Loading...
CC - Item 4C - Acceptance Of Bids And Award Of Contract For Storm Drain Imporvements In Grand Ave.stafl epor TO: FRANK G. TRIPEPI, CITY MANAGER FROM: KEN RUKAVINA, CITY ENGINEER DATE: SEPTEMBER 5, 2000 RE: ACCEPTANCE OF BIDS AND AWARD OF CONTRACT FOR STORM DRAIN IMPROVEMENTS IN GRAND AVENUE The following bids were received for the subject project on Thursday, July 27, 2000: 1. Miramar Construction, Inc. $201,873.00 2. Cody Engineering, Inc. $218,419.00 3. Southern California Underground Contractors, Inc. $219,240.00 4. John T. Malloy, Inc. $279,025.00 5. Tri Star Engineering, Inc. $301,125.00 6. Zondiros Corp. $360,400.00 7. GCI Construction, Inc. $365,945.00 Attached are copies of the three low bids, a bid analysis, and Dun & Bradstreet reports for the second and third low bidders. A Dun & Bradstreet report for Miramar Construction, Inc. was not available since it is a newly formed company. The low bid was submitted by Miramar Construction, Inc., a responsible contractor, in the amount of $201,873.00, which is approximately 11 percent below the Engineers Estimate of $227,000.00. The average bid was $263,347.00. There was an irregularity in the bid submitted by Zondiros Corp. The contractor submitted an incorrect amount of $18,200.00 for bid item No. 2 due to an extension error. The correct bid item amount is $18,000.00. The bid submitted by GCI Construction, Inc., in the amount of $365,945.00, was determined to be non - responsive, therefore, was not included in the bid analysis. The contractor did not complete the Section 3 "Economic Opportunity Plan" form as required. eodA,6,L 12 2000 ITEN1 No. - 7 'V. c e - C- September 5, 2000 Page 2 RECOMMENDATION 1. . Waive the irregularity in the bid submitted by Zondiros Corp. 2. Reject the bid submitted by GCI Construction, Inc. 3. Accept all other bids and award the project to Miramar Construction, Inc., in the amount of $201,873.00. 4. Authorize the Mayor to sign the contract on behalf of the City. 1 12A AAP Co,4 1 S7,,¢VC71o.V, 1105 CITY OF ROSEMEAD PROPOSAL FOR STORM DRAIN IMPROVEMENTS ' IN GRAND AVENUE FROM RUBIO WASH TO WALNUT GROVE AVENUE PROJECT NO. 2000 -03 IN THE CITY OF ROSEMEAD CDBG PROJECT NO. P72202 TO THE CITY OF ROSEMEAD, as AGENCY In accordance with AGENCY' 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 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 overextended 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' 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 A AGENCY'S option, be considered null and void. ■ C -1 r r r 1 r 1 r r 1 r r r r BID SCHEDULE FOR STORM DRAIN IMPROVEMENTS IN GRAND AVENUE FROM RUBIO WASH TO WALNUT GROVE AVENUE PROJECT NO. 2000 -03 IN THE CITY OF ROSEMEAD CDBG PROJECT NO. P72202 ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 1. 18 -inch RCP, 1500 -D 130 L.F. $ qS. 2. 24 -inch RCP, 1500 -D 120 L.F. $ $ 3. 36 -inch RCP, 1500 -D 640 L.F. $ 4. 42 -inch RCP, 1300 -D 445 L.F. $ J1 r 2. - $ SZ 065. 5. 12 -inch PVC, Class 250, 4 L.F. including 12" CAP $ $ 6. Catch basin per APWA Standard Plan No. 300 -2, including curb and local depression per APWA Std. Plan No. 313 -1 (Case E, H -2 inches) a. W = 3.5' 2 EACH $ '3 100. - $ 717 - b. W = 7.0' 1 EACH $ �4 1 /00, - $ 9, ( /OD. - c. W= 10' 1 EACH $ y4 5 $ _�, Soo. - d. W = 14' 2 EACH $ %acy. _ $ 9,90a _ 7. Construct catch basin per APWA Standard Plan No. 307 -2, W =7 ", including curb and local depression per APWA Standard Plan No. 313 -1 (Case E, H =2 ") 2 EACH $3 00. - $ _62V0. C -2(a) >P I 1 I Cl 1 I I 1 I I CJ TOTAL AMOUNT BID IN FIGURES ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 8. Manhole per APWA Standard Plan No. 320 -1. 2 EACH $ 3 , 900. - $ 6, 800. 9. Manhole per APWA Standard Plan No. 321 -1 2 EACH $ 3,900. - $ ?,qQ D. _ 10. Manhole per APWA Standard Plan No. 322 -1 2 EACH $ 3.500. $ 7� ODO• _ 11. Concrete collar, APWA Standard Plan No. 380 -2 3 EACH $ ". - $ 900- 12. Junction structure per APWA Std. Plan No. 331- 2 2 EACH 13. Transition structure per APWA Std. Plan No. 340- 1 1 EACH $ 1. ?00. _ $ 1.20 0 . - 14. Plug end of pipe with 8 inches of brick and mortar 2 EACH $ $ 808- 15. Construct blanket protection for pipe per APWA Standard Plan No. 225 -1 2 EACH $ 1,000, _ $ _C_Q _ 16. Construct supports for conduits across-trenches per APWA Plan No. 224 -1 10, EACH _ $ $SO $ 0 o _-, 17. Remove existing brick and mortar plug 1 EACH $ 1,210, _ $ I, ZIO. 18.. Additional pothole. 4 EACH $ Z20. - $ .890. 19. Shoring and bracing 1 L.S. $ $ N� goo, — 20. Public Improvement signs 2 EACH $ 750• " _ $ 1, S00. 1 $ 2o1, 973, T OTALAMOUNT BID IN WORDS .,n _►i :.140 t.i e. 1 C -2(b) 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 nR.nu�E ctt.✓i� SThirl"e /NC 5772- /N6 CA 9 2 666 iY) a i - gsTo 1 I 1 Prior to award of contract, Contractor shall submit a list of suppliers and vendors in writing to the City Engineer. I 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: ' 1 U.S. ARMY CORPS O F ENGINEERS, 16885 WEST BERNARDO, STE 300 SAN DIEGO CA 92127 Name and address of owner JOHN YATES (619) 674 -6771 Name and Telephone number of person familiar with project ' $468,826.00 AC PAVING, CONC. DRAINAGE STRUCT, RCP 03/27/98 Contract amount Type of work Date completed 2 U.S. ARMY CORP OF ENGINEERS, P.O. BOX 3157 ONTARIO, CA 91761 Name and address of owner DAN MOORE (909) 981 -5571 Name and Telephone number of person familiar with project 1 3. I $871,124 CONCRETE STRUCTURES CONC. PILES RCP 03/01/99 Contract amount Type of work Date completed U.S. ARMY CORP OF ENGINEERS, 5023 4TH STREET, MARCH ARB CA, 92518 Name and address of owner BARBARA MOORE (909) 655 -2101 Name and Telephone number of person familiar with project $84 300 GONG, CHANNEL LINING PVC DRAW PIPE RIP RAP 02/01199 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: AND DEPOSIT COMPANY OF MARYLAND 1 225 S. LAKE AVE, 5700, PASADENA, CA 91101 AGENT:(714) 935 -1112 SMITH - NEWMAN & ADAMSON 285 IMPERIAL HWY STE 104 FULLERTON, CA 92635 (714) 773 -4085 C-4 I 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 forthe same work and that this proposal is in all respects fair and without collusion or fraud. I 1 I I C -5 I ' BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name MIRAMAR CONSTRUCTION, INC. Business Address 831 S. EVANWOOD AVENUE WEST COVINA CA 91790 Telephone No. (626) 813 -9923 ' State Contractor's License No. and Class 764705 - A Original Date Issued 06/21/1999 Expiration.Date nfi/3,nl ?nni ' The following are the names, titles, addresses, and telephone numbers of all individuals, firm members; partners, jointventdrers, and /or corporate officers having a principal interest in this proposal: ANNA REYES - PRESIDENT 15823 ESOUILI24E CHINO HILLS CA 91709 (714) 792 -0977 t JAIME PINED - SECRETA TRES. 831 E. EVANWOOD AVENUE, WEST COVINA CA 91790 (626) 813 -9923 ' 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: ' NONE 1 All current and prior DBA's alias, and /or fictitious business names for any principal having ' an interest in this proposal are as follows: MJP E N T ERPRISE, JA IME P INE DO 1 ■ C -6(a) 1 1 1 IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all aforenamed principals this 27TH day of JULY . 20 00 BIDDER: MIRAMAR CONSTRUCTION, INC. 831 S. EVANWOOD AVENUE WEST COVINA, CA 91790 JAIME PINEDO - SECRETARY, TRES. Subscribed and SWnr^ f^ fhia 27TH riav of JULY NOTARY PUBLIC C -6(b) 9n 00 State of CALIFORNIA County of LOS ANGELES On 07 -27 -00 before me, DEBRA M ILLER, NOTARY PUBLIC (DATE) INAMEITITLE OF OFFICER- i.e.'JANE DOE. NOTARY PUBLIC - ) personally appeared JAMIE PINEDO INAMEIS) OF SIGNERIS)) (SEAL) ( TU E OF NOTARY) ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Trtb or Type of Dmumem Number of Pages Date of Document Signer(c) OBwr Than Named Above RIGHT THUMBPRINT (Optional) CAPACITY CLAIMED BY SIGNERIS) DINDIVIDUAL(S) OCORPORATE OFFICER(S) nlTtLa OPARTNER(S) OLIMITED ❑GENERAL ❑ATTORNEY IN FACT OTRUSTEEIS) D GU ARDIA N /CONSERVATOR DOTHER: SIGNER IS REPRESENTING: IName of Person(.) or Entity(ies) RIGHT THUMBPRINT (Optional) CAPACITY CLAIMED BY SIGNERIS) DINDIVIDUAL(S) OCORPORATE OFFICER(S) InniSl . OPARTNERIS) ❑LIMITED DGENERAL ❑ATTORNEY IN FACT DTRUSTEE(S) O GUA RDIAN /CONSERVATOR DOTHER: SIGNER IS REPRESENTING: Name of Person(ii) or Entityfieq WOLCOTTS FORM 63240 Rev. 3.94 Twice class 8-2A) 0 1994 WOLCOTTS FORMS. INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYMEPRESENTATIONRWO FINGERPRINTS 11111111111111111111111111111 L personally known to me to be the person(4) whose name(a) Is /am subscribed to the within instrument and acknowledged to me that he executed the same In his / authorized capacit and that by his/ signature(8) on the IF instrument the person (9), DEBRA MIUER or the entity upon behalf of which the person(IS) Commission# 1201886 z Notary Public - California acted, executed the Los Angeles County — My Cartlm.: =— Nov 16.2002 instrument. Witness my hand and official seal. (SEAL) ( TU E OF NOTARY) ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Trtb or Type of Dmumem Number of Pages Date of Document Signer(c) OBwr Than Named Above RIGHT THUMBPRINT (Optional) CAPACITY CLAIMED BY SIGNERIS) DINDIVIDUAL(S) OCORPORATE OFFICER(S) nlTtLa OPARTNER(S) OLIMITED ❑GENERAL ❑ATTORNEY IN FACT OTRUSTEEIS) D GU ARDIA N /CONSERVATOR DOTHER: SIGNER IS REPRESENTING: IName of Person(.) or Entity(ies) RIGHT THUMBPRINT (Optional) CAPACITY CLAIMED BY SIGNERIS) DINDIVIDUAL(S) OCORPORATE OFFICER(S) InniSl . OPARTNERIS) ❑LIMITED DGENERAL ❑ATTORNEY IN FACT DTRUSTEE(S) O GUA RDIAN /CONSERVATOR DOTHER: SIGNER IS REPRESENTING: Name of Person(ii) or Entityfieq WOLCOTTS FORM 63240 Rev. 3.94 Twice class 8-2A) 0 1994 WOLCOTTS FORMS. INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYMEPRESENTATIONRWO FINGERPRINTS 11111111111111111111111111111 11 I A UI CITY OF ROSEMEAD PROPOSAL GUARANTEE FOR STORM DRAIN IMPROVE ME S IN GRAND AVENUE FROM RUBIO WASH TO WALNUT G OVE AVENUE PROJECT NO. IN THE CITY OF RO�EMEAD CDBG PROJECT N P72202 KNOW ALL MEN BY THESE PRESENTS t as BIDDER, and a corporation organized and existing under and duly authorized to transact business SURETY, are held and firmly bound unto the sum of / �e laws of the State of rider the laws of the State of California, as City of Rosemead, as AGENCY, in the penal Dollars ($ ), which i 10 percent of the total amount bid by BIDDER to AGENCY for the above - stated proje t, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly an severally, firmly by these presents. ' THE CONDITIONS OF THIS OBLIG TION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the a ove- stated project, if said bid is rejected, or if said bid '. is accepted and a contract is award d and entered into by BIDDER in the manner and time specified, then this obligation sh be null and void, otherwise it shall remain in full force and effect in favor of AGENCY/ f z C/ co �u C -7(a) 1 1 e e IN WITNESS WHEREOF the parties hereto have set their names Itles, hands, and seals, this day of 20 BIDDER* SURETY* Subscribed and sworn to this day of / 20 NOTARY * Provide BIDDER/ADMITTED SURETY name, address, and telephone number for authorize and telephone number and the name, title, z 0 C-7(b) ALL-PURPOSE ACKNOWLEDGMENT CALIFORNIA I" of Owwca on , 7 -2� 4 00 before me BARBARA J. BENDER, NOTARY PUBLIC QAW , NAOL. TITU OF CF F "A • c. MM Doi. NO T AAT PWUC ' Personally appeared OWEN ©'persortil►y known to me • 410 BARBARA J. BENDER Carrvnlssion N 14b7491 Notm RNbk - Oronoe County — A1yC OMME>VIlesJul13.?ID4 M. BROWN I I ' to be the person(sq whose name(a) is/i1R,0 subscribed to the within Instrument and tknowled0ed to me that hoAtWAIrW executed the same In hls /kxxOtlTat* authorized capaolly(teop, and that by hl>i/i11 XV1W sipnature(aq on the Instrumenl Ihpp person(s), or the enilty upon behalf of w. tho person(# acted, executed the tru ent. , seal. CAPACITY CWMEO BY SIGNER p waatDUAI, p cORPOmTn_._ CIIFlCEA(i) A p PARTMER(i) p &rml) E3 06A LuL ATTORNEUN-FACT p TRUSTEE(i) ❑ OuAR01AWCON3911VATOR ❑ OTHER, SIGNER IS REPRESENTING. N" OF KA&ft4 OR 6NTITY4KN FIDELITY AND DEPOSIT COMPANY OF MAR YLAND AITI ITION NOTAIIVI Alf"11 ro Ywmuwn rpuAUW OHIO+ is OPTIONAL, it QDW19 m"Al YMAY4nl JIINUIIMr41N pis Gen&W 10 AA W.Awftmal dea0 ft THIS CERTIFICATE Till@ or Type of Document BID BOND MUST BE ATTACHED Number of Pages - 24 -00 TO THE DOCUMENT Date of Document DESCRIBED AT RIGHT. Signer(s) Other than Named Above MIRAM CO NSTRUCTION, AN QIWI NATIONAL NOIAIIV AP,SOCIATION • ILaX AS""i Aq • P.O. ea 1114 # Cano" hn, CA jIMyI14 t BOND N0. 08490251 CITY OF ROSEMEAD PROPOSAL GUARANTEE Y' BID BOND FOR STORM DRAIN IMPROVEMENTS IN GRAND AVENUE FROM RUBIO WASH TO WALNUT GROVE AVENUE PROJECT NO. 2000 -03 t IN THE CITY OF ROSEMEAD [ CDBG PROJECT NO. P72202 ■ KNOW ALL MEN BY THESE PRESENTS that MI �M CONSTRUCTION, INC. as BIDDER, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation organized and -existing under the laws of the State o MARYT nNn and duly authorized to transact business under the laws of the State of Califomia, as SURETY, are held and firmly bound unto the City of Rosemead, as AGENCY, in the penal I sum of TEN PERCENT OF THE TOTAL BID PRICE IN--------------------- Dollars tal Bid 1 , 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. BID DATE: JULY 27, 2000 [1 • - C+ -7(a) IN WITNES0 WHEREOF the parties hereto have set their names, titles, hands, and seals, this 24th day of JULY 20 00 . BIDDER* MIRAMAR CONSTRUCTION, INC., 831 SO. 7VrM AVE, TEST COVINA, CA. 91790 PHONE:_; 626 -8113 -c SURETY' F IDELITY AND DEPOSIT COMPAtt OF MARYLAND 225 S0. ENA, CA. 91101 SURETY PHONE: 626 - 792 -2311 BY: AGENT PHONE: 714- 935 -1112 OWEN M. BROWN, ATTORNEY -IN -FACT Subscribed and sworn to this d Ll day of 20 00 NOTARYPUBLIC SEE ATTACHED SURE Y ACKNOWLEDGMENT • Provide BIDDER/ADMITTED SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. i . C -7(b) Power of Attomey FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE. BAL TIMORE, MD KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the Stare of Maryland, by C. M. PECOT, JR., Vice - President, and C. W. ROBBINS, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appprnr Owen Mn Brown of Anaheim. California r mil agent and Attomey -in -Fact, to make, execute, any and all bonds and undertakings...... its behalf as surety, and as its act and deed: e uon — of such bonds or undertakings in p s F these pr � be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been du ured and ledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper O o O The said Assistant Secretary does hereby certi e extract on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is no once. �_ IN WITNESS WHEREOF, the said Vice- ent and A ,t. Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AN SIT COMOF MARYLAND, this 22nd day of July , A,D. 19�R 0 >^w�+. FIDELITY AND D COMPANY OF MARYLAND ATTEST: eSEAL� By Assist STATE OF MARYLAND COUNTY OF BALTIMORE On this 22nd day Of July , A.D. 1993—, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came C. M. PECOT, JR., Vice - President and C. W. ROBBINS, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. _ IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. R y CAROL ]. V Notary• Publc My Commission Expires Asst 1 1_1_9 CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice- Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 24th day of —_ =Y , _2000 LI4I8C -012- 4 16 0 Assistant Senaary State of CALIFORNIA County of LOS ANGELES On 07 - - before me , DEBRA MILLER, NOTARY PUBLIC (DATE) INAMEMTLE OF OFFICER- i.e.'JANE DOE, NOTARY PUBLIC') personally appeared ANNA REYES SIGNERISII ® personally known to me ii +�i,.^ =j a a ` e • e to be the person( whosename(s) is /am subscribed to the within instrument and acknowledged to me that 9t4b/she/�tt�jc executed the same in ffir/her/Z' authorized capacity(id, and that by K1Wher signature(") on the instrumentthe person(gl, or the entity upon behalf of which the person (g) acted, executed the instrument. Witness my hand and official seal. (SEAL) ISIGNATU E OF NOTARY) , ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages Date of Document DESCRIBED AT RIGHT: Signerls) Other Than Named Above RIGHT THUMBPRINT (Optonal) CAPACITY CLAIMED BY SIGNER(S) OINDIVIDUALIS) OCORPORATE OFFICERIS) mTIFs OPARTNERIS) ❑LIMITED DGENERAL DATTORNEY IN FACT OTRUSTEEIS) O GU A RD IA N /CONSERVATOR DOTHER: SIGNER IS REPRESENTING: INnme of Personls) or Entitylies) RIGHT THUMBPRINT (Optional) CAPACITY CLAIMED BY SIGNER(S) OINDIVIDUALIS) ❑CORPORATE OFFICER(S) InT1291 OPARTNER(SI ❑LIMITED DGENERAL OATTORNEY IN FACT OTRUSTEE(S) O GUARD IAN /CONSERVATOR ❑OTHER: SIGNER IS REPRESENTING: (Name of Personlal or Entitylies) WOLCOTTS FORM 63290 Rev. 3.90 )Price cleae 8-2A) 0 1994 WOLCOTTS FORMS. INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATIONT O FINGERPRINTS II IIIIIIII I II II 7 67775 63240 8 Received Jul -25 -00 10:18am from 6952120 pa 2 5 ge 07/25/00 10:1 FAX 6952120 WILLDAN ASSOC 002 ADDENDUM NO. 1 STORM DRAIN IMPROVEMENTS IN GRAND AVENUE (FROM RUBIO WASH TO WALNUT GROVE AVENUE) CDBG PROJECT NO. P72202 IN THE CITY OF ROSEMEAD This Addendum forms a part of the Contract Documents for the above - identified project and modifies the original specifications and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in the addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. 1. The Sheet metal worker prevailing wage within section SHEE0108B 2101 /2000 of General Decision CA00DO33 6/30/00 CA33 in the specifications is hereby deleted and replaced with the attached section SHEE0108B. 2. The Section 3 Resident Eligibility Certification form in the Speclfications is hereby replaced with the attached Section 3 Resident Eligibility Certification. Fredrick E. Wickman, RCE 47979 Date I acknowledge receipt of this Addendum No. t and accept the aforementioned. o7 -27 -no Date MIRAMAR CONSTRUCTION, INC. Bidder Attachments SECTION 3 ECONOMIC OPPORTUNITY PLAN 1. Name & Address of reporting entity 2. Federal Identification: (Contract Award 3. Dollar Amount of Award (Recipient, Contractor, Subcontractor) No.) MIRAMAR CONSTRUCTION INC Technicians 4. Contact Person 5. Telephone (Include Area Code) 831 S. EVANWOOD AVENUE WEST COVINA, CA 91790 JAIME PINEDO 626 813 =9923 6. Reporting Period: 7. Date Report Submitted 07 /27/00 8. Program Code: 7 Trade: Part I: Employment and Training Commitment JOB CATEGORY TOTAL NEW HIRES SECTION 3 NEW HIRES % OF AGGREGATE - .HIRES WHO ARE SECTION 3 HIRES Professionals Technicians Office/Clerical 1 - 1 1002 Trade: Trade: Trade: Trade: Trade: Trade: Trade: Part 11: Contract Award Commitment to Section 3 Businesses NAME OF SECTION 3 BUSINESS I SPECIFY CONSTRUCTION OR CONTRACT AMOUNT I . I I [I dy E Norwalk CA 90651 CITY OF ROSEMEAD PROPOSAL FOR STORM DRAIN IMPROVEMENTS IN GRAND AVENUE FROM RUBIO WASH TO WALNUT GROVE AVENUE PROJECT NO. 2000 -03 I I I I I 1 1 I I i I IN THE CITY OF ROSEMEAD CDBG PROJECT NO. P72202 TO THE CITY OF ROSEMEAD, as AGENCY In accordance with AGENCYSs 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, that the 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 t r 0 BID SCHEDULE FOR STORM DRAIN IMPROVEMENTS IN GRAND AVENUE FROM RUBIO WASH TO WALNUT GROVE AVENUE PROJECT NO. 2000 -03 IN THE CITY OF ROSEMEAD CDBG PROJECT NO. P72202 Cody Engineering Inc P.O. Box 341 Norwalk CA 90651 ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 1. 18 -inch RCP, 1500 -D 130 L.F. $ $ O ao 2. 24 -inch RCP, 1500 -D 120 L.F. $ $ / 0, '/Z 0 3. 36 -inch RCP, 1500 -D 640 L.F. $ /Zo $ 744— 4. 42 -inch RCP, 1300 -D 445 L.F. $ /3S" $ 07s 5. 12 -inch PVC, Class 250, 4 L.F. including 12" CAP $ X _ $ 7z-v 6. Catch basin per APWA Standard Plan No. 300 -2, including curb and local depression per APWA Std. Plan No. 313 -1 (Case E, H -2 inches) a. W = 3.5' b. W = 7.0' 2 1 EACH EACH $ /SD $ 27*.5 ' $ V30 $ Z28 -3' $ Sz sa c. W = 10' 1 EACH $ 3zsv $ - 79oo d. W = 14' 2 EACH $ %fso 7. Construct catch basin per APWA Standard Plan No. 307 -2, W =7 ", including curb and local depression per APWA Standard Plan No. 313 -1 (Case E, H =2 ") 2 EACH $ 3ole $ 4v C -2(a) Cody Engineering Inc P.C. Box 341 Norwalk CA 90651 I L r I ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 8. Manhole per APWA Standard Plan No. 320 -1. 2 EACH $ 9. Manhole per APWA Standard Plan No. 321 -1 2 EACH $ ZZ3o $_ 60 10. Manhole per APWA Standard Plan No. 322 -1 2 EACH $ '3- 11. Concrete collar, APWA Standard Plan No. 380 -2 3 EACH $ 350 $ 12. Junction structure per APWA Std. Plan No. 331- 2. 2 EACH $ /V. $ Zssa' 13. Transition structure per APWA Std. Plan No. 340- 1 1 EACH $ 225 $ 7 - 2- 5 14. Plug end of pipe with 8 inches of brick and mortar 2 EACH $ s - bu $ /oa o 15. Construct blanket protection for pipe per APWA Standard Plan No. 225 -1 2 EACH $ SZ'° $ / o "a 16. Construct supports for conduits across trenches per APWA Plan No. 224 -1 10 EACH $ Vuo $ 000 17. Remove existing brick and mortar plug 1 EACH $ 300 $ :Soo 18. Additional pothole. 4 EACH $ Zsb $ loco - 19. Shoring and bracing 1 L.S. $ Saw $ Savo 20. Public Improvement signs 2 EACH TOTAL AMOUNT BID IN FIGURES ' TOTAL AMOUNT BID IN WORDS /_. . /L_d_. -0 n/. -- . ' C -2(b) Cody Engineering Inc ' P.O. Box 341 Norwalk CA 90651 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: r NAME, ADDRESS, AND TELEPHONE NUMBER OF SUBCONTRACTORS PORTION OF WORK r ' —L d D 0 0.E Sit • H, /-2 I`'�9 ©3Go r r r r r .. r Prior to award of contract, Contractor shall submit a list of suppliers and vendors in writing to the City Engineer. I I C -3 1 1 1 1 r 1 1 1 1 1 i Cody Engineering Inc P•0. F3ox 341 Non+." ;" 90651 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: Name and address of owner Name and Telephone number of person familiar with project Contract amount Type of work Date completed 2. Name and address of owner Name and Telephone number of person familiar with project Contract amount Type of work Date completed 3. Name and address of owner Name and Telephone number of person familiar with project 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: C-4 &dL A:4-7— Cedro Construction Inc. General Engineering Lit # A 718204 P.O. Box 341 Norwalk, Ca. 90651 562- 868 -2252 Cedro Construction Inc- References March 01, 2000 Costa Mesa Sant Dist. Fairview Road Sewer Jan. to Feb. 2000 Robin Hammers P.E. 949/631-1731 The City Of San Fernando Water Line Replacement Sept. 99 to Feb 2000 Edwin Galvez / Patsy Orosco 818/ 898 / 1222 The County of venom The Piro Storm Drain Oct 1998 -Jan. 1999 Ms. Delores Murphy 805/654/3984 Mr. Gary Newton 805/65412058 The City Of Camarillo The Brook Haven Dram Jan 1999- March 1999 Mr. Ron Wilson 8051388/5350 The City Of La Mirada Neff Park Sewer March 1999 - Mr. Gary Santa 562/943/0131 Caltmns Diamond liar Trash Enclosure February 1999 Mr. Kal Lambaz 909 /596/7623 Ezstside Water Association Water Main Replacement Phase VI March 1999 Mr. Jim Currie 714893!7346 Valley Center Water Dist. Old Castle Overflow Pipeline April 1999 Ms. Laurie Doerr 760/749/1600 The City of Chula Vista Shirley Ave. Sewer Project May 1999 Ms. Dolly Hicks 619/691/5021 Fax 562- 868 -2552 $100,000.00 $500.000.00 + $254,000.00 $50,000.00 - $18,000.00 $16,000.00 S 112,000.00 $74,000.00 $70,000.00 The City of Santa Fe Springs Pioneer Ave. Storm Drain June 1999- August 1999 $283,000.00 Mr. Jerry Goldstein 562868/0511 Mr. Tom Lopez 56286810511 Should you require additional information Please call Bob Kral at the office or Cell k 562 / 889 / 7780. Andrew Cedro Constriction Co. Bob Kurtz, Senior Estimator Project Manager Cody Engineering Inc P.O. CA 906Box 341 51 EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Norwalk 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. i 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. .i I I r I I I I C -5 Cody Engineering Inc P.O. Box 341 Norwalk CA 90651 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: 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: ' 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: Non,rc- 1 - AII current and prior DBA's alias, and /or fictitious business names for any principal having ' an interest in this proposal are as follows: ' I C -6(a) Bidder's Name Cody C1 6ox3ef Inc Norwalk CA 90651 � Z— Business Address Iq, ox, C,... Uo 4 ✓� / V ora / 0 - - 'Palo n ' Telephone No. ZZ *5 Z cif KP ZSSZ State Contractor's License No. and Class 14 49 '7 Original Date Issued S f Expiration Date 6, • so z 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: ' 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: Non,rc- 1 - AII current and prior DBA's alias, and /or fictitious business names for any principal having ' an interest in this proposal are as follows: ' I C -6(a) 1 i 1 1 1 Cod Engineering Inc P•O: Box 3q1 Norwalk CA 90651 IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all aforenamed principals this 7 — day of 20 o c BIDDER: Code nngR � Inc Norwalk CA 90651 Subscribed and sworn to this 1 IL day of J�j 20_.° " NOTARY PUBLIC C -6(b) I CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On before me ZARA SPOHN NOTARY PUBLIC personally appeared BOB KRATZ X personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /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 ZARA S. SPOHN cornM.z1230889 m WITNESS my hand and official seal. N e Notary Public-Californ ia Cn tL ORANGE COUNTY ] My Comm. Exp. Juy 31, 2003 } owrv®vv° 7� - - /J i Signature of Notary 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 SIGNER XJ� INDIVIDUAL CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT Cody Engineering Inc P.O. Box 341 ADDENDUM NO. 1 Norwalk CA 90651 STORM DRAIN IMPROVEMENTS IN GRAND AVENUE (FROM RUBIO WASH TO WALNUT GROVE AVENUE) CDBG PROJECT NO. P72202 IN THE CITY OF ROSEMEAD This Addendum forms a part of the Contract Documents for the above - identified project and modifies the original specifications and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in the addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. 1. The Sheet metal worker prevailing wage within section SHEE0108B 2/01 /2000 of General Decision CA000033 6/30/00 CA33 in the specifications is hereby deleted and replaced with the attached section SHEE0108B. . 2. The Section 3 Resident Eligibility Certification form in the Specifications is hereby replaced with the attached Section 3 Resident Eligibility Certification. Z,4..4 7- / 9 - 00 Fredrick E. Wickman, RCE 47979 Date I acknowledge receipt of this Addendum No. 1 and accept the aforementioned. MEMOS i Cody Engineering Inc P.O. Box 341 Norwalk CA 90651 Bidder Attachments 7'_i l -24'00 12:38P 606 KRATZ estimating 1562 868 2552 P.03 i BOND NO.: AE0639466 BID DATE : 07/27/00 CITY OF ROSEMEAD PROPOSAL GUARANTEE I -11 0i7►1�7 GRAND AVENUE FROM RUBIO WASH TO WALNUT GROVE AVENUE FOR STORM DRAIN IMPROVEMENTS I N PROJECT NO. 2000 -03 IN THE CITY OF ROSEMEAD CDBG PROJECT NO. P72202 KNOW ALL MEN BY THESE PRESENTS that CODY ENGINEERING, INC. as BIDDER, and GULF INSURANCE COMPANY a corporation organized and existing under the laws of the State of MISSOURI 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 Dollars ($ 109, OF BID AMOUNT- - -) , 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 -7(a) aJl .{_•4 -00 12:38P BOB KRATZ estimatinq 1562 868 2552 } IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals, this 25TH GULF IN Subscribed and swprn to thi NOTARYPUBLIC . Provide BIDDERIADMITT address, and telephone n, day of 20 SURETY name, address, and telephone number and the name, title, )er for authorized representative. P. 04 C -7(b) CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE / On 07 J Z,5 /00 before me ZARA SPOHN NOTARY PUBLIC personally appeared RANDY SPOHN , X personally known to me -OR- ❑ proved tome 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 /tbeir 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 a r ra e.�a Z,ARA 8, BPOMN WITNESS my hand and official seal. j COMM.#1230889 m s Notary Pumc-California to Lu ORANGE COUNTY My Comm. Exp. July 31, 2003 R Cut r S = Signature of Notary 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 SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED xx ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR OTHER: DESCRIPTION OF ATTACHED DOCUMENT SIGNER 1S REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) 02. GULF ST I N SURA NC E LOUIS. IS MISSOURI NUMBER AE 0639466 POWER OF ATTORNEY NAME ADDRESS ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE PRINCIPAL CITY, STATE, ZIP SAFETY PAPER WITH TEAL INK. DUPLICATES SHALL HAVE THE SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITH THE ORIGINAL. CODY ENGINEERING INC. KNOWN ALL MEN BY THESE PRESENTS: Thai the Gulf Insurance Conn puny.. a corporation duly dntanized under the laws of the State of Missouri, having its P. 0. BOX 341 principal office in the city of Irvine. Texas. pursuant to the following resOluuom NORWALK CA 90651 adopted by the Finance & Executive Committee of the Board of Directors of the said , Company on the 10th day of Augu.tt. 1993. 10 wit: "RESOLVED, that the President. Executive Vice President or any Senior Vice President of the Company shall have authority to make, execute and deliver ii of Auornev constituting as Attorney -in -Fact. such persons. firms. or corporations us may be selected from time to time and any such Attorney -in -Face may be removed EFFECTIVE DATE and the authority granted him revoked by the ]'resident, ur any Executive Vice President, or am Senior Vice President. Or by the Board of Directors or by the 27, 2000 Finance and Executive Committee of the Board of Directors. BID DATE: JULY RESOLVED, that nothing in this Power of shall be consu died as a grin[ of authority to the attorneyfs)- m-laci to sign, execute, acknowledge. deli ver or oth- CONTRACT AMOUNT I erwis, issue a policy or policies Of insurance on behalf of Gulf Insurance Company. RESOL that the signature of the President. Executive Vice President Or 250 000.00 [ ESTIMATE any Senior Vice President, and the Seal of the Company may be affixed to any such , Power of Attorney or any certificate relating thereto b facsimile. and any such BOND AMOUNT powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond and documents relating to such bonds to which Ihey.are attached : �J TEN PERCENT OF THE TOTAL AMOUNT OF BID (10 %) Gulf Insurance Company does hereby mnke, constitute and appoint - - -- Florence Perry, Randy Spohn, Zara Spohn - - -- its true and lawful attorney(s) -in -fact. with full power and authority herehy conferred in its name. place and stead, msib- execute, acknOv ikul and deliver in it behalf as surety. any and all bonds and undertakings of suretyship, and to bind Gulf Insurance Compam thereby as fully and to the .suite extent as if any bonds, under- takings and documents relating to such bonds mud /or undertakings were signed be the duly authorized officer of the Gulf Insurance Company and all the acts of said attorney(s) -in -fact, pursuant to the authority herein given. are hereby ratified and confirmed. The obligation of the Company shall not exceed one million (1.000,000) dollars. IN WITNESS WHEREOF, the Gulf Insurance Company has cased these presents to be signed by am' officer or the Contpam' and its Corporate Seal to be hereto affixed. 5 u 1RANC, C a pPoq, °g GULF INSURANCE COMPANY 6 F 0 SEAL '��SS OJw STATE OF NEW YORK ) Christopher E. Watson SS President COUNT]' OF KINGS ) On the 27th day of October, 1999 A.D., before me came Christopher E. Watson, known to me personally who being by me duly s,orn, did depose and say; that he resides in the County nl' Westchester, State of New fork: that he is the President of the Gulf Insurance Company, the co poration described in and which executed the above instrument: that he knows the seal of said corporation; than the seal affixed to the said instruments is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order. CDAVID,IAFFA Natan' Public. State of New York No. 02JA4959634 STATE OF NEW YORK ) Qualified in Kings Counts SS Commission Expires NwTember 13, 2001 COUNTY OF NEW YORK 1 1. the undersigned. Executive Vice President of file Gulf Insurance Compact), a Missouri Corporation, DO HEBEI;)' CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force. Signed and Sealed at the City of New York. II VIII I III ]III VIII III VIII III AF0639466 *1297703* 801 fi-.AE (11/99) /�cJPFNCf - C \. Dated the 25TH day of JULY Lawrence P. 6liniter Executive Vice President ,000 EXHIBIT 4 SECTION 3 RESIDENT ELIGIBILITY CERTIFICATION Codyy Engineering Inc alNorWalkBA 90651 The U.S. Department of Housing and Urban Development (HUD) monitors our hiring practices on Section 3 funded projects. It is important, therefore, that the information below be provided. Please be aware that your response, though needed, is voluntary and has no effect on your employment status. Because these questions are personal in nature, your answers will be treated with confidentiality. Thank you for assisting us. Sincerely, The Community Development Department City of Rosemead Cody Engine 1. Name: ►a,,. a Address: ZU*- U 4aGsv 2. Number of individuals living in your household (include yourself) 3. Total annual household income (please check one): Less than $21,550 Between $30,801- $33,250 Between $21,551 - $24,650 Between $33,250 - $35,750 Between $24,651 - $27,700 Between $35,751 - $38,200 Between $27,701 - $30,800 C Above $38,201 4. Are you currently employed? Yes X No I certify that_the statements made on this sheet are true, complete, and correct to the best knowledge and belief, and made in good faith. Date: 7• a), ao-v Signature: SECTION 3 ECONOMIC OPPORTUNITY PLAN C ody Engineering Inc P.O Box 341 Norwalk CA 90651 t. Name & Address of reporting entity (Recipient, Contractor, Subcontractor) 2. Federal Identification: (Contract Award No.) ✓0 3. Dollar Amount of Award f_. 4. Contact Person KRa�z 5. Telephone (Include Area Code 5z Stiff - zz. > �z Cody Engineering Inc P.O. Box 341 Norwalk CA 91 065 6. Reporting Period: 7. Dale Report Submitted 8. Program Code: 7 Part I: Employment and Training Commitment JOB CATEGORY TOTAL NEW HIRES SECTION 3 NEW HIRES %, OF AGGREGATE HIRES WHO ARE SECTION 3 HIRES Professionals Technicians Office/Clerical Trade: r Z O o Trade: Trade: Trade: Trade: Trade: Trade: Part I1: Contract Award Commitment to Section 3 Businesses NAME OF SECTION 3 BUSINESS CONCERN SPECIFY CONSTRUCTION OR NONCONSTRUCTION CONTRACT CONTRACT AMOUNT 00 y , EXHIBIT 6 Cody Engineering Inc Nonvaaik CA 90 34 651 CITY OF ROSEMEAD SECTION 3 BUSINESS CONCERN ELIGIBILITY CERTIFICATE Cody Engineering Inc Name of Business: P.O. Box 341 Address of Business: Telephone No. C,%2• 5 J69 • 2zs ' Type of Business: Corporation Sole Proprie orship _ Section 3 Business Concern Qualifyind'.-Basis Fax No. SZz - �G8 - Z SS Z Partnership Joint Venture 1. _X 51 percent ( %) owned by Section 3 low- income residents 2. _ Permanent, full -time employees include at least 30 percent ( %) Section 3 low- income residents ` 3. X Written commitment to subcontract with more than 25 percent ( %) dollar award from City of Rosemead7'to business concerns who meet the above 1 or 2 Section 3 qualificatilns' this signature affixed hereto, I declare under penalty of perjury. that the above 3 Business Con Owner Print r[CGCIVCU Uy Date Date 'ov7NE,eti C.411) RN /A (/i✓/�Eec ¢ouvl> coA/Z4CI`P_ /Nc. CITY OF ROSEMEAD ' PROPOSAL FOR STORM DRAIN IMPROVEMENTS IN GRAND AVENUE FROM RUBIO WASH TO WALNUT GROVE AVENUE PROJECT NO. 2000 -03 IN THE CITY OF ROSEMEAD CDBG PROJECT NO. P72202 . 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 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. I C -1. BID SCHEDULE FOR STORM DRAIN IMPROVEMENTS IN GRAND AVENUE FROM RUBIO WASH TO WALNUT GROVE AVENUE PROJECT NO. 2000 -03 IN THE CITY OF ROSEMEAD CDBG PROJECT NO. P72202 ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE EXTENDED AMOUNT 1. 18 -inch RCP, 1500 -D 130 L.F. $ 89•' $ /jyYo 2. 24 -inch RCP, 1500 -D 120 L.F. $ 3. 36 -inch RCP, 1500 -D 640 L.F. 4. 42 -inch RCP, 1300 -D 445 L.F. $ 00 $ S3 5. 12 -inch PVC, Class 250, including 12" CAP 4 L.F. 6. Catch basin per APWA . Standard Plan No. 300 -2, including curb and local depression per APWA Std. Plan No. 313 -1 (Case E, H -2 inches) a. W = 3.5' b. W = 7.0' 2 1 EACH EACH $ Soo. - $ 3.mo. $ 30.E c. W = 10' d. W = 14' 1 2 EACH EACH $ 3,sco. $ 3 oo. $ 3,Sco. 7. Construct catch basin per APWA Standard Plan No. 307 -2, W =7 ", including curb and local depression per APWA Standard Plan No. 313 -1 (Case E, H =2 ") 2 EACH $ �,cc*� C -2(a) I I I I ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 8. Manhole per APWA Standard Plan No. 320 -1. 2 EACH $ 3 ,pO r $ �r 000. 9. Manhole per APWA Standard Plan No. 321 -1 2 EACH s - 3 oco. - _ 10. Manhole per APWA Standard Plan No. 322 -1 2 EACH $ soon.- 11. Concrete collar, APWA, Standard Plan No. 380 -2 3 EACH $ $ 1 f �- 12. Junction structure per APWA Std. Plan No. 331- 2 EACH $ 5CK) $ � 2 13. Transition structure per APWA Std. Plan No. 340- 1 EACH $ 2.Soa $ S�• 1 14. Plug end of pipe with 8 inches of brick and mortar 2 EACH $ = $ 6�• 15. Construct blanket protection for pipe per APWA Standard Plan No. 225 -1 2 EACH $ tea. $ 4 yf' 16. Construct supports for conduits across trenches per APWA Plan No. 224 -1 10 EACH $ 500 - - $ 17. Remove existing brick and mortar plug 1 EACH $ .52) 0 - $ - 520 • - 18. Additional pothole. 4 EACH $ Lcn. - $ 4 1j(PQ "- 19. Shoring and bracing 1 L.S.. $ oo 20. Public Improvement signs 2 EACH $ 10M. - $ TOTAL AMOUNT BID IN FIGUKLS J w TOT v w .•. r � AL AMOUNT BID IN WORDS ��f/v ✓die�/.��• lL/ °ul y ✓�7wo- C -2(b) 1'. l I 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 ld /0 Prior to award of contract, Contractor shall submit a list of suppliers and vendors in writing to the City Engineer. C -3 l 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: 22- is Name and address of owner see a tfac k ecJ and eel phone number of person familiar with project _1 I Contract amount Type of work Date completed Name and address of owner Name and Telephone number of person familiar with project Contract amount Type of work Date completed Name and address of owner Name and Telephone number of person familiar with project Contract amount Type of work Date completed 2. 0 The following are the names, addresses, and telephone numbers for all brokers and sureties from whom BIDDER intends to procure insurance and bonds: 1`72� �cd r g 1 �✓�S W C, 'FA 1`11'1? IU -ei . (7 iv) 69 -5/06 4501 F AV -C ,S .'t /SO A t%'2 n r \- 7Kt-( /N•F) C -4 .F SOUTHERN CALIFORNIA UNDERGROUND CONTRACTORS, INC. CONTRACT REFERENCES 2000 Los Angeles County of Public Works "Bombardier Drain" $879,000 Sumitha Shival (626) 45 8-3 104 Los Angeles County of Public Works "Laderson Drain" $454,000 John Levensky(626)458 -3104 1999 Los Angeles County of Public Works: (626) 45 8-3 104 "Seneca Storm Drain" Mr. Imad Abboud $40,000 "Honolulu Drain" Mr. Del Quevedo $248,000 "134 Street Drain" Mr. Mervin Moulic $94,000 "Susanna Drain" Mr. James Kathy $1,892,000 "Imperial Drain" Mr. Nelson Nelson $288,000 "Bequette Drain" Mr. Brian Ricky $422,000 City of Pasadena "Arroyo Seco Water Main" Mr. Joseph Smith (626) 744 -6989 $450,000 Mr. Stan Vandermey (714) 744 -5545 $400,000 City of Whittier "Sliplining.of Transmission Mains" Mr. David Schickling (310) 945 -8201 $720,000 City of Orange "Orange St. Storm Drain" 1998 Los Angeles County of Public Works "De Soto Avenue Drain (Chatsworth)" $1,192,600 (626) 458 -3104 Los Angeles County of Public Works 'Project 9037' , Long Beach $6,231,281 (626) 485 -3104 Rene Bracamontes Los Angeles County of Public Works "Schlumberger ", $733,081 John Lovenski City of Downey, $1,171,724 "Water Transmission Main" (562) 904 -7115 1997 Los Angeles County Department of Public Works: "Jed Smith Drain ", Mr. John Lovrensky, $467,562 "Rubio Wash ", Mr. John Lovrensky, $1,160,000 "Telegraph Road ", Ms. Christina Biasio, $737,169 L.A. County Sanitation District, "Joint Outfall UnitA" Mr. Alexander Manesh (310) 638 -1161, $769,000 County of Ventura, "Central Ave Drain" Mr. Mori Seyedan (805) 654 -3984 $1,064,000 City of Rialto, 'Baseline Waterline" Mr. Mark Devlin (909) 820 -2532, $270,000 City of Anaheim, "Katella Ave Sewer Improvements" Mr. Bob Luciano (714) 765 -5100 $686,861 1996 Los Angeles County of Public Works: (626) 485 -3104 "Devonshire Drain- Unit 1" Mr. Del Quevedo $5,879,000 "Lanrito Drain" Mr. Mervin Moulic $1,756,000 City of Vernon "CMD Sewer Phase II" Mr. Vince Rodriguez (213) 583 -8811 $1,220,000 1995 Los Angeles County of Public Works: (626) 458 -3104 "L.A. Sill" Mr. James Kathy $282,000 "Burnett Drain" Mr. Imad Abboud $2,306,000 1994 Los Angeles County of Public Works: (626) 458 -3104 "Susanna Drain" Mr. James Kathy $1,892,000 "Imperial Drain" Mr. Nelson Nelson $288,000 "Bequette Drain" Mr. Brian Ricky $422,000 City of Pasadena "Arroyo Seco Water Maid' Mr. Joseph Smith (626) 744 -6989 $450,000 1993 Orange County Enviro Mgnt Agency "Santa Ana River Bike Path" Mr. Stan Vandermey (714) 744 -5545 $450,000 City of Whittier "Sliplining of Transmission Mains" Mr. David Schickling (310) 945 -8201 $735,000 City of Orange "Orange St. Storm Drain" Mr. Stan Vandermey (714) 744 -5545, $425,000 0. C. W. A. r .- . . 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. _l -I fJ C -5 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name .. C,*" U p.0. 9.. 1747 Business Address C4 92R22_f7¢7 Telephone No. CCot - 7) 7_3 ' State Contractor's License No. and Class r1135G' iQ Original Date Issued 71;2119C— Expiration Date / 310/ 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: ec� r 4 E' 0ra5 1'r�51'C)� �` 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: C -6(a) IN WITNESS WHEREOI"BIDDER executes and submits this proposal with the names, titles, hands, and eats of all aforenamed principals this 2 G day of �u . 20 00 BIDDER: S&4 &*vA Nde "vwd &Wsactau, Nc. Subscribed and sworn to this �6 day of 2000 NOTARY PUBLIC �. y JAMES RAIGJACKSON COMM. #7255944 L) _ NOTARY PUBLIC - CALIFORNIA H U ORANGE COUNTY 0 My Commission Expires ii�a�ws�o. APRIL 3, 2004 C -6(b) CITY OF ROSEMEAD PROPOSAL GUARANTEE I:�:• FOR FROM RM DRAIN IMPROVEMENTS IN GRAND AVENUE WASH TO WALNUT GROVE AVENUE PROJECT NO. 2000 -03 KNOW ALL MEN BY THE! as BIDDER, and General a corporation organized an and duly authorized to trai SURETY, are held and firm sum of Ten Percent of Dollars ($ 10% to AGENCY for the above SURETY agree to be boun THE CONDITIONS OF TF to submit a bid to AGENCY is accepted and a contract i specified, then this obligati and effect in favor of AGEI IN THE CITY OF ROSEMEAD CDBG PROJECT NO. P72202 Southern California Underground; PRESENTS that Contractors, Inc. :ident Insurance Company of America I existing under the laws of the State of Pennsylvania isact business under the laws of the. State of California, ias y bound unto the City of Rosemead, as AGENCY, in the penal the Amount of the Bid-------------- - - - - -- _J, which is 10 percent of the total amount bid by BIDDER ated project, for the payment of which sum, BIDDER and jointly and severally, firmly by these presents. S OBLIGATION ARE SUCH that, whereas BIDDER is about 'or the above - stated project, if said bid is rejected, or if said bid awarded and entered into by BIDDER in the manner and tune in shall be null and void, otherwise it shall remain in full force CY. . C -7(a) IN WITNESS #HEREOF f a parties hereto have set their names, titles, hands, and seals, this 26th day of Jul ' 2000 Southern C ifornia Underground Contractors, Inc. (619) 584 -7:193 BIDDER' 1045 S. 4 r Street San Diego, CA 92113 r . SURETY* Ac ident Insurance Company of America (800) 322 7636 at Boulevard, Suite 400, Walnut Creek, CA 94596 By:' At * ** See Below Subscribed and sworn to Provide BIDDER/ADMI1 address, and telephone MMIE Surety insurance Services ) 256 -0126 ct. P.O. Box 41999, Los Angeles, CA 90041 day of 20 SURETY name, address, and telephone number and the name, title, )erfor authorized representative. * ** California All- Purpose Notary Acknowledgment for Surety Attached * ** CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT No. 5907 State of Calif County of Orange On �6 Zpoo before me , James C. Jackson, Notary Public , DATE NAME, TITLE OF OFFICER - E.G.. JANE DOE, NOTARY PUBLIC' personally appeared George Frost NAME(S) OF SIGNER(S) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their �JAMESCRAIGJACKSON signature(s) on the instrument the person(s), COMM. #1255944 n H �� NOTARY PUBLIC-CALIFORNIA n V r Or the entity upon behalf of which the ORANGE COUNTY My Commission Expires '' person(s) acted, executed the instrument. APRIL 3, 2004 - , WITNESS my hand and official seal. "SIGN 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 SIGNER ❑ INDIVIDUAL X❑ CORPORATE OFFICER President TITLE(S) ❑ PARTNER(S) - ❑ LIMITED ❑ 'GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Southern California Undergro Contractors, Inc. DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmel Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On July 26, 2000 , before me, Mark E. Shreckengast, Notary Public, personally appeared Candy M. Coons ...... .... ................so.... ,. ..... � MARK E. SHRECKENGAST S .' COMM. #1269139 q 2 NOTARY PUBLIC • CALIFORNIA S LOS ANGELES COUNTY 2 My Comm. Expires July 24, 2004 . .... ...••• .............•u•....•..qi Place Notary Seal Above Personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and Signature of Notary Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and ' reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Signer(s) Other Than Named Number of Capacity(ies) Claimed by Signer Signer's Name: _ Individual _ Corporate Officer - Title(s): _ Partner - _Limited_ General X Attorney in Fact _ Trustee _ Guardian or Conservator Other: Signer is I N E ver of GA. J � 3 .Q ..' RAL ACCIDENT INSURANCE COMPANY OF AMERICA,a Pennsylvania corporation having its _ make, constitute and Mark E. Shreekengast, Candy M. Coons, Amy Pratt, Joseph E. Coch = . -: each individually if y -in -Fad, to make, execute seal and'dafver as surety focand`on its behalf and as dt rts aand deed' - ind the.GENERAL ACCIDENT INSURANCE COMPANY OF AMERICA her eby {as to the writings obligatory in "the nature thereof were signe&by. an Executwe o ficer of the GENERAL sealed and attested by_one other such officers, and hereby and ll thal.its said - hat no bond "or undertaking of suretyship executed'under thls�authority shall exceed in the. amount- - r,« 436 Walnut: Street, Philadelphia, PA 19106 KNOW ALL MEW BY THESE PRESENTS, that the GENE principal office in Philadelphia, Pennsylvania does hereby ran, all of the, City of Los Angeles, State of California' - there be more than one named, its true and lawful Attome any and all bonds and undertakings.of suretyship; andtob .same extent as if such bonds and undertakings and other ACCIDENT INSURANCE COMPANY OF AMERICA: add Attomey(s) -in -Fact may do in pursuance' hereof, provided t the sum of: TWENTY FIVE MILLION DOLLARS` This power of attorney is granted under and by OF AMERICA which became effective Februar hall be!as bindmg.upon the (b) of Article V of the by -laws of GENERAL ACCIDENT INSURANCE COMPANY - .. ;ions are in full force and effect, reading as follows: - ... .r of -- ,led by them or either. them shall , have parer . to appoint Atto meysan- Fact and to authorize as. contracts of indemnity and other writings obligatory in the nature thereof; and to attach the Mtomay -in -Fact at any time and revoke the power and auahority given to him. Any instrument ..7 f signed by an Executive Officer; and sealed and attested by the Secretary." z j: tontyof the following, resolution adopted by the board of directors of GENERAL For verification of the authenticity of this Power of Attorney you may call, 1- 800 - 288 -2360 and ask for the Power of Attorney supervisor. Please refer to the Power of Attorney number, the above named individual(s) and details of the bond to which the power is attached. In Pennsylvania, Dial 215- 625 -3037. 5B -0027 3.92 ADDENDUM NO. 1 STORM DRAIN IMPROVEMENTS IN GRAND AVENUE (FROM RUBIO WASH TO WALNUT GROVE AVENUE) CDBG PROJECT NO. P72202 IN THE CITY OF ROSEMEAD This Addendum forms a part of the Contract Documents for the above - identified project and modifies the original specifications and Contract Documents, as noted below. Portions of the Contract, not specifically mentioned in the addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. 1. The Sheet metal worker prevailing wage within section SHEE0108B 2/01 /2000 of General Decision CA000033 6/30/00 CA33 in the specifications is hereby deleted and replaced with the attached section SHEE0108B. 2. The Section 3 Resident Eligibility Certification form in the Specifications is hereby replaced.with the attached Section 3 Resi Eligibility Certification. 7 / -, o 4Fredrick. ickman, RCE 47979 Date I acknowledge receipt of this Addendum No. 1 and ccept the (aforementioned. _ .(ate /� 2DDa Date ' Attachments U7%19!UU 15:17 t:Al 695L1LU t SHEED108B 02/01/2C00 Rates Fringes SOUTH OF A STRAIGHT LINE DRAWN BETWEEN GORMAN AND BIG PINES, CALIFORNIA; EXCLUDING LOS ANGELES COUNTY SOUTH OF IMPERIAL HWY. TO THE CITY LIMITS OF LONG BEACH, EXCLUDING THE CITIES OF LONG BEACH, CLAREM0 AND POMONA, AND THE ISLAND OF CATALINA: Work on all new construction and remodel work except residential buildings less than ten thousand (70,000) square feet: SHEET METAL WORKERS 28.99 9.57 Modernization excluding new construction: Work to add or change existing heating or air conditioning systems in existing building or new building one year after occupancy limited to single dwellings, duplex dwellings, triplex dwellings, apartment dwellings not. to exceed four (4) unite per building over two (2) stories and commercial buildings not exceeding five thousand (5,000) square feet. Work does not include modification, upgrades, energy management, or conservation improvements of central heating and air conditioning equipment or new construction: Sheet Metal Worker 17.39 3.69 Light commercial: Work on general sheet metal and heating and air conditioning on single family dwellings, tract homes avid apartment buildings up to and including two (2) stories in he and building four thousand 14,000) square feet of total project: Sheet Metal Worker 17.39 2.50 --------------------------------- ---- ------------ `-- ------------ ,I - Aaav, _ _ _. _. —._ IQJUUi —.-- EXHIBIT 4 SECTION 3 RESIDENT ELIGIBILITY CERTIFICATION The U.S. Department of Housing and Urban Development (HUD) monitors our hiring Practices on Section 3 funded projects. It is important, therefore, that the information below be provided. Please be aware that your response, though needed, is voluntary and has no effect on your employment status. Because these questions are personal in nature, your answers will be treated with confidentiality. Thank you for assisting us. Sincerely, . The Community Development Department City of Rosemead 1, Name: Address: 2. Number of individuals living in your household (include yourself) 3. Total annual household income (please check one - household size 1 - 8): Less than $21,550 Between $21,551 - $24,650 Between $24,651 - $27,700 Between $27,701 - $30,800 4. Are you currently employed? Yes _ No Between $30,801- $33,250 Between $33,250 - $35,750 Between $35,751 - $38,200 Above $38,201 1 certify that the statements made on this sheet are true, complete, and correct to the best knowledge and belief, and made in good faith. Date: Signature: v m m J m D G) m CD M N O t- O N 0 O O ; W O O °'c 3 3 -am C fl. D1 0 O N " m C m� 3 3 to 0 n O" lQ N N = > O D O - CD N CD O CD _ 0 to V C f O N Lo W r C n O 3 N tT N <T 7 n to O ' CD 7 n 0 0 0 0 � La 0 O C 7 a n O SD 0 O N 7 An N W W W A V O Cl T O ,Z1 C C7 ? 0 o ci 0) � D o Z O 0 � D Z d m O Z � � c - m N � N O O < N CD CD D c CD N 0 k 0 X v < D Z O z D z� O -n 9 V, 0 m Z co v W W N > O D O t CD O O A O N A W r C O O N tT N <T A O to W Z 0 0 0 0 0 0 T O ,Z1 C C7 ? 0 o ci 0) � D o Z O 0 � D Z d m O Z � � c - m N � N O O < N CD CD D c CD N 0 k 0 X v < D Z O z D z� O -n 9 V, 0 m Z CD CD O 3 N 0 a CCD O N d o 3 CD O G Z 11) CD 0 j 7 K CD N O N 0 O 0 N CD CD CD D CD C CD A CA Co C c o n 3 a W � m C O _' fR TI C ' 3 O M o m m O O N W J O m 5;v N O to w r V r O] CT A r W N r -- O J rn-- 2 0 a rn- d A W N m 9 tf j D :L m l a A N w N a O N N N W N N N N N N a (T O O O GY Fi Z rn o cn cn m m cn - N m cn in o o in o a in o t» Fn � (n [P O O O O O O O O o 0 0 0 0 0 0 o 0 N O N o 0 0 o tO cv m M 0 0 0 0 0 0 o 0 o 0 O 0 o 0 0 O' 0 0 0 0 0 0 o 0 O 0 o 0 0 0 0 O j ii•, 0 0 0 0 0 0 o rn o 0 0 0 0 0 o M y � N b1 M M fA fA (A EA M fA fA EA (N EA EA fA EA EA to to V cn v+ � C N (_A G W O O (n O N O IV rn 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O. 0 0 0 0 0 0 �i 1 1a Efl d3 fA W W W W A A A W . fA J A (fl N - N (9 OJ O A (D t0 W (T V A A N (T 0 A 0 0 t0 f+9 V w o (n O N tP 0 0 0 (n 0 O 0 O 0 O 0 O 0 O 0 O O O O N V (T O Cn v m; M -0( O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ; �n i - 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ,'w,- 3 '!Q p u , s2- D m 0 O C Z tCj po [f� A W N (T O O) cD lO tO O a m W A tT A N J O O N W J O 0 0 w 0 o 0 0 0 0 0 0 0 0 0 0 0 0. o 0 0 0 0 0 o m cn o 0 0 4m; w 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 'c 0 0 0 0 0 0 0 0 0 0 0 0 0 0 t. p C �e. p 0 (n O N W a (n U� N N W W J [O O tD N V -• ��� ij,'y2 W 0 0 0 0 0 in o 0 o cn o 0 o o o y, o o M m m 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CZ) 2 m j FA d3 fA fA O Z fA EA EA fA (n f» EA EA. Hi 4R E» fA EA EA fA ffl - rn J O O w O O O N (➢ O V a m O (D N J W J O O] tD A Z 5" �, j O J O O O O O O N N N' A rn W A 0 O 0 N 0 W p� O 0 N 0 V IT O 0 N 0 O 0 y °. 10 0 0 0 0 0 0 0 (O 0 0 0 0 0 N O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 S f 0 0 0 0 0 0 0 0 0 0 0 0 L:T Z —I O D O 0 N N m -• cD m r ' O O O O O O O O O O O 0 O o O 0 O 0 -0 0 O 0 O 0 0 0 0 0 [l� O m m m O O 0 O O O O o 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 O C js3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z m is is °t O o O ,. C C s 0 0 rn (T O O O A rn W A Z Z N A O 0 O 0 a 0 tT 0 O 0 A 0 m 0 (T 0 O 0 (T 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .m 0 0 0 o O O 3 N 0 a CCD O N d o 3 CD O G Z 11) CD 0 j 7 K CD N O N 0 O 0 N CD CD CD D CD C CD A CA Co C c o n 3 a W � m C O _' fR TI C ' 3 O M o m m O O N W J O a i T O n a W O in 1 0• M Q O Z w o � N 0 N 0 O O N CD CD CD D CD m C CD w CL D CD c CD .r O 3 v 7 3 v 0 3 CD 7 y 0 co 0 0 (q T C go D m ch < m D O co v O 0 X43 z •' D F7 O , v ' rha C k O O N A J (P N O (n t➢ O <D 0 0 0 0 0 W 0 O 0 N 0 E (T � N � N � O -+ O O 0 0 0 0 (n 0 O 0 (n 0 O 0 x 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 <n O m m 0; ,a 0 0 0 0 0 0 0 0 0 0 0 0o o' O O o 0 0 0 0 0 0 0 Z Z {{�" 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D r r C �• 3 O N fA fA fag fA EA (fi 0 ' V fA (n fA fA fA fA fA fA � fA fA fA fA f9 (A fA U� V O O O O A (T O lT O O (P O W O O O W O A lT m O lT O O O O O O O O O N O O O N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O �sa4! C F =? z €M p N O O O N (P W O W O OF O cD O N J W fb m W CO N 0 O m A N _N 0 0 0 0 0 0 o 0 0 N J O W O A N 01 O m (T A W m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O N A N w W N N to O O O . O O O O 0 O O N A N O m W O C O O O O O O O O O O O O 01010 O O O O O O O O O O O O O O o O O O O O O O O O O O O O O O O O } Z �� y O J U� 0 0 0 0 0 W N (n (r O w N (P A OJ A 0 0 0 0 N 0 -+ (n -+ (T A C1 Z g 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 A O O O O O O O O O O O I Q O O O O O O O O O O O O to „Ln: D 0 2 -qII, N �+ O Q� fA fA fA fA fA fA fA EA to EA fA fA W fA EA to O A 0 0 0 0 0 0 O t O O O O O O O O O O O O O O 0 O O O Q O O O Q O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 4:a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 T O n a W O in 1 0• M Q O Z w o � N 0 N 0 O O N CD CD CD D CD m C CD w CL D CD c CD .r O 3 v 7 3 v 0 3 CD 7 y 0 co 0 0 (q T C go D m ch < m D O co v O 0 N CD CD Fr u O CD n Z O V N N O N T O T N C O C C d N S O C d 7 K c� O CD m D C CD 2 N 7 Q D fD 7 c m V1 O ;0 :(1 _D z 3 � M O m 9 m Z 1 N I r 0 z 0 O A OD m r V -J J O O 1 _ _ m m -s? N A O N N N W N N N N N N A N O O O - N d d d N N O) A OJ iE� Q o a� o o� � � ❑ > >❑ N a � o o >>>> S .4t 0 m c c co m W W m d d n n a o m m m m n v w v m m ��� �7 T7 0 d K. O' N O N N (D n o C) y.a C m O 7 7 7 n V V o D D D D a o v D D D d v v v m 0 0 1p N o O O m> N p p p p £�Si D d d d ° DnnnN o i, a n 3 Z>> o w w w w m 0 D 0 ° o °o o o 0 o D o o n q' O Z O Z p J n � N D p' n N A Si M ! M m c to z , m! W N W W w W A W W W fli di EA 3 Z } fA rn o fA cn EA cn fA m EA m fA cn N w fA o o o O sv D m : cn cn o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o cn m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 cn 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 k � N � � W W W W A W W N EA fA fA fA m � •'��' -' .�';�'•.. di Hi Hi Hi EH fN O O (n m W Ol W A (O N t0 O] J 1p m N m V N (p (O m y N O O W W 01 W W N N m N D7 W W Ol W m W '- W O O W W 3r! D n�7c^ fA � fA fA d3 fA fA fA fA fA W N N W W W N N � 0 W. O N W W Ut N O W W J tD O (D N V� fA fA Hi 4A C i^�ai 0 0 0 0 0 0 0 t0 0 0 0 0 0 0 0 0 fl; O O V Ut O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O - O p w N -i y O y - I cn (n Z O �_ 3 cn O nom' ZZ O {_ A r ?� (� O O O O O O (� (� 7J O O p N N O N O 0 D 0 0 0 0 0 0 0 ( D O O a? ; f A O D 7J 0 n 3 D 0 0 3 n 0 0 0 -I 3 n{ p a D r D { n { D {{ D { {{ D D D �] D cg Fr u O CD n Z O V N N O N T O T N C O C C d N S O C d 7 K c� O CD m D C CD 2 N 7 Q D fD 7 c m V1 O ;0 :(1 _D z 3 � M O m 9 m Z 1 N I r 0 z 0 O A OD m r V -J J O O Dun & Bradstreet Business Information Report' Page 1 of 3 For: TRESSA BROWN August 3, 2000 Willdan Associates (Inc) 5:34 am BUSINESS SUMMARY SEDRO CONSTRUCTION INC (FORMERLY: SEDRO, ANDRE) PO BOX 341 NORWALK CA 90651 14103 LONGWORTH NORWALK CA 90650 TEL: 562 868 -2252 DUNS: 07- 065 -0192 RATING -- GENERAL STARTED 1997 CONTRACTOR, SALES E $1,750,000 HIGHWAY AND STREET EMPLOYS 12 CONSTRUCTION HISTORY CLEAR SIC NO. 1611 CHIEF EXECUTIVE: ANDRE SEDRO, PRESIDENT SPECIAL EVENTS 08/02/00 Business name changed from Sedro, Andre to Sedro Construction Inc. CUSTOMER SERVI CE If you have questions about this report, please call our Customer Service Center at 1- 800 -2 -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 PSIS The Summary Analysis section reflects information in D &B's file as of August 3, 2000. �:L� /��Id. �IlutuL•T:i7 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 Provided under contract for the excl usi ve use of Wi I I dan Associates( Inc). Copyri ght 2000 D &B I nc. V3.9 D&B Business Infonretion Report SEDRO CMSMIC770N INC Page 2 of 3 For: TRESSA BROWN August 3. 2000 Willdan Associates (Inc) 5:34 am SUHNARY ANAL YSIS (con t i nued) company's financial, payment, and its historical information. Below-is an overview of the company's D &B Rating(s) since 06/02/99: RATING DATE APPLIED - - - - -- - ----- - - - - -- -- 06/02/99 PAYMENT SUNNARY D &B has not received a sufficient sample of payment experiences to establish a PAYDEX score. 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. At this time, none of those experiences relate to this company. FINANCE 08/02/00 On AUG 02 2000 Bob Kratz, Project Mgr, deferred financial statement. He submitted the following partial estimates dated AUG 02 2000: Sales for 1999 were $1,750,000. As of August 2 2000 a search of Dun & Bradstreets Public Record database found no open suits, liens, judgements or UCCs to which Sedro Construction Inc at 14103 Longworth, Norwalk CA was named defendant or debtor. Public records received hereafter will be entered into the database and will be included in reports which contain a Public Filings section. HISTORY 08/02/00 ANDRE SEDRO, PRESIDENT ANA SEDRO, VICE PRESIDENT DI RECTOR(S): THE OFFICER(S) Corporate details are under investigation. Business started 1997. 100% of capital stock is owned by Andre Sedro. ANDRE.SEDRO born 1961. 1997- present He has active ownership of the business. Previously employed as independent contractor since 1986. ANA SEDRO. Antecedents are undetermined. Provided under contract for the exclusive use of Wi11dan Associates (Inc). Copyright 2000 D &B Inc. V3.9 D&B Business Infornetion Report SEORO Li)YS7RUC7I6N INC Page 3 of 3 For: TRESSA BROWN August 3. 2000 W111da As (Inc) 5:34 am OPERA77ON 08/02/00 Provides underground construction (100 services which include water, sewer, pipes and other street constructions. All sales cash. Sells to public works. Territory : Local. EMPLOYEES: 12 which includes officer(s). FACILITIES: Owns 3,000 sq. ft. in a one story frame and stucco building. LOCATION: Residential section on side street. 08- 03(BBW /342) 99999 098112112 -- END OF REPORT -- Provided under contract for the excl us! ve use of Wi 11 dan Associ at es (Inc). Copyright 2000 D &B Inc. V3.9 Dun & Bradstreet Business Information ' Report Page 1 of 7 For: TRESSA BROWN July 31, 2000 Willdan Associates (Inc) 5:25 pm BUSINESS SUMMARY SOUTHERN CALIFORNIA DUNS: 78 -278 -9168 RATING 1R4 UNDERGROUND CONTRACTORS INC SEWER, WATER & STARTED 1991 PO BOX 1747 STORM DRAIN SALES E $7,500,000 BREA CA 92822 CONTRACTOR EMPLOYS 20 -50 NO PHYSICAL ADDRESS HISTORY CLEAR BREA CA 92822 SIC NOS. FINANCING SECURED TEL: UNKNOWN 1622 1623 CHIEF EXECUTIVE: GEORGE FROST, PRES 05 TONER SERVI CE 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 w5 The Summary Analysis section reflects information in D &B's file as of July 31, 2000. RATING SUMMARY . . . . The "1R" portion of the Rating (the Rating Classification) indicates business size of 10 or more emplo ees for this company. The "4" on the right (Composite Credit Appraisal indicates an overall "limited" credit appraisal. This credit appraisal was assigned because the payment information in D &B's file on this company indicates slowness in meeting trade obligations and the open suits, liens or judgments in D &B's file. Below is an overview of the company's D &B Rating(s) since 09/08/95: Provided under contract for the exclusive use ofWi11dan Ass ociates(Inc). Copyright 2000 D &B Inc. U3.9 D&B Business I nforrneti on Report S01177ERN G4( UNDOPD CX7RS Page 2 of 7 For: TRESSA BROWN July 31, 2000 Willdan Associates (I nc) 5: 25 pm SUMMARY ANALYSIS (continued) RATING DATE APPLIED 1R4 06/17/97 -- 09/08/95 DAYMrNT Vl dDY 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 56. This PAYDEX score indicates that payments to suppliers average 26 days beyond terms, weighted by dollar amounts. When dollar amounts are not considered, approximately 57% 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 W/IN - RCV'O AMOUNTS CREDIT TERMS <31 31 -60 61 -90 91+ - - - -- -------- - - - - -- ---- - - - - -- - - -- - -- - - - -- - - - -- - -- # $ $ % % % % % Total in D &B's file 15 271,600 85,000 Top 10 Industries: 1 Whol plumb /hydronics 6 227,600 85,000 39 2 Ret building material 1 15,000 15,000 100 3 Whol petroleum prdts 1 10,000 10,000 50 4 Mfg asphalt mix /block 1 10,000 10,000 50 5 Whol const /mine equip 1 5,000 5,000 100 6 Radiotelephone commun 1 2,500 2,500 100 7 Misc equipment rental 1 500 500 50 8 Auto glass shop 1 500 500 100 9 Electric services 1 250 250 100 10 Whol electrical equip 1 250 .250 100 Other Payment Categories: 22 30 - Cash experiences 0 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 9 22 30 - 50 - - - - - 50 - 50 - - - Provi ded under contract for the exclusiveuse of WilIddn Associates (Inc). Copyright 2000 D &B Inc. V3.9 D&B Business Infornetion Report SCUMRN CAC L029 CLWNS Page 3 of 7 For: TRESSA BROWN July 31, 2000 W Assoc (Inc) 5:25 p PAYMENT SUMMARY (continued) The highest "Now Owes" on file is $55,000 The highest "Past Due" on file is $25,000 The aggregate dollar amount of the 15 payment experiences in D &B's file equals 43.51- of this company's average monthly sales. In Dun & Bradstreet's opinion, payment experiences exceeding 10% of a company's average monthly sales can be considered representative of payment performance. rZ1 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 06/00 Ppt 5000 2500 -0- N30 1 Mo Ppt 500 50 -0- 1 Mo Ppt 250 250 -0- 1 Mo Ppt -Slow 90 10000 7500 250 1 Mo 05/00 Ppt 15000 7500 -0- Ppt -Slow 30 10000 2500 -0- N15 1 Mo Ppt -Slow 60 65000 55000 10000 2 10 N30 1 Mo Ppt -Slow 90 55000 35000 25000 2 10 N30 1 Mo Ppt -Slow 90 40000 7500 7500 2 10 N30 1 Mo Slow 60 7500 -0- -0- 2 10 N30 2 -3 Mos Slow 30 -90 40000 20000 20000 2 10 N30 1 Mo 04/00 Ppt -Slow 30 500 -0- -0- 6 -12 Mos 02/00 Slow 90 100 100. 100 2 10 N30 01/00 Ppt 250 -0- -0- N30 1 Mo 12/99 Ppt 2500 2500 -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 07/06/00 On July 6 2000 attempts to contact the management of this business have been unsuccessful. Provided under contract for the excl us ve use of Wi 11 dan Ass oci at es (Inc). Copyright 2000 D &B Inc. V;. 9 D&B Business Infornetion Report 561Y71fRN CAL IND079 CLW7RS Page 4 of 7 For: TRESSA BROWN July 31, 2000 Willd As s o ciate s (Inc) 5:25 pm 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. ----------------------- * * * JUDGMENT(S) * * * CASE NO.: 681445 JDGMT AWARD: $2,600 STATUS: Appealed JDGMT TYPE: Judgment DATE STATUS ATTAINED: 06/09/1998 AGAINST: SOUTHERN CALIFORNIA DATE ENTERED: 05/20/1998 UNDERGROUND, INC. LATEST INFO COLLECTED: 06/24/1998 IN FAVOR OF: CITY OF SAN DIEGO C/O CITY TREASURER WHERE FILED: SAN DIEGO COUNTY SMALL CLAIMS COURT /SAN DIEGO, SAN DIEGO, CA ------------------------------------------------------------------------------- FILING NO.: 96- 791688 JDGMT AWARD: $1,828 STATUS: Satisfied JDGMT TYPE: Judgment DATE STATUS ATTAINED: 12/30/1996 AGAINST: SOUTHERN CALIFORNIA UNDERGROUND DATE ENTERED: 05/21/1996 CONTRACTORS, INC. LATEST INFO COLLECTED: 02/26/1997 IN FAVOR OF: SOUTHERN CALIFORNIA GAS COMPANY WHERE FILED: LOS ANGELES COUNTY RECORDERS ---------------------------------------------------------------------- OFFICE, NORWALK, CA --- - - - - -- * * * SUIT( S) * * * CASE NO.: 681445 SUIT AMOUNT: $3,168 STATUS: Judgment for plaintiff PLAINTIFF: CITY OF SAN DIEGO C/O CITY DATE STATUS ATTAINED: 05/20/1998 TREASURER DATE FILED: 04/08/1998 DEFENDANT: SOUTHERN-CALIFORNIA LATEST INFO COLLECTED: 06/24/1998 UNDERGROUND, INC. CAUSE: Breach of contract WHERE FILED: SAN DIEGO COUNTY SMALL CLAIMS COURT /SAN DIEGO, SAN DIEGO, CA ---------------- - - - - -- DOCKET NO.: 9752CV0048 SUIT AMOUNT: $10,678 STATUS: Pending PLAINTIFF: PACIFIC INS CO DATE STATUS ATTAINED: 01/09/1997 DEFENDANT:. SOUTHERN CALIFORNIA UNDERGROUND DATE FILED: 01/09/1997 WHERE FILED: MIDDLESEX COUNTY DISTRICT COURT LATEST INFO RECEIVED: 04/30/1997 OF CAMBRIDGE, CAMBRIDGE, MA ------------------------------------------------------------------------------ * * * UCC FILING(S) * * * ------------------------------------------------------------------------------- COLLATERAL: All Inventory and proceeds - All Account(s) and proceeds - All Contract rights and proceeds - All Computer equipment and proceeds - and OTHERS FILING NO: 9910460688 DATE FILED: 04/06/1999 Provided under contract for the excl us ve use of Wi lldan Associates (Inc). Copyright 2000 D &B Inc. V3. 9 D&B Business Information Report 56Yl71fRN CAC M09 COOS Page 5 of 7 For: TRESSA BROWN July 31, 2000 Willdan Associates (Inc) 5:25 pm PUBLIC FILINGS (continued) TYPE: Original LATEST INFO RECEIVED: 04/23/1999 SEC. PARTY: UNION BANK OF CALIFORNIA, N.A., FILED WITH: SECRETARY OF LOS ANGELES, CA STATE /UCC DIVISION, DEBTOR: SOUTHERN CALIFORNIA UNDERGROUND CA CONTRACTORS, INC. This data is for informational purposes only, certification can only be obtained through the Sacramento Office of the California Secretary of State. ----=---------------------7---------------------------------------------------- COLLATERAL: Account(s) and products - Chattel paper and products - Contract rights and products - Equipment and products FILING NO: 9535360256 DATE FILED: 12/18/1995 TYPE: Original LATEST INFO RECEIVED: 12/28/1995 SEC. PARTY: INGERSOLL RAND, IRWINDALE, CA FILED WITH: SECRETARY OF DEBTOR: SOUTHERN CALIFORNIA UNDERGROUND STATE /UCC DIVISION, CA On 01/06/97, Jim Jackson, Vice President, Secretary, SOUTHERN CALIFORNIA UNDERGROUND, stated that the financing statement was terminated. This data is for informational purposes only, certification can only be obtained through the Sacramento Office of the California Secretary of State. ------------------------------------------------------------------------------- COLLATERAL: Equipment and proceeds FILING NO: 9601060039 DATE FILED: 01/08/1996 TYPE: Original LATEST INFO RECEIVED: 01/18/1996 SEC. PARTY: INGERSOLL -RAND COMPANY, FILED WITH: SECRETARY OF IRWINDALE, CA STATE /UCC DIVISION, ASSIGNEE: ASSOCIATES COMMERCIAL CA CORPORATION, NEWPORT BEACH, CA DEBTOR: SOUTHERN CALIFORNIA UNDERGROUND CONTRACTORS, INC. On 01/06/97, Jim Jackson, Vice President, Secretary, SOUTHERN CALIFORNIA UNDERGROUND CONTRACTORS, INC., stated that the financing statement was terminated. This data is for informational purposes only, certification can only be obtained through the Sacramento Office of the California Secretary of State. ------------------------------------------------------------------------------- COLLATERAL: Equipment FILING NO: 0004060927 DATE FILED: 02/04/2000 Provided under contract for the exclusive use of Will can Associates (Inc). Copyri yht 2000 D &B I nc. V;. 9 D&B Business Information Report SLl/7EERN G4 INDGRD CLW7RS Page 6 of 7 For: TRESSA BROWN July 31. 2000 Willdan Associ ( Inc) 5:25 pm PUBLIC FILINGS (continued) TYPE: Original LATEST INFO RECEIVED: 02/22/2000 SEC. PARTY: SPAULDING EQUIPMENT COMPANY, FILED WITH: SECRETARY OF PERRIS, CA STATE /UCC DIVISION, DEBTOR: SOUTHERN CALIFORNIA UNDERGROUND CA GENERAL ENGINEERING CONTRACTORS This data is for informational purposes only, certification can only be obtained through the Sacramento Office of the California Secretary of State. ------------------------------------------------------------------------- - - - - -- The public record items contained in this report may have been paid, terminated, vacated or released prior to the date this report was printed. BANKING 04/00 Account(s) averages low 6 figures. Account open over 3 years. HISTORY 07/06/00 GEORGE FROST, PRES JIM JACKSON, V PRES -SEC DIRECTOR(S): THE OFFICER(S) ---------------------------------------------------------------------- CORPORATE AND BUSINESS REGISTRATIONS REPORTED BY THE SECRETARY OF STATE OR OTHER OFFICIAL SOURCE AS OF 07/21/2000: 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: 07/21/1986 Profit STATE OF INCORP: California ---------------------------------------------------------------------- Business started 1991 by officers. Relocated Sep 1994 from Apple Valley, CA. 1005. of capital stock is owned by George Frost. GEORGE FROST. Antecedents declined. JIM JACKSON. Antecedents declined. OPERA 770N 07/06/00 Sewer, water & storm drain contractor (500). Contractor specializing in sewer, water & storm drains. This business contracts 05-o of work to others. Contracts are obtained through bidding 100%. Terms are progress payments. Sells to municipalities. Territory Southern California. Provided under contract for the excl us ve use of Wi 11 ran As oci ates (Inc). Cop yri ght 2000 D &B Inc. V3. 9 D& Business Information Report SaIVERN G4 INDGRD CLW7R5 Page 7 of 7 For: TRESSA BROWN July 31. 2000 Willdan Associates ( Inc) 5 :25 pm OPERATION (continued) Nonseasonal. EMPLOYEES: 20 -50 which includes officer(s). Employees vary with work in progress. FACILITIES: Rents premises in building. LOCATION: Undetermined section. 01- 31(105 /105) 99999 098111111 -- END OF REPORT -- Provided under contract for the excl us ve use of Wi 11 dan Associ ates (I nc). Copyright 2000 D &B Inc. V3.9