Loading...
RRA – Item 4 – Acceptance of Bids and Award of Contract – Sewer System Improvements on Del Mar Avenue . R R A ROSEMEAD REDEVELOPMENT AGENCY 8838 VALLEY BLVD_ROSEMEAD,CA 91770.(818)288-6671 •Telempier 8183079218 TO: FRANK G. TRIPEPI, EXECUTIVE DIRECTOR FROM: KEN RUKAVINA, CITY ENGINEER 'PC— DATE: APRIL 7, 1998 RE: ACCEPTANCE OF BIDS AND AWARD OF CONTRACT-SEWER SYSTEM IMPROVEMENTS ON DEL MAR AVENUE The following bids were received for the subject project on February March 26, 1998: 1. Vasilj Construction Company $241,435.00 2. Majich Bros Inc. $252,590.00 3. Tomovich and Associates $278,440.00 4. Williams Supply Company, Inc. $283,990.00 5. Miramontes Construction Company, Inc. $28,11$416i4 ' - mar- 6. David T. Wasden,lu amswiniwra * ,r" $287,540.00 M`. 7. Calfan Construction, Inc. $288,997.00 8. Grbavac Construction Company $308,400.00 9. M. Grbavac Construction Company $319,510.00 10. Atlas Underground Company $331,120.00 11. John T. Malloy, Inc. $337,070.00 12. Sunrise Landscape Company, Inc. $345,651.60 13. Peter C. David Company $351,400.00 14. Los Angeles Engineering, Inc. $380,508.00 • Attached are copies of the three low bids, a bid analysis, and Dun and Bradstreet reports for the three bids. The low bid was received from Vasilj Construction Company, a responsible contractor, in the amount of $241,435.00 which is 29 percent below the Engineer's estimate of$342,000.00. The average bid was $306,538.90. /,c L: . _ . . . _.,?A APR 141998 ITEM No. I April 7, 1998 Page 2 RECOMMENDATION 1. Accept the bids and award the project to Vasilj Construction Company, in the amount of$241,435.00. 2. Authorize the Chairman to sign the contract on behalf of the Agency. Attachments <JR kg DEL MFRS WAWD b... BID ANALYSIS uu JN 10314 ROSEMEAD SEWER SYS IMP ON DEL MAR AVE 03/26/98 ITEM QUANTITY UNIT DESCRIPTION ENGRS ESTIMATE AVERAGE BID LOW BID 1 2,540 LS FURN INSTL 12IN VCP 5 80.00 $ 73.33 5 58.00 ( 1 ) 2 10 EACH FURN INSTL PRECAST SWR Mi $ 3,500.00 $ 2,653.43 5 1,700.00 ( 10 ) 3 • 11 EACH REM EXSTNG AL1 $ 600.00 $ 754.03 $ 100.00 ( IS ) 4 2 EACR BRIO1C. INTO EXSTNG MI $ 800.00 $ 912.43 5 350.0D ( 1 ) 5 2,540 LF TV INSPECTION COMPLETE $ 1.00 $ 1.07 $ 0.50 ( 5 ) 6 1 LS SHORING AND BRACING $ 29,610.00 $ 9,508.57 $ 5,000.00 ( 5 ) 7 1,600 Sf MEM BIN DEEP AND RNV EKST PCC PWIM $ 10.00 $ 12.01 $ 5.00 ( 8 1 8 8,000 SF SWM RMV AND CNET BIN TKK AC OVR 4IN THE AB $ 4.00 $ 4.54 $ 1.50 ( 10.) 9 5 EACH ADDTNL PIHING EXPL EXCAVATION $ 500.00 $ 306.71 $ 50.00 ( 1 ) 10 5 EACH AD=S PTHING EXPL EXCAVATION $ 500.00 $ 423.49 $ 60.00 ( 13 ) ' 11 2 EACH PUBLIC IMP PROTECT SIGN $ 500.00 5 639.77 $ 300.00 ( 10 ) 12 20 EACH INST 6FT DIA INDUCTIVE LOOP DETECTOR $ 350.00 $ 302.83 $ 210.00 ( 4 1 13 10 LF CONCRT ENCASEMENT $ 20.00 $ ' 115.17 $ 45.00 ( 7 ) 14 1 EACH CONST BLANKET PROTECTION $ '500.00 $ 521.96 $ 250.00 ( 1 ) 15 7 EACH CONST SUPRT FOR CEDES ACROSS TRENCHES $ 250.00 $ 452.83 $ 200.00 ( 9 ) TOTAL $ 342,000.00 PACE 2 OF 6 BIDDERS TOTAL BID 1 VASILS CONS CO INC 5 241,435.00 2 MAJIGi BROS INC $ 252,590.00 3 TCMOVICN AND ASSOCIATES $ 278,440.00 4 WILLIAMS SUPPLY COMPANY $ 283,990.00 5 MIRPMONSES CONSTRUCTION $ 284,893.00 6 DAVID T WASDEN INC $ 287,540.00 7 CALFON CONSTRUCTION INC $ 285,997.00 8 GRBAVAC CONST CO INC $ 308,400.00 9 M GRBAVAC CONSTRUCTION $ 319,510.00 10 ATLAS UNDERGROUND CO $ 331,120.00 11 JOHN T MALLOY INC $ 337,070.00 12 SUNRISE LANDSCAPE CO IN $ 345,651.60 13 PACK C DAVID CO INC $ 351,400.00 14 LOS ANGELES ENGINEERING $ 380,508.00 AVF91G£ BID 5 •••• BID SUMMARY 1.15 PAGE 3 OF 6 N 10314 ROSEMEAD SEWER SYS IMP ON DEL MAR AVE 03/26/98 I 1 ) ( 2 ) ( 3 ) ENGINEERS ESTIMATE VASILI CONS CO INC MAJICH BROS INC TOMOVICN AND ASSOCIATES ITEM QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOJNI UNIT PRICE AMOUNT 1 2,540 $ 80,00 5203,200.00 5 58,00 $147,320.00 $ 65.00 5165,100.00 $ 65.00 $165,100.00 2 10 $ 3,500.00 $ 35,000.00 $ 2,700.00 $ 27,000.00 $ 1,800.00 5 18,000.00 5 1,800.00 $ 18,000.00 3 11 5 600.00 $ 6,600.00 $ 500.00 5 5,500.00 5 500.00 $ 5,500.00 $ 250.00 $ 2,750.00 4 2 $ 800.00 $ 1,600.00 $ 350.00 $ 700.00 $ 750.00 $ 1,500.00 $ 500.00 5- 1,000.00 5 2,540 $ 1.00 $ 2,540.00 $ 1.00 $ 2,540.00 5 1.00 $ 2,540.00 $ 1.00 $ 2,540.00 6 1 5 29,610.00 5 29,610.00 5 12,500.00 5 12,500.00 $ 8,000.00 $ 8,000.00 $ 8,000.00 5 8,000.00 7 1,600 5 10.00 5 16,000.00 5 7.00 $ 11,200.00 5 10.00 $ 16,000.00 $ 8.00 5 12,800.00 8 8.000 $ 4.00 $ 32,000.00 $ 3.00 $ 24,000.00 $ 3.00 $ 24,000.00 $ 6.75 $ 54,000.00 9 5 $ 500.00 $ 2,500.00 $ 50.00 $ 250.00 $ 250.00 $ 1,250.00 $ 200.00 $ 1,000.00 10 5 $ 500.00 $ 2,500.00 $ 75.00 $ 375.00 $ 350.00 $ 1,750.00 $ 300.00 $ 1,500.00 11 2 $ 500.00 $ 1,000.00 $ 500.00 $ 1,000.00 5 500.00 5 1,000.00 $ 1,000.00 $ 2,000.00 12 20 $ 350.00 $ 7.000.00 $ 300.00 5 6,000.00 $ 250.00 $ 5,000.00 $ 350.00 5 7.000.00 13 10 $ 20.00 $ 200.00 $ 70.00 $ 700.00 $ 50.00 5 500.00 $ 50.00 $ 500.00 14 1 5 500.00 $ 500.00 5 250-00 5 250.00 $ ' 350.00 5 350.00 $ 500.00 5 500.00 15 7 $ 250.00 5 1.750-00 5 300.00 5 2,100.00 5 300.00 $ 2,100.00 5 250.00 $ 1,750.00 TOTAL 5 342,000.00 $ 241,435.00 $ 252.590,00 $ 278,440.00 •••• BID SUMMARY •••• PAGE 4 OF 6 314 10314 ROSEMEAD SEWER SYS IMP ON DEL MPR AVE 03/26/98 4 ) 15 ) 16 ) ( 71 WILLIAMS SUPPLY COMPANY MIRAMONTES CONSTRUCTION DAVID T WASDEN INC CALFON CONSTRUCTION INC ITEM QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 2,540 $ 68.00 $172,720.00 $ 65.00 $165,100.00 $ 73.00 5185,420.00 $ 59.00 $149,560.00 2 10 $ 3,100.00 $ 31,000.00 $ 2,500.00 $ 25,000.00 $ 2,500.00 5 25,000.00 $ 1,900.00 $ 19,000.00 3 11 $ 500.00 $ 5,500.00 $ 1,500.00 $ 16,500.00 $ 1,000.00 $ 11,000.00 $ 572.00 $ 6.292.00 4 2 $ 1,200.00 $ 2,400.00 $ 400.00 $ 800.00 5 1,500.00 $ 3,000.00 $ 350.00 5 700.00 5 2,540 $ 0.50 $ 1,270.00 $ 0.50 $ 1,270.00 $ 0.50 $ 1,270.00 $ 3.00 $ 7,620.00 6 1 $ 10,000.00 $ 10,000.00 $ 5,000.00 $ 5,000.00 $ 6,000.00 $ 6,000.00 $ 18,600.00 $ 16,600.00 7 1.600 5 7.00 $ 11,200.00 $ 11.00 $ 17,600.00 $ 6.00 $ 9,600.00 $ 10.00 $ 16,000.00 8 8,000 $ 4.00 $ 32,000.00 $ 5.00 $ 40,000.00 $ 3.00 $ 24,000.00 $ 7.00 $ 56,000,00 9 5 $ 250.00 $ 1,250.00 $ 300.00 $ 1,500.00 $ 300.00 $ 1,500.00 $ 220.00 5 1,100.00 10 5 $ 350.00 $ 1,750.00 $ 500.00 $ 2,500.00 $ 400.00 $ 2,000.00 $ 275.00 $ 1,375.00 11 2 5 350.00 $ 700.00 $ 500.00 5 1,000.00 $ 1,500.00 $ 3,000.00 $ 550.00 $ 1,100.00 12 20 $ 210.00 $ 4,200.00 $ 300.00 $ 6,000.00 5 500.00 $ 10,000.00 $ 330.00 $ 6,600.00 13 10 $ 600,00 $ 6,000.00 $ 50.00 5 500.00 $ 150.00 $ 1,500,00 $ 45,00 $ 450.00 14 1 $ 500.00 $ 500,00 5 373.00 $ 373.00 $ 750.00 $ 750.00 $ 450.00 $ 450.00 15 7 $ 500.00 $ 3.500,00 $ 250.00 $ 1,750.00 $ 500.00 $ 3.500,00 $ 550.00 $ 3,850.00 TOTAL $ 283,990.00 $ 284,893.00 $ 287,540.00 $ 288,997.00 •'•• BID SUMMARY •••' PAGE 5 OF 6 JN 10314 ROSEMEM SEWER SYS IMP ON DEL MAR AVE 03/26/98 1 81 1 91 1101 ( 11 ) GRBAVAC CONST CO INC M GRBAVAC CONSTRUCTION ATLAS UNDERGROUND CO JOHN T MALLOY INC ITEM QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 2.540 $ 84.00 5213,360.00 $ 70.00 $177,800.00 5 82.00 $208,280.00 5 87.00 $220,980,00 2 10 $ 3,000.00 $ 30,000.00 $ 3,000.00 $ 30,000.00 5 1,700.00 $ 17,000.00 $ 3,500.00 $ 35,000.00 3 11 $ 1,000.00 5 11,000.00 $ 1,500.00 $ 16,500.00 $ 500.00 $ 5,500.00 5 100.00 $ 1,100.00 4 2 $ 500.00 $ 1,000.00 $ 900.00 $ 1,800.00 $ 800.00 $ 1,600.00 5 2.000.00- $ 4,000.00 5 2,540 $ 1.00 $ 2,540.00 $ 1.50 $ 3,810,00 $ 1.00 $ 2,540.00 $ 1.00 $ 2,540.00 6 1 $ 5,000.00 5 5,000.00 $ 20.000.00 $ 20,000.00 $ 10,000.00 5 10,000.00 $ 5,000.00 5 5,000,00 ] 1,600 $ 5.00 $ 8,000.00 5 15-00 $ 24,000.00 $ 35.0D $ 56,000.00 $ 20.00 $ 32.000.00 8 8,000 $ 2.50 $ 20.000.00 $ 4.00 $ 32,000.00 $ 1.50 $ 12,000,00 $ 3.00 $ 24,000.00 9 5 5 500,00 $ 2,500.00 $ 300,00 $ 1,500.00 $ 400.00 $ 2.000.00 $ 100.00 $ 500.00 10 5 5 600.00 5 3,000.00 $ 400.00 $ 2,000.00 5 600.00 $ 3,000.00 $ 250.00 $ 1,250.00 11 2 $ 500.00 $ 1,000.00 $ 900.00 $ 1,800.00 $ 300.00 $ 600.00 $ 500.00 $ 1,000.00 12 20 5 300.00 5 6,000.00 5 300.00 $ 6,000,00 $ 250.00 $ 5,000.00 $ 235.00 5 4.700.00 13 10 $ 100.00 5 1,000.00 5 60.00 $ 600.00 $ 100.00 $ 1,000.00 $ 100.00 $ 1,000.00 14 1 $ 500.00 $ 500.00 $ 300.00 $ 300.00 $ 1,000.00 5 1,000.00 $ 500.00 $ 500.00 15 7 $ 500.00 $ 3,500.00 $ 200.00 $ 1,400.00 $ 800.00 $ 5,600,00 $ 500.00 5 3.500.00 TOTAL $ 308,400.00 $ 319,510.00 $ 331,120.00 $ 337,070.00 *^• BID SUMMARY "" PAGE 6 OF 6 JN 10314 ROSEMEAD SEWER SYS IMP ON DEL MAR AVE 03/26/99 12 1 1 13 1 ( 14 SUNRISE LANDSCAPE CO IN PETER C DAVID CO INC LOS ANGELES ENGINEERING ITEM QUANTITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 2,540 $ 84.68 $215,087.20 $ 92.00 5233,680.00 $ 74.00 $187,960.00 2 10 $ 2,448.00 $ 24,480.00 $ 3.000.00 $ 30,000,00 $ 4,200.00 $ 42,000.00 3 11 $ 734.40 $ 6,078.40 $ 300.00 $ 3,300.00 $ 1,600.00 $ 17,600.00 4 2 $ 1,224.00 $ 2,448.00 $ 800.00 $ 1,600,00 $ 1,500.00 $ 3,000.00 5 2,540 $ 1.22 $ 3,098.80 $ 0.50 $ 1.270,00 $ 1.20 $ 3,048.00 6 1 $ 6.120.00 $ 6,120.00 $ 12,000.00 5 12,000.00 5 6,900.00 $ 6,900.00 7 1,600 5 10.59 $ 16,944.00 $ 8.00 $ 12,800.00 $ 15.50 5 24,800.00 0 8,000 $ 4.BB $ 39,040.00 $ 6.00 $ 48,000.00 $ 10.00 5 80,000.00 9 5 $ 1,224.00 $ 6,120.00 $ 50.00 $ 250.00 $ 150.00 $ 750.00 10 5 $ 1,468.80 $ 7,344.00 $ 60.00 $ 300.00 $ 300.00 $ 1,500.00 11 2 $ 856.60 $ 1,713.60 $ 500.00 $ 1,000,00 $ 500.00 $ 1,000.00 12 20 $ 489.60 $ 9,792.00 $ 215.00 $ 4,300.00 5 210.00 5 4,200.00 13 10 $ 122.40 $ 1,224.00 $ 50.00 $ 500.00 $ 65.00 $ 650.00 14 1 $ 734.40 $ 734.40 5 300.00 $ 300.00 $ 800.00 $ 600.00 15 7 $ 489.60 $ 3,427.20 $ 300.00 5 2,100.00 $ 900.00 5 6,300.00 TOTAL $ 345,651.60 $ 351,400.00 $ 380,508.00 Dun &Bradstreet Business Information Report© Page 1 of 5 • For: STEVE KORPAL - ----- — April 2. 1998 WILLDAN ASSOCIATES 1: 03 pm BUSINESS SU*ARY ... 14•SI s INC . . .-. DUNS: 91 299 nwi c RATING INC)MERLY: IVANKOBUNTUASIL, GENERAL FORMERLY +I YANKO ENGINEERING CONST STARTED 1988 SALES 53, 000,000 1416 AVENIDA ENTRADA SIC NOS. (PROJ) SAN DIMAS CA 91773 1541 1542 . EMPLOYS 7 TEL: 909 599-2845 HISTORY CLEAR CHIEF EXECUTIVE: IVA VASILJ, PRES RATING CHANGE SPECIAL EVENTS 04/07/97 Business name changed from Ivankobuntuasil, Inc to Vasilj Inc. CUSTOMER SERVICE If you have questions about this report, please call our Customer Service Center at 1-800-234-3867 from anywhere within the U. S. If you are outside the U. S. . contact your local D&B office. *** Additional Decision Support Available *** Additional D&B products, credit recommendations and specialized investigations are available to help you evaluate this company or its industry. Call Dun & Bradstreet' s Solution Center at 1-800-362-3425 from anywhere within the U. S. SUMMARY ANAL YSIS The Summary Analysis section refl ects information in D&B' s file as of March 30, 1998. RATING SUMMARY . . . . The Rating was changed on September 5, 1997 because of D&B' s overall assessment of the company' s financial, payment and hi story information. The "2R° porti on of the Rating (the Rating Classification) indicates Provi ded under contract for the exclusive use of WI LLDAN ASSOCIATES. Copyri ght 1998 D&B Inc. V3.9 D&B Business Infornation Report VASILJ INC Page 2 of 5 For: SIEVE KORPAL April 2. 1998 WI ROAN ASSOCIATES 1: 03 .pm SL/*ARY ANALYSIS (continued) business size ot tewer than 10 employees tor this company. The "3" on the right (Composite Credit Appraisal) indicates an overall "fair' credit appraisal. This credit appraisal was assigned because the • payment information in D&B' s file on this company indicates slowness in meeting trade obligations and this company' s number of years in business. Below is an overview of the company' s D&B Rating(s) since 02/22/96: RATING DATE APPLIED 2R3 09/05/97 -- 04/07/97 • ERN 02/22/96 PAYMCNT S/AMWRY the rayment summary section ret I ects payment 1 ntormati on In U&3' s ti l e as ot the dgtc of this reacrtr The PAYDEX for this company is 48. This PAYDEX score indicates that payments to suppliers average 36 days beyond terms, weighted by dollar amounts. When dollar amounts are not considered, approximately 6456 of the company' s payments are within terms. Below is an overview of the company' s dollar-weighted payments, segmented by its suppliers' primary industries: TOTAL LARCECT 4 DAYC CLOD TOTAL DOLLAR III GII W/IN RCV' D AMOUNTS CREDIT TERMS <31 31-60 61-90 91+ b b % Total in D&B' s file 4 26,750 20,000 Puyment By I ndua try: 1 Whol petroleum prdtc 2 1,750 1, 000 100 2 Mfg asphalt mix/block 1 20. 000 20, 000 - - 100 - - 3 Mfg readymi x concrete 1 5,000 5, 000 50 50 - - - Other Payment Categori es: Cash experiences 0 0 0 Payment record unknown 0 0 0 Unfavorable comments 0 0 0 Placed for collection with D&B 0 0 other 0 N/A Provided undor contract tor thccxc I uslve use oh WI LLCM ASSOCIATES. Copyri 9ht 19980UB Inc. V3.9 D88 Business Information Report YASILJ INC Page 3 of 5 For: STEVE KORPAL April 2. 1998 WILLDAN ASSOCIATES 1: 03 pm PAYMENT SNMWIY (continued) • The highest "Now Owes" on file is $5,000 The hi ghest "Past Dui' on file is $2,500 _ The aggregate dollar amount of the 4 payment experiences in D&B' s file equals 10. 7% of this company c average monthly cal ec. In Dun & Bradstreet' c opi ni on, payment experi ences exceeding 10% of a company' s average monthly sales can be considered representative of payment performance. • PAYMENTS Antic - Anticipated (Payments recei ved pri or to date of invoice) Disc - Discounted (Payments recd ved within trade discount peri od) Ppt - Prompt (Payments received within terms granted) REPORTED PAYING HIGH NOW PAST SELLING LAST SALE RECORD CREDIT OWES DUE TERMS WITHIN 02/98 Ppt 1000 1000 -0- Regular terms i Mo Ppt 750 50 -0- Regular terms 1 Mo .l 12/97 Disc-Slow 30 5000 5000 2500 1 Mo Slthe 11/37 ow du ZOOM 2500 1Guo N30 1 Mo * Payment experiences refl ect how bi I e met in tion to a terms granted. In some instances payment beyond terms can be the result of disputes over merchandi se, ski pped invoices etc. * Each experience shown represents a separate account reported by a supplier. Updated trade experi ences repl ace those previously reported. Amounts may be rounded to nearest figure in prescribed ranges. UPDATE 09/05/97 Business operates as previously reported. HIYANCL 1 04/07/91 On APR 07 1997 IVa Vasil ' presi dentdeferred financi al-. _.._ . . . statement. Projected annual sales are $ 3,000, 000. Provi ded under contract for the exclusive use of WI LLOAN ASSOCIATES. Copyri 9ht 1998 MB Inc. V3.9 D38 Business Infarmaticn Report VASILJ INC Page 4 of 5 For: STEVE KORPAL April 2. 1998 WILLDM ASSOCIATES 1: 03 pm PUBLIC FILINGS The following data is for information purposes only and is not the official record. Certified copies can only be obtained from the official source. • * * * UCC FILING(S) * * * COLLATERAL: Equipment and proceeds FILING NO: 9706360705 DATE FILED: 02/26/1997 TYPE: Original LATEST INFO RECEIVED: 03/19/1997 SEC. PARTY: ASSOCIATES COMMERCIAL FILED WITH: SECRETARY OF CORPORATION, NEWPORT BEACH, CA • STATE/UCC DIVISION, ULbIUR: VASILJ, INC. CA and OTHERS COLLATERAL: Equipment and proceeds FILING NO: 9624360965 DATE FILED: 08/30/1996 TYPE: Original LATEST INFO RECEIVED: 09/04/1996 SEC. PARTY: CATERPILLAR FINANCIAL SERVICES FILED WITH: SECRETARY OF CORPORATION, MESA, AZ STATE/UCC DIVISION, DEBTOR: VASILJ, INC. CA COLLATERAL: Leased Equipment and products FILING NO: 9606660228 DATE FILED: 02/29/1996 TYPE: Original LATEST INFO RECEIVED: 03/13/1996 SEC. PARTY: SHEPHERD MACHINERY CO. , LOS FILED WITH: SECRETARY OF ANGELES, CA STATE/UCC DIVISION, DEBTOR: VASILJ, INC. CA FILING NO: 91174389 DATE FILED: 07/12/1996 TYPE: Continuation LATEST INFO RECEIVED: 07/23/1996 SEC. PARTY: FORD MOTOR CREDIT CO, REDLANDS, ORIG. UCC FILED: 08/09/1991 CA ORIC. FILING NO: 91174389 DEBTOR: IVANKO INC FILED WITH: SECRETARY OF STATE/UCC DIVISION, CA The public record items contained in this report may have been paid, terminated, vacated or released prior to the date this report was printed. • Provided under contract for the excl usive use of WI LLDAN ASSCI ALES. Copyri ght 1998 D&B Inc. V3.9 DMB Business Information Report VASILJ INC Page 5 of 5 Fur: STEVE KORPAL April 2, 1998 WILLDAN ASSOCIATES 1: 03 pm HISTORY 09/05/97 IVA VASILJ, PRES IVAN VASILJ, SEC-TREAS DIRECTOR(S): THE OFFICER(S) CORPORATE AND BUSINESS REGISTRATIONS REPORTED BY THE SECRETARY OF STATE OR OTHER OFFICIAL SOURCE AS OF 03/20/1998: BUSINESS TYPE: Corporation - DATE INCORPORATED: 02/22/1988 Profit STATE OF INCORP: California On April 7, 1997 management confirmed the existence of this earporati on. Dun & Bradstreet makes a regular search for corporate details and will provide the information as it becomes available. Business started Feb 1988 by Iva Vasilj. IVA VASILJ. Antecedents undetermined. OPERATION 09/05/97 General engineering constructi on. EMPLOYEES: 7 which includes officer(s). FACILITIES: Occupies premises in building. LOCATI ON: Undetermi ned secti on. 04-02(1XA /001) 99999 098181181 -- END OF REPORT -- Provided under contract for the exclusive use of k9LLDFN ASSOCIATES. Copyright 1998 D&B Inc. V3.9 Dun &Bradstreet Business Information Report® Page 1 of 7 For: STEVE KORPAL April 2, 1998 WILLDAN ASSOCIATES 1: 16 pm BUSINESS SUMMARY MAJICH BROS.. INC DUNS: 19-614-1873 RATING 1R4 • FORMERLY 1286 E CALAVERAS ST SEWER & WATER LINE -- ALTADENA CA 91001 ENGINEERING STARTED 1987 TEL: 626 398-9992 SIC NO. EMPLOYS 12 1623 HISTORY CLEAR • CHIEF EXECUTIVE: ANTHONY P MAJI CH, PRES RATING CHANGE CUSTOMER SER CE If you have questions about this report, please call our Customer Service Center at 1-800-234-3867 from anywhere within the U. S. If you are outside the U. S. , contact your local D&B offi ce. *** Additional Decision Support Available *** Additional D&B products, credit recommendations and specialized investigations are available to help you evaluate this company or its industry. Call Dun & Bradstreet' s Solution Center at 1-800-362-3425 from anywhere within the U. S. SUMMARY ANAL YSIS The Summary Analysis section reflects information in 0&B' s file as of March 30, 1998. RATING SUMMARY . . . . The Rating was changed on June 27, 1997 because of D&B' s overall assessment of the company' s financial, payment and hi story information. The "1R" portion of the Rating (the Rating Classification) indicates busi ness size of 10 or more employees for this company. The "4" on the right (Composite Credit Appraisal ) indicates an overall "limited" credit appraisal. This credit apprai sal was assi gned because the payment information in D&B' s file on this company indicates slowness in meeting trade obligations and the open suits, liens or judgments in D&B' s file. Provided under contract for the exclusive use of Wi LLDAN ASSOCIATES. Copyright 1998 D&8 Inc. V3.9 D&B Business Inforllation Report M4II0/&42£. INC Page 2 of 7 For: STEVE KORPAL April 2, 1998 WILLDAN ASSOCIATES 1: 16 pm SNMK4NYANALYSIS (continued) Below is an overview of the company' s D&B Rating(s) since 01/01/91: RATING DATE APPLIED • 1R4 06/27/97 -- 06/25/96 1R4 08/23/95 -- 08/31/91 CB3 01/01/91 PAY/£NT S1J*ANY The Payment Summary section reflects payment information in D&B' s file as of the date of this report. D&B has not received a sufficient sample of payment experiences to establish a PAYDEX score. Below is an overview of the company' s dollar-weighted payments, segmented by its suppliers' primary industries: TOTAL LARGEST % DAYS SLOW TOTAL DOLLAR HIGH W/IN RCV' D AMOUNTS CREDIT TERMS <31 31-60 61-90 91+ I $ $ % % % % � Total in D&B' s file 4 35, 550 30, 000 Payment By Industry: 1 Mfg gray/ductile iron 1 30,000 30, 000 50 - 50 - 2 Whol const/mine equip 1 5,000 5,000 - - 100 - - 3 Nonclassified 1 500 500 - 100 - - - Other Payment Categories: Cash experiences 0 0 0 Payment record unknown 1 50 50 Unfavorable comments 0 0 0 Placed for collection with D&B 0 0 other 0 N/A The highest "Now Owes" on file is $5,000 The highest "Past Due" on file is $2,500 D&B receives over 220 million payment experiences each year. We enter these new and updated experiences into D&B Reports as this information is received. Provided under contract for the exclusive use of WI LLDAN ASSCCI ATES. Copyri ght 1998 D&B I nc. V3.9 • D&B Business Informatlai Report MUTOY BR0S:. INC Page 3 of 7 For: STEVE KORPAL April 2, 1998 WILLDAN ASSOCIATES 1: 16 pm PAYMENTS Antic - Anticipated (Payments received prior to date of invoice) Disc - Discounted (Payments received within trade discount period) Ppt - Prompt (Payments received within terms granted) REPORTED PAYING HIGH NOW PAST SELLING LAST SALE RECORD CREDIT OWES DUE TERMS WITHIN 02/98 Ppt-Slow 90 30000 -0- -0- 4-5 Mos 01/98 Slow 60 5000 5000 2500 N30 1 Mo 12/97 Slow 30 500 -0- -0- N30 6-12 Mos 08/97 (004) 50 50 -0- N15 * Payment experiences reflect how bills are met in relation to the terms granted. In some instances payment beyond terms can be the result of disputes over merchandise, skipped invoices etc. * Each experience shown represents a separate account reported by a supplier. Updated trade experiences replace those previously reported. Amounts may be rounded to nearest figure in prescribed ranges. FINANCE 06/27/97 On April 28 - June 27, 1997, several attempts to contact the listed principals of the captioned business were unsuccessful. However, two suppliers verified the location, telephone number, operations and ownership of this business. Directory assistance verified the telephone number. PUBLIC FILINGS The following data is for information purposes only and is not the official record. Certified copies can only be obtained from the official source. * * * SUIT(S) * * * DOCKET NO. : 96C3749 SUIT AMOUNT: $21,216 STATUS: Pending PLAINTIFF: C T & F INC DATE STATUS ATTAINED: 11/01/1996 DEFENDANT: MAJICH BROTHERS INC DATE FILED: 11/01/1996 CAUSE: Breach of contract LATEST INFO COLLECTED: 12/09/1996 WHERE FILED: LOS ANGELES COUNTY MUNICIPAL COURT/PASADENA DISTRICT, PASADENA, CA DOCKET NO. : 96500247 SUIT AMOUNT: $2, 500 STATUS: Dismissal without PLAINTIFF: SOUT. CALIF. GAS CO prejudice DEFENDANT: MAJICH BROS. INC DATE STATUS ATTAINED: 03/28/1996 Provi ded under contract for the excl usive use of WI LLDAN ASSOCIATES. Cop}ri ght 1998 O&B Inc. V3.9 D&B Business Information Report /14II0/B4Q5 . INC Page 4 of 7 For: STEVE KORPAL April 2, 1998 WILLDAN ASSOCIATES 1: 16 pm PUBLIC FILINGS (continued) WHERE FILED: LOS ANGELES COUNTY SMALL CLAIMS DATE FILED: 01/29/1996 COURT/LANCASTER, LANCASTER, CA LATEST INFO COLLECTED: 11/13/1996 * * * LIEN(S) * * * A lienhol der can file the same lien in more than one filing location. The appearance of multiple liens filed by the same lienhol der against a debtor may be indicative of such an occurrence. FILING NO.: 9800860621 TYPE: State Tax STATUS: Open FILED BY: BOARD OF EQUALIZATION DATE STATUS ATTAINED: 01/05/1998 AGAINST: MAJI CH BROS. , INC. DATE FILED: 01/05/1998 WHERE FILED: SECRETARY OF STATE/UCC DIVISION LATEST INFO RECEIVED: 01/15/1998 SACRAMENTO, CA FILING NO. : 97 0292385 AMOUNT: $56 STATUS: Open TYPE: State Tax DATE STATUS ATTAINED: 02/26/1997 FILED BY: EMPLOYMENT DEVELOPMENT DEPARTMENT DATE FILED: 02/26/1997 AGAINST: MAJICH BROS. , INC. LATEST INFO COLLECTED: 04/02/1997 WHERE FILED: LOS ANGELES COUNTY RECORDERS OFFICE. NORWALK, CA FILING NO. : 9704260019 AMOUNT: $22,190 STATUS: Open TYPE: Federal Tax DATE STATUS ATTAINED: 02/05/1997 FILED BY: IRS - LOS ANGELES DATE FILED: 02/05/1997 AGAINST: MAJI CH BROS INC, A CORPORATION LATEST INFO RECEIVED: 02/24/1997 WHERE FILED: SECRETARY OF STATE/UCC DIVISION SACRAMENTO, CA FILING NO. : 9634560210 TYPE: Judgment lien STATUS: Released FILED BY: FUND FOR CONSTRUCTION INDUSTRY DATE STATUS ATTAINED: 05/19/1997 ADVANCEMENT, AN EXPRESS TRUST DATE FILED: 12/09/1996 CENTER FOR CONTRACT COMPLIANCE, AN LATEST INFO RECEIVED: 05/31/1997 EXPRESS TRUST LABORERS CONTRACT ADMINISTRATION TRUST FUND FOR SOUTHERN CALIFORNIA. AN EXPRESS TRUST AGAINST: MAJI CH BROS. , I NC. WHERE FILED: SECRETARY OF STATE/UCC DIVISION SACRAMENTO, CA FILING NO. : 96-1462066 AMOUNT: $23,243 STATUS: Released TYPE: Federal Tax DATE STATUS ATTAINED: 10/30/1996 FILED BY: IRS DATE FILED: 09/09/1996 AGAINST: MAJI CH BROS INC, A CORPORATION LATEST INFO COLLECTED: 01/02/1997 and OTHERS Provi ded under contract for the excl usive use of WI LLOPN ASSCCI ATES. Copyright1998 D&B Inc. V3.9 DRB Business Informstlon Report Miff: OS.. INC Page 5 of 7 For: STEVE KORPAL April 2. 1998 WILLDAN ASSOCIATES 1: 16 pm PUBLIC FILINGS (continued) WHERE FILED: LOS ANGELES COUNTY RECORDERS OFFICE, NORWALK, CA FILING NO.: 9625460126 AMOUNT: $23,243 STATUS: Open TYPE: Federal Tax DATE STATUS ATTAINED: 09/05/1996 FILED BY: IRS - LOS ANGELES DATE FILED: 09/05/1996 AGAINST: MAJICH BROS INC, A CORPORATION LATEST INFO RECEIVED: 09/21/1996 WHERE FILED: SECRETARY OF STATE/UCC DIVISION SACRAMENTO, CA FILING NO. : 96 1140089 AMOUNT: $20, 586 STATUS: Open TYPE: State Tax DATE STATUS ATTAINED: 07/16/1996 FILED BY: EMPLOYMENT DEVELOPMENT DEPARTMENT DATE FILED: 07/16/1996 AGAINST: MAJICH BROS., INC. LATEST INFO COLLECTED: 08/16/1996 WHERE FILED: LOS ANGELES COUNTY RECORDERS OFFICE. NORWALK, CA FILING NO. : 9618760386 TYPE: State Tax STATUS: Released FILED BY: EMPLOYMENT DEVELOPMENT DEPARTMENT DATE STATUS ATTAINED: 01/27/1998 AGAINST: MAJICH BROS. , INC. DATE FILED: 07/01/1996 WHERE FILED: SECRETARY OF STATE/UCC DIVISION LATEST INFO RECEIVED: 02/10/1998 SACRAMENTO, CA FILING NO. : 96 0570539 AMOUNT: $42,966 STATUS: Open TYPE: Federal Tax DATE STATUS ATTAINED: 04/10/1996 FILED BY: IRS DATE FILED: 04/10/1996 AGAINST: MAJICH BROS INC, A CORPORATION LATEST INFO COLLECTED: 05/07/1996 and OTHERS WHERE FILED: LOS ANGELES COUNTY RECORDERS OFFICE, NORWALK, CA FILING NO. : 9609660177 AMOUNT: $42, 966 STATUS: Released TYPE: Federal Tax DATE STATUS ATTAINED: 08/15/1996 FILED BY: IRS - LOS ANGELES DATE FILED: 04/04/1996 AGAINST: MAJICH BROS INC, A CORPORATION LATEST INFO RECEIVED: 08/16/1996 WHERE FILED: SECRETARY OF STATE/UCC DIVISION SACRAMENTO. CA * * * UCC FILING(S) * * * COLLATERAL: All Inventory including proceeds and products - All Account(s) including proceeds and products - All General intangibles(s including proceeds and products - All Equipment including proceeds and products - All Chattel paper including proceeds and products FILING NO: 9626860751 DATE FILED: 09/20/1996 TYPE: Original LATEST INFO RECEIVED: 10/01/1996 SEC. PARTY: WESTERN BANK, LOS ANGELES, CA FILED WITH: SECRETARY OF Provi ded under contract for the excl usi ve use of WI LLDAN ASSOCIATES. Copyri ght 1998 D&B Inc. VS.9 • D&B Business Information Report M11t71 BRAS. INC Page 6 of 7 For: STEVE KORPAL April 2. 1998 WILL DAN ASSOCIATES 1: 16 pm PUBLIC FILINGS (continued) DEBTOR: MAJI CH BROS., INC. STATE/UCC DIVISION, CA COLLATERAL: Specified Account(s including proceeds and products - Specified General intangibl es(s) including proceeds and products - Specified Equipment including proceeds and products FILING NO: 92257602 DATE FILED: 12/03/1992 TYPE: Original LATEST INFO RECEI VED: 01/19/1993 SEC. PARTY: FAR EAST NATIONAL BANK, PASADENA FILED WITH: SECRETARY OF CA STATE/UCC DIVISION, DEBTOR: MAJI CH BROS INC CA FILING NO: 92257602 DATE FILED: 10/08/1996 TYPE: Termination LATEST INFO RECEIVED: 10/22/1996 SEC. PARTY: FAR EAST NATL BK, PASADENA, CA ORIG. UCC FILED: 12/03/1992 DEBTOR: MAJI CH BROS INC ORIG. FILING NO: 92257602 FILED WITH: SECRETARY OF STATE/UCC DIVISION, CA FILING NO: 88308688 DATE FILED: 12/02/1991 TYPE: Partial release LATEST INFO RECEIVED: 07/15/1992 SEC. PARTY: CITIZENS COMMERCIAL TRUST & ORIG. UCC FILED: 12/12/1988 SAVINGS BK, SAN MARINO, CA ORIG. FILING NO: 88308688 DEBTOR: MAJI CH BROS INC FILED WITH: SECRETARY OF STATE/UCC DIVISION, CA There are additional sui ts, liens, or judgments in D&B' S file on this company available by contacting 1-800-234-3867. The public record items contained in this report may have been paid, termi nated, vacated or rel eased pri or to the date this report was printed. HISTORY 06/27/97 ANTHONY P MAJI CH, PRES TOM MAJI CH, V PRES PAUL MAJI CH, SEC-TREAS DIRECTOR(S): THE OFFICER(S) CORPORATE AND BUSINESS REGISTRATIONS REPORTED BY THE SECRETARY OF STATE OR OTHER OFFICIAL SOURCE AS OF 03/20/1998: BUSINESS TYPE: Corporation - DATE INCORPORATED: 09/25/1987 Profit STATE OF INCORP: California Corporate file #01418820. Provi ded under contract for the exc.]usi ve use of WI LLOAN ASSOCIATES. Copyri ght 1998 038 Inc. V3.9 D&B Business Information Repart MAW BROS_ INC Page 7 of 7 For: STEVE KORPAL Apri1 2. 1998 WILL DAN ASSOCIATES 1: 16 pm HISTORY (continued) Business started 1987 by officers. 100% of capital stock is owned by officers equally. ANTHONY P MAJICH born 1955. OCCUPATIONAL BACKGROUND: 1987-present active here. 1985-88 presi dent of ATP Construction Inc. Pasadena, CA, merged into business. 1975-85 Operating Engravers Uni on, City of Industry, CA, engi neer. TOM MAJI CH born 1957. OCCUPATIONAL BACKGROUND: 1987-present active here. 1985-88 with ATP Construction Inc, Pasadena. CA, merged into busi ness. 1977-85 with CH Stone, Los Angel es. CA, pl umber. • PAUL MAJI CH born 1959. OCCUPATIONAL BACKGROUND; 1987-present active here. 1986-88 with ATP Construction Inc, Pasadena, CA, merged into business. 1984-86 with Owl Rock Products, Arcadia, CA, sales. 1982-84 with Operating Engi neers Uni on, City of Industry, CA, assistant property manager. 1978-82 attended Loyola Marymount University, Los Angeles, CA, received BA, degree in Engl i sh. OPERA770N 06/27/97 Contractor specializing in sewer and water line engineering. This business contracts 5% of work to others. Contracts are obtained through bidding 100%. Contracts call for fixed fee 100k. Terms: Progressive payments. Sells to municipalities and government entities. Territory : Regional. Season peaks Summer. Business slow Winter. EMPLOYEES: 12 which includes officer(s). May employ 5-25 additional subcontractors depending on amount of work requi red. FACILITIES: Occupies premises in a building. LOCATION: Central business section on main street. 04-02(356 /356) 00000 098098098 -- END OF REPORT -- Provided under contract for the exclusive use of WI LOAN PSSXCI ATES. Copyright 1998 0&B Inc. V3.9 Dun &Bradstreet Business Information Report ® Page 1 of 5 For: STEVE KORPAL April 2. 1998 WILLDAN ASSOCIATES 1: 23 pm • BUSINESS SLIM/Miff TOMOVICH. NICK & SONS DUNS: 03-039-2088 RATING 3A1 INCORPORATED TUNNEL, PIPELINE, STARTED 1965 926 DURFEE AVE SEWER & STORM SALES F $5, 057,494 (SOUTH) DRAIN CONSTRUCTION WORTH F $1, 424,667 EL MONTE CA 91733 EMPLOYS 10 TEL: 626 443-3627 SIC N05. HISTORY CLEAR 1622 1623 FINANCING SECURED FINANCIAL CONDITION STRONG STATEMENT DATE OCT 31 1996 CHIEF EXECUTIVE: MITCHELL NICK TOMOVICH, PRES CUSTOMER SERVICE If you have questi ons about this report, please call our Customer Service Center at 1-800-234-3867 from anywhere within the U. S. If you are outside the U.S. , contact your local D&B office. *** Additional Decision Support Available *** Additional D&B products, credit recommendati ons and specialized investigations are available to help you evaluate this company or its industry. Call Dun & Bradstreet' s Solution Center at 1-800-362-3425 from anywhere within the U. S. SUMMARY ANAL YSIS The Summary Analysis secti on refl ects information in D&B' s file as of March 30, 1998. RATING SUMMARY . . . . The "3A" portion of the Rating (the Rating Classification) indicates that the company has a worth from $1 million to $10 million. The "1" on the right (Composite Credit Appraisal) indicates an overall "strong" credit appraisal. This credit appraisal was assigned because the payment information in D&B' s file indicates that this company' s obligations are retired satisfactorily and because of O&B' s "strong" assessment of the company' s October 31, 1996, fiscal financial statement. Provi ded under contract for the excl usive use of WI LLDAN ASSOCIATES. Copyri ght 1998 D&B Inc. V3.9 D&B Business Inform:Edon Report 70ht7YW01 NICK S SLWS INC Page 2 of 5 For: SIEVE KORPAL April 2, 1998 WILLDAN ASSOCIATES 1: 23 pm SUAWARY ANALYSIS (continued) Below is an overview of the company s D&B Rating(s) since 01/01/91: RATING DATE APPLIED 3A1 04/09/96 3A2 07/18/95 . • 3A1 05/12/94 2A1 04/29/93. . 3M 06/16/92 2A1 04/21/92 2A2 11/13/91 -- 11/12/91 2A1 01/01/91 ' PAWel I SUA7VARY The Payment Summary secti on refl ects payment information in D&B' s file as of • the date of this report. The PAYDEX for this company is 70. This PAYDEX score indicates that payments to suppliers average 15 days beyond terms, weighted by dollar amounts. When dollar amounts are not considered. approximately 78% of the company s payments are within terms. Below is an overview of the company s dollar-weighted payments, segmented by its suppliers' primary industries: TOTAL LARGEST 35 DAYS SLOW TOTAL DOLLAR HIGH W/IN RCV' D AMOUNTS CREDIT .TERMS <31 31-60 61-90 91+ I $ $ % % % & % Total in D&B' s file 8 185,200 75,000 Payment By Industry: 1 Mfg concrete products 1 75, 000 75, 000 100 - - 2 Mfg fabricated rubber 1 50,000 50, 000 100 - - 3 Mfg gray/ductile iron 1 45, 000 45. 000 - 50 50 - 4 Whol plumb/hydroni cs 1 10, 000 10, 000 - 100 - 5 Oi1/gas production 1 2,500 2, 500 100 6 Mfg readymix concrete 1 2,500 2, 500 100 - - 7 Whol industrial suppl 1 100 100 100 - - - 8 Air courier service 1 100 100 100 - - - - Other Payment Categories: Cash experiences 0 0 0 Payment record unknown 0 0 0 Provi ded under contract for the exclusive use of WI LLDAN ASSOCIATES. Copyri ght 1998 D&B Inc. V3.9 D88 Business Infornetion Report TAM1VICY N1( 6 SAYS INC Page 3 of 5 For: STEVE KORPAL April 2. 1998 WILLMAN ASSOCIATES 1: 23 pm PAYMENT"SUAPI4RY (continued') Unfavorable comments 0 0 0 Placed for collection with D&B 0 0 other 0 N/A The highest °Now Owes° on file is $10,000 ' The highest °Past Due' on file is $ 0 The aggregate dollar amount of the 8 payment experiences in D&B' s file equals 43. 9% of this company' s average monthly sales. In Dun 8 Bradstreet' s opinion, payment experiences exceeding 10% of a company' s average monthly sales can be considered representative of payment performance. PAYMENTS Antic - Anticipated (Payments received prior to date of invoice) Disc - Discounted (Payments received within trade discount period) Ppt - Prompt (Payments received within terms granted) REPORTED PAYING HIGH NOW PAST SELLING LAST SALE RECORD CREDIT OWES DUE TERMS WITHIN 02/98 Ppt 2500 1000 -0- N30 1 Mo Slow 30 10000 -0- -0- 6-12 Mos Slow 30-60 45000 -0- -0- 4-5 Mos 12/97 Disc-Ppt 2500 2500 -0- 1 Mo Ppt 100 100 -0- N15 1 Mo 10/97 Ppt 75000 -0- -0- N30 6-12 Mos Ppt 50000 10000 -0- 2-3 Mos 07/97 Ppt 100 -0- -0- N30 6-12 Mos * Payment experiences reflect how bills are met in relation to the terms granted. In some instances payment beyond terms can be the result of disputes over merchandise, skipped invoices etc. * Each experience shown represents a separate account reported by a supplier. Updated trade experiences replace those previously reported. Amounts may be rounded to nearest figure in prescribed ranges. FINANCE 10/23/97 Interim Fiscal Fiscal TEN MONTHS Oct 31 1994 Oct 31 1995 Oct 31 1996 Curr Assets 3, 471, 986 2,332. 205 1,919, 000 Curr Li abs 2. 095, 524 557, 128 588, 939 Current Ratio 1. 65 4.18 3. 25 Working Capital 1, 376,462 1, 775,077 1,330,061 Other Assets 152,699 21,531 94, 606 Worth 1,523, 697 1, 796,608 1, 424, 667 Sales 5, 057, 494 Provi ded under contract for the excl usi ve use of WILLEAN ASSOC'RTES Copyri ght 1998 o&B Inc. V3.9 DBB Business Infecund on Report 7tYMVI0/NIIX S SAYS INC • Page 4 of 5 For: STEVE KORPAL April 2, 1998 NILLOAN ASSOCIATES 1: 23 pm • FINANCE (continued) Long Term Li ab 5, 464 Net Profit (Loss) 272,911 • Fiscal statement dated OCT 31 1996: • Cash $ 1, 470,631 Accts Pay $ 211,254 Contract Other Curr Liabs 377, 685 Receivables 248, 512 Investment In Joint Ventures 10,074 Prepaid 189,783 • Curr Assets 1,919,000 Curr Liabs 588, 939 Fixt & Equip 94, 606 COMMON STOCK 5,000 RETAINED EARNINGS 1,419, 667 Total Assets 2,013,606 Total 2,013, 606 Statement received by mail APR 03 1997. Extent of audit, if any, not indicated. --0-- Explanation of balance sheet items were not submitted. On OCT 23 1997 Leo Rodriguez, office manager, referred to the above figures. On Oct 23 1997, an on-site interview was conducted with Leo • Rodri guez, Office Manager, at 926 Durfee Ave, El Monte, CA. HISTORY • 10/23/97 MITCHELL NICK TOMOVI CH, PRES DIANE S TOMOVICH, SEC DI RECTOR(S): THE OFFICER(S) BUSINESS TYPE: Corporation - DATE INCORPORATED: 02/08/1971 Profit STATE OF INCORP: California AUTH SHARES-COMMON: 20. 000 PAR VALUE-COMMON: $10. 0000 Business started 1949 by Nick Tomovich (father of president). Present control succeeded 1965. 1004 of capital stock is owned by Mitchell Nick Tomovich. Nick Tomovich passed away in 1965 and son Mitchell Nick Tomovich continued to operate busi ness as Tomovich, Nick & Sons Incorporated. MITCHELL NICK TOMOVI CH born 1926. OCCUPATIONAL BACKGROUND: 1965-present active here. DIANE S TOMOVI CH born 1932. OCCUPATIONAL BACKGROUND: 1971-present active here. 1953-71 active as a homemaker. Provi ded under contract for the excl usive use of WILLDAN ASSOCIATES. Copyright 1998 0913 Inc. V3.9 DMB Business Infornetion Report MIRM0/NIIX d S0TS INC • Page 5 of 5 For: STEVE KORPAL April 2. 1998 WILLOAN ASSOCIATES 1: 23 pm OPERATION 10/23/97 Contractor specializing in tunnel, pipeline, sewer and storm drain construction. Terms are net 30 days. Has 75 account(s). Sells to city and state agencies. Territory : Southern California. Nonseasonal. EMPLOYEES: 10 which includes officer(s) and 1 part-time. FACILITIES: Owns 2, 000 sq. ft. in a one story concrete block building in normal condition. Premises owned by officers leases to the corporation. LOCATION: Industrial section on well traveled street. 04-02(364 /364) 00000 098 098 -- END OF REPORT -- • Provided under contract for the exclusi ve use of WI LLDAN ASSOC ATES. Copyri ght 1998 0&B I nc. V3.9 v ROSEMEAD REDEVELOPMENT AGENCY PROPOSAL [ FOR SEWER SYSTEM IMPROVEMENTS t ON DEL MAR AVENUE • FROM HELLMAN AVENUE TO GARVEY AVENUE PROJECT NO. 98-02 • IN THE CITY OF ROSEMEAD JL 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 1. 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. C 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. l L C-1 r I l rBID SCHEDULE FOR ISEWER SYSTEM IMPROVEMENTS I ON DEL MAR AVENUE FROM HELLMAN AVENUE TO GARVEY AVENUE PROJECT NO. 98-02 1( IN THE CITY OF ROSEMEAD • • + ESTIMATED UNIT EXTENDED ITEM DESCRIPTION QUANTITY UNIT PRICE AMOUNT I NO. 1. Furnish and install 12- inch VCP, including t connections, fittings, and appurtenances, 1 and temporary by- pass during construc- tion, complete in place. .5'8.00 $ y 3z0�° I 2,540 L.F. $ 271 2. Furnish and install precast sewer man- hole per APWA Std. 200-1 and appurte- nances, including temporary by-pass t: during construction L and connections, 10 EACH $a7 ,�7 �pp0O $ 7/coo-DO complete in place. {- 3. Removeexisting man- 11 EACH $ SOOoo $ 5 SoO•oO hole. 1 4. Breaking into existing i manhole per APWA 2 EACH $30 00 $ °O'er Std. 208-0. i I_ C-2(a) L • • • ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 5. Television inspection • complete, including copies of video tapes of new sewer line. 2,540 L.F. $ 1. co $.Z,5y0 .00 6. Shoring and bracing. — L.S. — $ 12Soo.00 *7. Sawcut 8-inch deep and remove existing PCC pavement, and construct 12-inch thick PCC pavement over 6-inch thick aggregate base, complete per detail in Appendix. 1,600 S.F. $7 00 $ //SOo•oa 8. Sawcut, remove, and construct 8-inch thick AC over 4-inch thick • aggregate base. 8,000 S.F. $ 3. co $.24/ 000 00 9. Additional potholing, exploratory excava- tion, if requested by the Engineer. (0 to 5- feet deep.) 5 EACH $ 50.0o $ .ZSo'oo 10. Additional potholing, exploratory excav- ation, if requested by the Engineer. (Over 5 feet.) 5 EACH $ 76.0o $ 37S.o0 11. Public improvement project sign. 2 EACH $ SOOcO $ ), 000 -00 12. Install 6-foot diameter inductive loop detector. 20 EACH $ 3oo-Oo $ 6,000 • ' Revised per Addendum No. 1 C-2(b) • J - ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY' UNIT PRICE AMOUNT . 13. Concrete encase- ment per LACDPW 2023-0, Case III. 10 L.F. $ 70•o,0 $ 700.00 14. Construct blanket pro- tection per APWA 225-1. 1 EACH $,2-S0'O0 $ .7So•00 15. Construct support for conduits across trenches per APWA 224-1. 7 EACH $•300'00 $-2,/00.00 • TOTAL AMOUNT BID IN FIGURES $ 2G0,43S•o0 TOTAL AMOUNT BID IN WORDS TwOLuN4,44 1/4on f ound.<d/out. I iI 1 1_ L t. 1 C-2(c) 1 , ( DESIGNATION OF SUBCONTRACTORS t 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, /'7PORTIOO�N OF /WORK l ?ge-( N Purr a sewe,� AAJ?ole. 10.8®x 2109 .11,2� 000 oo Silo• UA��ey1 . 93o6.2 (80s) 5277-089/ i • I 1 1 L 1 . 11 l Prior to award of contract, Contractor shall submit a list of suppliers and vendors, in writing, ( to the City Engineer. l C-3 I. REFERENCES The following are the names, addresses and telephone numbers for three public agencies • l for which BIDDER has performed similar work within the past 2 years: 1. O4' j IFS A 1pe&cn 433 5• Spz.rt $f- ts4-iz7,66,s, ///`19,7/3 Name and address of owner 'bg2BARA Z,SAQRFe (818) 75-(-9436 •• Name and Telephone number of person familiar with project 3y0, goo 0o Sea/et Per A- 1—fl Contract amount Type of work Date completed 2. Cl-)-y of 1, 4 437 5 syo2.;n7 57 �es Tnrge� (4 90o/3 Name and address df owner / IName and Telephone number of person familiar with project 11327, 82? ' Szwee PRoject ll lr 97 Contract amount / Type of work Date completed 1 3. Goy 61 /4 4n S2i,e;v4_ Sf C//� 900 ti Name and address of owner / Ar 4�ev r l Clefs y2oss/ (3/c) 5118- 74-C- (e Name and Telephone number of person familiar with project 1� ,000 •mom 5++Rh 71E4lA) 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: 4/1ev Low,es/n/cs £' 4ssoc RTc- ?P' & 's-?v431 6.4o64 Pik; C# 9/309 HIVE 4 318) -79 - 0700 11 C-4 f . . EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION BIDDER certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. NONCOLLUSION AFFIDAVIT • I 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 1 that this proposal is in all respects fair and without collusion or fraud. I r l L L L L C-5 F BIDDER'S INFORMATION ! BIDDER certifies that the following information is true and correct: ! Bidder's Name V 1}5t j J CONS 1 //C Business Address /41// hevi'w E/Jr124zv sAto rb;/4 A s / 9/ 723 Telephone No. C o'5) State Contractor's License No. and Class 7//O4' 0 Original Date Issued 8 '/O — /99S— Expiration Date 2-3/— 99 The following are the names, titles, addresses and telephone numbers of all individuals, firm members, partners,joint venturers,and/or corporate officers having a principal interest in this proposal: 2_ y J/g c, j j Fite- L'Y4A) I/45/ 1j Sec Axe I lThe 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: 1 No /ve All current and prior DBA's alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: ir6111 (o/JS LNC ( 1) 6A1- Vg1n11C� L C-s IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all aforenamed principals this day of , 19 • BIDDER: VAS I J J ?rein .1-14 1 n1 I/4 sl./J. svr/res. r T r Subscribed and sworn to this day of , 19_ NOTARY PUBLIC l • I 1 1_ I 1 C-7 • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Na.5607 ` JJ?I/lJl�� lel-- ��IJ r!It�yi11JJJ I��1lr lam: State of CALIFORNIA 1 County of • IN , 5 . ,� 6 k On , before me, CAROLANN WRIGHT DATE NAME,TIRE OF OFFICER 1 E G.,'JANE DOE.NOTARY PVBLIC• 1 personally appeared IVA VASILJ & IVAN VASIL) NAMES)OF SIGNEn(61 personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are 1 subscribed to the within instrument and ac- 1 knowledged to me that he/she/they executed 1 1 the same in his/her/their authorized - capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), 1 or the entity upon behalf of which the CARgANN WRIGM ommisa . la,,u person(s) acted, executed the instrument. 1 � NrnosAi CutDr„y F Ctt h. N E'°°�A"ad 10p WIT'. - . my hand nd ficial seal. 1 O SIGNATURE e FAIRY _ OPTIONAL olimilmainiiimilmilaria Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT a0 INDIVIDUAL ❑ CORPORATE OFFICER 1 1 NTLEISI TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED FT GENERAL ❑ TRUSTEE(S)N-FACT NUMBER OF PAGES 1 ❑ GUARDIAN/CONSERVATOR 1 1 I OTHER: 1 DATE OF DOCUMENT kSIGNER IS REPRESENTING: NAME OF PERSONIS)OR ENTm(IESI 1 1 SIGNER(S) OTHER THAN NAMED ABOVE V. 01993 NATIONAL NOTARY ASSOCIATION•B236 Rernmel Ave.,P.O.Box 7184•Canoga Park,CA 91309-7184 Bid Bond No. 20801-284 ROSEMEAD REDEVELOPMENT AGENCY PROPOSAL GUARANTEE • BID BOND FOR SEWER SYSTEM IMPROVEMENTS ON DEL MAR AVENUE FROM HELLMAN AVENUE TO GARVEY AVENUE PROJECT NO. 96-02 IN THE CITY OF ROSEMEAD KNOW ALL MEN BY THESE PRESENTS that Vasil I, Inc. dba IVANKO as BIDDER, and INDEMNITY COMPANY OF CAI IFORNIA a corporation organized and existing under the laws of the State of California and duly authorized to transact business under the laws of the State:of Caldomia, as SURETY, are held and firmly bound unto the Rosemead Redevelopment Agency, as AGENCY, in the penal sum of Tpn Parcpnt of Tntal Amnunt Ri d dollars (S 1(TX ), 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. • • • • IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals, • - this 25th day of March , 19 98 , Vasilj, Inc. dba IVANKO • BIDDER' 1416 Avenida Entrada, San Dimas, CA 91773 Iva Vasil i, President • INDEM T`( COMPA OF CAL-'FORNI'; • SURETY' 425 West roadw y, Sui e/d7, G1:•ndale, CA 91204 ' ,I vt • By: w 1 "i Ch. I Henle gtce fes( ac't Subscribed and sworn to this _ day of NOTARY PUBLIC • Provide BIDDER/ADMITTED SURETY name,address, and telephone number and the name.title, address, and telephone number for authorized representative. POWER OF ATTORNEY OF • INDEMNITY COMPANY OF CALIFORNIA • AND DEVELOPERS INSURANCE COMPANY N4 0 2 9 2 9 4 • P,O_BOX 19725,IRVINE,CA 92623•(714)263-3300 NOTICE: 1. All power and authority herein granted shall In any event terminate on the 31st day of March,1999. 2. This Power of Attorney's void if altered or if any portion is erased, 3. This Power of Attorney is void unless the seal is readable,the text Is in brown ink,the signatures are in blue Ink and this notice is in blue ink. 4. This Power of Attorney should not be returned to the Attomey(s)-In-Fact,but should remain a permanent part of the obligee's records, ' KNOW ALL MEN BY THESE PRESENTS,that except as expressly limited,INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY,do each severally,but not jointly,hereby make,constitute and appoint ***C- Michael Henley*** in an the true and lawful Attomey(s)-In-Fact to make,execute,deliver and acknowledge,for and on behalf of sad corporations as sureties,bonds,undertakings and contracts of suretyship amount not exceeding Three Million Ave Hundred Thousand Dollars($3,500,000)in any single undertaking;giving and granting unto said Mtomey(s)-In-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do.but reserving to each of said corporations full power of substitution and revocation;and alt of the acts of said Attorney(s)-In-Fact,pursuant to these presents,are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY,effective as of September 24,1986: RESOLVED,that the Chairman of the Board,the President and any Vice President of the corporations be.and that each of them hereby is,authorized to execute Powers of or oney,qualifyiit ng the att or the )named in corpoe rations oweowers eachfttt them heorney to reby execute,on behalf of the corporations,bonds,undertakings and contracts of suretyship',and that the Secretary is.authonzed to attest the execution of any such Power of Attorney, Power of RESOLVED FURTHER,that sce ssignatuesiores f suchSh oshcese valid may be affixed binding any such Power of Attorney or to any certificate relating thereto by facsimile,and any such or contract of suretyship to which it is attached. 9 corporationupone when so affixed and in the future bond,uweh respect to any undertaking • IN WITNESS WHEREOF INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to be signed by Meir reeled-bye Presidents and attested by their respective Secretanes this 3rd day 0 February,t997. INDEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY U By Dant .Vincent.Jr. By rs+ t1 Vemc- '�� • esident Nr Dant 8E.Vincenti,Jr. Z=0aapdn� eSid¢pt MAR 27 eo b Neo CLTS ATTEST 44 ��66T� \\ NAR tT Z 2 C� >� BY i/ By Wafter Crowe Walter Crowell Secretary Secretary STATE OF CALIFORNIA ) )85. COUNTY OF ORANGE ) On February 3.1997,before me.Sherie L.Bell,personally appeared Dante E Vmcemi,Jr and Walter Crowell,personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose namels)es/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capaciry(ies),and that by his/her/their signature(s)on the instrument the personis),or the entity upon behalf of which the person(s)acted,executed the instrument WITNESS my hand and official seal. WMM•sasaaN rI � * SIiERIE L BELL 5rgmawre {/ it COMM.111104/9 g•, -,1 NOW4YRBUC-CAIFOPMAI WO aLhp.Dm 12.2000 CERTIFfCATE The d ged as Senior Vice President of INDEMNITY COMPt AY JF'C^1 NIA, d'.eno'Vice Pres y ent of DEVELOPERS INSURANCE COMPANY,Cceshereby certify that mel aattached Power of error y nL, d c ¢ruck and furthermore that the provisions of the resolutions of the respective Boards of Directorsof saidi corporations set twin thePowerf • it 4 date 1 enlp2I This Certificate executed in the City of Irvine California _C day 199A • tf// INDEMNITY COMPANY OF CALIFORNIA • D.VEL•'ERS INSURANCE COMPANY By /�(-'S= " !.. ! /` ;e. \ I I Cr°atsun4Hm�.C.Reb�go / R 2)sent rViceP sieenl y` '. `r- Semon vice Presi L.C.Febiger y91 a :D.313 REV f3.fin \rte/ CALIFORNIA ALL•PURPOSE ACKNOWLEDGMENT No.5907 State of CALIFORNIA Cou of A II .-sr j� A\ O i% /,�C' before me, CAROLANN WRIGHT, Notary Public &ATE NAME.TITLE OF OFFICER-EG..'JANE DOE.NOTARY PUBLIC per-onall .ppeared C. MICHAEL HENLEY NAME(S)OF SIGNER(S) S L �5 personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- 5 knowledged to me that he/she/they executed- the same in his/her/their authorized @�CAROLANN WRIGHT and that by his/her/their [ %�/NOTARY PUBLIFCALIFORNIA a signature(s) on the instrument the person(s), •+ '1,:; LOS ANGELES COUNTY 5 COMM. 11067733 y N..P My Comm.Exp.Asp.8,1999 I or the entity upon behalf of which the person(s) acted, executed the instrument. VylESS\ cmd official seal. SIGNATURE Of NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL IT CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT T LEIS) ❑ PARTNER(S) ' LL LIMITED — GENERAL ❑ ATTORNEY-IN-FACT NUMBER OF PAGES LI TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR LJ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSONIS OR ENTITY(ES) l -- SIGNER(S)OTHER THAN NAMED ABOVE 11 k. 01993 NATIONAL NOTARY ASSOCIATION•8236 Rammer Ave.,P.O.Box 7184•Canoga Park.CA 91309.7184 ; CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT s�r�rr•r��arr.+srrn—�ri�ir�.sir.+SsserrrrllrsrssoWn- �srl� w_ssor State of CALIFORNIA Cou9 = of i s 6' .4/-afore� !'�/ before me, CAROLANN WRIGHT OAT NAME,PIE OF OFFICER•SG.'JANE DOE.NOTARY PUBLIC personally appeared IVA VASILJ h IVAN VASILJ NAME(S)OF SIGNER(SI E personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized CAROLANN WRIGHTI capacity(ies), and that by his/her/their y COMM. N 1067733 .y ,7.5; p NOTARY P0B4GLALIEORNIA s ip signature(s) on the instrument the person(s), � ;w.,,m MYL LBBomANBEmEwLEBAug.B,tcouNrY999 - or the entity upon behalf of which the person(s) acted, executed the instrument. 1. /WITi-Th I NESS my han and official-seat----------1,C / SIGNATURE OF-NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this torn. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL CORPORATE OFFICER TmE1s1 TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR b OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PEASONISI OR ENrm9ESI l 11 SIGNER(S)OTHER THAN NAMED ABOVE -i— rrr?--"2 Zrrrrrrr�aJlalTlli�ir r/vGrra�r-r1ar-,.. ©1993 NATIONAL NOTARY ASSOCIATION•8236 Remmet Ave..P C.Box 7184•Canoga Park.CA 913094184 • } ADDENDUM NO. 1 SEWER SYSTEM IMPROVEMENTS ON DEL MAR AVENUE • FROM HELLMAN AVENUE TO GARVEY AVENUE PROJECT NO. 98-02 • IN THE CITY OF ROSEMEAD • This Addenumtract cuments for the above-identified proect and modfesthe original pecificationsandContract a part of the Documents,asnotedbelow. Portions of the Contract, not specifically mentioned in the addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. 1. RevisedRevised BiL--1 Schedule Replace Bid Schedule Page C-2(b) with the attached page. The attached page shall be submitted with the Bid Proposal. The Estimated Quantity for Bid Item No. 7 has been revised and reads: "1,600" / t wto Fredrick E. Wickman, RCE 47979 Date I acknowledge receipt of this Addendum No. 1 and accept the aforementioned. zc 9Z Bidder Date / Attachment KJR:Iss 10314\0208`6650 g:\oldsPec\spc7-51.al r ROSEMEAD REDEVELOPMENT AGENCY PROPOSAL • FOR SEWER SYSTEM IMPROVEMENTS i ON DEL MAR AVENUE FROM HELLMAN AVENUE TO GARVEY AVENUE PROJECT NO. 98-02 r� IN THE CITY OF ROSEMEAD j 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 Lcompensation 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 t FROM THE CONTRACT. It is agreed that the unit and/or lump-sum prices bid include all l 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 Lcontract 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. L L C-1 BID SCHEDULE 1 FOR SEWER SYSTEM IMPROVEMENTS ON DEL MAR AVENUE v FROM HELLMAN AVENUE TO GARVEY AVENUE [■ PROJECT NO. 98-02 • IN THE CITY OF ROSEMEAD C ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT !r 1. Furnish and install 12- inch VCP, including '!. connections, fittings, E and appurtenances, and temporary by- pass during construc- tion, complete in place. 2,540 L.F. $ �5 $ 2. Furnish and install precast sewer man- hole per APWA Std. j 200-1 and appurte- nances, including temporary by-pass during construction and connections, complete in place. 10 EACH $ /ga) _. $ /BOW. L3. Removeexisting man- hole. 11 EACH $ 500. $ 5600- 4. Breaking into existing manhole per APWA J { Std. 208-0. 2 EACH $ 76b, $ / °D- L C-2(a) ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT . 5. Television inspection complete, including copies of video tapes of new sewer line. 2,540 L.F. $ /• — $ 6. Shoring and bracing. _ L S _ $ goat?, '7. Sawcut 8-inch deep and remove existing • PCC pavement, and construct 12-inch thick PCC pavement over 6-inch thick aggregate base, complete per detail in Appendix. 1,600 S.F. $ /O. — $ /44'o 8. Sawcut, remove, and construct 8-inch thick AC over 4-inch thick aggregate base. 8,000 S.F. $ 3• co $ 2'4 coo 9. Additional potholing, exploratory excava- tion, if requested by the Engineer. (0 to 5- feet deep.) 5 EACH $ 250. $ 10. Additional potholing, exploratory excav- ation, if requested by the Engineer. (Over 5 feet.) 5 EACH $ 3..�0. $• 175D- 11. Public improvement project sign. 2 EACH $ Coo. $• lava 12. Install 6-foot diameter inductive loop detector. 20 EACH $ 250. $• app. * Revised per Addendum No. 1 C-2(b) ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 13. Concrete encase- ment per LACDPW 2023-0, Case III. 10 L.F. $ SO. $ -E00- 14. Construct blanket pro- tection per APWA 225-1. 1 EACH $ 3So. ' $ 31--. - 15. Construct support for • conduits across trenches per APWA 224-1. 7 EACH $ 3O0. — $ Z/Oo. -. ! TOTAL AMOUNT BID IN FIGURES $ Zsz�1P L TOTAL AMOUNT BID IN WORDS / 127t 'p .c77_77✓0 `7"418-24 S14sJ ) terve r-7) `ri"e77 DD-2.47rs t Aio c-Eve s I I 1 1 L L L L L LC-2(c) jX 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$10,000, whichever is greater, as follows: NAME, ADDRESS, AND TELEPHONE NUMBER OF SUBCONT CTORS. PORTION OF WORK DL . A. ". / /4$)9GB-377/ • l5wc E. A/E2,7 aD71577u/i CA' /g4FnTS 1 / D 5180 Bf�im, ?chain 9S-1, Ga , IC CAt 1 I I 1 I (L L Prior to award of contract, Contractor shall submit a list of suppliers and vendors, in writing, f to the City Engineer. l L C-3 IREFERENCES IThe following are the names, addresses and telephone numbers for three public agencies . for which BIDDER has performed similar work within the past 2 years:. 1 1. C/n/ OF .4a/a -/.f, 2oo s. .4)/A-tfri..,. 7rt✓�./ .�dJ.Alsn.t 1/ Cd. Name and address of owner \ IYea,../ 574.4e-rt s (7/5)--74•5-- "24440$ Name and Telephone number of person familiar with project 1 575, 000. r ,M7✓�rz 2/4/9B Contract amount Type of work Date completed I2. 1/fcrax A!/e/ Gr/,a-rez -DBT. /7/851/./.4.4 ctc".' Iler it✓i/,�j C. IName and address bf owner ,c1/^. /LS-BY! -D. (7(10)2542 -23GS IName and Telephone number of person familiar with project 300 0m. ^ /t),4-rE2c /07 [ Contract amount / Type of work - Date completed 1 3. ��/ or Lis hfir�ET 90D 5 rren-0)476T./ .vt yraw/grig4 6 Name and address of owe& IAir. Paaz,/ �-i+ -A-ra.,.-1 (-72� / 49 -5/26 Name and Telephone number of person familiar with project I890,coo. — Szx..-, -. 2-4-2,-; 519(1 Contract amount Type of work Date completed LThe following are the names, addresses, and telephone numbers for all brokers and ` sureties from whom BIDDER intends to procure insurance and bonds: L o JJvrrPS: a1.474 e C<12i2.s Z %s.: Alain/ iIeajazes �SssC 2/0o 1-,1,4-7,1 cc /2// ti/—,.,rt ara/ 4Y - v1.krC 1. 715e-25a -7172_ .57zni Ga . 7/ -6go-S37 J1-0z. RU t ✓e&A 44,,e. 7;7,9, .4-4w2S L L C-4 EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE iBIDDER certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment • opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION BIDDER certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to • inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. i NONCOLLUSION AFFIDAVIT fBIDDER declares that the only persons or parties interested in this proposal as principals are those named herein; that no officer, agent, or employee of the AGENCY is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work and that this proposal is in all respects fair and without collusion or fraud. [I +L L `t L L L C-5 I BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name it- C-1-/ S,Qos • , SillG . Business Address /29to ,c. C.42.4-7/ AS .eet-A/d ' sl. l//OD/ / Telephone No. /v26 - 3q8 -99x12 • State Contractor's License No. and Class ..5-287O/ /1 COriginal Date Issued 4/30/88 Expiration Date 4/gig- The / /!B 1 The following are the names, titles, addresses and telephone numbers of all individuals, 1 firm members, partners,joint venturers,and/or corporate officers having a principal interest in this proposal: 4,f.o„y L.(s c41 - 2vn✓r- /2E54B. 4t ln-le-4S Sr Atnt)ats Go. U �a " � � � (,z6-38- y142 ywex-ras A�ctfau - l/ S /2a Br. Gota�/.el?ar Sr .azrxzaao 04• 6z4-set-9692 a` � - c - 7s /284 E. C.�.rre2as�r "tawGa. �/ 626-32d- n z_ The date of any voluntary or involuntary bankruptcy judgements against any principal - having an interest in this proposal, or any firm, corporation, partnership or joint venturer of which any principal having an interest in this proposal was an owner, corporate officer, partner, or joint venturer are as follows: All current and prior DBA's alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: 4 . r. 2 ./ L L C_8 ■ IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, I titles, hands, and seals of all aforenamed principals this ZG day of , 19 98 . BIDDER: ictcI 733ca's7 /G . I Subscribed and sworn to this ' day of /44eCH , 19V NOTARY PUBLIC ¢,-rt+.l" �'� t commidc—ccou i � lbtasNdb—CNry J „ 1 !/ taMpMr.Novi Nry!c m.EpFS Nw I.IVW I I •• I I I- L I. L L C_7 ROSEMEAD REDEVELOPMENT AGENCY PROPOSAL GUARANTEE • BID BOND FOR SEWER SYSTEM IMPROVEMENTS • ON DEL MAR AVENUE FROM HELLMAN AVENUE TO GARVEY AVENUE • - PROJECT NO. 98-02 IN THE CITY OF ROSEMEAD KNOW ALL MEN BY THESE PRESENTS that MASICH BROS., INC. as BIDDER, and ULICO CASUALTY COMPANY a corporation organized and existing under the laws of the State of DELAWARE and duly authorized to transact business under the laws.of the State of California, as SURETY, are held and firmly bound unto the Rosemead Redevelopment Agency, as AGENCY, in the_penal sum of TEN (lot) PERCENT OF THE AMOUNT OF THE BID IN dollars ($ Ion'OF sin-- ),which is 10 percent of the total amount bid by BIDDER to AGENCY for the above-stated project, for the payment of which sum. BIDDER and SURETY agree to be bound,jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above-stated project,if said bid is rejected,or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. • C-8(a) IN WITNESS WHEREOF the parties hereto have set their names, titles, hands,and seals, . this 20TH day of MARCH , 1998 _ BIDDER' MA.IICH BROS. , INC- . __C------ e ' SURETY' SUALTTCONPANYK j !,'. i ��� � iJ PHIL E.l�, ATTORNEY IN FACT Subscribeand 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. ULICO CASUALTY COMPANY HAIICH BROS. , INC. 14726 RAMONA AVENUE 1286 E. CALAVERAS ST. CHINO, CA 91710 ALTADENA, CA 91001 909 393-4712 626 398-9992 C-8(b) NATE OF California • COUNTY OF Orange } S5. On MARCH 20, 1998 , before me, Mary J. Stelzer, Notary Public PERSONALLY APPEARED Philip E. Vega • • personally known to me ligssissusgmissing gskssaticksagto be the person(g) whose names) issggsubscribed to the within instrument and acknowl- edged to me that hea executed the same m his/ a authorized capacityrn and that by hist l�signatureffi on the instrument the persons or the entity upon behalf of which the person(g) acted, executed the instrument rte. WITNESS my hand and official seal. rl30 COMM' #1159374 / AAYPUBLIDCALIFUq • OAANGE COUNry NlA f/1 fav Corrniti OCL7g2001 N Signature y arY This area for Official Nota TT¢dr' LJ 17- OPTIONAL Though the data below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL J CORPORATE OFFICER MUM) TITLE OR TYPE OF DOCUMENT Li PARTNER(S) E LIMITED _ ❑ GENERAL fl ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR OTHER'. DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME.x PERSONS OR EMmuESi IJLICO CASUALTY COMPANY SIGNER(S) OTHER THAN NAMED ABOVE �` ` ` ALL-PURPOSE ACKNOWLEDGEMENT ULICO CASUALTY COMPANY III Massachusetts Avenue,N.W. Washington, DC 20001 242 BEENE POWER OF ATTORNEY • Know All Alen By These Presents: That Ulico Casualty Company,A Delaware Corporation,having its principal office in Washington,DC,pursuant to the following resolution,adopted by the Board of Directors of the Corporation effective on the 28th day of January, 1993: . RESOLVED: That the Chairman and Chief Executive Officer be,and hereby is,authorized to execute Powers-of-Attorney,qualifying the attorney named in the Powers-of-Attorney to execute on behalf of the Corporation contract bonds and other related surety bonds, and to attach thereto the corporate seal of the Corporation,in the transaction of its surety business.' RESOLVED: 'That the signatures and attestations of such officers and the seal of the Corporation may be affixed to any such Powerof-Attorney or to any certificate relating thereto by facsimile,and any such Power-of-Attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binding upon the Corporation when so affixed with respect to any contract bond or other related surety bond to which it is attached' This Power of Attorney is signed and sealed in facsimile under and by the authority of the above Resolution. DOES HEREBY MAKE, CONSTITUTE AND APPOINT: Philip E. Vega and Julie M. Mattern of Sullivan X. Curtis Insurance Brokers, of Irvine in the State of California,its true and lawful Attorney(skin-Fact with full power and authority hereby conferred in its name,place and stead to sign,execute, acknowledge and deliver in its behalf,and as its act and deed,without power of redelegation,as follows: Contract bonds and other related surety bonds: IN AN AMOUNT NOT TO EXCEED THREE MILLION($3,000,000.001 DOLLARS; to bind Ulico Casualty Company thereby as fully and to the same extent as if such bond was signed by the duly authorized officers of Ulico Casualty Company,and all the acts of said Attorneys)in-Fact pursuant to the authority herein given are hereby ratified and confirmed In Witness Whereof, Ulico Casualty Company of Dover, Delaware, has caused this Power of Attorney to be signed by its Chairman and Chief Executive Officer and its Corporate seal to be affixed this 15th day of February, 1991. This Power of Attorney is void unless the seal is readable, the text is in black ink, the signatures are in black ink, this notice is in red ink, and if attached to a document executed subsequent to January 1, 7999. U/leo Casualty Co y . District of Columbia ss: SEAL t .�S // Robert A.Geo s ��� rgme,Chairman and ExecutiveeOfficer On this 15th day of February, 1997, before the subscriber, a Notary Public of the District of Columbia, duly commissioned and qualified, came Robert A, Ceorgine of Ulico Casualty Company to me personally known to be the individual and officer described therein,and who executed the preceding instrument,and acknowledged the execution of the same,and being by me duly sworn,deposed and said,that he is the officer of the Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of the Company,and the Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the Corporation,and that the resolution of the Company,referred to in the preceding instrument,is now in force, In Testimony Whereof,I have hereunto set my hand,and affixed ma/y official seal at Washington,DC the day and year above written. ,,�I pUBUC // Pybliq rJ t�'7a$$1Be L� Notary , Ii a VII CERTIFICATIOI*' Commission Expires March 31, 2001 I,Joseph A. Carabillo, Assistant Secretary of Ulico Casualty Company of Dover, Delaware, do hereby certify that the foregoing Resolution adopted by the Board of Directors of this Corporation and the Powers of Attorney issued pursuant thereto, are true and correct and that both the Resolution and the Powers of Attorney are in full force and effect. In Witness Whereof,I have hereunto set my hand and affixed the seal of the corporation this 20TR S da of MARCH 199 8 y - vSEAL °4. By: I\ I Joseph •.Carab o,Assistant Secretary UCB-102-POAI (09/94) ADDENDUM NO. 1 • SEWER SYSTEM IMPROVEMENTS ON • DEL MAR AVENUE FROM HELLMAN AVENUE TO GARVEY AVENUE PROJECT NO. 98-02 IN THE CITY OF ROSEMEAD • This Addendum forms a part of the Contract Documents for the above-identified project and modifies the original specifications and Contract Documents,as noted below. Portions of the Contract, not specifically mentioned in the addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. 1. Revised Bid Schedule • Replace Bid Schedule Page C-2(b) with the attached page. The attached page shall be submitted with the Bid Proposal. The Estimated Quantity for Bid Item No. 7 has been revised and reads: "1,600" � ��✓ 5/0o Fredrick E. Wickman, RCE 47979 Date I acknowledge receipt of this Addendum No. 1 and accept the aforementioned. Date Bid.-r Attachment KJR1ss 10914\0208\6650 g:\old spec\spc7-51.a t ROSEMEAD REDEVELOPMENT AGENCY PROPOSAL FOR • SEWER SYSTEM IMPROVEMENTS ON DEL MAR AVENUE FROM HELLMAN AVENUE TO GARVEY AVENUE PROJECT NO. 98-02 IN THE CITY OF ROSEMEAD TO THE CITY OF ROSEMEAD, as AGENCY In accordance with AGENCY's NOTICE INVITING SEALED BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment,tools, labor, and incidentals required for the above-stated project as set forth in the Plans, Specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump-sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work,that the estimated quantities set forth in the BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump-sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that in the event of the BIDDER's default in executing the required contract and filing the necessary bonds and insurance • certificates within 10-working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. C-1 BID SCHEDULE FOR SEWER SYSTEM IMPROVEMENTS ON DEL MAR AVENUE FROM HELLMAN AVENUE TO GARVEY AVENUE • PROJECT NO. 98-02 IN THE CITY OF ROSEMEAD ITEM ESTIMATED UNIT EXTENDED Na DESCRIPTION QUANTITY UNIT PRICE AMOUNT 1. Furnish and install 12 • - inch VCP, including connections, fittings, and appurtenances, and temporary by- pass during construc- tion, complete in place. 2,540 L.F. $ G5. o $ /G57,/00-- 2. Furnish and install precast sewer man- hole per APWA Std. 200-1 and appurte- nances, including temporary by-pass during construction and connections, complete in place. 10 EACH $ /WO- $ /8,000- 3. 8,0003. Removeexisting man- 11 EACH $ 950 $ 9, 750 4. Breaking into existing manhole per APWA Std. 208-0. 2 EACH $ ,JOO $ /,OOO- C-2(a) ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 5. Television inspection complete, including copies of video tapes ao of new sewer line. 2,540 L.F. $ /•' $ Z6449', a coo. 6. Shoring and bracing. — L.S. $ g,0 , *7. Sawcut 8-inch deep and remove existing PCC pavement, and construct 12-inch thick PCC pavement over 6-inch thick aggregate base, complete per detail in Appendix. 1,600 S.F. $ g $ y2Soo 8. Sawcut, remove, and construct 8-inch thick AC over 4-inch thick aggregate base. 8,000 S.F. $ (o C $ 51,000- 9. Additional potholing, exploratory excava- tion, if requested by the Engineer. (0 to 5- feet deep.) 5 EACH $ 2-00- $ /, OtO- 10. Additional potholing, exploratory excav- ation, if requested by the Engineer. (Over 5 feet.) 5 EACH $ $oo- $ 1'5°6- 11. Public improvement project sign. 2 EACH $ /,000 $ .P,000 12. Install 6-foot diameter inductive loop detector. 20 EACH $ 350- $ 7, poo- * Revised per Addendum No. 1 C-2(b) ITEM ESTIMATED UNIT EXTENDED NO. DESCRIPTION QUANTITY UNIT PRICE AMOUNT 13. Concrete encase- ment per LACDPW 2023-0, Case III. 10 L.F. $ SO r $ 500- 14. Construct blanket pro- tection per APWA • • 225-1. 1 EACH $ S00- $ Sea ' 15. Construct support for conduits across trenches per APWA 224-1. 7 EACH $ .260 $ /, 730 " TOTAL AMOUNT BID IN FIGURES $ .27$ 5l0, TOTAL AMOUNT BID IN WORDS roe/22 Hve.,o/L *d 6 rcvb,Y7�j b �k/ TWous�ud Fmue ,Vcv-0/aEfl A eyyY'010e?"- C-2(c) 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 • Prior to award of contract, Contractor shall submit a list of suppliers and vendors, in writing, to the City Engineer. C-3 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past 2 years: ei'ryloo4s<y</es/D7/. -y".0u6Csc 1. 133 So. 57 ,QODoe 6d7e, /4 el. 9490/s Name and address of owner EO A 'c e4( /j- q'77 -G s/go Name and Telephone number of person familiar with project 734 ace, .6 4 eve.*1-ta4 6 • Ith r Contract amount Type of work Date completed G/%1y 4 An ,dt/lcc.4es/coot. sf-Aa6Gcuv®/sem 2. 4733 b r ,&we 4c, L . G'. fOo/s Name and address of owner Aego/er 651/4 r#,e - .2/3- SOPS-• Si 0_2- Name and Telephone number of person familiar with project eteatizez �75,00 o .r 5�ciriaG� � , Contract amount Type of work Date completed 3. -'ty at-414-cord Soso C/aLa at. /41,4-40134164.41G7/2. Name and address of owner /1-A ,Z ,et t7 - S6.2 - SG- - 977/ Name and Telephone number of person familiar with project h ergop. 47k9/47 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: 7'24'' e14 ea6 ca//y Su-t'ry carte.", 7Ceceree4c7 i,rs .3 . sr, cacZ,€ ,,/tem. 5Tf. P.,70 4w . q g , CA • EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE • BIDDER certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION • BIDDER certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to • inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. NONCOLLUSION AFFIDAVIT BIDDER declares that the only persons or parties interested in this proposal as principals are those named herein; that no officer, agent, or employee of the AGENCY is personally interested, directly or indirectly, in this proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work and that this proposal is in all respects fair and without collusion or fraud. C-5 BIDDER'S INFORMATION • • BIDDER certifies that the following information is true and correct: Bidder's Name roke Le/E- / 4.r.ftssocrv7es Business Address 9.3.4 O/!/Z.'EY• 4o'f uay c9- 9/733 Telephone No. GAG - 44/3- 36.2 O State Contractor's License No. and Class 7_a/39/ Original Date Issued /gel Expiration Date. / - 3/-'99 The following are the names, titles, addresses and telephone numbers of all individuals, firm members, partners,joint venturers,and/orcorporate officers having a principal interest in this proposal: € ' /L rnr,.Wt*'- /Jil/L>.�/s,.c- 9 lot, a .iocc t r/.-4727,S< ear.9,rm T ui .0. 4(cda e�/'e,1 - .041/19,c/f-,e - St SC-die.; -i-7/7 /4-% IC/C:-sW,-eli 92'41/2-4r#5- AescrA G9izs ,17 6'c!e - 62a„- 44/(,":4— 36 2 7 The date of any voluntary or involuntary bankruptcy judgements against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venturer of which any principal having an interest in this proposal was an owner, corporate officer, partner, or joint venturer are as follows: All current and prior DBA's alias, and/or fictitious business names for any-principal having an interest in this proposal are as follows: //of C-6 IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, titles, hands, and seals of all aforenamed principals this ..90,/d- day of F!A?cs! , 19 Rg BIDDER: T�.titoc.r - q' A-esc, cr fs� Subscribed and sworn to this a4'day of -' 14y 19_9 NOTARY PUBLICmassa, AWtGARIU RBNA ;fir: canmlWm g 1175141 .•":: NotayPuaic-canranio t \r n% uxAngelescamry • A7'/C ni.&Om Ma29•2002 C-7 ROSEMEAD REDEVELOPMENT AGENCY PROPOSAL GUARANTEE • BID BOND • • • FOR SEWER SYSTEM IMPROVEMENTS ON DEL MAR AVENUE FROM HELLMAN AVENUE TO GARVEY AVENUE PROJECT NO. 98-02 • IN THE CITY OF ROSEMEAD. KNOW ALL MEN BY THESE PRESENTS that Tomovich s Associates as BIDDER, and Travelers Casualty And Surety Company of America a corporation organized and existing under the laws of the State of Connecticut and duly authorized to transact business under the laws of the State of California, as SURETY, are held and firmly bound unto the Rosemead Redevelopment Agency, as AGENCY, in the penal sum of Ten Percent Of The Total Amount Of The Bid In dollars (S 10% ), which is 10 percent of the total amount bid by BIDDER to AGENCY for the above-stated project, for the payment of which sum, BIDDER and • SURETY agree to be bound,jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above-stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. C-8(a) IN WITNESS WHEREOF the parties hereto have set their names,titles,hands,and seals, this 23rd day of March 19 98 926 Durfee Ave. BIDDER' TOMOVICE & ASSOCIATES gg yy (g2efla 1g27cA 91733 • 145 a,S-CA 1 Stg g2 College SURETY' TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Bre (714) 671-8232 Or- Philip E. ega, Attorney-in-Fact /41f2160 72100 Maie,8r52�np S-48qt- Ste.3' 157 ?814 • Subscribed and sworn to this day of , tg `+, \'+ r' + •: NOTARY PUBLIC Provide BIDDER/ADMITTED SURETY name,address,and telephone number and the name, title, address,and telephone number for authorized representative' • C-8(b) TOTAL P.Or ..7P " California Cry:-\T OF Orange 55. 3-23-98 J tr , before me, Mary J. Stelzer, Notary Public FE F>O\ALLY APPEARED Philip E. Vega personalh known to me loargsgsfgrngEgurtatint nsimaciaideanto be the persons) whose name]) inn subscribed to the within instrument and acknowl • - edged to me that heabraber executed the same in his/ NEICINIO! authorized capacity(a, and that by his / Yffiestgnatureal on the instrument the person./ or the entity upon behalf of which the persons) acted, executed the instrument. • ,V (,f' • MARYJ.STELZER 4-� „ ,i : COMM.#1159374 WITNESS my hand and official seal. Ty Bh C-CALIFORNIA `titNOTARY PUALIORANGE COUNTY My Comm.Expires OC7242001 yN Signature This arm far Official Notarial Seal emamorammimmaimin OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDNIDUAL — CORPORATE OFFICER • *mea. TITLE OR TYPE OF DOCUMENT PARTNER(S) ❑ LIMITED 1_1 GENERAL fl ATTORNEY-IN-FACT TRUSTEE(S) NUMBER OF PAGES GUARDIAN/CONSERVATOR OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: n.uf O eEPSON•S 9+EntM1JES. TRAVELERS CASUALTY AND SURETY COMPANY OF AMFxi('e -- __ -- SIGNER(S)OTHER THAN NAMED ABOVE ALL-PURPncr If. WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA has Caused this instrument to be signed by its Senior Vice President, and its corporate seal to be hereto affixed this 1st day of July, 1997. STATE OF CONNECTICUT CØE TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA}Ss. Haord By • George W. Thompson Senior Vice President • • On this 1st day of July, 1997, before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, the corporation described in and which executed the above instrument; that he/she knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; and that he/she executed the said instrument on behalf of the corporation by authority of his/her office under the Standing Resolutions-thereof. i.4'a% * . My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE • I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, a stock corporation of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 23rd day of March , 19 • 98 • de yo my,, 2 CANN el • By: • '1?• , • Rose Gonsoulin Assistant Secretary S-2435(7-95) CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT • State of California Countyof Los Angeles On r3 —26 - Y Q before me, Margarita Reina, Notary Public, personally appeared Mitchell Tomovich, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. ' WITNESS my hand and official seal. MARGARITA REINA • ss rte, Commission k 1175141 • p ,y x3 Notary Public-Caliifonlo £ cit*, las Angeles County MyCpnm.b�ae5A1p129•�,tj2 ga Reina *********.kik****************************************************Y*********************** OPTIONAL CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT (X ) Individual TITLE OR TYPE OF DOCUMENT Signer is representing: —.. NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S)OTHER THAN NAMED ABOVE • ADDENDUM NO. 1 SEWER SYSTEM IMPROVEMENTS ON • DEL MAR AVENUE FROM HELLMAN AVENUE TO GARVEY AVENUE PROJECT NO. 98-02 IN THE CITY OF kOSEMEAD This Addendum forms a part of the Contract Documents for the above-identified project • and modifies the original specifications and Contract Documents,as noted below. Portions of the Contract, not specifically mentioned in the addendum, remain in force. All trades affected shall be fully advised of these changes, deletions, and additions. 1. Revised Bid Schedule • Replace Bid Schedule Page C-2(b) with the attached page. The attached page shall be submitted with the Bid Proposal. The Estimated Quantity for Bid Item No. 7 has been revised and reads: "1,600" v/08 Fredrick E. Wickman, RCE 47979 Date I acknowledge receipt of this Addendum No. 1 and accept the aforementioned. 9-/3 - 9? Tuaoc"�/= g'/Os oe%/c Date Bidder Attachment KJR]ss 10314\0208\6650 g:\oldspec\spc7-51.al