Loading...
CC – Item 4C – Staff Report Acceptance of Bids and Award of Contract O//[� E �f *. statf a ort TO: FRANK G. TRIPEPI, CITY MANAGER FROM: KEN RUKAVINA, CITY ENGINEER DATE: AUGUST 19, 1998 RE: ACCEPTANCE OF BIDS AND AWARD OF CONTRACT - STREET IMPROVEMENTS ON LORICA STREET (TEMPLE CITY BOULEVARD TO WEST END); CDBG PROJECT NO. P76302 The following bids were received for the subject project on Wednesday, August 12, 1998: 1 . Gentry Brothers $298,875.00 2. 4-Con Engineering Inc. $346,375.00 3. Excel Paving Company $346,427.00 4. Sully-Miller Contracting Co. $353,913.10 5. Sequel Contractors Inc. $404,187.50 6. Los Angeles Engineering Inc. $433,983.20 7. EC Construction Co. $447,452.70 Attached are copies of the three low bids, a bid analysis, and Dun and Bradstreet reports for the 1" and 3r° low bidders. A Dun and Bradstreet report was not available for 4-Con Engineering Inc. The low bid was submitted by Gentry Brothers, a responsible contractor, in the amount of $298,875.00, which is approximately 8 percent below the Engineer's estimate of $320,900.00. The average bid was $375,887.64. There were irregularities in the bids submitted by 4-Con Engineering Inc., Sully-Miller Contracting Co., and EC Construction Co. due to addition and extension errors. The correct bid amounts are listed above. COUNCIL AGENDA AUG 2 51998 ITEM No. -i"' CC _ C J August 19, 1998 Page 2 RECOMMENDATION 1. Waive the irregularities in the bids submitted by 4-Con Engineering Inc., Sully-Miller Contracting Co., and EC Construction Co. 2. Accept all other bids and award the project to Gentry Brothers in the amount of $298,875.00. 3. Authorize the Mayor to sign the contract on behalf of the City. Attachments Award - Lodca Street.wpd ADDENDUM NO. 1 CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS FOR STREET IMPROVEMENTS ON LORICA STREET TEMPLE CITY BOULEVARD TO WEST END CDBG PROJECT NO. P76302 PROJECT NO. 98-05 IN THE CITY OF ROSEMEAD This Addendum forms a part of the Contract Documents for the above-identified project and modifies the original Plans, 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. Any proposal not incorporating certification of this Addendum shall be considered as an incomplete bid. 1. Revised Bid Schedule Revised Page C-2(e), attached. Add Bid Item Nos. 44 and 45 on Page C-2(f), attached. The attached pages shall be submitted with the Bid Proposal. 2. Revised Subsection 7-10.5 Protection of the Public The following paragraph is hereby added to Subsection 7-10.5: Contractor shall furnish and install temporary fence to replace any fence or wall that is being relocated or reconstructed during the construction of Lorica Street. The cost and expense of said labor and material shall be included in other bid items, and no separate payment shall be made. 3. Revised Los Angeles County Permit The Los Angeles County Department of Public Works permit included in Appendix of Project Specifications is hereby replaced by the attached permit. rt 4. Revised Subsection 306-1.1.2 The last sentence of the first paragraph is hereby revised to read as follows: AM trenches shall be backfilled and covered with temporary pavement or covered with steel traffic plates at the end of each working day. Contractor shall remove all barricades and open all lanes to through traffic at the end of each work day. ✓/ WD• 77 Adel M. Freij RCE 55564 Date I acknowledge receipt of this Addendum No. 1 and accept the aforementioned. GENTRY BROTHERS, INC, F - c/ c Date Bidder Attachments 1027910206\6640 spec\spc8-17.a1 r . CITY OF ROSEMEAD ( PROPOSAL FOR ( STREET IMPROVEMENTS IL ON LORICA STREET TEMPLE CITY BOULEVARD TO WEST END CITY PROJECT NO. 98-05 ■� IN THE CITY OF ROSEMEAD CDBG PROJECT NO. P76302 ■ TO THE CITY OF ROSEMEAD, as AGENCY In accordance with AGENCY's NOTICE INVITING SEALED BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above-stated project as set forth in the Plans, Specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump-sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work,that the estimated quantities set forth in the BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump-sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that in the event of the BIDDER's default in executing the required contract and filing the necessary bonds and insurance certificates within 10-working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. C-1 BID SCHEDULE ' FOR I STREET IMPROVEMENTS ON LORICA STREET TEMPLE CITY BOULEVARD TO WEST END CITY PROJECT NO. 98-05 IN THE CITY OF ROSEMEAD CDBG PROJECT NO. P76302 ITEM ESTIMATED UNIT EXTENDED 1l NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT ec �- 1. Clearing and grubbing. --- L.S. --- $ /6, 000 2. Unclassified excava- tion. 850 F C.Y. $ SOS $ £la Too 3. Asphalt concrete o I pavement. 470 TON $ 3'O C $ ii 800 "-. 4. Crushed aggregate 0 .. base. 700 TON $ c-20 • $ /'J- ood 5. Remove and construct 3-inch thick AC over L compacted subgrade. 4,850 S.F. $ / • $ 7 i-1771-17-1 6. Remove and construct 1 4-inch thick PCC behind walk or right-of- way. 850 S.F. $ $ 2-5-Sb �- 7. Curb and gutter, Type A2-150(6). 1,095 L.F. $ //�� $ 7) 0 UJ IL C-2(a) i • ,1 ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT C8. Curb and gutter, variable height or to match existing. 50 L.F. $ /a ^ $ C. CO • 9. Construct 6-inch thick I PCC commercial driveway. 120 S.F. $ 3 `7'-' $ 360'e I 10. Construct 4-thick PCC sidewalk. 4,770 S.F. $ OG $ 9S40 D r 11. Construct 4-inch PCC _ t residential driveway. 2,040 S.F. $ riaY $ IJY90 I 12. Construct curb ramp per APWA Standard Plan No. 111-2, Case .- r A. 2 EACH $ 73-0 5$ /, p0 • l 13. Relocate and re- I stablish existing chain- link fence and CLF gate. /,,,L.F. $ /D� $ /qo 0 1 [ 14. Construct chain-link fence and gate (swing or rolling), per APWA Standard Plan No, 600- 1. [ a. Height = 4feet 520 L.F. $ aa "°- $ i4 y " ef b. Height = 6 feet 10 L.F. $ c0._ $ foo [ 15. Construct concrete slough wall per LACDPW Standard Plan 6203-0 (12 inches max.). 240 L.F. $ -3r`? $ X yo0 L C-2(b) I ITEM ESTIMATED UNIT EXTENDED 1 NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 16. Construct 4-feet high wrought-iron fence in Ikind. 35 L.F. $ 70. $ 0? 4S0 17. Remove trees,diameter 1 varies from 5 inches to 14 inches. 9 EACH $ //GO [ $ 3(,60 I 18. Plant 24-inch box Brisbane tree. 19 EACH $ /900`- $ 7600 I 19. Construct 4-foot by 3- . foot tree well and cover. 19 EACH $ /c0 $ a SS0 s 1 20. Remove and install new mailbox in kind. 8 EACH $ /00 . $ Le o 67. 21. Remove and install hose bib, including connection to water 1 supply line (size to match existing). 1 EACH $ 0200 • $ 00 " 22. Construct catch basin [ per Plan, including local depression, removal of I. existing catch basin, agency stencil, and interfering portion of ' existing pipe. o a. W=3.5 feet 1 EACH $ fcc- $ c?, Sao - b. W=7 feet 4 EACH $.3006" $ /2 0oa .- La. W=14 feet 1 EACH $ 9 'D0� $ z/ o6O ,. L I L L LC-2(c) I- l ITEM ESTIMATED UNIT EXTENDED 1 NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 23. Construct concrete collar per APWA Stan- ( dard Plan No. 380-2. 1 EACH $ y66 • $ 6O6 24. Construct support for f conduits across trenches per APWA Standard Plan No. 224- 1 1. 2 EACH $ , 566 • $ I oOO . 25. 18-inch RCP (2000-D). 128 L.F. $ 70 $ 8960 26. 24-inch RCP (1500-D). 390 L.F. $ gO $ 5/ aoo `= 1 27. 30-inch RCP (1750-D), 395 L.F. $ /C50 $ 3% .5-00 28. 36-inch RCP (1500-D). 56 L.F. $ /20 t. $ 67 2 o' 1 29. Remove and construct local depression per l APWA Standard Plan o No. 313-1, Case E, _ WD=7 feet. 1 EACH $ 3/OO • $ 2/06 I. 30. Remove existing catch basin, backfill, and ro ! compact. 3 EACH $—CCO • $ 1I ,560 31. Construct manhole per L APWA Standard Plan No. 321-1. 4 EACH $ .To6 . $ /O o 00 . 1 32. Construct manhole per APWA Standard Plan No. 322-1. 1 EACH $ a S" ' $ 42,.SC'0 L33. Construct junction structure per APWA Standard Plan No. 331- [ 2. 1 EACH $ /.F00• $ /iF06 �� L L ' C-2(d) L ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 34. Plug end of pipe with 8- inch thick of brick and mortar. 8 EACH $02(50 $ / 600 35. Adustwater valve frame and cover to grade. 1 EACH $ 0)0 $ a O`. 36. Adjust water meter box , co and lid to grade. 19 EACH $ 0 - $ 3 O 7-- 37. 37. Adjust gas meter box and lid to grade. 11 EACH $ 020 ,_ $ a Q O 38. Adjust manhole frame « and cover to grade. 1 EACH $ 02 D0 , $ 00 ' 39. Furnish and install new 11/2-inch street lighting conduit and pull rope, complete per the SCE o requirements. 550 L.F. $ 7 $ y 1.2 ) o_ 40. Furnish and install new 3-inch street lighting conduit and pull rope, complete per the SCE fo slt requirements. 200 L.F. $ /0 7" $ a, I cc 41. Furnish and install new street lighting handhole, complete per the SCE requirements. 1 EACH $ q/,C0 • $ V) 0 42. Public Improvements Sign. 2 EACH $ .2)0 •• $ 0 0 a r7 43. Signing and striping. --- L.S. $ / 566 C-2(e) ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT *44. Additional potholing, exploratory excavation, if requested by the Engineer. (0 to 5-feet deep.) 3 EACH $ o�" $ (� 0O '45. Additional potholing, exploratory excavation, if requested by the Engineer. (Greater than 5 feet deep.) 3 EACH $ SO b $ 70 0 TOTAL AMOUNT BID IN FIGURES $ a9 , 87C TOTAL AMOUNT BID IN WORDS T..., 0 WL, ,J r✓ —D. L, c —1 �, �114„ „A,ar(I Jr'✓c:�7 - 4 �79n5 e•-/ ` Added per Addendum No. 1 • C-2(f) 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 IC /4,1 4/ (g54 - 4 ( - (5°5) 37/ - v.2c1 �LC« — /c`.vCL- /. /?pp. 77:745cN=7 S/L E4,'9// (4,2;4 (7 . �6� L1 96(-7/S/ -TAFFFc_ 0 /71,410NS s ICI,72, 1,-,f, / e,i..owA (A _ f 00 tett-r,M3S Sr+CrjLuS IRC� f[n V, Cc 7-7? CS I� rind tiro /l+ (LAO 79U- [-5// Prior to award of contract, Contractor shall submit a list of suppliers and vendors in writing to the City Engineer. L C-3 I . I 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: r ,. C i� o f Th046)4 ,4 1 Name and address of owner 1)r& GA A (°t) haS - 9Yr/2 I Name and Telephone number of person familiar with project fiILi0ovoo-. A 6 58 Contract amount Type of work Date completed I- ( 2. Ci `i of I-A ( nch F %-„ !aIIrLz Ie Nameand address of ownero (1 V I (M C/1 C G l P r M .4 N ( cc?, 0 / 75-D — b(� t [ ( Name and Telephone number of person familiar with project I coS0C - /9 (., - /-96 Contract amount Type of work Date completed 3. C , -LI nr Cov , ...q 1 Name and address of owner p RodoKR fA -�aS C a �/ kri?' IName and Telephone number of person familiar with project .;-- (1ou 0 /l 7 - i -si L Contract amount Type of work Date completed L The following are the names, addresses, and telephone numbers for all brokers and sureties from whom BIDDER intends to(procure insurance/ and bonds: i / ,cd4 I) ( CfJ l p'V 4i ) lnVICAs a34b1 6. Fc,.,,-1-e .b,z_ L 44qu �a < 4 yaC= s3 ( 7/ i) vs2ie6a Ir L L C-4 1 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. r AFFIRMATIVE ACTION CERTIFICATION l 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 f 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 r 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 L L L L L C-5 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: l Bidder's Name GENTRY BROTHERS.ENO. q Business Address 3 r y , A I ✓e Oo (c /y v - I — Awi clA / �q . / 776 (o Telephone No. (c, L ) S 7 - Q (c, 7 / State Contractor's License No. and Class 377 Co e 4 ( Original Date Issued 7 - ic -gO Expiration Date / - 3 / -Srf ` 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 pro osal: 1. a ) e7tie I 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: N C NLS L All current and prior DBA's alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: tiC L L L C-6(a) 1( IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all aforenamed principals this /a day of AIL II ti-(- . 19 `/( j BIDDER: GENTRY BROTHERS, INC. — / �RF Si�arl 1 Subscribed and sworn to this day of , 19_ NOTARY PUBLIC L ( l ALL-PURPOSE ACKNOWLEDGMENT state of California ` CAPACITY CLAIMED BY SIGNER y LosAngeles J1 Count ofi 1 On r- `' before me, Paula RernatMotary (name, title of officer), President 1 personallyaRodney Gentry ° u^�'(� appeared J. la°a 2 personally known tome—OR—O proved to me on the basis of satisfactory evidence to Gentry Brothers Inc. be the person(s) whose name(s) Israre subscribed to the within instrument and acknowl- 00..... N edged to me that he/sheAheyexecutedthe same inhisiberttheir authorizedcapacity(les),and 0“^"dk,, ;$ that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf or ), which the person(s) acted, executed the 0 : ." ...uWu 1 instrument. O ..,,n, �,., L WITNESS my hand and official seal .; � PAULA M. BERNAT Q5 0 a,,. b c, .t COMM. 01071995 >x 'Hui.. t. � T . • MOWYNtUK.cajfQ 1 `!w OY"O&CMMY • i a , ,( 7 , �- ,.4. ��.> •�� .0 ro Signature • ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On AUG 0 5 1898 before me, CHRISTOPHER J. COATS, NOTARY PUBLIC Date Name,Title of Officer-e.g."Jane Doe, Notary Public" personally appeared LINDA D. COATS Names(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 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 on behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal, AA CHRISTOPHER J. COATS _ COMM.t 1103462 a ��,. N t• 1 TAR PUBLIC CAL ORNN 9 la7tG//l- BCCI g wca ORANGE Sig tore of Nolar ATTENTION NOTARY: Although the information requested below is OPTIONAL,it could prevent fraudulent attachment of this certificate to unauthorized documents. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Date of Document OPTIONAL SECTION/ CAPACITY CLAIMED BY SIGNER Individual(s) _Partner(s) _Attorney-in-Fact Corporate Other Officer(s) Title(,) SIGNER IS REPRESENTING: Name of persons or entity(ies) CITY OF ROSEMEAD PROPOSAL GUARANTEE BID BOND FOR STREET IMPROVEMENTS ON LORICA STREET TEMPLE CITY BOULEVARD TO WEST END CITY PROJECT NO. 98-05 IN THE CITY OF ROSEMEAD CDBG PROJECT NO. P76302 KNOW ALL MEN BY THESE PRESENTS that Gentry Brothers. Inc. as BIDDER, and Federal Insurance Company a corporation organized and existing under the laws of the State of and duly authorized to transact business under the laws of the State of California, as SURETY, are held and firmly bound unto the City of Rosemead, as AGENCY, in the penal sum of Ten percent of the total amount of the bid dollars ($ 1 0% ), 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-Na) . IN WITNESS WHEREOF the parties hereto have set their names,titles, hands, and seals, this 5th day of August , 19 98 BIDDER' Gentry Bro ers, Inc. 384 Live kyenue, rwindale, CA 626-357-9631 SURETY' Federal Insurance Company 801 South Figueroa Street, Los Angeles, CA 90017 213-612-0880 ((�� U11 . (6On Linda D. Coats, Attorney in Fact Subscribed and sworn to this day of , 19_ NOTARY PUBLIC • Provide BIDDER/ADMITTED SURETY name,address,and telephone number and the name.title. address, and telephone number for authorized representative. Linda D. Coats Surety Services 23461 South Pointe Drive No. 345 Laguna Hills, CA 92653 949-457-1060 1 C-7(b) POWER OF ATTORNEY FEDERAL INSURANCE COMPANY ATTN: SURETY DEPARTMENT 15 Mountain View Road, Warren, NJ 07059 (908) 5B0-2000 Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted and appointed, and does hereby constitute and appoint Douglas A. Rapp and Linda D. Coats of Laguna Hills, California each its true and lawful Attorney-in-Fact to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to-wit: 1. Bonds and Undertakings(other than Bail Bonds)filed in any suit, matter or proceeding in any Court,or filed with any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking. 2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Customs or Internal Revenue;License and Permit Bonds or other indemnity bonds under the laws,ordinances or regulations of any State,City,Town,Village,Board or other body or organization,public or private; bonds to Transportation Companies,Lost Instrument bonds;Lease bonds,Workers'Compensation bonds,Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. a Bonds on behalf of contractors in connection with bids, proposals or contracts. In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By-Laws, caused these presents to be signed by its Vice President and Assistant Secretary and its corporate seal to be hereto affixed this 10th day of • March 1994 Corporate Seal • F§ 4keP .n`4 7 Y 4- mi64y%' FEDERAL INSURANCE COMPANY BY207. 92 Kenneth C. Wendel Gerardo G. Mauriz Assistant Secretary Vice President STATE OF NEW JERSEY l County of Somerset ss. On this 10th day of March 19 94 , before me personally came Kenneth C. Wendel to me known and byme known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, the corporation described in and which executed the foregoing Power of Attorney, and the said Kenneth C.Wendel being by me duly sworn,did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By-Laws of said Company, and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority;and that he is acquainted with Gerardo G. Mauriz and knows him to be the Vice President of said Company, and that the signature of said Gerardo G. Mauriz subscribed to said Power of Attorney is in the genuine handwriting of said Gerardo G.Mauriz and was thereto subscribed by authority of said By-Laws and in deponent's presence. Notarial Seal tea rc� Acknowledged and Sworn to before me ,o-f„ . on the date above written. paw- J Notary Public 1?talk A,9CAY0 Putlic,&n,of ike l No.24<5;zg 4094 C"�+aios Etpn:.Octc ,2, 1994 PC".s,00ns(ERN.road)GENERAL %WED rrs.rsm isms p. CERTIFICATION STATE OF NEW JERSEY County of Somerset I,the undersigned. Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the following is a true excerpt from the By-taws of the said Company as adopted by its Board of Directors on March 2, 1990 and that this By-Law is in full force and effect. 'ARTICLE XVIII. Section 2.All bonds, undertakings, contracts and other instruments other than as above for and on behalf of the Company which it is authorized by law or its charter to execute,may and shall be executed in the name and on behalf of the Company either by the Chairman or the Vice Chairman or the President or a Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations, except that any one or more officers or attorneys-in-fact designated in any resolution of the Board of Directors or the Executive Committee, or in any power of attorney executed as provided for in Section 3 below,may execute any such bond,undertaking or other obligation as provided in such resolution or paver of attorney. Section a All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the Vice Chairman or the President or a Vice President or an Assistant Vice President.jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers maybe engraved,printed or lithographed.The signature of each of the following officers:Chairman,Vice Chairman, President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Com- pany may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached?' I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of the States of the United States of America, District of Columbia, Puerto Rico, and each of the Provinces of Canada with the exception of Prince Edward Island;and is also duly licensed to become sole surety on bonds,undertakings,etc.,permitted or required by law. I, the undersigned Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the foregoing Power of Attorney is in full force and effect. AOS 0 5 1298 Given under my hand and the seal of said Company at Warren, NJ., this day of , 19 Corporate Seal Assistant 36cnbry r5 `TXBYMW' SECTION 3 ECONOMIC OPPORTUNITY PLAN s27.- Is:: Name Lino Acorns or Reoonmg Entry 2. Feder&a anakamn: (Go n a/Awaro No.) 13. Doerr Mount m Aran: ' (Recmmnt.Gommnor.Subcontractor) a. Gemara Person: 5. Pham:Impwe Area Cora)�(�26 322-9�7( ;k• Lrr`r� 1777:!,01'3 Vic. 1 /��J GX-,v 4�l i n; 3J? e,ELi',f'. Oni 6. RacoPanoramq P. 7. Dae Aspen Suommea: Irrlioual , California 91103 - r z _ sk ie. Program Cob: , : Nn a separate Vint Ia uar Pngnm core) Part I: Employment and Training Commitment I.OF AGGREGATE NUMBER OF RACIAL/ETHNIC TOTAL NEW HIRES BY SECTION 3 HIRES WHO ARE SECTION 3 NEW CODE(S) JOB CATEGORY NEW HIRES SECTION 3 HIRES HIRES it TRAINEES 1 2 3 s 5 16 Professionals Technicians • Otfice/Clerical Trade: p / � �c.-c2 I � 0 -/a Trade: Trade: -ode: 3 Trade: Trade: Total: 'art IL Contract Award Commitment to Section 3 Businesses (0917r9.SUtaintrarteri.StmpUa s.Vendors.or Service Providers, RACUWEIHNIC NAME OF SECTION 3 BUSINESS SPECIFY CONSTRUCTION OR CONTRACT AMOUNT CODES) CONCERN NONCONSTRUCTION CONTRACT 1 2 3 4 6 6 s—. aeaMl/ELvac Codas: ProgramI Cobs: R I SKIM 202/811 6 • HOME Sou AbNnHterW 1 . WM !um a bra . Rindble ratoso = 2 = SKIM 2202/811aa1I 7 CDBG•Eedm.mern 2 • Stara A'D 3 . PutactInclin Ha0am9 D.n oms t. a a COBG•State Administered 3 • NOVO Armor Operation so MoOrtuatm 9 . Other CO Pragruru a = HtWnn/+naran 4 = H0mmas4 AMISGIMI 10. 00171'MOLLpn9 Pm9rana 6 . Hash'non(ForPan n ant) CoN ADDENDUM NO. 1 CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS FOR STREET IMPROVEMENTS ON LORICA STREET TEMPLE CITY BOULEVARD TO WEST END CDBG PROJECT NO. P76302 PROJECT NO. 98-05 IN THE CITY OF ROSEMEAD This Addendum forms a part of the Contract Documents for the above-identified project and modifies the original Plans, 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. Any proposal not incorporating certification of this Addendum shall be considered as an incomplete bid. 1. Revised Bid Schedule Revised Page C-2(e), attached. Add Bid Item Nos. 44 and 45 on Page C-2(f), attached. The attached pages shall be submitted with the Bid Proposal. 2. Revised Subsection 7-10.5 Protection of the Public The following paragraph is hereby added to Subsection 7-10.5: Contractor shall furnish and install temporary fence to replace any fence or wall that is being relocated or reconstructed during the construction of Lorica Street. The cost and expense of said labor and material shall be included in other bid items, and no separate payment shall be made. 3. Revised Los Angeles County Permit The Los Angeles County Department of Public Works permit included in Appendix of Project Specifications is hereby replaced by the attached permit. • 4. Revised Subsection 306-1.1.2 The last sentence of the first paragraph is hereby revised to read as follows: All trenches shall be backfilled and covered with temporary pavement or covered with steel traffic plates at the end of each working day. Contractor shall remove all barricades and open all lanes to through traffic at the end of each work day. 1 7 16i7 Adel M. Freij RCE 55564 Date I acknowledge receipt of this Addendum No. 1 and accept the aforementioned. Iyusr // /71P zia7, /// Date /adder icr/a��D v r�y i/.Zr1�3f di-'5 - 4es Attachments 10279\0206\6640 spec\spc6-17.al ICITY OF ROSEMEAD PROPOSAL FOR { STREET IMPROVEMENTS ON 1LORICA STREET TEMPLE CITY BOULEVARD TO WEST END f CITY PROJECT NO. 98-05 1 IN THE CITY OF ROSEMEAD ( CDBG PROJECT NO. P76302 TO THE CITY OF ROSEMEAD, as AGENCY I In accordance with AGENCY's NOTICE INVITING SEALED BIDS, the undersigned t 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. l BIDDER declares that this proposal is based upon careful examination of the work site, L 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. LBIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work,that the estimated quantities set forth in the BID SCHEDULE are solely for the purpose of comparing bids, and that final j 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 Lappurtenant 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 �(( ` i • BID SCHEDULE ( FOR ( STREET IMPROVEMENTS • 1 ON LORICA STREET ( TEMPLE CITY BOULEVARD TO WEST END CITY PROJECT NO. 98-05 IN THE CITY OF ROSEMEAD CDBG PROJECT NO. P76302 F ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT .J( 1. Clearing and grubbing. --- L.S. ___ $ 5,000 2. Unclassified excava- tion. 850 F C.Y. $ 35 $ 750 3. Asphalt concrete Lpavement. 470 TON $ - $ < ai 1 5 a 4. Crushed aggregate base. 700 TON $ 2-0 $ 1�/OOd 5. Remove and construct 3-inch thick AC over compacted subgrade. 4,850 S.F. $ Z,5 L) $ ! 21 1 Z5 6. Remove and construct 4-inch thick PCC 5 �{ ZSD behind walk or right-of- way. 850 S.F. $ $ '/ /T -774L1 7. Curb and gutter, Type A2-150(6). 1,095 L.F. $ 'Z $ 13i /1° III C-2(a) L. .1 1 I ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 1 8. Curb and gutter, variable height or to 1 match existing. 50 L.F. $ I5 $ -750 9. Construct 6-inch thick I PCC commercial driveway. 120 S.F. $ $ `160 I 10. Construct 4-thick PCC3 3 b sidewalk. 4,770 S.F. $ $ P�f 11. Construct 4-inch PCC „ li residential driveway. 2,040 S.F. $ 5: 5 ° $ ( '+ /io I 12. Construct curb ramp per APWA Standard Plan No. 111-2, Case A. 17 2 EACH $ $ V)-100 13. Relocate and re- 1_ stablish existing chain- link fence and CLF 1oPOOgate. 140 L.F. $ $ / 1 14. Construct chain-link fence and gate (swing L or rolling), per APWA Standard Plan No. 600- t 1. a. Height = 4 feet 520 L.F. $ Z S $ PI is o L b. Height = 6 feet 10 L.F. $ A S $ ,co 15. Construct concrete slough wall per LACDPW Standard L Plan 6203-0 (12 inches max.). 240 L.F. $ .1 0 $ f 600 L L L LC-2(b) I. ITEM ESTIMATED UNIT EXTENDED I NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 16. Construct 4-feet high wrought-iron fence in { kind. 35 L.F. $ So $ (? So 17. Remove trees,diameter varies from 5 inches to I 14 inches. 9 EACH $ LI S ° $ 11P 5 • I 18. Plant 24-inch box Brisbane tree. 19 EACH $ COO $ 1500 19. Construct 4-foot by 3- foot tree well and cover. 19 EACH $ (-75 $ 5i 5 I 20. Remove and install new mailbox in kind. 8 EACH $ / �-5 $ 21. Remove and install hose bib, including connection to water E supply line (size to match existing). 1 EACH $ /LS $ JL5 L 22. Construct catch basin per Plan, including local depression, removal of II existing catch basin, agency stencil, and interfering portion of existing pipe. L a. W=3.5 feet 1 EACH $ Z 5 $ Z SOU tb. W=7 feet 4 EACH $ 3, 000 $ (2- coo a. W=14 feet 1 EACH $ 3f 500 $ ;i 500 i 1 C-2(c) l ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 1. 23. Construct concrete collar per APWA Stan- 35/0 350 Sdayd Plan No 380-2. 1 EACH $ $ 24. Construct support for I conduits across trenches per APWA Standard Plan No. 224- 1 1. 2 EACH $ 5°U $ / 000 25. 18-inch RCP (2000-D). 128 L.F. $ 5-0 $ GI 11 00 1 26. 24-inch RCP (1500-D). 390 L.F. $ 75 $ 2-1,250 i27. 30-inch RCP (1750-D). 395 L.F. $ /50 $ 5 /ZS69 28. 36-inch RCP (1500-D). 56 L.F. $ I SO $ g7 q C0 0 1 29. Remove and construct local depression per t APWA Standard Plan No. 313-1, Case E, 5-O0 500 WD=7 feet. 1 EACH $ $ L30. Remove existing catch basin, backfill, and /; �J [ compact. 3 EACH $ oo $ IdSt'U 31. Construct manhole per APWA Standard Plan No. 321-1. 4 EACH $ S 000 $ 7---67)°°° 32. Construct manhole per APWA Standard Plan SQOo No. 322-1. 1 EACH $ 500 $ L33. Construct junction structure per APWA Standard Plan No. 331- S 000 5-0D 2. 1 EACH $ $ (. (_ i C-2(d) ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 34. Plug end of pipe with 8- inch thick of brick and mortar. 8 EACH $ 200 $ 1I 60o 35. Adustwatervalveframe and cover to grade. 1 EACH $ s d $ 150 36. Adjust water meter box r 22 5 and lid to grade. 19 EACH $ J $ , 37. Adjust gas meter box and lid to grade. 11 EACH $ Ica J fo5 0 $ 38. Adjust manhole frame and cover to grade. 1 EACH $ '15 0 $ 39. Furnish and install new 11/2-inch street lighting conduit and pull rope, complete per the SCE requirements. 550 L.F. $ 7-50 $ its�/ 40. Furnish and install new 3-inch street lighting conduit and pull rope, complete per the SCE L/ OD requirements. 200 L.F. $ $ 41. Furnish and install new street lighting handhole, complete per the SCE �O0 Co 00 requirements. 1 EACH $ $ 42. Public Improvements Sign. 2 EACH $ ( 000 $ 20° � 43. Signing and striping. --- L.S. --- $ (.5 00 C-2(e) ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT *44. Additional potholing, exploratory excavation, if requested by the Engineer. (0 to 5-feet deep.) 3 EACH $ K�0 $ 17-20 *45. Additional potholing, exploratory excavation, if requested by the Engineer. (Greater than 5 feet deep.) 3 EACH $ Goo $ 6'00 TOTAL AMOUNT BID IN FIGURES I f I $ I SQ TOTAL AMOUNT BID IN]W/ORDS Ire) IWnnA ci/f�r of Klin y —Pa.11�,-� -LAA ,01 eilt N,I�InIre 171 ,/ di LIS. / V ' Added per Addendum No. 1 I • C-2(f) { 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 ( 5,1....tvisiri/ CA �6zo) `IGg--311( I R-Afie/ra 1-(024iotA 1—GAAtisrApe- l ctfy o f Ot-a.�,,0i CA big) 07-61-(00 t J #V t Tree- Sw� � (-IearG u10 Ord, 1e_ LA (ZIti ) 911 -0101 AI cow, Ftml 5 vA/417, C-A (24 3)g15-1341Z_ ( L. Co 7\- /re)-1-re/ A-11114r Cewc4-4 A-LIA cA CF (67-6) T3'1-2-35-7 E gIU4, Di e l q/G, PteA„ APtat ' - , CA (1 Iii) 57g- 965"r Prior to award of contract, Contractor shall submit a list of suppliers and vendors in writing to the City Engineer. L 1 C-3 f( 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 R 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 i! 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: tse_.ete L (fin • 327) 2 4W4 cro21 SL-✓4 .r a im 4uML'( (909) PS ! GGy4 4er14-r s ..« . 7sv nilr-. Gry Az-,kg- k, (14 o C-4 896 W. Tenth Street626-6633-9232 • P.O. Box 1026 J�f�/ Con Fax 626-633-9212 Azusa. CA 91702 License A-748284 Engineering, Inc. June 22, 1998 Perspective Agency Atm: Contract Administer Re Perspective Contract Gentlemen, In the event 4-Con Engineering Inc. should be the successful low bidder for the above referenced contract, I would like to take this opportunity to demonstrate that 4-Con Engineering has the experience required to fulfil the project needs. It is 4-Con's goal to occupy a respected position in the Construction Market by maintaining, competitive con and providing well-managed professional services. Through the efforts of its two licensed civil engineers and exceptional management staff, 4-Con will competitively bid and construct Civil and Private Developments and Improvements. 4-Con consists of four highly trained skilled managers that cumulatively have more than seventy years experience in the constmction industry consisting of both field and office administration. Tne managers consist of Richard J. Garabedian, President, Cruz R Herrero, Secretary, Dieco J. DeAndrade,Vice President,and Fred E. Ecker,Treasurer. Following is a brief history and capabilities of each of 4-Con Managers; Richard J. Garabedian, President- Engineering degree from California State Polytechnic University, Pomona and a Registered Civil Engineer with the State of California, and holds a general engineering contractors license for over ten years. Experence includes bidding the following types of Public Works Projects: bridges, flood control structures, stoma drains,water and sewer lines, earthwork, road improvements and shoring systems all ranging in ,in from 5100,000 to 550,000,000 dollars. Mr. Garabedian coordinated and supernsed IGO site personal and prepared budgets, sub-contracts and schedules. He performed structure-related layout and designed formwork and shoring systems. Cruz R. Borrem, Secretary- Eighte-n years experience in construction administration and management Mr. Ferrero is highly skilled in establishing and utilizing office related computer systems in the management of a Construction Company. Experience includes contract administration that consisted of processing contract change orders; tracking -1 accounts payable and receivable to and from the Prime Contractor, Sub-Contractor, and the Owner. 1 Disco J. DeAndrade, Vice President- Engineering degree from California State Polytechnic University, Pomona and a Registered Civil Engineer with the State of California_ As a Structure's Engineer, his experience includes an extensive background in designing and constructing false.rork, formwork and shoring systems. These projects ranged in value from 32,000,000 to 51_5.000,000 dollars. As a Project Engineer and Manager he was responsible for the leadership of wort crews, the preparation and submittals of all engineering and administrative items dining the progress of the project, and for preparing and tracking job related cost and schedules. FredE. Ecker, Treasurer- Construction related education at Rio Hondo College and general education at Pasadena Community College. Over twenty-five rears experience in the construction industry as a Project Superintendent As a Project Suocrintendent his experience include a vast variety of construction projects ranging from public works to the private sector. The public.corks jobs include construction ranging from drainage basin, retention dams, channels and box culverts to seismic retrout projects. Within the pevate sector, Mr. Ecker has completed sod remediation and reconstruction, tilt up buildings, and concrete construction for high rise buildings and packing structures. Mr. Ecker has a well- established and proven track record in supervising and managing various construction projects. In summary -I-Con Engineering, Inc. is a new company specializing in the general engineering and con:trucaon of Civil and 2±-are Developments and Improvements. Ib most valuable wet is its management team It is through this team that a unique perspective on the necessity of adequately managing and providing the necessary cost controls is achieved. Sincerely, 4-Con Enginceang, Inc. Richard T. Garabedian, P.E. President X-2 vV T-c.fr 3treer P 0. '_ox 1026 ..ziaa. OA ;1702 '62E:633-9222 FAX 1625)633-9212 ' n O O- v O o O O ^ - - C - < W = - 0 cNIN- 0 in _ - _ - N _ - _ ` - < n - a N 2 o n N., W \ = i G G < G - G G i4 --o 0_. . .. V. LLfl 5-- C - p m - p neNi \ IN ry c 'O - Ll n r, - - IN 0 N ^ . - 0 ° o - nn o n N- o„' o m o 0n n 0 0 n PL. to 0 0 0mn In \ m Lc o 'fl nr 0o o o n .m C- r o co c o _ _ 0 en C - --- m. - _ r- N r o = r o ° v i ~ - V\. U '� m u 0 ` N '- 2 _r a 0 ♦ -r. R = c = c - = = = So. r u LU < G G 2 2 5, < m = _ - C 2 C h _ k N r - l c Lu _ - D - < - _ "5 To co - u m c ' x < o NV) - ^ - < - < - m �I _ _ - _ w = o o c _ --_ w In 0 �, � U = U =_ _ `to o To 4 - _ .. J 0 0 UU U CiU .. r0 0 C .. U Ci _ x N Vi y m _ m -▪ m _ _ Noc - OV m v ro - - - -o U_ -Z - - _ L _ _< - = - NJ cn 'i` 0 LO To r - r E = = � vm = 'U =, _ c = = .2' = c C r, U ry = n N o ro o _ ov - _ U „ w c - _ - - ▪ - C o - o c o m e a) Mau w - - _ a 11 C _ _ _ _ V < _ _ C = _ = n . =- F-; 5 =EF -,c7. = _ " or i- F- ? Et o U 6 U ' - - - c 5 O =m-„ o, _ 1 5 5 ocoVo0000U =vUwU0COS, _ 00.,' mc: oUJ W _ C oco n J 3 o o = :- _ U o S- in in _ G ii. w _ _ - o Tiw = c. - o = LLQ'_ a _ai V ; a W _ _ C D 3 = O, ° °E c E OW O of _ _ 22o U -U - o D • ' P _ 3 c c c c c _ _ _ r c 3 0 V II _v W3 G - - - - - c - - - - -_ ei Zr 47, IL -- = _ . 0 0 0 0 U) V) U _ = = 0 ', 0 co 0 L m O G _ 0. = - - - - - • -. - - - - O > - - - ti ^1 - - n - - c U c C -_._ _ _ _- _ — ___ _ a u y i- LU I- � n C in en On o m m m m en n c C < T 1 a _ n o c c a) C Cl Dci C n Cr.� C) m o 0 0 C2 n - 0 0 Cr W C - 0 rn • •C n o N c+ - ,� n - 6 6 a I o .c ' NV 0 v= C n c N q (0 nn C Li LC O. PC C C W = C c 0 = C) C) C o n C o -1.- re n o c N- N- C c n 0 0 m Cl o .N- ry -C C 3.- EC -U - D _ CO G O = _ ° - o = c _ Cr - ' _ - - - = - • _ _ _ -_ T. _ r _ C C y' - '` W - CV J _ _ s _ C- p _ _ _ - - - o m - - - - - - ° • = - < - - D Ea 3 < c - L. G U _ 9 a' U - _ _ < W C - ` O O - J T. i G c va _ e -G - 0 D o == J o "v _ U = - R. mc = G 10 0 - < . .. ._ U U 0 0 U coW 0 0 0 0 _ - - = a C o - no o - 0 nLo E - o c C W C U - = Qn =V C y W oo it GO 0 D D < n o O _ S _J S W O O p • d - G ad -.- _ C L C a i= 70 roLLJ 2 ynj5 L. C S m .0 oo v - - Po = .' n 6 - c_ to 0 5 = _ - o ._'_ _-- - > _ 2 ? CF. _ C S = D = c C > > > -- > _ = > = _ _ _ p b W C U c = U a D _ _ v Fi to - - c c u = v V. •= O u o o 2 a = • c - h - C 6 �. - o - -. - o C3 _ - v _ _ - w ry _ n o _ - = = c. r = IC, Co' C iC cco . __ < - v) o ry o ,n r • - no - U - - U > - - _ - - - r.o O . _ _.. _. _ _ C. w ww n n nean nc c nc n n ry 0 0 ry W. n CC) 0 n CCl Ci 0 0 0 0i V' lC 0 0) -+ c c n o = p _. _ n Si_ o - - c c ., 0 U • o in - = • 0 0 0 co r In •ry i0 7 [v n•- n - n .0 c n o0 o n w 0 0 0 n 0 -in Ci 0 0 - - 0 Or b '0 a o 0 ca c -_ ci o Q Iry 0 co .c n - in- _ c co o 00 - _ 10 n U' n 0 r v in ry w o _ - 0 in - c o - 0 c c - - - - - 0 0 c r .o c a 0 n r 0 0 0; r r r 0 o J < ^ F - - ro w y ui W � - c F -g. _ R °` w = o ° ° c 2 > = e _ P w ° ° O L m 2 N - r E _ i G'a� o `u r 3 G _ _ - L o - -- c: T. m '0 > _ -IT c m R c = - _ - - -c - _ 0 0 > c - > j p V 0 _ - = _ C L' c 2 > -0 0 = H _ co G >- 0 U = L x 5 59 - 3 9 = - < 0 - 15 o 2 E > •- c = _ _ w w _ • _ • _ o n < _ _ _ • U ..77 -a, _ J = 0 J 7 � 0 C - u 07 < _ C - - - >. d 0L - <0 0 0 0 0 _ 0 CO 0 2 c+ - �Om€ -- = 07 7 = . = R _ - - - n - ._ �- n = H • . U _ - 3 - r 0 c 0 - n O �' en A c - Q R 3 _ 0 N . O .= _ _ n t L'O _ m = c c _ 0 a _ _ _ 27__-_ _mL w • a o = = 2 0 C . U n U = = - .V) R U, U = m < m o N V m o- L _4, - E _ =5 c - - ' 3 i- - 3, c4 = -- c - 3 0 o c = o O - - - = = - 0 -2 -., 0 Co = = 0 0 r > V. °- _ - 0 0 L -. _ _L > U' - o o = 0-'N ° iii0 It 0 q 0 _C W 0 0- co fn co = U W 'co u_ CD W 'U u = C > m sr _ - - • 0 = R to1 ° . G C - 0 in ` r. N- - r o 0 CO o - - .0., 0 a - - w n. - vu a _ _L _ c C m c _o > _ = - � _ >_ oc III ti _ - _ i' f - ° (n (n V 2 C C 0 = L R > G - - _ - - _ _ - _ 0 - 0 - G =o - - = - = p g RA U C C 0 C = L_ .0 w > m 0 t_ > ° L-. l) c 0 0 1 EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE r 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 l 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- L L f C-5 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name -/ —Zeit) ac'e/A/crz/.41 - Business Business Address 296 ul. i�,J7/ .5T ( Azus,4 , G ¢ 9i 744--/02G l( Telephone No. 6 ,2-0 X33 — 9�3� f State Contractor's License No. and Class ?d424) / A FOriginal Date Issued Air /99i Expiration Date ,1o,e, 5D aerie.) The following are the names, titles, addresses, and telephone numbers of all individuals, firm members, partners,jointventurers,and/or corporate officers having a principal interest in this proposal: Eea c d£ /1,ioe44E - 44 /2Ss/ 9 GAJ/ �. /Se/lre - ivc,cgsuea',e ( �.eac ter. e5 •e/zr/2.4 —3-t.T•v��/ l The date of any voluntary or involuntary bankruptcy judgements against any principal 1 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: L /Jc All current and prior DBA's alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: //p£- C-6(a) IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, • titles, /hands, and seals of all aforenamed principals this // day of f Ff4�tcsi , 19 9? , (( BIDDER: h/-Crt/ &7 -i4/r,i2 :4-) c- • 1 X0- .ff f 44--u3-4, r/742.2 -./0-2-6 een,v1/427 ✓. 41--,9--a-,44.4,, - ,4ct..5,0 .*/T Subscribed and sworn to thisi/ day of Ari , 19f, NOTARY PUBLIC �jzs lCCC CRUZ R.BORRERO t Commission s 1169955 Nolary Puoic-Colifriia Los an�eles Counry My Cxnm.Fm'es Jan 18,2T71 L LC-6(b) RUG-05-98 09 : 18 PM 9-CON_ENGINEERING_INC 626 633 9212 P. 00 CITY OF ROSEMEAD PROPOSAL GUARANTEE BID BOND FOR STREET IMPROVEMENTS ON LORICA STREET TEMPLE CITY BOULEVARD TO WEST END .CITY PROJECT NO. 98-05 IN THE CITY OF ROSEMEAD CDBG PROJECT NO. P78302 KNOW ALL MEN BY THESE PRESENTS that 4-Con Engineerinc, Inc as BIDDER, and Great American insurance CcmrNny a corporation organized and existing under the laws of the State of Ohio 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 ofTen. Percent Nmnnt uha dollarsrs (5 ***2o.%******* ), 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) AUG-05-98 09 : 19 PM 4-CON_EHGINEERING_IHC 626 633 9212 P. 09 N IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals, this i,rh day of August , 19 9E BIDDER' 4-Con Engineering, Inc. �, � j/��%� - �� o-,ci -Pa, SURETY' Great scan Il surance Cang3ny KELLY A. SSI MAN, ATTORNEY-IN-FACT Subscribed and sworn to s day of , 19_ NOTARY PUBLIC • Provide BIDDER/ADMITTED SURETY name,address,and telephone number and the name.title, address, and telephone number for authorized representative. 4-CON ENGINEERING, INC. GREAT AMERICAN INSURANCE COMPANY 896 W. TENTH STREET 750 THE CITY DRIVE SOUTH ' AZUSA CA 91702 (626) 633-9232 ORANGE, CA (714) 740-3219 AVERBECK COMPANY INSURANCE BROKERS 3270 INLAND EMPIRE BLVD. , ,STE. 100 ONTARIO, CA 91764 I I I I I I C-7(b) • UTALI• I-UIilVIH ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA s . s . COUNTY OF SAN BERNARDINO C^. ?40-Q// before me, FRANCES LEFLER. NOTARY NOT(' , personally appeared KELLY A. SAITMAN, ATTORNEY-TN-FACT X personally known to me; or proved to me on the basis of satisfactory evidence to be the person(-r) whose namees) is/aaa subscribed to the within instrument and acknowledged to me that (he/she/then) executed the same in h=/her/_:- — authorized capacity( ioo ; , and that the entity upon behalf of which the person(s}-acted, executed the instrument. WITNESS may hand and official seal . (SEAL) yx,xx. FPANCEc LEc,ro COM td. #1058976 NOTARY- `' r SAN BERN ROINO COUNTY Sic atLIFORNIA ure PfC VOL ly Public IAYComm.EXP.MaY 1th 1999 4 CAPACITY c.ATVFD BY SIGNER: Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document . Individual( s ) Corporate Officer(s ) and Titles and Fartner( s ) Limited General X Attorney-in-Fact Trustee ( s ) Guardian/Conservator Other: Signer is representing: *xx*x****x***************i************************i******** ATTENTION NOTARY: Although the information requested below is optional , it could prevent fraudulent attachment of this certificate to unauthorized document . Title of type of document: BOND Number of pages : Date of document : Sioner( s ) other than named above: THIS CERTIFICATE MUST BE ATTACHFD TO THE DOCUMENT DESCRIBED ABOVE. usP 7 ( ( C GEM ANERICAN INSURANCE COMPANY 580 WALNUT STREET• CINCINNATI, OHIO 45202• 513-369-5000• FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than No. 0 13789 THREE POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name,place and stead to execute in behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JAY P. FREEMAN ALL OF ALL KELLY A. SAITMAN ONTARIO, UNLIMITED DONALD R. DES COMBES CALIFORNIA This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 3rd day of September . 19 97 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OH10, COUNTY OF HAMILTON -- ss: On this 3rd da) of September,. 1997 , before me personally appeared GARY T. DUNBAR, to me known,being duly sworn,deposes and says that he resided in incinnati,Ohio,that he is the President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal;that It was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I, 1993. RESOLVED_ That the Division President.the several Division Vice Presidents and Assistant Vice Presidents,or anyone of them, be and hereby is authorized,from time to time,to appoint one or more Attorneys-In-Fact to execute on behalf of the Company,as surety,any and all hands. undertakings and contracts of suretyship, or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority:and to revoke any such appointment at any time. RESOLVED FURTHER. That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed hr l;tcsimilc to any power of attorney or certificate of either given for the execution of any bond, undertak ini contractor.suret'chip.or other all Ica obligation in the nature thereof,such signatur'eandseal when so used being het cbs adopted by the Company as the original Siena fort'of such of❑ccr and the original seal of the Company. to he valid and binding upon the Company with the same force and effect its thoupn manually affixed. CERTIFICATION I, tONAl ]) C. HAILS, Assistant Secretary of Great American Insurance Company,do hereby certify that the foregoing Power of AuurBey and the Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now In full force and effect. Signed and scaled this 7' day of a(7C-L,(j19 (76-- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT . gAr. 'eeK,aaxi,: . 'tk... • . . ':VS'.• s7=2s srl.rsss;sata^ .sAT:K;rH.ss NSTS iat-.«^2222.2 ss5ssaa ^.sem, a State of California . 1 County of San Bernardino On ,,,y.(e s/ // /SSP before me, Cruz R. Barrens. Notary Public , 1 L)te Name and I or()Ulcer re 9.'Jane Uae,Nolary Public Personally appeared Richard J. Garabedian Namels}of b,gnerls) 4 Z personally known to me ❑ proved to me on the basis of satisfactory evidence CRUZ R.BORRERO to be the person(43 whose name4s) ishase subscribed to the Commission M 1169955 within instrument and acknowledged to me that hehey `zz ' ',`a- Notary Public-California £ executed the same in hisihey authorized capacity(iec),• 9 Los Mgeles County - and that by his/shehther/ signature(s) on the instrument the N3 '...M My Co-nm,Epies Jan to 202 person444, or the entity upon behalf of which the person464 „Psacted, executed the instrument. N ig WITNESS my hand and official seal. lti 1 `/ a ure notary P-ublic --- r -- --- OPTIONAL y 0 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. fs Description of Attached Document I Title or Type of Document: "14..3 //o.v� 0 4 Document Date: /luyees i ''///y a Number of Pages: c2 1 Signer(s) Other Than Named Above: 447/1 .., 5;44 7244A.4) titCapacity(ies) Claimed by Signer(s) • Signer's Name: Richard J. Garabedian Signers Name: NIA I o ❑ Individual El Individual Ts ® Corporate Officer ❑ Corporate Officer s Title(s): President Title(s): o i ❑ Partner-- ❑ Limited ❑ General ❑ Partner-- ❑ Limited ❑ General s Attorney-in-Fact❑ y- ❑ Attorney-in-Fact AP si ❑ Trustee ❑ Trustee �� RIGHT IDBMBPBINT RIGHT TNBMBPNM • ❑ Guardian or Conservator DESIGNER ❑ Guardian or Conservator OF SIGNER ❑ OtherTop ofthumb here ❑ Other: Top of thumb here cs 0s Signer is Representing: Signer is Representing: F O 2 0 4-Con Engineering, Inc is I StiNNSSZTAWs esnsaaass: TRa,es,�saaa .e's,.s.STZZ.,.aT, sc.^,. ZZSZ ,.EZNNSISIZZac sir°. ss,.�s aS&VoI SECS :..� s6 • t • t u TS FOR CDBG FUNDED PROJECTS ANY PRIME CONTRACTOR OVER 5100,000 IS SUBJECT TO THESE REQUIREMENTS. THE SECTION 3 ECONOMIC OPPORTUNITY PLAN MUST BE SUBMITTED WITH THE BID. OF THE NEW HIRES NEEDED FOR THE PROJECT - GOAL IS 30% OF ALL NEW HIRES TO BE LOW INCOME. THESE WOULD BE SECTION 3 NEW HIRES - DEF'N: 1)RESIDE IN COUNTY 2)LOW INCOME FAMILY (SEE SECTION 3 RES. FORM FOR PARAMETERS) SECTION 3 BUSINESS CONCERN PARTICIPATION- GOAL IS 3% OF CONTRACT - DEF'N: 1) 51 PERCENT OWNED BY SECTION 3 RESIDENTS, OR 2) 30% OF FULL TIME EMPLOYEES ARE SECTION 3 RESIDENTS 3) 25 PERCENT OF CONTRACT OR SUBCONTRACT IS AWARDED TO SECTION 3 BUSINESS CONCERNS THE AWARD OF CONTRACT WILL BE TO THE ECTION 3 PARTICIPANT WITH THE LOWEST BID, IF THE BID IS WITHIN 10% OF THE LOWEST RESPONSIVE BID. TO BE CONSIDERED A SECTION 3 PARTICIPANT, SOME SECTION 3 NEW HIRE OR SECTION 3 BUSINESS PARTICIPATION MUST BE SHOWN ON THE SECTION 3 PLAN. SECTION 3 PLAN MUST BE FILLED OUT AND SUBMITTED WITH THE BID OR BID WILL BE NON-RESPONSIVE. ALL BACKUP DOCUMENTATION FOR SECTION 3 BUSINESS CONCERN'S AND SECTION 3 RESIDENTS WILL BE GATHERED LATER. (PARTICIPATION WILL ' REQUIRE CERTIFICATION FORMS FOR EACH BUSINESS SUBMITTED PRIOR TO AWARD OF CONTRACT.) (RESIDENT CERIFICATION FORMS WILL BE REQUIRED FOR NEW HIRES, BUT AFTER THE AWARD OF CONTRACT.) SECTION 3 REOLIIREMENTS FOR CDBG EIINDED PROJECTS ANY PRIME CONTRACTOR OVER$100,000 IS SUBJECT TO THESE REQUIREMENTS. THE SECTION 3 ECONOMIC OPPORTUNITY PLAN MUST BE SUBMITTED WITH THE BID. OF THE NEW HIRES NEEDED FOR THE PROJECT- GOAL IS 30% OF ALL NEW HIRES TO BE LOW INCOME. THESE WOULD BE SECTION 3 NEW HIRES - DEF'N: 1)RESIDE IN COUNTY 2) LOW INCOME FAMILY (SEE SECTION 3 RES. FORM FOR PARAMETERS) SECTION 3 BUSINESS CONCERN PARTICIPATION - GOAL IS 3% OF CONTRACT - DEF'N: I) 51 PERCENT OWNED BY SECTION 3 RESIDENTS, OR 2) 30% OF FULL TIME EMPLOYEES ARE SECTION 3 RESIDENTS 3) 25 PERCENT OF CONTRACT OR SUBCONTRACT IS AWARDED TO SECTION 3 BUSINESS CONCERNS THE AWARD OF CONTRACT WILL BE TO THE SECTION 3 PARTICIPANT WITH THE LOWEST BID, IF THE BID IS WITHIN 10% OF THE LOWEST RESPONSIVE BID. TO BE CONSIDERED A SECTION 3 PARTICIPANT, SOME SECTION 3 NEW HIRE OR SECTION 3 BUSINESS PARTICIPATION MUST BE SHOWN ON THE SECTION 3 PLAN SECTION 3 PLAN MUST BE FILLED OUT AND SUBMITTED WITH THE BID OR BID WILL BE NON-RESPONSIVE. ALL BACKUP DOCUMENTATION FOR SECTION 3 BUSINESS CONCERN'S AND SECTION 3 RESIDENTS WILL BE GATHERED LATER. (PARTICIPATION WILL ' REQUIRE CERTIFICATION FORMS FOR EACH BUSINESS SUBMITTED PRIOR TO AWARD OF CONTRACT.) • (RESIDENT CERIFICATION FORMS WILL BE REQUIRED FOR NEW HIRES, BUT AFTER THE AWARD OF CONTRACT.) SECTION 3 ECONOMIC OPPORTUNITY PLAN "S:E15• 1• Name and Amress of Revomrg Entry 2. Fears ant bop (CanmaAwam No.) 3. Dower Amount of Awam. '(Reap.ent.Contanor,Suvmmranrnl 4. Contact Person: 5. Prow:immune Area C Code) G. RpolUng Pant 7. Dar Renin Sunnmea: 6. Pmgrem Code: ; : Asea waists Sliest tot mm Ptogrnn mune) Part 1: Employment and Training Commitment %OF AGGREGATE NUMBER OF RACIALIETHNIC TOTAL NEW HIRES BY SECTION 3 HIRES WHO ARE SECTION 3 NEW CODES) JOB CATEGORY NEW HIRES SECTION 3 HIRES HIRES&TRAINEES 1 = 5 6 Professionals ' Technicians Office/Clerical Trade: /a�i+/ Trade: Trade: • ( de: Trade: Trade: Total: tart It Contract Award Commitment to section 3 Businesses (C4..U0rt0rs,subcontractors.suppliers,vendors,or Service Providers) RAWLIETHNIC NAME OF SECTION 3 BUSINESS SPECIFY CONSTRUCTION OR CONTRACT AMOUNT COOETS) CONCERN // .f � /NONCONSTRUCTION CONTRACT /�A/ 1 2 3 4 5 6 erfol /��//T lO/1 ��Aoco-/Aq i5 71- ,s////'�r5 / A)Day id/ JfOr, "Win, /n 4- t c<104, 3/7""/rmia7J 70/ /1/T-// p� 1L //1/1/l4c/(J/S aid rip Oli/ll ) ( Racial/Ethnic Codes: Program Cady: 1 Fledge SrdsMY 6 a HOME Slab AdmnlGand 1 . WIN Amen= 2 a Section 202/911 7 • CMG•bNbment 2 a MSc AmerCen 3 a Pufficnneun Housing O.=ntgmert e e CMG•State AMYneaer d 3 a Naate Amara+ Odendon rad ModerntZ2DOnMoos 9 a Owner CO Pmgrems 4 e Hispnic Amerai 4 s Hanle=Aa:S=0 10- Omer Hamp Programs 5 a Aeon Peddle Arnett= 6 HeC®c Jere(Fou PenlI tom 5 = HOME Instructions: This form is to be used to report accomplishments regarding employment,training and contracting oppornmities provide>3 to low-and very low-income persons under Section 3 of the Housing and Urban Development Act of 1968. 1. Reporting Entity: Enter the name and address of the recipient,contractor,or subcontractor,as appropriate. 2. Federal Identification: Enter the number that appears on the award form The award may be a grant, cooperative agreement or contract 3. Dollar Amount of Award Enter the dollar amount,rounded to the Dearest dollar,received by the recipient, contractor,or subcontractor. 4&5. Contact Person/Phone: Enter the name and telephone number of the person with Imowlcdgc of the award and the recipient's implementation of Section 3. 6. Reporting Period: Indicate the time period(months and year)this report covers. • 7. Date Report Submitted: Enter the appropriate date. 8. Program Code: Enter the appropriate program code as listed at the bottom of the page. Part I: Employment and Training Opportunities 1. Total New Hires by Job Category Report job categories of newly hired etaployees and number of new hires by job category. C2. Section 3 New Hires: Report number of Section 3 new hires by job category. 3. Percentage of Aggregate Hires Who are Section 3 Hires: Enter the percentage of Section 3 new hires for each job category. 4. Number of Section 3 New Hires and Train Report comber of Section 3 new hires and trainees by job category 5. Racial/Ethnic Code: Enter the number of Section 3 new hires under appropriate racial/ethnic code(1-5). Part II: Contract Opportunities 1. Name of Section 3 Business Conan: Enter the name of each Section 3 bnsinme concern who received a contract award 2. Construction orNmmastruaion Contract Specify if the Section 3 business concern is a construction or nonumsWction contractor. 3. Contract Amount.' Ener the contract amount awarded to a Section 3 business concern 4. Racial/Ethnic Code. Enter the number of Section 3 business concerns under appropriate racial/ethnic code (1-6)reflecting business ownaship. 4-2 EXHIBIT 5 SECTION 3 RESIDENT CERTIFICATION FORM Resident's Name: - CResident's Address: I hereby certify that I am a Section 3 resident based on the following qualification: 1. _ Public housing resident (Specify project) : , or 2. _ Resident in the metropolitan area or nonmetro- politan county in which the Section 3 covered assistance is expended, and a resident who is a low- or very low-income person. Please check your household size and annual income level (from all sources) : Household Size Low Income Moderate Income _ 1 _ $17,950 or less _ $17,951 to $28,150 _ 2 _ $20,500 or less _ $20,501 to $32,150 3 _ $23,100 or less _ $23,101 to $36,200 _ 4 $25,650 or less _ $25,651 to $40,200 _ 5 _ $27,700 or less _ $27,701 to $43,400 6 _ $29,750 or less _ $29,751 to $46,650 C — 7 $31,800 or less $31,801 to $49,850 8 $33,850 or less $33,851 to $53, 050 Specify racial/ethnic background: White American Black American _ Native American Hispanic American Asian Pacific American The undersigned by his/her signature affixed hereto declares under penalty of perjury that the above information is complete and correct. Date Signature of Section 3 Resident To Be Completed by Agency Preference Category: Targeted Service Area Youthbuild _ McKinney Homeless _ Other Section 3 Income Level: _____ Low Very Low Census Tract No: SECTION 3 BUSINESS CERTIFICATION FORM CName of Business: Business Address: Telephone Number: Contract Amount: The above mentioned business firm is a Section 3 business concern based on the following qualification: 1. 51 percent owned by Section 3 residents, or 2. Permanent, full-time employees include at least 30 percent Section 3 residents, or 3. Written commitment to subcontract more than 25 percent of contract amount to business concerns who meet Section 3 qualification stated in paragraph 1 or 2, above. Specify ethnicity of business ownership: White American _ Black American _ Native American Hispanic American _ Asian Pacific _ Hasidic Jews The undersigned by his/her signature affixed hereto declares under penalty of perjury that the above information is complete and correct. Date Signature Print Name Title To Be Completed by Agency Preference Category: Targeted Service Area Youthbuild Other Section 3 Business Census Tract No: 6-1 08/10/99. 16:24 FAX 6952120 WILLDAN ASSOC 2002 ADDENDUM NO. 1 CONTRACT DOCUMENTS SPECIFICATIONS AND STANDARD DRAWINGS FOR STREET IMPROVEMENTS ON LORICA STREET TEMPLE CITY BOULEVARD TO WEST END CDBG PROJECT NO. P76302 PROJECT NO. 98-05 IN THE CITY OF ROSEMEAD This Addendum forms a part of the Contract Documents for the above-identified project and modifies the original Plans, 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. Any proposal not incorporating certification of this Addendum shall be considered as an incomplete bid. 1. Revised Bid Schedule Revised Page C-2(e), attached. Add Bid Item Nos. 44 and 45 on Page C-2(f), attached. The attached pages shall be submitted with the Bid Proposal. 2. Revised Subsection 7-10.5 Protection of the Public The following paragraph is hereby added to Subsection 7-10.5: Contractor shall furnish and install temporary fence to replace any fence or wall that is being relocated or reconstructed during the construction of Lorica Street. The cost and expense of said labor and material shall be included in other bid items, and no separate payment shall be made. 3. Revised Los Angeles County Permit The Los Angeles County Department of Public Works permit included in Appendix of Project Specifications is hereby replaced by the attached permit. 06/10/9S 16: 24 FAX 6952120 9ILLDAN ASSOC 2003 4. Revised Subsection 306-1.1.2 The last sentence of the first paragraph is hereby revised to read as follows: All trenches shall be backfilled and covered with temporary pavement or covered with steel traffic plates at the end of each working day. Contractor shall remove all barricades and open all lanes to through traffic at the end of each work day. .624 :72-7 17' la' r7 Adel M. Freij RCE 55564 Date I acknowledge receipt of this Addendum No. 1 and accept the aforementioned- PALP INC.... DBA EXCEL PAVING COMPANY • AUGUST 11, 1998 CP /, Date Bidder C.P. BROWN, PRESIDENT • Attachments 10279\0206\6640 speclspc8-17 aI CITY OF ROSEMEAD PROPOSAL FOR ( STREET IMPROVEMENTS ON LORICA STREET TEMPLE CITY BOULEVARD TO WEST END CITY PROJECT NO. 98-05 IN THE CITY OF ROSEMEAD CDBG PROJECT NO. P76302 ■ 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, E 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. 1 BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work,that the estimated quantities set forth in the BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump-sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that in the event of the BIDDER's default in executing the required contract and filing the necessary bonds and insurance certificates within 10-working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become • the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. C-1 r . , BID SCHEDULE FOR STREET IMPROVEMENTS ON LORICA STREET TEMPLE CITY BOULEVARD TO WEST END CITY PROJECT NO. 98-05 tIN THE CITY OF ROSEMEAD CDBG PROJECT NO. P76302 ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT g� / 1. Clearing and grubbing. --- L.S. --- $ /XJJ5 i� CJ 4/.L5 0- 2. Unclassified excava- tion. 850 F C.Y. $ r Go $ [- 3. Asphalt concrete Ipavement. 470 TON $ "9r Q $ 4. Crushed aggregate base. 700 TON $/b. CO $ 5. Remove and construct 3-inch thick AC over compacted subgrade. 4,850 S.F. $ Z $ 6. Remove and construct 4-inch thick PCC behind walk or right-of- way. f 850 S.F. $ 2 , 90 $ `-_ 7. Curb and gutter, Type A2-150(6). 1,095 L.F. $_/7 $ 1 L C-2(a) .I ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 1 8. Curb and gutter, • variable height or to 1 match existing. 50 L.F. $ Alr 00 $ 9. Construct 6-inch thick PCC commercial driveway. 120 S.F. $ 17 25— $ f 10. Construct 4-thick PCC sidewalk. 4,770 S.F. $ 2, 70 $ 1 Construct 4-inch PCC residential driveway. 2,040 S.F. $ 0, 90 $ r 12. Construct curb ramp l per APWA Standard Plan No. 111-2, Case A. 2 EACH $ ve._"/ d6 $ 1. 13. Relocate and re- 1 stablish existing chain- link fence and CLF gate. 140 L.F. $ /Q r Ob $ 1 14. Construct chain-link fence and gate (swing I or rolling), per APWA Standard Plan No. 600- 1. I a. Height =4 feet 520 L.F. $ 2— " $ b. Height = 6feet 10 L.F. $ PO ,06 $ 1 15. Construct concrete slough wall per LACDPW Standard Plan 6203-0 (12 inches max.). 240 L.F. $ 47, a0 $ l L L ! C-2(b) I ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 1 16. Construct 4-feet high wrought-iron fence in kind. 35 L.F. $ 7,5, OO $ 17. Remove trees,diameter varies from 5 inches toOa'14 inches. 9 EACH $ /'O r $ / 18. Plant 24-inch box Brisbane tree. 19 EACH $ 4 O t 00$ 19. Construct 4-foot by 3- foot tree well and cover. 19 EACH $ /68, 6 ° $ [ 20. Remove and mailbox in kindstall new 8 EACH $ 0' p o $ L 21. Remove and install hose bib, including connection to water I supply line (size to pp match existing). 1 EACH $ Y2'}' $ q&-: OO 1 22. Construct catch basin per Plan, including local depression, removal of existing catch basin, Iagency stencil, and interfering portion of existing pipe. a. W=3.5feet 1 EACH $L/ 27Or®$ 2Z70,00 O b. W=7 feet 4 EACH $2/9, '0 $ a. W=14 feet 1 EACH $,3/906` $ 37`B00, pO 1 C-2(c) r ITEM ESTIMATED UNIT EXTENDED ( NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 1 23. Construct concrete collar per APWA Stan- t' tan- e ( dard Plan No. 380-2. 1 EACH $ 7COr 0 $ 720,00 l 24. Construct support for I . conduits across trenches per APWA Standard Plan No. 224- 00 1. 2 EACH $ 9j�` $ I 25. 18-inch RCP (2000-D). 128 L.F. $ 95. 00 $ I . 26. 24-inch RCP (1500-D). 390 L.F. $125 Oa $ A 27. 30-inch RCP (1750-D). 395 L.F. $/&9/ 00 $ 28. 36-inch RCP (1500-D). 56 L.F. $/&Z. G"O$ I29. Remove and construct local depression per 1 APWA Standard Plan No. 313-1, Case E, W D=7 feet. 1 EACH $ 4 fi oG $ 6-5-5/c9° 1 30. Remove existing catch basin, backfill, and compact. 3 EACH $F's©/D0 $ 31. Construct manhole per APWA Standard Plan , DO No. 321-1. 4 EACH $ -4,nr $ L 32. Construct manhole per APWA Standard Plan �b 74 pU OZ0 CG No. 322-1. 1 EACH $ $ / I_ 33. Construct junction structure per APWA Standard Plan No. 331- r OG I 2. 1 EACH $l/.7&- $ / IC0, 00 l t_ C-2(d) 08/10/08 16:24 FAX 6952120 ULLDAN ASSOC Q1004 ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 34. Plug end of pipe with fl- inch thick of brick and 8 EACH $ �° $ mortar. 35. Adust water valve f rame 1 EACH $ 99` 6D $ 9G`i 'Qd and cover to grade. 36. Adjust water meter box 19 EACH $FP' OCA $ and lid to grade. 37. Adjust gas meter box 11 EACH $90' 0� $ and lid to grade. C 00 38. Adjust manhole frame 1 EACH $ �9' $ 99U`0O and cover to grade. 39. Furnish and install new 1Y:-inch street lighting conduit and pull rope, complete per the SCE 550 L.F. $ SO $ requirements. 40. Furnish and install new 3-inch street lighting �F� conduit and pull rope, complete per the SCE 200 L.F. $174_0_6j) $ requirements. 41. Furnish and install new street lighting handhole, complete per the SCE ��,D $ �,SG, 00 requirements. 1 EACH $ 42. Public Improvements // re Sign. 2 EACH $//� 5) 1.2$ 43. Signing and striping. L.S. 1/752-0 O C-2(e) 08/10'99 16:25 FAX 6952120 SPILLDAN ASSOC 2005 ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT *44. Additional potholing. exploratory excavation, if requested by the Engineer. (0 to 5-feet 6 deep.) 3 EACH $ cBe)r° $ *45. Additional potholing, exploratory excavation, if requested by the Engineer. (Greater than 5 feet deep-) 3 EACH $TB6r11° $. _ • �7.dO TOTAL AMOUNT BID IN FIGURES en- G. cQ� d c..0 _ TOTAL AMOUNT BID IN WORDS Ars satas irwi� trat art - L. -.f aj 114(g2a0 SAT,cy-syyryletts-tfrvfij /la/dine -47) j T)r r _sFo io O6�N-r2$ * Added per Addendum No. 1 C-2(f) SECTION 3 ECONOMIC OPPORTUNITY PLAN Era's i eqq(7,127, 6C 2 Feddd toentt s.on: (CumacArem NO.) 3. Durr . t a Aran-_ L Nims end Awmss or R ub nlr cOEntrry _ - ,Jpy n �r Madmen'.Contractor.Sanwmraooq CDBG Project No. P76302 {�J r PALP Inc. dba Excel Paving Co. a' CantidPer"1: 5. Prase: .notue Area 2230 Lemon Ave. Dave Garrett 562/599-5841 P.O. Box 16405 e 7 Date Rrmnsuwimen Long Beach, CA. 90806 6. RoaorwB Pngd a Program COM: : (Use a federate snort tar amen cone) Part 1: Employment and Training Commitment I %OF AGGREGATE NUMBER OF RACIAIJETHNIC TOTAL NEW HIRES BY SECTION 3 HIRES WHO ARE SECTION 3 NEW CODE(S) JOB CATEGORY NEW HIRES SECTION 3 HIRES HIRES&TRAINEES 1 2 3 4 5 6 Professionals Technicians Office/Clerical ``II Trade: 61 a-tr /Ar`1 V Trade: Trade: `( de: Trade: . Trade: Total: 'art It Contract Award Commitment to Section 3 Businesses )Contractors.submntracmrs,Suppliers.Veneers,or service Provide-) RAOALIETHNIC NAME OF SECTION 3 BUSINESS SPECIFY CONSTRUCTION OR CONTRACT AMOUNT CODE(S) CONCERN NONCONSTRUCTION CONTRACT 1 2 3 4 6 6 `. Program Coda: RecWIEdv*Coda: 1 . Fbtade S3tSdy 6 . HOME State AdmaaCered 1 . WNW Antdton 2 It Section 2CL611 7 - CDBG-Entitlement 2 . Back American 3 a Poopoi dN Housing Dr ebPm°nl 5 • CDBG-Stat M rd etered 3 . Naive Amaron Operawn and Moasmlaam B . Other m Programs a . Hispanic Ammon a e Hand=Asrallrto 10. Other Hamng Pmgratra 5 . Asian Paotc Annan tl may) 6 a Hanle JeerSeel(for S = HOME 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 F f)/4f?/19F�4)cr, fe,iCt o,E1c ` 6}/fiVi 4y Z/3 FS:5 L /s o 4/78 (grcigj /WAS(°. &;t2t•,0.aj 74-7, 54-(62).-?1523,57 /146ic,C-C'E (-% 41-4 C Gc 'h ��d ackzE, 7t ? 97,/Y2o2 gl� GPD /" £ 4f ,4q, 5C4-fA i/ --/.(/ ILS - t 6.S4-.-(7/V5 o90 f6O 1 I I Prior to award of contract, Contractor shall submit a list of suppliers and vendors in writing L to the City Engineer. L C-3 �- REFERENCES SEE ATiACH_D 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: t Name and address of owner Name and Telephone number of person familiar with project (� Contract amount Type of work Date completed I 2. Name and address of owner l 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 1 Contract amount Type of work Date completed C The following are the names, addresses, and telephone numbers for all brokers and sureties from whom BIDDER intends to procure insurance and bonds: IL L L C-4 �. 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. r 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 L l L L C-5 IBIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name ?ALP, INC: LTA Business Address 2233 i. rLONG LH. . . . ..,3 I rC/y :cn_c^nt Telephone No. - State Contractor's License No. and Class • 'c. CO "A" Original Date Issued \\ -2-yr) Expiration Date MA'r j 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 I in this proposal: 23O `r&' v P.TNZUE LC!'-1C _ , cy^.i 15627 ccoc^•1 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: tiIc L All current and prior DBA's alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: PAI P, L l L C-6(a) • CITY OF ROSEMEAD PROPOSAL GUARANTEE BID BOND FOR STREET IMPROVEMENTS ON LORICA STREET TEMPLE CITY BOULEVARD TO WEST END CITY PROJECT NO. 98-05 IN THE CITY OF ROSEMEAD CDBG PROJECT NO. P76302 KNOW ALL MEN BY THESE PRESENTS that Palp Inc. dba Excel Paving Company as BIDDER, and Federal Insurance Company a corporation organized and existing under the laws of the State of and duly authorized to transact business under the laws of the State of California, as SURETY, are held and firmly bound unto the City of Rosemead, as AGENCY, in the penal sum of Ten percent of the total amount of the bid dollars ($ 10% ), which is 10 percent of the total amount bid by BIDDER to AGENCY for the above-stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above-stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. C-7(a) IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals, this 5th dayof August , 19 98 . BIDDER' Palp Inc. dba Paving Company 2230 Lemon Av Long Beach, Ca 90806 562-599-5841 C. P. B'C\VN / SURETY' Federal Insurance Company 801 So. Figueroa Street, Los Angeles, CA 90017 213-612-0880C I/�`' 1 Linda D. Coats, Attorney in Fact Subscribed and sworn to this day of , 19 NOTARY PUBLIC • Provide BIDDER/ADMITTED SURETY name, address, and telephone number and the name,title, address, and telephone number for authorized representative. Rapp Susrety Services 23461 South Pointe Drive No. 345 Laguna Hills, CA 92653 949-457-1060 C-7(b) ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles on AUG 0 5 1'x52 before me, CHRISTOPHER J. COATS. NOTARY PUBLIC Dale Name,Title of Officer-e.g."done Doe, Notary Public" personally appeared LINDA D. COATS Names(s)of Signer(,) 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 on behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal, dd RISTOPHER J. COATS �, yaIA N(ftd (nD Si mare of Nomr ATTENTION NOTARY: Although the information requested below is OPTIONAL,it could prevent fraudulent attachment of this certificate to unauthorized documents. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Date of Document OPTIONAL SECTION/ CAPACITY CLAIMED BY SIGNER _Ind ivid ual(s) _Partner(s) _Attorney-in-Fact Corporate Other Of Title(s) . SIGNER IS REPRESENTING: Name of persons or entity(ies) POWER OF ATTORNEY FEDERAL INSURANCE COMPANY ATTN: SURETY DEPARTMENT 15 Mountain View Road, Warren, NJ 07059 (908) 580-2000 Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted and appointed, and does hereby constitute and appoint Douglas A. Rapp and Linda D. Coats of Laguna Hills, California each its true and lawful Attorney-in-Fact to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to-wit 1. Bonds and Undertakings(other than Bail Bonds)filed in any suit, matter or proceeding in any Court,ar filed with any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking. 2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the laws or regulations relating to Customs or Internal Revenue;License and Permit Bonds or other indemnity bonds under the laws,ordinances or regulations of any State,City,Town,Village,Board or other body or organization,public or private: bonds to Transportation Companies,Lost Instrument bonds;Lease bonds,Workers'Compensation bonds.Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public officials. a Bonds on behalf of contractors in connection with bids, proposals or contracts. In Witneu Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By-Laws, caused these presents to be signed by its Vice President and Assistant Secretary and its corporate seal to be hereto affixed this 10th day of - March 1994 Corporate Seal m w e s r" FEDERAL INSURANCE COMPANY s18 • . BY n ,, Kenneth C. Wendel Gerardo G. Mauriz Assistant Secretary Vice President STATE OF NEW JERSEY 5s. County of Somerset On this 10th day of March 19 94 , before me personally came Kenneth C. Wendel to me known and byme known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, the corporation described in and which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By-Laws of said Company. and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority;and that he is acquainted with Gerardo G. Mauriz and knows him to be the Vice President of said Company, and that the signature of said Gerardo G. Mauriz subscribed to said Power of Attorney is in the genuine handwriting of said Gerardo G.Mauriz and was thereto subscribed by authority of said By-Laws and in deponent's presence. Notarial Seal usit F eceAcknowledged and Sworn to before roe $ ^ on the date ab pv� written. ,` 1/`i ✓ll l - ( t , c.n,7 Tr-Yv0.., J Notary PUDIic Pc ,,o S,yaof nAw Iers6P No. 2053520 Cromireiac Fapyn;Oae;,ye 2, 1994 Form,Stoc,y(Ret 1643)GENEMI M-556Z71660) uIN sr. r State of CAL:FORNIA RIGHT THUMBPRINT 101auon•O County of LOS ANGELES br On t7 — I a. -Ci V before me Celeste A. Graham, Notary Public [OATH WAARrnLE Or or F¢EF+.e.JANE DOE.NOTARY PUBLIC-) personally appeared Palp Inc. DBA Excel Paving Company INAMEISI OF SIGNERISI) by C.P. Brown President CAPACITY CLAIMED BY SIGNERISI 0 IND IV ID U A LISI °CORPORATE E personally known to me -OR- 0 proved to me on the OEFCCER15l frfhps, basis of satisfactory OPARTNERISI °LIMITED evidence to be the OGENERAL person(s) whose name(s) °ATTORNEY IN FACT Is/are subscribed to the OTRUSTEEIS) within instrument and °GUARDIAN/CONSERVATOR acknowledged to me that °OTHER: he/she/they executed the j------------- OFFICIAL SCAT. same in his/her/their 1 CELESTE A.GRAHAM rn authorized capacitylies), SIGNER IS REPRESENTINO: NOTARY PUBLIC-CALIFORNIA — and that by his/her/their Name of P.,.nnlO or Enmyu.n commissION a 11AS10a signature(s) on the yAir, Los ANGELES CoUNTY instrument then the ls), My Commission Exp.dDly 30,2001 or the entity upon behalf of which the person(s) acted, executed the instrument. RIGHT THUMBPRINT lOption•II Witness my hand and official seal. _ 3 ISEAEI X2441 / - 15 G ATURE OF NOTARY) CAPACITY CLAIMED BY SIGNERISI . OINDIVIDUALISI °CORPORATE ATTENTION NOTARY oFEICERIs The information requested below and in the column to the right is OPTIONAL. /mi`TI Recording of this document Is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any OPARTNERISI °LIMITED unauthorized document. °GENERAL CIATTORNEY IN FACT THIS CERTIFICATE Tale or Type of Document OTRUSTEEIS) MUST BE ATTACHED ❑GUARDIAN/CONSERVATOR TO THE DOCUMENT Numbs of Pages Date of Document °OTHER'. DESCRIBED AT RIGHT. Sgne,ml Other Than Named Above SIGNER IS REPRESENTING: (Name of Per.onl ei or Entity lieel rFC RM « m¢ n e3140 A .]94 , e e >9-hal IG FS 1994 WoL CO TTS FORMS.INC. ALL PURPOSE ACKNOWLEDGMENT WIN SIGNER CAPRCONGREPRESENTATIONIThiC FINGERPRINTS 1111111111 II II •••• BIO ANALYSIS "" .IN 10279 ROSEMEAD STREET :MP ON LORICA ST FR TEMPLE CITY BLVD TS CT_ WEST END o /:2/98 ITEM OU4IIT_Y UNI: DESCRIPTION ENURE EST:MATE AVERAGE BID LOW BID LS GEARING AND GRUBBING $ 3,999.00 S 35,606.57 $ 5,000.00 1 2 1 2 05C CY UNCLASSIFIED EXCAVATION 5 25.00. 5 35-34 $ 17.00 1 5 1 3 456 TON ASPHALT CONCRETE PAVEMENT 5 35 CC S 35.60 S 31.20 1 7 1 4 706 TON CRUSHED AGGREGATE BASE $ 20 CC 5 16.49 $ 15.00 1 3 1 5 4,P50 SF FNN CONST 3IN THICK AC OVER GRADE $ 3.00 5 2.03 5 1.25 ( 4 ( 4 850 SF R ,' CONST 4139 THK PCC 666161 TALK $ 900 S 5.06 $ 2.90 1 3 1,095 Li CURB AND GUTTER TYPE A2 150 6 $ 14.00 $ 13.83 $ 11.80 1 1 , 8 IC LE CPJ AND G7TR VARIABLE HOT OR TO MTCH $ 18.00 5 15 80 5 12 CC 1 1 I 9 120 SF CONST GIN THK PCC COMM DRVFY 5 4.50 $ 5.46 5 3.00 1 I ) 19 4,770 SF CONST 4N THK PCC SDWLK 5 3.DD $ 2.66 5 2.CC ( 1 11 2,140 S. CONST 4:N PCC RES SOWLK 5 3.50 5 3.23 5 2_2$ . 1 12 2 EACH CNST ORB RMP PER APWA 111 2 CASE A 5 700-[105 725,60 S 27C) OC 17 13 40 LF R0LOC REESTAB EXIST CL FNC AND CLF _ 20.00 $ 10.36 $ 9.0C ( S 14A 520 L. CNST CL FENCE AND GATE 4FT 5 25.00 $ 2_.35 $ 12.20 [ 7 14B 10 _. CNST CL FENCE AN3 GATE 6_T 5 9.0.00 $ S-OD $ 24.00 [ 4 _: 240 IF CNST CNCRT SLOUGH WA73, 5 22.00 $ 3055 $ 9.05 [ 7 1 :5 35 IF CNST 4FT HIGH WRGHT IRE FNC IN KIND S 40.00 $ 61100 $ ♦. 9 EACH P.$J TREES DTA VARIES FR 5 TO ]GINS 5 _.0.09 $ 78: 43 $ 130.00 ( 7 _5 :9 EACH PLANT 24IN BOX BRISBANE TREE S 350.00 5 512.06 5 370.00 ( 7 ) __ :9 EACH CNST 4X3FT TREE WELL AND CVR 5 202.30 $ 222.14 $ 100.00 ( 6 1 29 B EACH ?BMW AND. INST NEW BLEB IN KIND $ 100.00 $ 213.57 $ 90.33 1 7 I 21 _ FAC RMV :NET_ HOSE DIB INC CONCTN $ 250.00 5 607.14 5 125.00 1 2 1 27A I EACH CES: 3 PER PLAN WIDTH 3 1,2FT $ 3,700.00 $ 2,384.51 5 25.00 12 1 223 4 EACH CES- CB PER PLAN WIDTH OFT 5 4,200.00 $ 3,326.43 $ 2,950.00 ( 3 22C I EACH CN$7 T PER :LAN W:DTH 14FT S 4,601.00 $ 4,593.29 $ 3,509.00 ( 2 I 23 1 EACH CNST CNCRT COLLAR 0T APWA 380 2 601100 $ 532.86 $ 350.00 12 I 24 2 EACH CNST' SUPPORT FOR CONDUS ACR TRNCHS 5 700.03 5 .37.14 $ 325.00 i 4 1 25 12B L3 19:N ROP 2000D 5 9130 5 335.36 5 50.59 1 2 1 26 __L LF 24IN RS? 1503D 5 130.CNC5 133.41 $ 63.30 1 3 1 27 395 L? 33:7 RCP 17500 5 113.CO 5 139,75 5 09-00 1 4 1 28 SG LF 36:7 RCP 1533] 5 115 DO 5 177.76 S _20.00 1 1 1 29 1 EACH RI$V COST LOCAL DEPRESSION $ 1,200.00 $ 071 ,00 5 400.03 I 1 I 30 3 EACH RWNG NTNG CB BACKFILL $ 710.00 5 1,044.29 S 500.00 ( 1 i 31 4 EACH CEST KK PER APWA 321 1 5 3.000.00 5 3.9135 5 2,500.00 ( 1 ) 32 1 EACH CNST BE PER APWA 322 1 5 3.500-CO 5 3,766.14 5 2,500.00 ( 1 33 1 EACH CNSEE JNC'9N STRC:R PER APWA 331 2 $ 1,500.00 $ 1,577.5E S 3,145.00 17 ) 34 0 EACH PIG E._ OF PIPE W 0:E 10K OF BRICK M.RTR. 5 350.00 5 27657 5 14C.03 1 3 1 35 1 EACH PDI WER VLV FRM TO CVR AN1 +PACE $ 200.00s S 20.00 ( 1 ) 36 79 EAC: ?DJ WTR MCN BX AND LID TO GG $ 225.0L5 5 37 11 EACH A]i SM MTR BX TO GRADE $ 175_DO 5 5_71 5 20.00 ( 1 38 1 EACH ADS ME FIM AND CVR TO GRADE 5 250.00 5 482.86 $ 200.00 1 1 39 550 LF ERNSH INSL NEW 1 1/1'_K STREET LIGHT COED 5 12.00 $ 5.22 $ 7.00 1 4 1 40 230 LF ;RUSH INSPL NEW 31N STREET LIGHT CONS 5 166.00 $ 11.95 5 10.05 1 4 1 11 1 EACH ERNSU :NSTL NEW STREET LGRTNS FA^.CE:E 5 145.00 $ 451.43 250.00 ) 6 . 42 2 EACH P03L IMP SIGN $ 650.00 $ 692.14 $ 203.00 ( 5 I 43 _ LS SIGNG AND STRIPING $ 1,001130 5 2,328.57 $ 1,375-30 1 7 1 44 3 EACH ADDTNL PTH NG EXPLORATORY EXT' 403.03 $ 491.$3 $ 200.03 1 I 45 3 EACH ADD:EE 2THLNG EXPLORATORY EXC 5 500.00 $ 7:2.14 $ 300.00 I 1 1 .TOTAL 5 320,900.00 PAGE 2 SF B E GOERS TOTAL BID 1 GENTRY BROS INC $ 245,495.00 2 4-CON ENG:NEER:NG INC $ 346.E 5.30 3 EXCEL PAVING CC $ 316.427 00 1 SILLY ACLLER CONTRACIIN $ 353,913.10 5 SEQUEL CONTRACTORS INC $ 404.167.50 6 LOS ANSE:,ES EENGINEERING $ 433,983.20 7 EC CONSTRUCTION CO $ 447,142.7C AVBi_AGE BID S 374,644.41 •r.. BID SUMMARY ^ * PAGE 3 OF 8 SN 10279 ROSEMEAD STREET IMP ON LOPICT ST ER TEMPLE CITY BLVD TO CITY WEST ENT 08/12/98 1 ( 2 ) I3 ) ENGINEERS ESTIMATE GER'IR? BROS INC 4-CON ENGINEERING INC EXCEL PAVING CO ITEM QUP55 Y 7N5T PRIZE UNIT PRICE AMOUNT UNIT PRICE M':O'..?.': UNIT PRICE AMOUNT 1 3,995 00 5 3,995.90 5 10,033.00 $ 10,000.00 $ 5,000.73 5 5,000.00 5 61,521.00 $ 61,521.00 853 $ 25.00 5 21,250.33 $ 53-]0 $ 42.500.00 35.93 $ 29,750.00 5 20_00 $ 17,000.00 3 433 $ 35.00 $ 16,450.00 5 40.03 5 18,800.00 $ 35-30 $ 16,450.00 5 33.OC $ 13.510-04 4 733 $ 20.00 5 14,000.30 $ 23-30 _4.O30.00 , 20.39 5 .4,006-00 5 3.00 5 10,500.00 5 4,553 5 3.00 5 14,550.33 5 Iso $ 7,2 5-CO $ 2-SC $ 12,025.00 2.50 5 32,125.33 0 053 5 4.00 5 3,400.33 $ 3.33 $ 2,55$.33 $ 5... $ 4,250.Po 5 2.90 $ 2,465.00 • 5,195 $ 14.00 $ 15,230-00 $ 11.33 $ 12,345.33 5 12.00 $ '_1,51c.CC 5 13.00 $ 14,235.00 5 53 $ 18.00 5 333-W 5 12.00 $ 622.33 5 15.00 5 450-CC 5 n-20 $ 850.00 9 120 5 4.50 5 540.00 $ 3 C 3 363.3E 5 8.00 5 960.00 0 4.25 5 510.00 10 4,770 5 3.00 0 14,313.00 5 2.00 5 9,540.00 $ 3.00 0 14,310.00 _ 2.93 5 13,633.00 3.50 $ 7,142.00 5 2.25 5 4,590.00 $ 5.50 5 11,220-00 5 2.90 $ 5,916.33 12 2 $ 700.00 5 1,433.00 5 750.00 5 1,500.00 3 5,280-CC 5 2,400.00 5 575.00 1,350.05 13 140 20.00 $ 2,000.00 5 10.00 5 1,400.00 5 10.30 $ 1.400.00 $ 10.00 5 5,400.00 4A 520 5 25.30 . 13,000.00 $ 22.00 S 11,440.00 S 28.00 5 14,560.00 $ 21.00 S 10,920.00 14S 10 5 30.02 5 300.00 $ BC.CC S 808.08 5 55.00 $ 550.03 $ BC.CC 5 240 S 22.O0 5.280-CC $ 3,00 6,000.CC $ 40.00 $ 9,633.33 $ 61,00 _4,64 C.CC 35 $ 40.00 5 1,400.00 5 70,00 $ 2, -30-01 550.00 $ 1.150.00 $ 67.70 $ 2,3 5.00 _7 9 5 300.00 5 2,700.00 5 403.30 $ 3,600.80 5 450.0) $ 4,050.00 $ 30.00 $ 1,350.00 IS 19 S 350.03 5 5,550.00 5 400.00 $ 7,600.00 $ 526-CC 9.500-CO 5 460.00 $ 0,740.00 19 19 $ 100.00 $ 1,900,00 $ 150.03 $ 2,050-03 $ 175.00 5 3,325.00 $ 1G 3.30 3.342-33 "" BID sJ aY ---- PAGE 4 OP E ,IN 10279 ROSEMEAD STREET IMP ON LORICA ST FR TEM PPE CITY B1VC CO CITY WEST RNP 08/12/98 2 , 21 31 ENGINEERS ESTIMATE GENTRY BR0S INC 4-CON ENSINEERING INC EXCEL PAVING CO .TEEM PWAN TY ITNIT PRICE MOUNT IN T PRICE AMOUNT UNIT PRICE AM0ONT UNIT PRICEE AMOUNT 20 8 5 103.0[ $ 8.00.00 5 100.00 $ 800.00 $ 125.00 3,033.33 5 200.09 5 1,600.00 21 1 5 250,OC $ 250.00 $ 200.00 200.00 $ 125.33 5 125.00 $ 425.00 $ 425.00 22A I 5 3,700.00 5 3,700.00 $ 2,530.00 $ 2,500.00 5 25.03 5 25.00 $ 2,2P5.00 $ 2,240.00 223 4 5 4,200.00 5 18,930.0., $ 3,099.00 $ 12,000.00 3,000.30 ; 12,000.00 $ 2,950.00 5 11,800.00 22C 2 2 4,800.03 2 4,800.00 5 4,030.00 $ 4,000.00 5 3.500.00 S 3,500.00 $ 3.900.00 5 3,900.130 2_ 2 S 600.03 $ 500.30 $ 490-8.0 5 400.00 $ 350.00 350.00 5 720.00 $ 720.00 14 2 $ 730.03 5 1.433,90 $ 500.00 S 1,000.33 $ 500.00 $ 1,000.00 $ 93-.00 5 1,563.33 25 128 50.05 5 11,523.00 $ 70-00 $ 6,960.03 $ 50.00 $ 6,400.00 $ 95.00 $ 12,160.09 2E 390 $ 100.03 $ 39,303.00 5 80.00 $ 31,200.00 5 75.09 $ 29,250.00 5 63.00 5 24,579.00 C. 395 $ 110.00 $ 43,450.00 $ 100.00 5 29.500.00 $ 150.00 5 59,250.00 5 100.00 $ 39,500.00 2E 56 $ 115.00 $ 6,443.00 5 120.00 S 6,720,09 160.00 S 8,960.00 5 142.00 5 7,952.00 __ 1 s 1,230.00 5 1,203.00 $ 400.00 5 400.30 $ 500.00 $ 500.00 5 665.00 5 655.00 _4 3 5 750.00 5 2,250,00 $ 500.00 $ 1,500.00 S 1.500.00 S 4,500.00 $ 850.09 $ 2,550.00 31 4 $ 3,009,05 5 12,099.90 $ 2.500.00 $ 10,000.00 5 5,000.93 5 29,039.30 5 3,490.09 $ 13,5.60.00 32 _ 5 3,410.05 $ 3.502.93 $ 2.,509.00 $ 2,500,03 $ 5,300.33 $ =.299.29 5 4.020.99 $ -.020.00 33 1 $ _,500.05 $ 1,500.93 5 1.609,00 $ 1,6,23.00 $ 5,029.30 $ 5,322.99 $ 1,153.00 $ 1,150.00 24 6 5 350.03 5 2,930.03 S 200.00 $ 1,630.00 5 233.30 5 1,600.00 $ 162.00 5 1,253.30 35 1 $ 200.03 2 200.00 $ 20.00 $ 23.30 5 __3.00 5 150.00 S 93.00 S 90.00 26 19 5 225.00 4,275.00 5 20.09 $ 353.20 $ 1150.00 5 2,650,00 $ 90.30 $ 1.710.00 37 11 S ?i 30 2 1,925.00 20.59 5 220,00 $ 150.03 5 1,650.30 $ 90.03 5 990.00 .... bI L, SUkM/u:" �•�� PAGE 5 OF E ON :0279 RS_MEM STREET TMP ON :ORICA SC FR TEMPLE CITY BLVD TO CITY WEST EN-0 08/_2/98 I1 , 2 - f31 ENGINEEFRS ESTIMATE GENTRY FRES INC 4-2ON ENSINEERIN3 INC EXCEL PAVING CO ITEM QUANTITY LR::T PIKE AMOUNT UN:T PR=CE RC TINT 51CC PRICE AMO'UN'T 'UNIT PRICE AMOUNT 39 1 • 250.93 $ 250.00 $ 200-00 S. 220.20 2 450.00 450.00 633.93 5 600.00 39 553 $ 22.00 $ 6,000.30 2.30 $ •.:25.03 7.50 _ 4,:25.00 7.40 $ 4,070.00 40 233 S 16.00 5 5.200.03 5 30.53 $ 2.220.30 S :2.00 5 2,490.00 $ 1:.00 S 2,200.00 r_ 145.00 $ 145.00 S 450.90 5 450.00 S 500.00 $ 603.22 5 450.00 S 453.30 42 2 5 550.00 1,300.00 $ 530.33 $ 2,000.00 $ 3,000.00 S 2.332.0. S 1,035.00 $ 2,370.00 43 1 $ 2,003.01' $ 2,0s0 00 $ 0,530-33 $ 1,500.00 $ 1,520,00 $ 1,502.01 $ 1,425.00 $ 1.425.00 44 3 400.3I _ 1,200.00 5 233.00 S 600.03 5 400.02 $ 1,233.33 5 500.00 5 1,500.00 45 5 500.0C S 1,500.00 $ 300.90 $ 900.30 $ 633.00 s 1,903.32 $ 700.00 $ 2,100.00 TOTAL, 5 320,900.00 $ 290.015.03 $ 346,175.33 $ 246,427.00 ' ••" LH) SURr JtS "" PAGE 6 OF 8 dN 10279 RCSEMEA: STREET IMP ON LDRICA ST FR TEMPLE CiIY BLVD TO CITY WEST END 08/12/98 i51 161 171 SULLY MILLER TUN.-RATAN SEQUEL CONTRACTORS INC LOS ANGELES ENGINEERING EC CONSTRUCTION CO :TEM °UAWT:TV UNIT PRICE AMOUNT UNCI PRICE AMOUNT UNIT PRICE AMOUNT RUN=T PRICE AMOUNT $ 15.500.00 $ 15.000.02 $ 59,125.00 $ 59 -75 30 5 90,000.00 $ 70,000.30 5 39,000.3D $ 30,000.00 2 9S0 5 62 OC 5 52,700.00 $ p.00 5 14,150 DO $ 39.00 $ 32,30'3.20 $ 25.40 5 21,590.00 3 470 $ 36.03 5 16,920.00 $ 34.05 $ 15.9151.11 $ 15133 $ 10.050.00 $ 31.22 5 14,664.06 4 702 S 18.65 $ 13,195.00 5 4,553 1.25 $ 6,062.50 $ 2.00 9,900.00 _ 2.37 $ 11,49460 $ 2.07 $ 10,039.50 6 850 5 10.00 5 6,500.00 S 4.00 $ 3,400 CC 3.50 2.95.00 7.00 $ 5,950.00 7 1,395 $ 21.00 S 22,995.20 $ 14.00 $ _5,330.00 $ 12.20 $ 1_,359.00 13.60 5 14,992.20 E 50 5 22.00 0 1,1OO.00 $ 22.00 $ -.-00-00 s .3.00 $ 650.00 $ 13.53 5 66103 9 220 10 CC $ 1,202.00 $ 5.00 $ 600.00 $ 4.00 S 480.00 5 4.31 $ 480.00 1C 4,770 5 3 50 $ 16,693.00 $ 2.25 5 10,732 50 $ 2.27 10,627.90 $ 2.70 12,479.00 11 2.040 5 4.50 5 9, 00.55 5 2.50 5 5,102.0. 5 2 2 5 4,630.80 $ 2.70 $ 5,508.00 2 2 $ 800.00 $ 1,600.03 5 830.00 $ .,535.00 $ 530.00 $ 1,160.00 $ 270.00 $ 540.00 13 113 5 11.33 5 1,590.00 5 9.00 _,203.09 10.43 $ 1,456.00 $ 12.15 $ 1,701.00 14A 520 5 24.00 $ 1_,460.00 $ 26.00 5 13,520.00 $ 3050 5 '_5,860.00 a 12.20 5 6,344.00 14B 10 $ 24.00 5 241.33 5 70.00 5 700.00 5 69.00 5 690.00 C 25.00 $ 250.00 15 240 $ 25.00 5 6,000.00 $ 29.00 $ 5,720.00 15.00 s 3,600.00 ; 9.55 $ _364.00 16 35 $ 71.02 5 2,465.03 5 80.00 S 2,800.00 $ 53.00 S 1,955.00 $ 50.02 $ 1,750.00 17 9 320.53 $ 2,880.02 5 200.00 $ 1,800.00 $ 320.00 $ 2,880.00 5 131.00 $ 1,170.00 15 28 $ 503.03 5 9,500.00 $ 850.00 $ 16,150.00 > 510.00 s 9.690.00 $ 370.00 5 7,030.00 19 13 5 1R4 7 . 5 3,135.00 5 650.00 $ 12,350.00 $ 100.]0 $ 1,900.00 $ 155.02 5 2,945.00 11.6 6.1D SUMgjtY 6686 PAGE 7 OF 5 JN :0279 ROSEMEAD STREET IMP ON LORTCA ST PR TEMPLE CITY BLVD TC CITY WEST END 09/12/98 I 4 ) 15 ) 16 ) 17 ) SULLY M:LLER CONTRACT-1N SEOUEL CONTRACTORS INC LOS ANGELES ENG:NSSP.:NG EC CONSTRUCTION CO ITEM QUANTITY UNIT PRI= AMOUNT 18,847 PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE P.M OU O 2C 8 $ 230.30 $ 1,600,00 $ 200.00 5 1,600.00 $ 580.00 $ 4,640.00 $ 90.00 6 720.00 21 _ $ 200.00 5 200.00 $ 533.00 5 333.30 5 2,300.00 2,306.06 5 500.00 $ 500.00 22P. 1 $ 2,472,00 S 2,472.33 $ 3,200.30 $ 3,233.30 $ 3,000.30 $ 3,000.30 5 3,225.00 5 3,225.00 228 4 $ 2.965,00 $ 15,650.00 $ 3,900.00 5 15,600.39 5 3,030.00 S 12.000.00 S 3,470.00 5 13,680.00 220 _ 5,058_CC S 5,068.CC 4,5U 0.00 $ 4.50 C.3C $ 5,600.00 5,000.00 5 5,395.33 5.385.00 23 1 360.00 $ 380.00 $ 1,000.00 $ 1.060.00 403.30 $ 400.30 $ 480,99 $ 480.00 24 2 S 325.00 $ 650.00 $ 1,000.00 $ 2,000.00 $ 66]_02 $ 1 20.00 $ 1,045.00 $ 2,090.00 25 126 $ 73.00 S 9,344.00 5 90.00 5 11_,520.00 5 140.09 5 17,923.30 5 223.70 $ 28,533.60 26 390 $ 75.00 5 23,250.00 $ 120.00 5 46,865.50 $ 52.00 5 31,980.00 5 228,90 $ 59,271.00 27 395 5 83.00 $ 35,55.30 5 :50.00 $ 59,250.00 5 250.00 $ 59,250.00 $ 39.30 S 94.523.56 28 56 $ 147.35 $ 0,251.60 $ 250.00 $ 14,000.00 S 165.00 5 9,240.00 $ 260.10 $ 14,565.60 29 1 $ 1,532.30 $ 1,532.00 5 800.00 5 800.00 1,730.03 $ 1,730.00 $ 400.09 $ 480.00 30 3 $ 555.00 2,565.00 $ 1,200.00 $ 3,600.00 $ 560.03 $ 1,743.33 $ 1,525.00 $ 5,475.00 31 5 3,115.00 $ :2,460.00 $ 2.930.00 $ ::.200.03 $ 3,900.00 $ 15.630,33 5 3.230.00 $ :2,923.00 32 1 S J.671.00 $ 3,473.00 $ 3,233.33 5 _,200.30 5 3,906.00 5 $,903.00 $ 4,070.00 $ 4,070.00 __ _ $ "6 33 $ _9_0.00 $ _J.9100• $ _,46., S _sac_m $ 1.443.30 s 1,_45.00 _,145.00 34 8 5 275.33 $ 2,Zoo.33 $ 403.00 5 3,200.300 3 406.00 5 3,233.30 5 315.00 5 2,526.00 35 1 S 220.00 S 220.00 $ 150.30 5 $ 115.00 $ 11100 $ 65.03 5 65.00 36 19 $ 220.00 $ 4,100.00 $ :SC_C5 5 2.850,30 3 115.00 $ 2,185.00 S ES_C3 5 1.235.00 3 11 220.00 5 2,420.00 $ 53_00 $ 0,650.33 5 1100 1,265.00 65.00 $ 7:5.00 •*" BID SUMMARY •••• PAGE B OE B UN 11279 ROSEMEAD STREET IMP ON LORICA ST FR TEMPLE CITY BLVD TO CTY WCCST END 08/12/98 141 151 166 I 171 SULLY MILLER CONTRACTIN SEQUEL CONTRACTORS INC COS ANGELES ENGINEERING EC CONSTRUCTION CO ITER QUANTITY UNIT TRICE ATIOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 • 800.00 S 800,03 5/ 253.00 S 250.00 $ 590.00 $ S80.00 S 500.00 5 500.00 29 CD.) $ 7-00 5 3,B50.03 $ 8.00 5 4,400.00 $ 20.00 $ 11,000.00 $ 7-15 $ 3,932.50 a., 230 $ 10.00 5 2,030.00 $ 10.00 S 2,020.00 $ 20.00 $ 4,000.00 5 10.15 5 2,030.00 41 _ 5 500.20 500.00 5 430.00 $ 400.00 $ 350.00 $ 350.00 410.00 _ 410.00 42 2 $ 1,300.30 S 2,000.00 S 200,00 $ 400.00 $ BBC 30 $ 1,720.00 $ 250.00 _ 500.00 43 1 1,530.03 5 3,500.00 $ 1,500.00 $ 1,500.03 $ 7,500.00 $ 1.500.00 S 1,375.00 1,375.00 44 3 $ 320.00 s 500.00 $ 530.00 $ 1,500.00 $ 1,100.03 5 3,300.03 $ 420.00 5 1,280.00 45 3 5 500.00 S. 1,500.00 3 700.00 5 2.100,00 $ 1,660.00 $ 4,980.00 $ 525.00 $ 1,575.00 TOTAL $ 353,9'_3.13 $ 404,187.50 $ 433,983.20 $ 447,452.70