expiration Date The following are the names, titles, addresses, and telephone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: CyRUS IiA2ooiJiAn1 Pais 1 oFN 7- 5Y~1 TftmPA ASE` 40G -rArzZArJA, cq g13sc, ~8is) 3'{`1-163 K 4+ o s e o H A 2 0 o aJ i ATI S c-/1 c-,' 2Z 5 `1(o I T i MJA- RC4~J✓dr Th/Z ZF1~A GA- ~j135G The date of any voluntary or involuntary bankruptcy judgements against any principal having an interest in this proposal, or any firm, corporation, partnership orjoint venturer of which any principal having an interest in this proposal was an owner, corporate officer, partner, or joint venturer are as follows: t.) r7'~,J = All current and prior DBA's alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: 0ttc C-6 IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all aforenamed principals this C~ TF4 day of BIDDER: QA-Vi0QNL ELG CTRICAL Co~1 Ac_i E~Sf Itj c ~Z L-~ Subscribed and sworn to this 614'day oflQr69Y4, t9 2no0 NOTARY PUBLIC 1 MARYArnsoeoun (A - Commission # 1176733 T z =e , No'ory Public - California i? Los Angeles County [ • N-y Comm. ap:res Hoar 19, 2002 ■ C-7 CITY OF ROSEMEAD PROPOSAL GUARANTEE BID BOND FOR CONVERSION OF ELECTRICAL SERVICES ON SAN GABRIEL BOULEVARD 1-10 FREEWAY TO 200 FEET NORTH OF GARVEY AVENUE PROJECT NO. 99-05 IN THE CITY OF ROSEMEAD KNOW ALL MEN BY THESE. PRESENTS that National Electrical Contractors, i as BIDDER, and AMERICAN MOTORISTS INSURANCE COMPANY a corporation organized and existing under the laws of the State of Illinois and duly authorized to transact business under the laws of the State of California, as SURETY, are held and firmly bound unto the City of Rosemead, as AGENCY, in the penal SUM of Twelve Thousand and No/100ths--- dollars 12,000.00 which is 10 percent of the total amount bid by BIDDER to AGENCY for the above-stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above-stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. C-8(a) IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals, this 7th day of January, 2000. XXXXXXIAX BIDDER' National Electrical Contractors. Inc. 16610 Ventura Bouelvard, Suite 6, Encino, CA 91436 (818) 907-0697 CyR~s Af20n I slO~~1"C- SURETY- AMERICAN MOTORISTS INS CE COMPANY , LV.7 f1llKC1¢D, David Z. Nodd4, Att6rney-In- Subscribed and sworn to this y "of 19 NOTARYPUBLIC Provide BIDDERIADMITTED SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. C-8(b) 11- IN, CASFOxit~Ils ~11Pfi3RYE3513'10.~TOWtDGriEIVT State of California County of Los Angeles On JAN 0 7 20M before me, P. Bauer. Nolaa Public NAME.'MIIE OF OFFICER personally appeared David Z. Noddle NAME OF SIGNER 0 Personally known to me - OR - ❑ P.ISAl18t Convniuion # 119 - ~i Notary Ptd~Gc-C~fatrdQ _ Las MGeles Coady _ W Carom fiPia Au815, 71x12 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. WITISS my hand and official seal. lti'C) 92-~L U'L~ (SIGNATURE OF NOTARY) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SURETY DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL BOND(S) ❑ CORPORATE OFFICER ITI-LE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL NUMBER OF PAGES ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR FI MTY jFS) Amer ican Motorists Insurance Company SIGNER OTHER THAN NAMED ABOVE MEMPER. Home Office: Long Grove, IL 60049 POWER OF ATTORNEY Know All Men By These Presents: That the Lumbernens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, corporations organized and existing under the laws of the State of Illinois, having their principal office in Long Grove, Illinois, (hereinafter collectively referred to as the "Company") do hereby appoint David Z. Noddle of Los Angeles, California their true and lawful agent(s) and attomey(s)-in-fact, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending on the date specified below, unless sooner revoked for and on its behalf as surety, and as their act and deed: Any and all bonds and EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF December 31, 2001 This Power of Attorney is executed by authority of resolutions adopted by the Executive Committees of the Boards of Directors of the Company on February 23, 1988 at Chicago, Illinois, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: 'VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process.' This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive Committee of the Boards of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988: 'VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company.' In Testimony Whereof, the Company has caused this instrument to be signed and their corporate seals to be affixed by their authorized officers, this May 7, 1999. Attested and Certified: Lumbermens Mutual Casualty Company American Motorists Insurance Company American Manufacturers Mutual Insurance Company Npul.y.. „atuY4 ~/M1 ~1,. t° at S 'Q_ S Y carourro. Y -F~ /I F ! ~D Z' . D«IQl= e 1 Robert P. Harries, Secretary by J. S. Kemper, III, Exec.Vice President STATE OF ILLINOIS SS COUNTY OF LAKE I, Irene Klewer, a Notary Public, do hereby certify that J. S. Kemper, III and Robert P. Hames personally known to me to be the same persons whose names are respectively as Exec. Vice President and Secretary of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, Corporations organized and existing under the laws of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severalty acknowledged that they being thereunto duly authorized signed, sealed with the corporate seals and delivered the said instrument as the free and voluntary act of said corporations and as their own free and voluntary acts for the uses and purposes therein set forth. My commission expires 1-2M2 CERTIFICATION AAAAAAkkAAAAA +f =OFFICIAL SEAL' ► f lnM Klswrr ► f Notary Plmnt. etat, ornsnols ► f " CMm o. exp. e J V. ME ► VTTTTTTTTYVV♦ Irene Klewer, Notary Public I, J.K Conway, Corporate Secretary of the Lumberrnens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, do hereby certify that the attached Power of Attorney dated May 7, 1999 on behalf of, the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said J. S. Kemper, III and Robert P. Hames, who executed the Power of Attorney as Executive Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Executive Vice President and Secretary of the Lumbenmens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Lumbermen Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company on this ~1f14 t+Tr~ 6~,1 IS! : ~ ~ Y(u noun L 'ley ~C ~ 711t ~ ~u:rosanere lJ J. K Conway, Corporate Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. FK 0362 6-96 Power of Attorney - Term Printed in U.SA J4IFs 1aA5zTV(-, In1 CITY OF ROSEMEAD PROPOSAL FOR CONVERSION OF ELECTRICAL SERVICES ON SAN GABRIEL BOULEVARD 1-10 FREEWAY TO 200 FEET NORTH OF GARVEY AVENUE PROJECT NO. 99-05 IN THE CITY OF ROSEMEAD TO THE CITY OF ROSEMEAD, as AGENCY In accordance with AGENCY's NOTICE INVITING SEALED BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above-stated project as set forth in the Plans, Specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump-sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for-the entire work, that the estimated quantities set forth in the BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump-sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that in the event of the BIDDER's default in executing the required contract and filing the necessary bonds and insurance certificates within 10-working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. C-1 BID SCHEDULE FOR CONVERSION OF ELECTRICAL SERVICES ON SAN GABRIEL BOULEVARD 1-10 FREEWAY TO 200 FEET NORTH OF GARVEY AVENUE PROJECT NO. 99-05 IN THE CITY OF ROSEMEAD Unit Extended )escription Quantity Unit Price Amount electrical services overhead to ound entrance. San Gabriel rd (front), 10"x12" can, 3-inch to 2- educer (rear) :8" pull can, 4- -inch reducer. 2 EACH 7o3a oo $ oa electrical service overhead to Fund entrance. San Gabriel d,10"x12"x4"pull inch to 2-inch 1 L.S. $ / GDO. °D $ IOOO. °_0 3lectrical service )verhead to and entrance. San Gabriel J,10"x12"x4"pull nch to 2-inch 1 L. S. $ oo $ - o0 nded )unt o~ 00 03 r 09 C-2(a) Item Unit Extended No. Description Quantity Unit Price Amount 34. Convert electrical service from overhead to underground entrance. 3301 San Gabriel Boulevard,10"x12"x4" pull can, 3-inch to 2-inch reducer. 1 L. S. $ - oa $ o0 35. Convert electrical service from overhead to underground entrance. 3303 San Gabriel Boulevard, 10"x12"x4" pull can (Billboard). 1 L. S. $ p oa 36. Convert electrical service from overhead ' to underground entrance. 3303 San Gabriel Boulevard, 10"x12"x4"pull can, 3-inch to 2-inch reducer. 1 L. S. $ 8 -oo $ oo 37. Convert electrical service from overhead to underground entrance. 3305 San Gabriel Boulevard, 10"x12"x4"pull can, 3-inch to 2-inch reducer. 1 L.S. $ o~ $ o~ 38. Convert electrical service from overhead to underground entrance. 3307 San Gabriel Boulevard, 10"x`12'W" pull can, 3-inch to 2-inch reducer. 1 L.S. $ g o~ $ 8 0 C-2(h) Item Unit Extended No. Description Quantity Unit Price Amount 44. Convert electrical service from overhead to underground entrance. 3328 San Gabriel Boulevard, 12"x1 6"x6" pull can, 4-inch to 3-inch reducer. 1 L.S. $ 7~~ °O $ 7,,j-. °a 45. Convert electrical service from overhead to underground entrance. 3328'/: San Gabriel Boulevard, 12"x1 6"x6" pull can, 4-inch to 3-inch reducer. 1 L.S. fig, 90 $ ,?j-8 °a 46. Convert electrical service from overhead to underground entrance. 3328% San Gabriel Boulevard, 12"x1 6"x6" pull can, 4-inch to 3-inch reducer. 1 L. S. $ / ate; oo $ /a 55.O° 47. Convert electrical service from overhead to underground entrance. 3326 San Gabriel Boulevard, 10"x12"x4" pull can, 3-inch to 2-inch reducer. 1 L.S. $ 48. Convert electrical service from overhead to underground entrance. 3332 San Gabriel Boulevard, 12"x16"x6"pull can, 4-inch to 3-inch reducer. 1 L. S. $ X45. °D $ 6 '?'5-'9D C-2G) Item Unit Extended No. Description Quantity Unit Price Amount 49. Convert electrical service from overhead to underground entrance. 3336 San Gabriel Boulevard, 10"x12"x4"pull can, 4-inch to 2-inch reducer. 1 L.S. $ X87 oa $ 7 as 50. Convert electrical service from overhead to underground entrance. 3338 San Gabriel Boulevard, 10"x12"x4" pull can, 4-inch to 2-inch reducer. 1 L. S. $ ~yy o0 51. Convert electrical service from overhead to underground entrance. 3340 San Gabriel Boulevard, 10"x12"x4" pull can, 4-inch to 2-inch reducer. 1 L.S. $ oa $ o, 52. Convert electrical service from overhead to underground entrance. 3343 San Gabriel Boulevard, 16"x24"x8" 4- wire pull can with lugs. 1 L. S. $aya7 $ oD 53. Convert electrical service from overhead to underground entrance. 3351 San Gabriel Boulevard, 1 0"x12"x4" pull can, 3-inch to 2-inch reducer. 1 L.S. $1 aoo, co $ aoo. a'0 C-2(k) Item Unit Extended No. Description Quantity Unit Price Amount 54. Convert electrical service from overhead to underground entrance. 3354 San Gabriel Boulevard, 10"x12"x4"pull can (billboard). 1 L. S. 55. Convert electrical service from overhead to underground entrance. 3357, 3357'/2, and 3359 San Gabriel Boulevard, 22"x48"x11" 4-wire pull can with lugs. 1 L.S. $,3040. o~ $ 3 060. °a 56. Convert electrical service from overhead to underground entrance. 3361 San Gabriel Boulevard, 12"x16"x6"pull can with lugs, 4-inch to 3- inch reducer. 1 L. S. $ 677,9, 770 57. Convert electrical service from overhead to underground entrance. 8160 Hellman Avenue, TC-1, need Myers pedestal for signals. 1 L.S. $3. O°o $ oa LUMP SUM UNIT PRICE SHALL INCLUDE COST OF REPLACEMENT OF ANY EXISTING ELECTRICAL EQUIPMENT TO CONVERT TO UNDERGROUND. TOTAL AMOUNT BID IN FIGURES $ 6 OD TOTAL AMOUNT BID IN WORDS .S' , o V C-2(1) DESIGNATION OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work which are in excess of one- half of 1 percent of the total amount bid or $10,000, whichever is greater, as follows: NAME, ADDRESS, AND TELEPHONE NUMBER OF SUBCONTRACTORS. PORTION OF WORK NONE Prior to award of contract, Contractor shall submit a list of suppliers and vendors in writing to the City Engineer. C-3 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past 2 years: City of Fullerton- 303 W. Commonwealth Ave. Name and address of owner Nehrdad "Murdock" Miralaie 714/738-6866 Name and Telephone number of person familiar with project X$562,887.00 Elect service change out & Security ltg. 1/7/00 Contract amount Type of work Date completed 2. City of Santa Fe Springs -117 Telegraph Road Name and address of owner Tom Lopez 562/868-0511 Ext. 279 Name and Telephone number of person familiar with project 010960.00 4tra t Lighting 412/99 Contract amount Type of work Date completed g City of Pomona - 505 So. Garvey Avenue Name and address of owner Joe Lara 909/620-2234 Name and Telephone number of person familiar with project X51,390.00 Park Security Lighting 3/19/98 Contract amount Type of work Date completed The following are the names, addresses, and telephone numbers for all brokers and sureties from whom BIDDER intends to procure insurance and bonds: WASHINGTON INTERNATIONAL INSURANCE COMPANY J V V l al l\ t\ L L Y U., V i a u v v ITASCA, IL 60143-2625 800/338-0753 CULBERTSON INSURANCE SERVICES, INC. 5500 E. SANTA ANA CANYON ROAD, SUITE 201 ANAHEIM, CA 92807 714/921-0530 C4 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name Skip's Electric, Inc. Business Address 2610 W. Orangethorpe Avenue Fullerton. CA 928 Telephone No. 714/525-0203 State Contractor's License No. and Class 457564 C-10 Original Date Issued 6/4/84 Expiration Date 6/30/00 The following are the names, titles, addresses, and telephone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: Delbert M. Bressette. President 2610 W. Orangethorpe Avenue Fullerton. CA 92833 The date of any voluntary or involuntary bankruptcy judgements against any principal having an interest in this proposal, or any firm; corporation, partnership orjoint venturer of which any principal having an interest in this proposal was an owner, corporate officer, partner, or joint venturer are as follows: None All current and prior DBA's alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: Bressette Electric, Skip's Electric C-6 IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all aforenamed principals this 13th day of January ,tom 2000. BIDDER: Delbert M. B G tt . President Subscribed and sworn to this 13thday of January , $x_2000 NOTARY PUBLIC FRANCINE WEATHERLY Commission M 1180573 i-t Notary Public - California Orange County MyCamm. 6q*M Apr 19, 202 C-7 CITY OF ROSEMEAD PROPOSAL GUARANTEE BID BOND BOND# 8-B PREMIUM-NIL FOR CONVERSION OF ELECTRICAL SERVICES ON SAN GABRIEL BOULEVARD 1-10 FREEWAY TO 200 FEET NORTH OF GARVEY AVENUE PROJECT NO. 99-05 IN THE CITY OF ROSEMEAD KNOW ALL MEN BY THESE PRESENTS that SKIP'S ELECTRIC, INC. as 'BIDDER, and WASHINGTON INTERNATIONAL INSURANCE COMPANY a corporation organized and existing under the laws Of the State of ARIZONA and duly authorized to transact business under the laws of the State of California, as SURETY, are held and firmly bound unto the City of Rosemead, as AGENCY, in the penal SUM Of TEN PERCENT OF AMOUNT BID dollars 10% which is 10 percent of the total amount bid by BIDDER to AGENCY for the above-stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above-stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. C-8(a) IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals, this 11TH day of JANUARY Ag 2000 2610 W. ORANGETHORPE AVENUE BIDDER' SKIP'S ELECTRIC, INC. FULLERTON, CA 92833 0714) 525-0203 WASHINGTON INTERNATIONAL SURETY- INSURANCE COMPANY BY: _ lle 300 PARK BLVD., SUITE 500 ITASCA, IL 60143-2625 (800) 338-0753 DAVID L. CULBERTSON ATTORNEY-IN-FACT Subscribed and sworn to this day of 19 NOTARY PUBLIC Provide SIDDER/ADMITTED SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. CULBERTSON INSURANCE SERVICES, INC. 5500 E. SANTA ANA CANYON ROAD, SUITE 201 .ANAHEIM, CA 92807 (714) 921-0530 C-8(b) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF ORANGE On of-11-oo before me, LEXIE SHERWOOD - NOTARY PUBLIC personally appeared DAVID L. CULBERTSON personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. Lexi:E, erwood X~N COm14E920 n TARY CA! IFORNIA~ OROUNTY Signs urA of No ary Pub is omm. uly 27. 2001 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT BID BOND TZTLE OR TYPE OF DOCOIQNT NV), E OF PAGES 2 DATE OF DOCUNENT m -u -nn CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE )S) ❑ PARTNER(S) ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ OTHER: SIGNER IS REPRESENTING: WASHINGTON NTERNATTONAT TNSTTRANCE COMPANY NAME OF PERSON(S) OR ENTITY(S) WASHINGTON INTERNATIONAL INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That the Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona, and having its principal office in the Village of Itasca. Illinois does hereby constitute and appoint KAREN CHANDLER, RICHARD A. COON, DAVID L. CULBERTSON, LINDA L. CULBERTSON, CHARLES L. FLAKE DIANA LASKOWSKI AND LEXIE SHERWOOD EACH IN THEIR SEPARATE CAPACITY its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizance:s, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said Washington International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acknowledged by its President and /or its principal officers. This Power of Attorney shall be limited in amount to $7,500,000.00 for any single obligation. This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July 3, 1980 and October 21, 1986 which read, in part, as follows: 1. The Chairman of the Board, President, Vice President, Assistant Secretary, Treasurer and Secretary may designate Attorneys-in-Fact, and authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts' of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, who are hereby authorized to certify copies of any power-of-attorney issued in pursuant to this section and/or any of the By-Laws of the Company, and to remove, at any time, any such Attorney-in-Fact or Special Attorney-in-Fact and revoke the authority given him. 2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding upon the Company. IN TESTIjv1GNylvm' REOF, the Washington International Insurance Company has caused this instrument to be signed and its corporate seal tofl'~affxed by'dsauthdrzed officer, this 29th day of Nove r, 1999. ...,`T~ WASH tOTERNATIONAL INSURANCE COMPANY Steven de on, Senior Vice-President STATE'flF; Jlr,'t~to151 COUNTY OF DUPAGE) On this 29th day of November, 1999, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly swom, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company; IN QNX.WHEREOF;•l`hwe%h6r5unt0 set my hand and affixed my Official Seal, the day and year first above written. OFFICIAL SEAL . YASMju A PATcL C - 14 NOTAAY pl7DLIC, ST,1TE OF ILLINOIS Yas ' A. Patel, Notary Public MY COM:1J5830N EXrAES:08/18/v2 rY My Commission Expires August 18, 2002 STATE OF ILLINOIS) COUNTY OF DUPAGE) I, the undersigned, Vice-President of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article III, Section 5 of the By-Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed in the County of Dupage. Dated the 11TH day of JANUARY 2000 Jame rpenter, ice-President ~0.ctF~Cp-es~+EfAL ~ pt3Yfn.~7'C✓S CITY OF ROSEMEAD PROPOSAL FOR CONVERSION OF ELECTRICAL SERVICES ON SAN GABRIEL BOULEVARD 1-10 FREEWAY TO 200 FEET NORTH OF GARVEY AVENUE PROJECT NO. 99-05 IN THE CITY OF ROSEMEAD TO THE CITY OF ROSEMEAD, as AGENCY In accordance with AGENCY's NOTICE INVITING SEALED BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required forthe above-stated project as set forth in the Plans, Specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump-sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required forthe entire work, that the estimated quantities set forth in the BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump-sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that in the event of the BIDDER's default in executing the required contract and filing the necessary bonds and insurance certificates within 10-working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. C-1 BID SCHEDULE FOR CONVERSION OF ELECTRICAL SERVICES ON SAN GABRIEL BOULEVARD I-10 FREEWAY TO 200 FEET NORTH OF GARVEY AVENUE PROJECT NO. 99-05 IN THE CITY OF ROSEMEAD Item No. Description 1. Convert electrical services from overhead to underground entrance. 3029 San Gabriel Boulevard (front), 10" x12" x4" pull can, 3-inch to 2- inch reducer (rear) 16"x24"x8" pull can, 4- inch to 3-inch reducer. 2. Convert electrical service from overhead to underground entrance. 3039. San Gabriel Boulevard, 10"x12"x4"pull can, 3-inch to 2-inch reducer. 3. Convert electrical service from overhead to underground entrance. 3040 San Gabriel Boulevard, 10"x12"x4"pull can, 3-inch to 2-inch reducer. Quantity Unit 21 EACH 1 1 L. S. 1 1 L.S C-2(a) Unit I Extended Price Amount $ )jq oo $ 3, goo $ ipso $ f `a°O $ tbco Is I'10uo Item Unit Extended No. Description Quantity Unit Price Amount 4. Convert electrical service from overhead to underground entrance. 3046 San Gabriel Boulevard, 1 0"xl 2"x4" pull can, 3-inch to 2-inch reducer. 1 L. S. $ Z,zSU $ Z~zs~ 5. Convert electrical service from overhead to underground entrance. 3050 San Gabriel Boulevard ,10"x12"x4" pull can, 3-inch to 2-inch d 1 L S re ucer. . . 6. Convert electrical service from overhead to underground entrance. 3128 San Gabriel Boulevard, l0"x12"x4" pull can, 3-inch to 2-inch reducer. Mount on steel pole in parking lot. 1 L.S. $ I, toeb $ 1, to Do 7. Convert electrical service from overhead to underground entrance. 3128 San Gabriel Boulevard, 16"x24'W" pull can, 4 wire with lugs. 1 L. S. $ Z, Soti $ Z, Sabt 8. Convert electrical service from overhead to underground entrance. 3141 San Gabriel Boulevard, 12"x16"x6" pull can, 4-inch to 3-inch reducer. 1 L. S. $ 00 1 $11400 C-2(b) Item Unit Extended No. Description Quantity Unit Price Amount 9. Convert electrical service from overhead to underground entrance. 3143 San Gabriel Boulevard, 12"x16"x6"pull can, 4-inch to 3inch reducer. 1 L. S. $ 10. Convert electrical service from overhead to underground entrance. 3145 San Gabriel Boulevard, 12"x1 6"x6" pull can, 4-inch to 3-inch reducer. 1 L.S. $ 1AOo $ 1,900 11. Convert electrical service from overhead to underground entrance. 3145Y2 San Gabriel Boulevard, 1 0"x1l Tx4" pull can, 4-inch to-2-inch reducer. 1 L.S. $ 1,900 $ I,900 12. Convert electrical service from overhead to underground entrance. 3156 San Gabriel Boulevard, 16"x24"x8"pull can, 4 wire with lugs. 1 L.S. $ 4,7-bb $ 412-Ob 13. Convert electrical service from overhead to underground entrance for TC-1 at San Gabriel Boulevard at Emerson Place, provide Myers pedestal for signals. 1 L. S. $ 4,zSu $ 40-90 C-2(c) Item Unit Extended No. Description Quantity Unit Price Amount 14. Convert electrical service from overhead to underground entrance. 3200 San Gabriel Boulevard, 1 6"x24"x8" pull can, 4 wire with lugs. Replace existing 240V 3P, 3-wire panel with 120/240v, 4-wire panel. L. S. $ I~~So $ 5, SoD 15. Convert electrical service from overhead to underground entrance. 3205 San Gabriel Boulevard, 16"x24"x8"pull can 4-inch to 3-inch reducer. 1 L.S. $ lr lv0iJ $ 1% 6o0 16. Convert electrical service from overhead to underground entrance. 3208 San Gabriel Boulevard,10'x12"x4"pull can, 3-inch to 2-inch reducer. 1 L.S. $ $ 1 ~_~DO 17. Convert electrical service from overhead to underground entrance. 3210 San Gabriel Boulevard, 16"x24"x8"pull can, 4 wire with lugs. Replace existing 240v 3P. Three wire panel with 1201240v, 4-wire panel. 1 L.S. $ 3,7-O0 $ 3 z o0 18. Convert electrical service from overhead to underground entrance. 3211 San Gabriel Boulevard, 10"x12"x4" pull can. 3-inch to 2-inch reducers. 1 L.S. $ Z, &SD $ Z o o SD C-2(d) Item Unit Extended No. Description Quantity Unit Price Amount 19. Convert electrical service from overhead to underground entrance. 3213 San Gabriel Boulevard, l0"x12"x4"pull can, 3-inch to 2-inch reducer. 1 L. S. $ 1,900 $ 11y 00 20. Convert electrical service from overhead to underground entrance. 3216 and 3218 San Gabriel Boulevard, 12"x16"x6" pull can, 4- inch to 3-inch reducer. 1 L.S. $ 11900 $1,900 21. Convert electrical service from overhead to underground entrance. 3218'/: San Gabriel Boulevard, 1 0"xl 2"x4" pull can, 3-inch to 2-inch reducer. 1 L. S. $ 1,-SM $ I,SL%D 22. Convert electrical service from overhead to underground entrance. 3219 San Gabriel Boulevard, 12"x16"x6"pull can with lugs, 4-inch to 3- inch reducer. 1 L.S. $ Z, $ Z,-7 SD 23. Convert electrical service from overhead . to underground entrance. 3222 San Gabriel Boulevard, 16"x24"x8"pull can, 4 wire with lugs. Replace existing 240v, 3 wire panel with 120/240v 4-wire panel. 1 L.S. $ 3 ; Boo $ 3, $oo C-2(e) Item Unit Extended No. Description Quantity Unit Price Amount 24. Convert electrical service from overhead to underground entrance. 3225 San Gabriel Boulevard (front) 12'x16"x6" pull can with lugs, 4-inch to 3-inch reducer. 1 L. S. $ Z ,-7 S*' $ Z 25. Convert electrical service from overhead to underground entrance. 3226 San Gabriel Boulevard, 12'x16"x6 pull can, 4" to 3" reducer. 1 L.S. $ Zr S °o $ Z. 8o6 26. Convert electrical service from overhead to underground entrance. 3232 San Gabriel Boulevard, 12'x16"x6" pull can, 4-inch to 3-inch reducer. 1 L. S. $'Z, 7oc $ Z-7o~ 27. Convert electrical service from overhead to underground entrance. 3231 San Gabriel Boulevard (front), 12"x16"x6" pull can with lugs, 4-inch to 3-inch reducer. 1 L.S. $ Z' Soo $ 71 25oo 28. Convert electrical service from overhead to underground entrance. 3235 San Gabriel Boulevard, 10"x12"x4" pull can, 3-inch to 2-inch reducer. 1 L.S. $ )S EiDD $ J, eou C-2(~ Item Unit Extended No. Description Quantity Unit Price Amount 29. Convert electrical service from overhead to underground entrance. 3239, 3241, and 3241Y2 San Gabriel Boulevard, 12"x16"x6" pull can, 4- inch to 3-inch reducer. 1 L. S. $ r b5~ $ Z, to 30. Convert electrical service from overhead to underground entrance. 3245 San Gabriel Boulevard, existing pull section, 4-inch to 2-inch reducer, extend 2-inch PVC into pull section. 1 L.S. $ ),4oo $ 31. Convert electrical service from overhead to underground entrance. 3246 San Gabriel Boulevard, 12"x 1 6"x6" pull can, 4-inch to 3-inch reducer. 1 L. S. $ QjDD $ 4jbt~ 32. Convert electrical service from overhead to underground entrance. 3247 San Gabriel Boulevard. Converted to underground will need temporary overhead feed removed by electrician. 1 L.S. $ (~2.SD $ ~i Z SO 33. Convert electrical service from overhead to underground entrance. 3300 San Gabriel Boulevard, 12"x16" xTpull can with lugs 4-inch to 3- inch reducer. 1 L.S. $1, Q,Oo C-2(g) Item Unit Extended No. Description Quantity Unit Price Amount 34. Convert electrical service from overhead to underground entrance. 3301 San Gabriel Boulevard, 10"x12"x4" pull can, 3-inch to 2-inch reducer. 1 L. S. $ ~DO $ `do0 35. Convert electrical service from overhead to underground entrance. 3303 San Gabriel Boulevard, 10"x12" x4" pull can (Billboard). 1 L.S. $ ,,1oUb $ It loeb 36. Convert electrical service from overhead to underground entrance. 3303 San Gabriel Boulevard, 1 0"x1l x4" pull can, 3-inch to 2-inch reducer. 1 L. S. $ 21200 $ Z(7'VO 37. Convert electrical service from overhead to underground entrance. 3305 San Gabriel Boulevard, 110"x12" x4"pull can, 3-inch to 2-inch. reducer. 1 L.&. $11(650 $ 1 1 8 St7 38. Convert electrical service from overhead to underground entrance. 3307 San Gabriel Boulevard, 10"x12"x4" pull can, 3-inch to 2-inch reducer. 1 L.S. $)I SS-0 $ 1, 8`;b C-2(h) Item Unit Extended No. Description Quantity Unit Price Amount 39. Convert electrical service from overhead to underground entrance. 3313 San Gabriel Boulevard, 16"x24"x8" pull can, 4 wire with lugs. 1 L. S. $ 2, 600 $ Z, recG 40. Convert electrical service from overhead to underground entrance. 3313% San Gabriel Boulevard,10"x 12"x4"pull can, 37inch to 2-inch reducer. 1 L.S. $ SoD $ 11160() 41. Convert electrical service from overhead to underground entrance. 3315 San Gabriel Boulevard, 10"x12"x4"pull can, 3-inch to 2-inch reducer. 1 L. S. $ Z, Du $ Z, 40U 42. Convert electrical service from overhead to underground entrance. 3317 San Gabriel Boulevard, 16"x24"x8"pull can, 4 wire with lugs. 1 L.S. $ 31 bbu $ 3, (OL, 43. Convert electrical service from overhead to underground entrance. 3320, 3320%, and 3322 San Gabriel Boulevard, 12"x16"x6" pull can with lugs, 4-inch to 3-inch reducer. 1 L.S. $ Z1 cj sl> $ Z, 9 Sb C-2(i) Item Unit Extended No. Description Quantity Unit Price Amount 44. Convert electrical service from overhead to underground entrance. 3328 San Gabriel Boulevard, 12"x16"x6"pull can, 4-inch to 3-inch reducer. 1 L.S. $ 1,~~ $ Sb 45. Convert electrical service from overhead to underground entrance. 3328%2 San Gabriel Boulevard,12"x16"x6" pull can, 4-inch to 3-inch reducer. 1 L.S. $ 46. Convert electrical service from overhead to underground entrance. 3328% San Gabriel Boulevard, 12"x16"x6" pull can, 4-inch to 3-inch reducer. 1 L. S. $ Sba $ $00 47. Convert electrical service from overhead to underground entrance. 3326 San Gabriel Boulevard, 10"x12"x4"pull can, 3-inch to 2-inch reducer. 1 L.S. $ $ 48. Convert electrical service from overhead to underground entrance. 3332 San Gabriel Boulevard, 12"x16"x6"pull can, 4-inch to 3-inch reducer. 1 L. S. $ i~ (QQb $ IooO C-20). Item Unit Extended No. Description Quantity Unit Price Amount 49. Convert electrical service from overhead to underground entrance. 3336 San Gabriel Boulevard, 10"x 12"x4" pull can, 4-inch to 2-inch reducer. 1 L.S. $ ),(900 $ lp oL 50. Convert electrical service from overhead to underground entrance. 3338 San Gabriel Boulevard, l0"x12"x4" pull can, 4-inch to 2-inch reducer. 1 L.S. $ it (QCO $ (i to" 51. Convert electrical service from overhead to underground entrance. 3340 San Gabriel Boulevard, l0"x12"x4"pull can, 4-inch to 2-inch reducer. 1 L. S. $ $ j, 850 52. Convert electrical service from overhead to underground entrance. 3343 San Gabriel Boulevard, 16"x24"x8" 4- wire pull can with lugs. 1 L.S. $ 7j, pofl $ 3, v-b 53. Convert electrical service from overhead to underground entrance. 3351 San Gabriel Boulevard,10"x12"x4" pull can, 3-inch to 2-inch reducer. 1 L.S. $ ~~Zco $ C-2(k) Item Unit Extended No. Description Quantity Unit Price Amount 54. Convert electrical service from overhead to underground entrance. 3354 San Gabriel Boulevard, 10"x12"x4"pull can (billboard). 1 L.S. $ Sob $ Sb o 55. Convert electrical service. from overhead to underground entrance. 3357, 3357Y2, and 3359 San Gabriel Boulevard, 22"x48"x11" 4-wire pull can with lugs. 1 L.S. $4,-2,5D $ Zcp 56. Convert electrical service from overhead to underground entrance. 3361 San Gabriel Boulevard, 12"x16"x6"pull can with lugs, 4-inch to 3- inch reducer. 1 L.S. $ 2 5bb $ 7, Sb"b 57. Convert electrical service from overhead to underground entrance. 8160 Hellman Avenue, TC-1, need Myers pedestal for signals. 1 L.S. $ 41 LSS $ 4,2SS LUMP SUM UNIT PRICE SHALL INCLUDE COST OF REPLACEMENT OF ANY EXISTING ELECTRICAL EQUIPMENT TO CONVERT TO UNDERGROUND. TOTAL AMOUNT BID IN FIGURES $~3 loS~ 3 ~ y TOTAL AMOUNT BID IN WORDS N£ ~1Jc Of£Q ptJ .rt 1 ►~fc_f ~ T1S PY.)~ JiX t1"J n)0~5 f~ ArV7 ~IJ`L JJo Lk-M C-2(1) DESIGNATION OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work which are in excess of one- half of 1 percent of the total amount bid or $10,000, whichever is greater, as follows: NAME, ADDRESS, AND TELEPHONE NUMBER OF SUBCONTRACTORS. PORTION OF WORK t V ~ ~u b 1' e..it'r q.esy~~S T Prior to award of contract, Contractor shall submit a list of suppliers and vendors in writing to the City Engineer. C-3 Los Angeles Unified School District B Letter Contracts Hazard Mitigation 1425 S. San Pedro Street Los Angeles, Ca. 90015 Contact: Mike Scinto 213 633 7012 Fax 213 633 7057 Completed 1.25.98 Contract: 51,900 on time with own forces Los Angeles Unified School District Various Group 2671, 2674, B Letters Various Schools 1425 S. San Pedro Street Los Angeles, Ca. 90015 Contact: Mike Scinto 213 633 7012 Fax 633 7057 Various Group # 2674 Completed 9.1.97 Contract 220,936 on time with own forces Various Group # 2671 Completed 7.4.97 Contract 189,633 on time with own forces B Letter Projects Completed 4.1.97 Contract 129,329 on time with own forces Santa Monica College Load Center 1900 Pico Blvd Santa Monica, Ca. 90405 Contact: Pete Hansen 213 434 4228 Contract: 538,975 on time 250,300 with own forces Completed 8.15.96 West Covina Unified 1717 Merced Ave. West Covina, Ca. 91790 Contact: Tom Hippie 818 939 4662 Fax 818 939 5466 Contract: 38, 975 Completed 10.30.95 on time with own forces Murrietta Unified 25090 Jefferson Ave. Murrieta, Ca. 92562 Contact: Jeff Boone 909 696 1478 Fax 909 696 1577 Contact: 89,572 on time Amount with own forces 70,400 Completed 6.30.95 Pacific General Contractors 23110 Foxtail Drive Yorba Linda, Ca. 92887 714 692 2294 Fax 714 692 2295 Item 4.3 Construction Projects in Progress : None Item 4.4 Construction Projects Completed in the last 5 years: LAUSD Jefferson High School Stage Lighting 1425 South San Pedro Street Los Angeles, Ca. 90015 Contact: Jeff Heller or John Bingham at DMJM 213 381 3663 Fax 213 389 8085 Contract 126, 975 Completed 5.4.99 on time with own forces Mountain View School District Cogswell Elementary School 3320 Gilman Rd. El Monte, Ca. 91732 Contact: John Stoddard 626 575 2154 626 575 2151 Contract: 106,996 Completed 1.30.99 on time with own forces City of Manhattan Beach Underground Utility Conversion 1400 Highland Ave Manhattan Beach, Ca. 90266 Contact: Mike Gurrero 310 545 5621 Fax 310 545 5234 Contract: 35,926 Completed 1. 12.99 on time with own forces Escondido Unified School District Class Size Reduction Relocatables Site Prep. 1330 E. Grand Ave Escondido, Ca. 92027 Contact: Gina Manusov 760 432 2159 Fax 760 432 2198 Completed 8.30.98 Contract: 574,172 on time. Amount with own forces 295,000 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past 2 years: 1. Name and address of owner .TIC C Name and Telephone number of perskn familiar with project Contract amount 2. Name and address of owner Type of Name and Telephone number of persoi familiar with project Contract amount 3. Name and address of owner Date completed Date completed Name and Telephone number of perso6 familiar with project Contract amount Type of Type of arork Date completed The following are the names, addresses, and telephone numbers for all brokers and sureties from whom BIDDER intends to procure insurance and bonds: I r'L D~~Q QNv ;ar, c~ . CYl- ct 1-75N Cl 0 48Z!) si co L. C-a EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION BIDDER certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. NONCOLLUSION AFFIDAVIT BIDDER declares that the only persons or parties interested in this proposal as principals are those named herein; that no officer, agent, or employee of the AGENCY is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work and that this proposal is in all respects fair and without collusion or fraud. C-5 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name 1,7A C- I FIC G moral- CC- rrir-cTorf Business Address z3 i i a Da- Cvi. 9zfs Telephone No. (LF to°Iz Z-z94 State Contractor's License No. and Class -V7 947 CIO IS Original Date Issued 1' &1 Expiration Date (DI oz- The following are the names, titles, addresses, and telephone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: y~er 1 A a Mf: S Q- Z~IIO T~-KT11lL ~f~VL `71 1 (9') 2 zza4 The date of any voluntary or involuntary bankruptcy judgements against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venturer of which any principal having an interest in this proposal was an owner, corporate officer, partner, or joint venturer are as follows: All current and prior DBA's alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: -J~M4 S W • '/'s t~- ~p c \F•L Ev"Xr4u- ~c~`Tri4C~fS C-6 IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of au pforenamed principals this 1 2 day of o:: ; ~f GCS BIDDER: AuTCrS 0 v-5a oo: C~l:~ ``1 I 0A 2000 Subscribed and sworn to this day of 0.V\ • lo~!' NOTARY PUBLIC N.'J AI-Himyary mD Comm. #7764258 NOTARY nSLIC - CALIFORNIA0 ORANGE COUNTY G Comm. Exp. Dec. 5. 2001 C'Y CITY OF ROSEMEAD PROPOSAL GUARANTEE BID BOND FOR CONVERSION OF ELECTRICAL SERVICES ON SAN GABRIEL BOULEVARD I-10 FREEWAY TO 200 FEET NORTH OF GARVEY AVENUE PROJECT NO. 99-05 IN THE CITY OF ROSEMEAD KNOW ALL MEN BY THESE PRESENTS that PACIFIC GENERAL CONTRACTORS as BIDDER, and FTDE TTY AND iAOANTY INSURANCE rnMPdNY - a corporation organized and existing under the laws of the State of TnWA and duly authorized to transact business under the laws of the State of California, as SURETY, are held and firmly bound unto the City of Rosemead, as AGENCY, in the penal sum of TEN PERCENT OF AMOUNT BID- dollars 10 % OF BIDx'aoc ) which is 10 percent of the total amount bid by BIDDER to AGENCY for the above-stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above-stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. C-8(a) IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals, this 10TH day of _ JANUARY kR 2000 PACIFIC GENERAL CONTRACTORS BIDDER` 23110 FOXTAIL DR. YORBA LINDA. CA 92887 SURETY, FIDELITY AND GUARANTY INSURANCE, 6610 N. 47TH AVE. GLENDALE, AZ 85301 xtiti1 JAY\.IP) FREEMAN, ATTORNEY-IN-FACT Subscribed and sworn to this day of , t 9 - NOTARYPUBLIC Provide BIDDERIADMITTED SURETY name, address, and telephone number and the name, tide, address, and telephone number for authorized representative. C-8(b) CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO ) On 16 bV before me, Kelly A. Saitman, Notary Public ,Tay P. Freeman x personally known to me; S.S. personally appeared or proved to me on the basis of satisfactory evidence to be personkBs whose name(s) is/a<a subscribed to the within instrument acknowledged to me that (he/she- ) executed the same h_is/herftkcir authorized capacity(i-e-s), and that the entity behalf of which the person(-st acted, executed the instrument. WITNESS my hand and official seal. (SEAL) A y vcS.Un r,. aS423 Ccl~fornja Scn 5°~nar:lino County / MyComm, = oaas Jun 27,2002 Signature f Notary Public CAPACITY CLAIMED BY SIGNER: the and in upon Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. --Individual(s) Corporate Officer(s) Titles _ partner(s) x -Attorney-in-Fact -Trustee(s) --Guardian/Conservator Other: Signer is representing: ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title of type of Number of pages: Date of document: document: Signer(s) other than named above: THIS CERTIFICATE MUST BE ATTACHED and _ Limited General TO THE DOCUMENT DESCRIBED ABOVE. K Snessz7 Power of Attorney No. POWER OF ATTORNEY Seaboard Surety Company SL Paul Fire and Marine Insurance Company SL Paul Guardian Insurance Company SL Paul Mercury Insurance Company 20771 United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Certificate No. KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York• and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota. and that United States Fidelity and Guaranty Company, is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint Charles Ray, Jay P. Freeman, Frances Lefler, Kelly A. Sainnan and Richard P. Crean of the City of Ontario State California , their we and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its time as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in thew business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. W WITNESS WHEREOF, the Companies have caused this instmmcnCto'be signed -this ` ' 19Th"s day of July 1999 1,•` . Seaboard Surely Company `CUnited States Fidelity and Guaranty Company SL Paul Fire and Marine Insurarire~Compsny Fidelity and Guaranty Insurance Company SL Paul Guardian InsurandeLompany-.v Fidelity and Guaranty Insurance Underwriters, Inc. SL Paul Mercury Insurance Coniperfy R `'A, k \ A' carry o;'•=~,r~ r„_ fa - 4 t.~ -t` t` 1 V ` N./~ 27 ~Fm✓ ~,R d,ane. 1 wvi ALio^ q,SSdL~i 4? ~ ~ ~ s..aase State of Maryland City of Baltimore OW UM-M5 MICHAEL B. KEEGAN. Vice President Vui R. w-at. MICHAEL R. MCKIBBEN, Assistant Secretary On this 19th day of July 1999 , before me, the undersigned officer, personally appeared Michael B. Keegan and Michael R. McKibben, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof, I hereunto se[ my hand and official seal. NOLIgh My Commission expires the 13th day of July, 2002. ~Bbn REBECCA EASLEY-ONOKALA, Notary Public ~qE cTt 86203 Ed. 5-99 Printed in U.S.A. CITY OF ROSEMEAD BID ANALYSIS FOR CONVERSION OF ELECTRICAL SERVICES ON SAN GABREIL BOULEVARD 1-10 FREEWAY TO 200 FEET NORTH OF GARVEY AVENUE PROJECT NO. 99-05 BIDDERS 1. NATIONAL ELECTRICAL CONTRACTORS, INC. 2. SKIPS ELECTRIC, INC. 3. PACIFIC GENERAL CONTRACTORS AVERAGE BID: BID AMOUNT $85,200.00 $86,698.00 $131,905.00 $101,267.67 1/18/00 10:01 AM Page 1 Electrical Conversion on SG Blvd - excel bid analysis.xis CITY OF ROSEMEAD BID ANALYSIS FOR CONVERSION OF ELECTRICAL SERVICES ON SAN GABREIL BOULEVARD 1-10 FREEWAY TO 200 FEET NORTH OF GARVEY AVENUE PROJECT NO. 99-05 BID SUMMARY En ineer's Estimate National Electric, Inc. Ski s Electric, Inc. Pacific General ITEM QTY. UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 2 1,500 .00 $3,000 .00 $1,400 .00 52,800 .00 1,730.00 53,460 .00 1,900 .00 $3,800 .00 2 1 1,500 .00 $1,500. 00 $1,400 .00 51400 .00 1,000.00 $1,000 .00 1.800 .00 $1,800 .00 3 1 1,500 .00 $1,500. 00 $1,400 .00 $1,400 .00 659.00 $659. 00 1,600. 00 $1,600 .00 4 1 1,500 .00 57,500. 00 $1,400 .00 $1400 .00 700.00 $700. 00 2,250. 00 $2,250 .00 5 1 1,500 .00 $1,500. 00 $1,400 .00 $1400 .00 695.00 5695. 00 1,500. 00 $1,500 .00 6 1 1,500 .00 $1,500. 00 $1,400 .00 $1,400 .00 1,520.00 $1,520. 00 1,600. 00 $1,600 .00 7 1 1,500 .00 $1,500. 00 $1,600 .00 $1,600 .00 1,659.00 $1,659. 00 2,500. 00 $2.500 .00 8 1 1,500 .00 51,500. 00 $1,400 .00 $1,400 .00 1,754.00 $1,754.00 1400. 00 $1,400 .00 9 1 1,500 .00 $1,500. 00 $1,380 .00 57,380 .00 1,370.00 $1,370. 00 2,700. 00 $2,700 .00 10 1 1,500 .00 $1,500. 00 $1,380 .00 57,380 .00 1.370.00 $1,370. 00 1,900. 00 $1,900 .00 11 1 1,500 .00 $1,500. 00 $1450 .00 $1,450 .00 1,258.00 $1,258. 00 1,900. 00 57,900 .00 12 1 1,500 .00 $1,500. 00 $1,600 .00 $1,600 .00 2,040.00 $2.040. 00 4,200. 00 $4,200 .00 13 1 1,500. 00 $1,500. 00 52,200 .00 $2,200 .00 2,660.00 52,660. 00 4,250. 00 $4,250 .00 14 1 1,500. 00 $1,500. 00 $2,000 .00 52,000 .00 1,900.00 $1,900. 00 1,750. 00 57,750 .00 15 1 1,500. 00 $1,500. 00 $1,400 .00 $1,400 .00 1,757.00 $1,752 00 1,600. 00 $1,600 .00 16 1 1,500. 00 $1,500. 00 $1,400 .00 $1,400 .00 970.00 $970. 00 1,500. 00 $1,500. 00 17 1 1,500. 00 $1,500. 00 $1,600 .00 $1,600 .00 2,990.00 $2,990. 00 3,200. 00 $3.200 .00 18 1 1,500. 00 $1,500. 00 57,375 .00 51,375 .00 2.040.00 $2,040. 00 2,650. 00 $2,650. 00 19 1 1,500. 00 $1,500. 00 $1,400 .00 $1,400 .00 1,140.00 $1,140. 00 1,900. 00 $1,900. 00 20 1 1,500. 00 $1,500. 00 $1,400 .00 $1,400 .00 2,050.00 $2,050. 00 1,900. 00 $1,900. 00 21 1 1,500. 00 $1,500. 00 $1,400 .00 $1,400 .00 945.00 $945. 00 1,500. 00 $1,500. 00 22 1 1,500. 00 $1.500. 00 $1400 .00 $1,400 .00 2.100.00 $2,100. 00 2,750. 00 $2.750. 00 23 1 1,500. 00 $1,500. 00 $1,600 .00 $1,600. 00 2,400.00 $2,400. 00 3,800. 00 $3,800. 00 24 1 1,500. 00 $1,500. 00 $1,400 .00 $1,400. 00 2,390.00 $2,390. 00 2,750. 00 $2,750. 00 25 1 1,500. 00 $1,500. 00 $1,400 .00 $1,400. 00 2,300.00 $2,300. 00 2,800. 00 $2,800. 00 26 1 1.500. 00 51,500. 00 $1,400 .00 57.400. 00 2,280.00 $2,280. 00 2,700. 00 52,700. 00 27 1 1,500. 00 $1,500. 00 $1,380 .00 $1,380. 00 1,220.00 $1220. 00 2,800. 00 $2,800. 00 28 1 1,500. 00 $1,500. 00 $1,375 .00 $1,375. 00 946.00 $946. 00 1,800. 00 $1,800. 00 29 1 1500. 00 $1,500. 00 $1,350 .00 $1.350. 00 938.00 5938. 00 2,650. 00 $2,650. 00 30 1 1,500. 00 $1,500. 00 $1,400. 00 51400. 00 575.00 $575. 00 1,400. 00 $1,400. 00 31 1 1,500. 00 $1,500. 00 $1,400. 00 $1,400. 00 5,340.00 $5,340. 00 4,800. 00 $4,800. 00 32 1 1,500. 00 $1,500. 00 $1,500. 00 $1,500. 00 0.00 $0. 00 1,250. 00 $1,250. 00 33 1 11500. 00 $1,500. 00 $1,600. 00 $1,600. 00 1,250.00 $1,250. 00 1,800. 00 $1,800. 00 34 1 1,500. 00 $1,500. 00 $1400. 00 $1,400. 00 685.00 $685. 00 1,800. 00 $1,800. 00 35 1 1,500. 00 $1,500. 00 51,400. 00 $1,400. 00 660.00 $660. 00 1,600. 00 57.600. 00 36 1 1,500. 00 $1,500. 00 $1,400. 00 $1,400. 00 845.00 $845. 00 2,200. 00 $2,200. 00 37 1 1,500. 00 $1,500. 00 $1,350. 00 $1,350. 00 680.00 $680. 00 1,850. 00 $1,850. 00 38 1 1,500. 00 $1,500. 00 $1,400. 00 $1,400. 00 890.00 5890. 00 1,850. 00 51,850. 00 39 1 1,500. 00 $1,500. 00 $1,600. 00 $1,600. 00 1,880.00 $1,880. 00 2,800. 00 52,800. 00 40 1 1,500. 00 $1,500. 00 $1,350. 00 $1,350. 00 630.00 $630. 00 1,800. 00 $1,800. 00 41 1 1,500. 00 $1,500. 00 $1,400. 00 $1,400. 00 940.00 $940. 00 2,400. 00 $2,400. 00 42 1 1,500. 00 51,500. 00 $1,600. 00 51,600. 00 1,385.00 $1,385. 00 3,600. 00 $3,600. 00 43 1 1,500. 00 $1,500. 00 $1,350. 00 $1,350. 00 1,370.00 $1,370. 00 2,950. 00 $2,950. 00 44 1 1,500. 00 $1,500. 00 $1,370. 00 $1,370. 00 785.00 $785. 00 1,500. 00 $1,500. 00 45 1 1,500. 00 $1,500. 00 $1,400. 00 $1,400. 00 1,258.00 $1,258. 00 1,800. 00 $1,800. 00 46 1 1,500. 00 $1,500. 00 $1,360. 00 $1,360. 00 1,255.00 $1,255. 00 1,800. 00 $1,800. 00 47 1 1,500. 00 51500. 00 $1,400. 00 $1,400. 00 1,200.00 $1,200. 00 1,900. 00 $1,900. 00 48 1 1,500. 00 $1,500. 00 $1,400. 00 $1,400. 00 685.00 $685. 00 1,600. 00 $1,600. 00 49 1 1,500. 00 $1,500. 00 $1,350. 00 $1,350. 00 687.00 $687. 00 1,600. 00 $1,600. 00 1/113/00 8:23 AM Page 1 Electrical Conversion on SG Blvd - excel bid analysis.xls CITY OF ROSEMEAD BID ANALYSIS FOR CONVERSION OF ELECTRICAL SERVICES ON SAN GABREIL BOULEVARD 1-10 FREEWAY TO 200 FEET NORTH OF GARVEY AVENUE PROJECT NO. 99-05 BID SUMMARY En ineers Estimate National Electric, Inc. Skips Electric, Inc. Pacific General ITEM QTY. UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 50 1 1,500.00 $1,500.00 $1,380.00 $1,380.00 695.00 $695.00 1,600.00 $1,600.00 51 1 1,500.00 $1,500.00 $1,450.00 $1,450.00 1,430.00 $1,430.00 1,850.00 $1,850.00 52 1 1,500.00 $1,500.00 $1,600.00 $1,600.00 2,427.00 $2,427.00 3,000.00 $3,000.00 53 1 1,500.00 $1,500.00 $1,450.00 $1,450.00 1,200.00 $1,200.00 1,200.00 $1,200.00 54 1 1,500.00 $1,500.00 $1,400.00 $1,400.00 685.00 $685.00 1,500.00 $1,500.00 55 1 1,500.00 $1,500.00 $1,600.00 $1,600.00 3.060.00 $3,060.00 4,250.00 $4,250.00 56 1 1,500.00 $1.500.00 $1,600.00 $1,600.00 1,770.00 $1,770.00 2,500.00 $2.500.00 57 1 1,500.00 $1,500.00 $2,200.00 $2,200.00 3,920.00 $3,920.00 4,255.00 $4,255.00 $87,000.001 1 $85,200.001 1 $86,698.001 1 $131,905.00 1/18/00 823 AM Page 2 Electrical Conversion on SG Blvd - excel bid analysis.xis CITY OF ROSEMEAD BID ANALYSIS FOR CONVERSION OF ELECTRICAL SERVICES ON SAN GABREIL BOULEVARD 1-10 FREEWAY TO 200 FEET NORTH OF GARVEY AVENUE PROJECT NO. 99-05 BID ANALYSIS ENGINEER'S AVERAGE LO W BID ITEM QTY. DESCRIPTION ESTIMATE BID Amount Bidder Convert electrical services from overhead to 1 2 unde round - 3029 San Gabreil Blvd. - 1,500.00 $1,676.67 $1,400.00 National Elect. Convert electrical services from overhead to 2 1 underground - 3039 San Gabreil Blvd. 1,500.00 $1,400.00 $1,000.00 Skips Elect. Convert electrical services from overhead to 3 1 underground - 3040 San Gabreil Blvd. 1,500.00 $1,219.67 $659.00 Skips Elect. Convert electrical services from overhead to 4 1 underground - 3046 San Gabreil Blvd. 1,500.00 $1,450.00 $700.00 Skis Elect. Convert electrical services from overhead to 5 1 underground - 3050 San Gabreil Blvd. 1,500.00 $1,198.33 $695.00 Skis Elect. Convert electrical services from overhead to 6 1 underground - 3128 San Gabreil Blvd. 1,500.00 $1,506.67 $1,400.00 National Elect. Convert electrical services from overhead to 7 1 underground - 3128 San Gabreil Blvd. 1,500.00 $1,919.67 $1,600.00 National Elect. Convert electrical services from overhead to 8 1 underground - 3141 San Gabreil Blvd. 1,500.00 $1,518.00 $1,400.00 National Elect. Convert electrical services from overhead to 9 1 underground - 3143 San Gabreil Blvd. 1,500.00 $1,816.67 $1,370.00 Skips Elect. Convert electrical services from overhead to 10 1 under round - 3145 San Gabreil Blvd. 1,500.00 $1,550.00 $1,370.00 Skis Elect. Convert electrical services from overhead to 11 1 under round - 3145-1/2 San Gabreil Blvd. 1,500.00 $1,536.00 $1,258.00 Skis Elect. Convert electrical services from overhead to 12 1 underground - 3156 San Gabreil Blvd. 1,500.00 $2,613.33 $1,600.00 National Elect. Convert electrical services from overhead to 13 1 underground - TC1 at San Gabreil Blvd. / Emerson 1,500.00 $3,036.67 $2,200.00 National Elect. Convert electrical services from overhead to 14 1 underground - 3200 San Gabreil Blvd. 1,500.00 $1,883.33 $1,750.00 Pacific General Convert electrical services from overhead to 15 1 under round - 3205 San Gabreil Blvd. 1,500.00 $1,585.67 $1,400.00 National Elect. Convert electrical services from overhead to 16 1 under round - 3208 San Gabreil Blvd. 1,500.00 $1,290.00 $970.00 Skis Elect. Convert electrical services from overhead to 17 1 under round - 3210 San Gabreil Blvd. 1,500.00 $2,596.67 $1,600.00 National Elect. Convert electrical services from overhead to 18 1 underground - 3211 San Gabreil Blvd. 1,500.00 $2,021.67 $1,375.00 National Elect. Convert electrical services from overhead to 19 1 under round - 3213 San Gabreil Blvd. 1,500.00 $1,480.00 $1,140.00 Skips Elect. Convert electrical services from overhead to 20 1 under round - 3216-3218 San Gabreil Blvd. 1,500.00 $1,783.33 $1,400.00 National Elect. Convert electrical services from overhead to 21 1 under round - 3218-1/2 San Gabreil Blvd. 1,500.00 $1,281.67 $945.00 Skips Elect. Convert electrical services from overhead to 22 1 underground - 3219 San Gabreil Blvd. 1,500.00 $2,083.33 $1,400.00 National Elect. Convert electrical services from overhead to 23 1 underground - 3222 San Gabreil Blvd. 1,500.00 $2,600.00 $1,600.00 National Elect. Convert electrical services from overhead to 24 1 under round - 3225 San Gabreil Blvd. 1,500.00 $2,180.00 $1,400.00 National Elect. Convert electrical services from overhead to 25 1 underground - 3226 San Gabreil Blvd. 1,500.00 $2,166.67 $1,400.00 National Elect. Convert electrcal services from overhead to 26 1 underground - 3232 San Gabreil Blvd. 1,500.00 $2,126.67 $1,400.00 National Elect. Convert electrical services from overhead to 27 1 underground - 3231 San Gabreil Blvd. 1,500.00 $1,800.00 $1,220.00 Skis Elect. Convert electrical services from overhead to 28 1 underground - 3235 San Gabreil Blvd. 1,500.00 $1,373.67 $946.00 Skips Elect. Convert electrical services from overhead to - 29 1 under round - 3239, 3241, 3241-1/2 San Gabreil 1,500.00 $1,646.00 $938.00 Skips Elect. 1/18100 8:41 AM Page 1 Electrical Conversion on SG Blvd - excel bid analysis.xls CITY OF ROSEMEAD BID ANALYSIS FOR CONVERSION OF ELECTRICAL SERVICES ON SAN GABREIL BOULEVARD 1-10 FREEWAY TO 200 FEET NORTH OF GARVEY AVENUE PROJECT NO. 99-05 BID ANALYSIS ENGINEER'S AVERAGE LOW BID ITEM QTY. DESCRIPTION ESTIMATE BID Amount Bidder Convert electrical services from overhead to 30 1 underground - 3245 San Gabreil Blvd. 1,500.00 $1,125.00 $575.00 Skis Elect. Convert electrical services from overhead to 31 1 underground - 3246 San Gabreil Blvd. 1,500.00 $3,846.67 $1,400.00 National Elect. Convert electrical services from overhead to 32 1 underground - 3247 San Gabreil Blvd. 1,500.00 $916.67 $0.00 Skips Elect. Convert electrical services from overhead to 33 1 underground - 3300 San Gabreil Blvd. 1,500.00 $1,550.00 $1,250.00 Skis Elect. Convert electrical services from overhead to 34 1 underground - 3301 San Gabreil Blvd. 1,500.00 $1,295.00 $685.00 Ski s Elect. Convert electrical services from overhead to 35 1 underground - 3303 San Gabreil Blvd. 1,500.00 $1,220.00 $660.00 Skips Elect. Convert electrical services from overhead to 36 1 underground - 3305 San Gabreil Blvd. 1,500.00 $1,481.67 $845.00 Skips Elect. - Convert electrical services from overhead to 37 1 underground - 3307 San Gabreil Blvd. 1,500.00 $1,293.33 $680.00 Skips Elect. Convert electrical services from overhead to 38 1 underground - 3313 San Gabreil Blvd. 1,500.00 $1,380.00 $890.00 Skis Elect. Convert electrical services from overhead to 39 1 underground - 3313-1/2 San Gabreil Blvd. 1,500.00 $2,093.33 $1,600.00 National Elect. Convert electrical services from overhead to 40 1 underground - 3315 San Gabreil Blvd. 1,500.00 $1,260.00 $630.00 Skips Elect. Convert electrical services from overhead to 41 1 underground - 3317 San Gabreil Blvd. 1,500.00 $1,580.00 $940.00 Skis Elect. Convert electrical services from overhead to 42 1 underground - 3029 San Gabreil Blvd. 1,500.00 $2,195.00 $1,385.00 Skips Elect. Convert electrical services from overhead to 43 1 underground - 3320, 3320-1/2, 3322 San Gabreil 1,500.00 $1,890.00 $1,350.00 National Elect. Convert electrical services from overhead to 44 1 under round - 3328 San Gabreil Blvd. 1,500.00 $1,218.33 $785.00 Skis Elect. Convert electrical services from overhead to 45 1 underground - 3328-1/2 San Gabreil Blvd. 1,500.00 $1,486.00 $1,258.00 Skis Elect. Convert electrical services from overhead to 46 1 underground - 3328-3/4 San Gabreil Blvd. 1,500.00 $1,471.67 $1,255.00 Skis Elect. Convert electrical services from overhead to 47 1 underground - 3326 San Gabreil Blvd. 1,500.00 $1,500.00 - $1,200.00 Skips Elect. Convert electrical services from overhead to 48 1 underground - 3332 San Gabreil Blvd. 1,500.00 $1,228.33 $685.00 Skis Elect. Convert electrical services from overhead to 49 1 underground - 3336 San Gabreil Blvd. 1,500.00 51,212.33 $687.00 Skis Elect. Convert electrical services from overhead to 50 1 underground - 3338 San Gabreil Blvd. 1,500.00 $1,225.00 $695.00 Skis Elect. Convert electrical services from overhead to 51 1 underground - 3340 San Gabreil Blvd. 1.500.00 $1,576.67 $1,430.00 Skis Elect. Convert electrical services from overhead to 52 1 underground - 3343 San Gabreil Blvd. 1,500.00 $2,342.33 $1,600.00 National Elect. Convert electrical services from overhead to 53 1 underground - 3351 San Gabreil Blvd. 1,500.00 $1,283.33 $1,200.00 Skis Elect. Convert electrical services from overhead to 54 1 underground - 3354 San Gabreil Blvd. 1,500.00 $1,195.00 $685.00 Skis Elect. Convert electrical services from overhead to - 55 1 underground - 3357, 3357-1/2, 3359 San Gabreil 1,500.00 $2,970.00 $1,600.00 National Elect. Convert electrical services from overhead to 56 1 underground - 3361 San Gabreil Blvd. 1,500.00 $1,956.67 $1,600.00 National Elect. Convert electrical services from overhead to 57 1 underground - 8160 Hellman Ave, TC-1 1,500.00 $3,458.33 $2,200.00 National Elect. 1118/00 8:41 AM Page 2 Electrical Conversion on SG Blvd - excel bid analysis.xls Dun& Bradstreet Business Information Report' Page 1 of 4 For: TAMI January 17, 2000 Willdan Associates (Inc) 12:53 pm BUSINESS SUMMARY NATIONAL ELECTRICAL CONTRACTORS INCORPORATED 5461 TAMPA AVE TARZANA CA 91356 TEL: 818 907-0697 DUNS: 62-229-1979 RATING ELECTRICAL STARTED 1987 CONTRACTOR EMPLOYS 1 SIC NO. HISTORY CLEAR 1731 CHIEF EXECUTIVE: CYRUS HAROONIAN, PRESIDENT 05TONER SERVICE If you have questions about this report, please call our Customer Service Center at 1-800-234-3867 from anywhere within the U.S. If you are outside the U.S., contact your local D&B office. Additional Decision Support Available Additional D&B products, credit recommendations and specialized investigations are available to help you evaluate this company or its industry. Call Dun & Bradstreet's Solution Center at 1-800-362-3425 from anywhere within the U.S. SUMMARY ANAL YSIS The Summary Analysis section reflects information in D&B's file as of January 17, 2000. RATING SUMMARY . . . . The absence of a Rating indicates that the information available to D&B does not permit us to assign a Rating to this business. In this case, no Rating was assigned because of D&B's overall assessment of the company's financial, payment, and its historical information. Below is an overview of the company's D&B Rating(s) since 05/16/92: RATING DATE APPLIED 05/18/93 ER8 05/16/92 Provided under contract for the exclusive use of Will dan Associates(Inc). Copyright 2000 D&B Inc. V3.9 J88 Business Information Report NATIAVAC ELECNIC4 CLW7PS INC Page 2 of 4 For: TAMI January 17. 2000 Willdan Associates (Inc) 12:53 pm PAYMENT SUMMARY The Payment Summary section reflects payment information in O&B's file as of the date of this report. O&B has not received a sufficient sample of payment experiences to establish a PAYDEX score. Below is an overview of the company's dollar-weighted payments, segmented by its suppliers' primary industries: TOTAL LARGEST % DAYS SLOW TOTAL DOLLAR HIGH WIN RCV'D AMOUNTS CREDIT TERMS <31 31-60 61-90 91+ # $ $ Total in D&B's file 2 3,000 2,500 Payment By Industry: 1 Ret building material 1 2,500 2,500 50 50 - - - 2 Oil/gas production 1 500 500 100 - - - - Other Payment Categories: Cash experiences O 0 0 Payment record unknown 0 0 0 Unfavorable comments 0 0 0 Placed for collection with D&B 0 0 other 0 N/A The highest "Now Owes" on file is $750 The highest "Past Due" on file is $ 0 D&B receives over 315 million payment experiences each year. We enter these new and updated experiences into D&B Reports as this information is received. PAYXENTS Antic - Anticipated Payments received prior to date of invoice) Disc - Discounted Payments received within trade discount period) Ppt - Prompt (Payments received within terms granted) Provided under contract for the excIus iveuse of Will ldan Associates(Inc). Copyright 2000 D&B Inc. V3.9 O&B Business Infornetion Report NATICWAL £LECTRML G2WTRS INC Page 3 of 4 For: TAMI January 17, 2000 Willdan Associates (Inc) 12:53 pm PAYMENTS (continued) REPORTED PAYING HIGH NOW PAST SELLING LAST SALE RECORD CREDIT OWES DUE TERMS WITHIN 12/99 Ppt 500 500 -0- N30 1 Mo Ppt-Slow 30 2500 750 -0- * Payment experiences reflect how bills are met in relation to the terms granted. In some instances payment beyond terms can be the result of disputes over merchandise, skipped invoices etc. * Each experience shown represents a separate account reported by a supplier. Updated trade experiences replace those previously reported. Amounts may be rounded to nearest figure in prescribed ranges. FINANCE 10/20/99 On October 18, 1999 repeated attempts to contact this business where unsuccessful. PUBLIC FILINGS The following data is for information purposes only and is not the official record. Certified copies can only be obtained from the official source. * * * SUIT( S) * * * CASE NO.: 97522399 SUIT AMOUNT: $1,790 PLAINTIFF: FAN SUN HO DEFENDANT: NATIONAL ELECTRICAL CONTRACTORS INC WHERE FILED: LOS ANGELES COUNTY SMALL CLAIMS COURT/VAN NUYS BRANCH, VAN NUYS CA STATUS: Dismissal without prejudice DATE STATUS ATTAINED: 02/24/1997 DATE FILED: 01/13/1997 LATEST INFO COLLECTED: 10/04/1998 ***LIEN(S) * * * A lienholder can file the same lien in more than one filing location. The appearance of multiple liens filed by the same lienholder against a debtor may be indicative of such an occurrence. FILING NO.: 98 1716692 AMOUNT: $61 TYPE: State Tax FILED BY: EMPLOYMENT DEVELOPMENT DEPARTMENT AGAINST: NATIONAL ELECTRICAL CONTRACTORS, INC WHERE FILED: LOS ANGELES COUNTY RECORDERS STATUS: Released DATE STATUS ATTAINED: 03/26/1999 DATE FILED: 09/23/1998 LATEST INFO COLLECTED: 04/08/1999 Provided under contract for the excl usi ve use of Will dan Ass oci at es (Inc). Copyright 2000 D&B Inc. V3. 9 b3B Business Information Report #A 716X4 ELECNIC4 LUVTRS INC Page 4 of 4 For: TAMI January 17. 2000 Willdan Associates (Inc) 12:53 pm PUBLIC FILINGS (continued) OFFICE, NORWALK, CA FILING NO.: 96 1407633 AMOUNT: $363 STATUS: Void TYPE: State Tax DATE STATUS ATTAINED: 01/30/1997 FILED BY: STATE EMPLOYMENT DEVELOPMENT DATE FILED: 08/28/1996 DEPARTMENT LATEST INFO COLLECTED: 03/18/1997 AGAINST: NATIONAL ELECTRICAL CONTRACTORS, INC WHERE FILED: LOS ANGELES COUNTY RECORDERS OFFICE, NORWALK, CA! The public record items contained in this report may have been paid, terminated, vacated or released prior to the date this report was printed. HISTORY 10/20/99 CYRUS HAROONIAN, PRESIDENT DIRECTOR(S): THE OFFICER(S) L---------------------------------------------- CORPORATE AND BUSINESS REGISTRATIONS REPORTED BY THE SECRETARY OF STATE OR OTHER OFFICIAL SOURCE AS OF 01/07/2000: This data is for informational purposes only, certification can only be obtained through the! Sacramento Office of the California Secretary of State. BUSINESS TYPE: Corporation - DATE INCORPORATED: 04/02/1987 Profit STATE OF INCORP: California Stock ownership not available. Business started Apr 1987 by Cyrus Haroonian. CYRUS HAROONIAN. 1987 to present with business. OPERATION 10/20/99 Operates as a contractor, specializing in electrical work (100%). EMPLOYEES: 1 which includes officer(s). FACILITIES: Operates from residence of Cyrus Haroonian. 01-17(9XK /184) 99999 098184184 --I END OF REPORT Provided undercontract for the exclusive use of Willdan Associates (Inc). Copyri ght 2000 D&B Inc. V3.9 Dun &Bradstreet Business Information Report' Page 1 of 4 For: TAMI January 17, 2000 Willdan Associates (Inc) 12:59 pm BUSINESS SUMMARY SKIP'S ELECTRIC INC 2610 W ORANGETHORPE AVE FULLERTON CA 92833 TEL: 714 525-0203 DUNS: 00-954-4305 RATING 2R2 FORMERLY CONTRACTOR SPECIALIZING IN STARTED 1967 ELECTRICAL WORK EMPLOYS 4 SIC NO. HISTORY CLEAR 1731 CHIEF EXECUTIVE: DELBERT BRESSETTE JR, PRES RATING CHANGE C11570MER SERVICE If you have questions about this report, please call our Customer Service Center at 1-800-234-3867 from anywhere within the U.S. If you are outside the U.S., contact your local D&B office. Additional Decision Support Available Additional D&B products, credit recommendations and specialized investigations are available to help you evaluate this company or its industry. Call Dun & Bradstreet's Solution Center at 1-800-362-3425 from anywhere within the U.S. SUMMARY ANAL YSIS The Summary Analysis section reflects information in D&B's file as of January 17, 2000. RATING SUMMARY The Rating was changed on September 13, 1999 because of D&B's overall assessment of the company's financial, payment and history information. The "2R" portion of the Rating (the Rating Classification) indicates business size of fewer than 10 employees for this company. The "2" on the right (Composite Credit Appraisal) indicates an overall "good" credit appraisal. This credit appraisal was assigned because the payment information in D&B's file indicates the majority of this Provided under contract for the excl usi ve use of Will dan Associ ates (Inc). Copyright 2000 D&B Inc. V3.9 D&B Business Information Report SKIP S ELECTRIC INC Page 2 of 4 For: TAMI January 17, 2000 Wi l l dan Associates (Inc) 12:59 pm SlINNARY ANALYSIS (continued) company's obligations are retired satisfactorily and this company's number of years in business. Below is an overview of the company's D&B Rating(s) since 01/01/91: RATING DATE APPLIED 2R2 09/13/99 12/20/95 CB2 03/26/94 10/14/92 CB1 12/06/91 EE2 01/01/91 PAYMENT SUNNARY The Payment Summary section reflects payment information in D&B's file as of the date of this report. The PAYDEX for this company is 76. This PAYDEX score indicates that payments to suppliers average 6 days beyond terms, weighted by dollar amounts. When dollar amounts are not considered, approximately 88% of the company's payments are within terms. Below is an overview of the company's dollar-weighted payments, segmented by its suppliers' primary industries: TOTAL LARGEST % DAYS SLOW TOTAL DOLLAR HIGH WIN RCV'D AMOUNTS CREDIT TERMS <31 31-60 61-90 91+ # $ $ % % % % % Total in D&B's file 4 1,750 500 Payment By Industry: 1 Mfg misc primary mtl 1 500 500 50 2 Oil/gas production 1 500 500 100 3 Ret building material 1 500 500 100 4 Radiotelephone commun 1 250 250 100 Other Payment Categories: Cash experiences 0 0 0 Payment record unknown 0 0 0 Unfavorable comments 0 0 0 Placed for collection with D&B 0 0 50 - - - Provided under contract for theexclusiveuseofWilIdanAssociates(Inc). Copyright 2000 DO Inc. V3.9 D&B Business Infornetion Report SKIP S ELECTRIC INC Page 3 of 4 For: TAMI January 17, 2000 Willdan Associates (Inc) 12:59 pm PAYMENT SUMMARY (continued) other 0 N/A The highest "Now Owes" on file is $250 The highest "Past Due" on file is $ 0 D6B receives over 315 million payment experiences each year. We enter these new and updated experiences into D&B Reports as this information is received. PAYMENTS Antic - Anticipated (Payments received prior to date of invoice) Disc - Discounted Payments received within trade discount period) Ppt - Prompt Payments received within terms granted) REPORTED PAYING HIGH NOW PAST SELLING LAST SALE RECORD CREDIT OWES DUE TERMS WITHIN 12/99 Ppt 500 250 -0- N30 1 Mo Ppt-Slow 30 500 -0- -0- N30 2-3 Mos 10/99 Ppt 500 -0- -0- Prox 1 Mo 06/99 Ppt 250 250 -0- N30 1 Mo * Payment experiences reflect how bills are met in relation to the terms granted. In some instances payment beyond terms can be the result of disputes over merchandise, skipped invoices etc. * Each experience shown represents a separate account reported by a supplier. Updated trade experiences replace those previously reported. Amounts may be rounded to nearest figure in prescribed ranges. FINANCE 09/13/99 Sources contacted declined information on September 13, 1999. HISTORY 09/13/99 DELBERT BRESSETTE JR. PRES DIRECTOR(S): THE OFFICER(S) CORPORATE AND BUSINESS REGISTRATIONS REPORTED BY THE SECRETARY OF STATE OR OTHER OFFICIAL SOURCE AS OF 01/07/2000: This data is for informational purposes only, certification can only be obtained through the Sacramento Office of the California Secretary of State. BUSINESS TYPE: Corporation - DATE INCORPORATED: 06/27/1979 Profit STATE OF INCORP: California Provided under contract for the excl us i ve use of Will dan Ass oci ates (Inc). Copyri yht 2000 D&B I nc. V3. 9 D&B Business Information Report SKIP S ELECTRIC INC Page 4 of 4 For: TAMI January 17. 2000 Willdan Associates (Inc) 12:59 pm HISTORY (continued) Business started 1967 by Delbert Bressette Jr. 100% of capital stock is owned by Delbert Bressette Jr. DELBERT BRESSETTE JR born 1939. OCCUPATIONAL BACKGROUND: 1960-67 employed by Held Electric, South Gate, CA. 1967-present active here. Affiliates: The following are related through common ownership and/or financial interest. Neff Tax Service, Inc, Whittier, CA, started 1972. DUNS #07-959-6409. Operates as a bookkeeping and tax service. Intercompany relations consist of similar management with financial records statements done here. OPERATION 09/13/99 Contractor specializing in electrical through bidding 1005.. Contracts call if any, generally 10%. Terms are progress payments. Sells to the general public. Territory : Southe Nonseasonal. work. Contracts are obtained for cost plus 100%. Retainages, federal and city governments and rn California. EMPLOYEES: 4 which includes officer(s). FACILITIES: Leases 3,000 sq. ft. in a two story concrete block building. Building is owned by Delbert Bressette Jr and leased to the corporation. LOCATION: Suburban business section on well traveled street. 01-17(1XL /181) 99999 098181181 END OF REPORT Provided under contract for the excl usive use of Wil ldan Associates (Inc). Copyright 2000 D&B Inc. V3. 9 Dun &Bradstreet Business Information Report." Page 1 of 4 For: TAMI January 17, 2000 Willdan Associates (Inc) 1:03 pm BUSINESS SUMMARY PACIFIC GENERAL CONTRACTORS DUNS: 60-285-4424 RATING 2R3 FORMERLY PO BOX 784 ELECTRICAL YORBA LINDA CA 92885 CONTRACTOR STARTED 1981 23110 FOXTAIL DR SIC NO. EMPLOYS 2 YORBA LINDA CA 92887 1731 HISTORY CLEAR TEL: 714 692-2294 JAMES EHORN, OWNER RATING CHANGE CUSTOMER SERVICE If you have questions about this report, please call our Customer Service Center at 1-800-234-3867 from anywhere within the U.S. If you are outside the U.S., contact your local D&B office. Additional Decision Support Available Additional D&B products, credit recommendations and specialized investigations are available to help you evaluate this company or its industry. Call Dun & Bradstreet's Solution Center at 1-800-362-3425 from anywhere within the U.S. SUMMARY ANAL YSIS The Summary Analysis section reflects information in D&B's file as of January 17, 2000. RATING SUMMARY . . . The Rating was changed on November 23, 1999 because of D&B's overall assessment of the company's financial, payment and history information. The "2R" portion of the Rating (the Rating Classification) indicates business size of fewer than 10 employees for this company. The "3" on the right (Composite Credit Appraisal) indicates an overall "fair" credit appraisal. This credit appraisal was assigned because of D&B's overall assessment of the company's payment and history information. Provided under contract for the exclusive use of Willdan Associ ates ( I nc). Copyright 2000 D&B Inc. V3.9 D&B Business Information Report PACIFIC ZNCRAL COV7RAC7WS Page 2 of 4 For: TAMI January 17. 2000 Willdan Associates (Inc) 1:03 pm SUMMARY ANALYSIS (continued) Below is an overview of the company's D&B Rating(s) since 01/01/91: RATING DATE APPLIED 2R3 11/23/99 12/09/98 2R2 10/16/97 CC1 11/14/96 CC2 10/18/96 11/03/94 ER8 01/01/91 PAYMENT SUMMARY The Payment Summary section reflects payment information in D&B's file as of the date of this report. The PAYDEX for this company is 79. This PAYDEX score indicates that payments to suppliers average 2 days beyond terms, weighted by dollar amounts. When dollar amounts are not considered, approximately 835. of the company's payments are within terms. Below is an overview of the company's dollar-weighted payments, segmented by its suppliers' primary industries: TOTAL LARGEST % DAYS SLOW TO TAL DOLLAR HIGH WIN RC V'D AMOUNTS CREDIT TERMS <31 31-60 61-90 91+ # $ $ Total in D&B's file 5 3,400 2,500 Payment By Industry: 1 Ret building material 1 2,500 2,500 100 - - - - 2 Truck rental/leasing 1 500 500 100 - - - - 3 Nonclassified 1 100 100 100 - - - - 4 Short-trm busn credit 1 50 50 - 100 - - - Other Payment Categories: Cash experiences 0 0 0 Payment record unknown 1 250 250 Unfavorable comments 0 0 0 Placed for collection with D&B 0 0 Provided under contract for the excl usi ve use of Will dan Ass oci ates (Inc). Cop yri ght 2000 D&B Inc. V3.9 , D&B Business Information Report PACIFIC XNERA! CLWNAC7WS Page 3 of 4 For: TAMI January 17, 2000 Wi l l dan Associates (Inc) 1:03 pm PAYNENT SUNNARY (continued) other 0 N/A The highest "Now Owes" on file is $2,500 The highest "Past Due" on file is $500 D&B receives over 315 million payment experiences each year. We enter these new and updated experiences into D&B Reports as this information is received. PAYMENTS Antic - Anticipated (Payments received prior to date of invoice) Disc - Discounted Payments received within trade discount period) Ppt - Prompt Payments received within terms granted) REPORTED PAYING HIGH NOW PAST SELLING LAST SALE RECORD CREDIT OWES DUE TERMS WITHIN 12/99 (001) 250 -0- -0- N30 6-12 Mos 10/99 Ppt 2500 2500 -0- Prox 1 Mo Ppt 500 500 500 Ppt 100 -0- -0- 1 Mo 07/99 Slow 30 50 50 50 * Payment exper iences reflect how bills are met in relation to the terms granted. In some instances payment beyond terms can be the result of disputes over merchandise, skipped invoices etc. * Each experien ce sho wn represents a separate account reported by a supplier. Updated trade experiences replace those previously reported. Amounts may be rou nded t o nearest figure in prescribed ranges. FINANCE 11/23/99 Fiscal Dec 31 1995 Curr Assets 80,227 Curr Li abs 8,197 Current Ratio 9.78 Working Capital 72,030 Other Assets 21,245 Worth 93,275 Sales 259,511 Net Profit (Loss) 70,921 On NOV 23 1999 James Ehorn, owner, deferred financial statement. Provi ded under contract for the excl us i ve use of Wi 11 dan Associates (Inc). Cop yri yht 2000 D&B Inc. V3.9 F D&B Business Information Report PACIFICTNERk CCW7RAC7WS Page 4 of 4 For: TAMI January 17. 2000 Willdan Associates (Inc) 1:03 pm HIS7ORY 11/23/99 JAMES EHORN, OWNER Ownership information provided verbally by James Ehorn, Owner, on NOV 23 1999. Business started 1981 by James Ehorn. JAMES EHORN born 1954. OCCUPATIONAL BACKGROUND: 1981-present active here. 1975-81 DEWCO, Yorba Linda, CA, electrical contractor. OPERA77ON 11/23/99 Contractor specializing in electrical work (100%). Terms are progress payments. Sells to commercial concerns. Territory : Local. Nonseasonal. EMPLOYEES: 2 which includes owner. FACILITIES: Operates from residence of James Ehorn. 01-17(88M /337) 00000 098112112 END OF REPORT Provided under contract for the exclusive use ofWi11danAssociates(Inc). Copyri ght 2000 D&B Inc. V3.9