Loading...
Vido Samarzich IncBIDDER: )/ILO SA /i)ARzl( /A/C SECTION 1- BID SCHEDUL CBF -1 BIDDER: V/00 SAMAjt Z!W lA CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE ....... SECTION 2 BID DATA FORMS ....... ...................................... ..............................1 ..................................... ............................... 5 2 .A BID BOND .................................................................................. ..............................6 2.B LIST OF PROPOSED SUBCONTRACTORS ........................... ..............................7 SECTION 3 NON - COLLUSION AFFIDAVIT ................................................ .............................10 CBF -13 BIDDER: "�/1V0 SA)nAP,71CH I NC. BID SCHEDULE SCHEDULE OF PRICES FOR SIDEWALK, CURB AND GUTTER REPLACEMENT PROJECT PROJECT No. 24002 BASE BID SCHEDULE TOTAL BASE BID PRICE (SCHEDULE BID PRICE): 75 U Dollar amount in written form & `Thlo vsAN.D 7 f-/0 NPRIFP Ss dE CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE CITY. PRICE COST 1 Clearing & Grubbing per plans LS 1 and specifications. See technical provisions TP -2, TP -3 & TP -4.i 2 Disposal of Waste Materials. LS 1 fX0 . 06 �• L9 3 Remove, Dispose and Construct SF 21,000 4- inches thick PCC Sidewalk per SPPWC Std. Plan 113 - 1. 1 O D /�� aQ 4 Remove, Dispose and Construct SF 500 PCC Driveway Approaches per SPPWC Std. Plan 110 -2. 5 Remove, Dispose and Construct LF 1,015 8- inches Curb and 24- inches Gutter per SPPWC Std. Plan 120 -2. a / y� 675 •0Q 6 Remove, Dispose and Construct LF 100 8- inches PCC Curb Only per SPPWC Std. Plan 120 -2. K ©b 3��Q • 00 7 Remove, Dispose and Construct EA 1 PCC Curb Ramp per SPPWC Std. Plan 111 -4. row• �� �? 6�Q, 0() 8 Install Survey property and centerline tie Monument. EA 10 �Q�. 0 Q a TOTAL BASE BID PRICE (SCHEDULE BID PRICE): 75 U Dollar amount in written form & `Thlo vsAN.D 7 f-/0 NPRIFP Ss dE CBF -2 BIDDER: / /DO SArnAtZ1Clf la/ Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project. If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third parry, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govem. Attached hereto is a certified check, a cashier's check or a bid. bond in the amount of Dollars ($J±2'—Vj said amount being not less than ten percent (10 %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. CBF -3 Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. BIDDER: /DO SAMAKV(J/ l NC The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. �! BIDDER: V /DO SA/OAR t/W 1 w By: Ct2FSslJl ®rgC� Signature Business Street Address V I VO SAin AR2VC4 Type or Print Name YRFS OE Q17 Title ABTA Lorn4 G4 91 761 City, State and Zip Code 96 9 9k N.327 Telephone Number Bidder's /Contractor's State of Incorporation: CACL4 O R /J 1 Partners or Joint Venturers: Bidder's License Number(s): # q.33210 A ` NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF -5 BIDDER /p0 —, ;AmARwc;f W C. SECTION 2 BID DATA FORMS CBF -6 FIDELITY AND DEPOSIT COMPANY OF MARYLAND BOND NO: VIDSA -1040 BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, VIDO SAMARZICH, INC. (hereinafter called the Principal), and FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation organized and doing business under and by virtue of the laws of the State of MARYLAND and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA, as Surety, are held and firmly bound unto CITY OF ROSEMEAD, (hereinafter called the obligee) in the sum equal to 10% of the accompanying bid of the Principal, not, however, in excess of TEN PERCENT OF THE TOTAL AMOUNT BID Dollars (10% OF BID AMOUNT) for the payment of which, well and truly to be made, we hereby bind ourselves and our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit to the obligee a bid for SIDEWALK CURB /GUTTER, in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefore. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 30"' day of JANUARY, 2012. FW M V RANDY SPOHN, Attorney -in -Fact i 9 t Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said =y, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the ere nominate, constitute and appoint Randy SPOHN and Matthew R. DOHYNS, hot alif EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and ns d as its act and deed: any and all bonds and undertakings, and the exec G t so suance of these presents, shall be as binding upon said Company, as full mte s e , if they had been duly executed and acknowledged by the regularl e t ' ice in Baltimore, Md., in their own proper persons. This power of atto qq r th e PORN, Matthew R. DOBYNS, dated May 1, 2009. The said Assistan 6c o at the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- a pany, and' now in force. IN WITNESS OF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 13th day of July, A.D. 2011. ATTEST: State of Maryland 1 City of Baltimore f ss. FIDELITY AND DEPOSIT COMPANY OF MARYLAND !V 2)i ' Eric D. Barnes Assistant Secretary By: J Frank E. Martin Jr. Vice President On this 13th day of July, A.D. 2011, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly swom, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,- and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and d of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA -F 012 -3955 `pp i I.A '2 4ir e4 � Maria D. Adamski Notary Public My Commission Expires: July 8, 2015 POA -F 012 -3955 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA Cou ty of ORANGE On before me ERIKA GUIDO, NOTARY PUBLIC, personally appeared RANDY SPOHN who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his /heF /Oieif authorized capacity (ies), and that by his /kjer /tkeiF signaturefs) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ERIKA GUIDO COMM. # 1843731 NOTARY PUBLIC CALIFORNIA 3 ORANGE COUNTY ro ' My Comm. expires May 5.2013 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 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 ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) WITNESS my hand and official seal. BIDDER. /DO SAmA(2 /.f.4 j C. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND — S a /3 -7 H FD KNOW ALL MEN BY THESE PRESENTS: THAT as Principal, and as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of ($ ), being not less than ten percent (10 %) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Sidewalk, Curb and Gutter Replacement Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this day of , 20 Principal A Signature Surety Signature CBF -7 BIDDER: 5A4)A9z1cAj 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty -four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. BIDDER: QAmAMjcH /!- 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) [ "Duplicate Next 2 Pages It needed tar listing additional subcontractors."] Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted CBF -9 BIDDER: V/,DO SAmAGt /W 1 dC 2.0 The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: CITY O r PASAIDZ= AW Name and Address of Owner M R. 6 4LE T44 ORS> M S0 b z 6 V y 5eVV Name and telephone number of person familiar with project I, ?0q 600.00 VARIUOS Contract amount Type of Work Date Completed 2. C� 0 - P 6F(XMD/4L -E Name and Address of Owner (- - rzgljq P/K SYS Z Name and telephone number of person familiar with project ' C 1 3� 000. \//M - 10US ZOO Contract amount Type of Work Date Completed 3. G LtY 0 f = 5' Ur`gAAK Name and Address of Owner Mr - SAeTO( -O P/r z3S Name and telephone number of person familiar with project 4 � 500, 40.00 y,40A 0 dS a ea amount Type of Work Date Completed 4. C tTY O f : ' 7004SAVEIV II Name and Address of Owner Name and telephone number of person familiar with project X &g omo oa ✓AR j z 0/ z amount Type of Work Date Completed CBF -10 BIDDER: V /d0 0, ^P"Af, We ( I'/VC, SECTION 3 NON - COLLUSION AFFIDAVIT CBF -11 BIDDER VI D) S/aAnjgRa1 e1 1 NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. / XI Signature Vibo SAtoAp zld Typed or Printed Name r9a i p 2 WT Title Subscribed and sworn before me This _ day of Notary Public in the State of Cali My VIDO �,OZICI✓ IAIC Bidder 20_ (Seal) I� I `- i a QIIV 1 is State of California County Of - 1? ie ts) � t� Subscribed and sworn ( maA&Fne» d ) • o before me Expires: on this D ay of 2 12 proved to me on to be the Dersonl CBF -12 satisfactory evidence ared before me. VIDO SAMARZICH, INC. General Engineering Contractor No. 433210A 4972 CRESTVIEW PLACE, ALTA LOMA, CALIFORNIA 91701 VIDO SAMARZICH, INC. MINUTES OF MEETING OF BOARD OF DIRECTORS TELEPHONE 909 - 987 -6377 FAX 909-987 8988 The Board of Directors of Vido Samarzich, Inc., a California corporation, hold a Special Meeting at 4972 Crestview Place, Alta Loma California on January 2, 2002, The following were present, being all members of the Board: Vido Samarzich Sr; Monika Samarzich; Vido Samarzich Jr Vido Samarzich Sr. served as Chairman of the meeting, and Monika Samarzich served as secretary. The Chairman announced that the business of the corporation required that all members of the board be authorized to execute contract documents, including bid documents and any and all other contractual documents which may be required in order for this corporation to bid and enter into contracts to perform construction work and any and all other contractual obligations. After general discussion and on motion duly made, and seconded and unanimously carried, the following resolution was adopted: RESOLVED That the President, Secretary, and Yice President and any one of them, are hereby authorized to execute any and all contractual documents, including bid documents and any and all other contractual documents which may be required in order for this corporation to bid and enter into contract to perform construction work and any and all other contractual obligations on behalf of this corporation, and each and every act of signing by the President, Secretary, or Vice President of such documents is hereby fully assumed and adopted as the act of this corporation. There being no further business to come before the meeting, upon motion duly made, seconded and unanimously carried, the meeting was adjourned. A 7 Vido L Satarzich Jf. -VICE PRESIDENT