Loading...
Project 126 - Proposal - Grgo & Gordon Grbavac Const. - 1993-08-26 PROPOSAL PROJECT NO 1112100-126 RECONSTRUCTING VARIOUS SEWER LINES TO THE BOARD OF DIRECTORS COSTA MESA SANITARY DISTRICT 77 FAIR DRIVE COSTA MESA CALIFORNIA 92626 GENTLEMEN In compliance with the NOTICE INVITING BIDS for the RECONSTRUCTING VARIOUS SEWER LINES which is hereto attached the undersigned has carefully examined the location of the proposed work the plans specifications and other contract documents therefore and is satisfied as to the conditions to be encountered as to the character quality and quantity of work to be performed and materials to be furnished as to the requirements of the specifications and the contract It is mutually agreed that the submission of a proposal shall be considered prima facie evidence that the bidder has made such examination If awarded the contract, the undersigned agrees to commence work under the contract within ten calendar days from the date of the contract and to complete said work within 60 working days from the first day of commencement of said work unless legal extension is granted in accordance with the terms set forth in the specifications and to perform and complete the work as shown on the plans and in accordance with the specifications and other contract documents and to furnish all labor materials tools and equipment necessary to complete the work in place in the manner and time prescribed at the following prices to wit PROPOSAL SCHEDULE Item Approx Item with Unit Price Unit Price No Quantity Written in Words Figures Total 1 L S Remove and reconstruct existing sewer line No 1 at-[hreR- 4 (line kcond dollars and zPr b cents per Lump Sum S1q(0°° $ -2010o•°° P-1 Bidder s Initials �1 PROPOSAL SCHEDULE (continued) Item Approx Item with Unit Price Unit Price No Quantity Written in Words Figures Total 2 L S Remove and reconstruct existing sewer line No 2 at -Two Thovianh, 5Ix Ric-16,04 dollars and ern cents per Lump Sum $2 , ) t ,c $ e)- ecc ° 3 L S Remove and reconstruct existing sewer line No 10 at T o lYflooccre, Ski( 44%)rr\Cea dollars and z-ern cents per Lump Sum $ 2,bpp'pO $ 2•16e0 4 L S Remove and reconstruct existing sewer line No 20 at1',,,,n 'i'homil 51t l F.ir�dr� oTarl—sand cents per Lump Sum $ Z,6pp`° $ ? ,( cx co 5 L S Remove and reconstruct existing sewer line No 21 at I,,00 Z hooFwnA 5„& HQnukceL dollars and Zero cents per Lump Sum $-),(,jpo°$ 2t6CO•m 6 L S Remove and reconstruct existing sewer line No 29 at nno,760_50,4 (l'rw 1-1v vkc Y Fi&j dollars and Zoo cents per Lump Sum $ IiQ50•OQ $ tictSO 7 L S Remove and reconstruct existing sewer line No 30 at\'U,,,1 ,,,S,yiNa e x HuncM.crd dollars and °o zero cents per Lump Sum $ Z, $ 24GOn•cn 8 L S Remove and reconstruct existing sewer line No l33 at Onp, A` NC 'R (111\0. uf1kcpt� : 4M dollars and tell) cents per Lump Sum $ 11gS0 '°° $ ■q5 •°° 9 L S Remove and reconstruct existing sewer line No 43 atone —11„,,ard cline JHs) Arad F Got dollars and lei cents per Lump Sum $ \,q9)'0° $ 'Iq 10 P-2 Bidder s Initials PROPOSAL SCHEDULE (continued) Item Approx Item with Unit Price Unit Price No Quantity Written in Words Figures Total 10 L S Remove and reconstruct existing sewer line No 48 at � f1�nP. �ur�t't,('(ar ollars and zero cents per Lump Sum $ iccx•oo $ 3A120-co 11 L S Remove and reconstruct existing sewer line No 49 at TChnoco,A CJ\R kivn. do Leto cents per Lump Sum $ 2(a) $ -L1(.4-30•°° 12 L S Remove and reconstruct existing sewer line No 50 at[�7•wo lhouranrl 4\t ( �gLpdred dollars and cents per Lump Sum $-zaip°a $ -, c.0 p•m 13 L S Remove and reconstruct existing sewer line No 61 at Two hood, G�;x i4k)nArnr1 dollars and tarn cents per Lump Sum $ Z, j`D $ -Z,c -co 14 L S Remove and reconstruct existing sewer line No 67 at p,\e l ho.Yinl Thcep 1-\urv\rerl dollars and cents per Lump Sum $ \\--600;°° $ 1,74n•w 15 L S Remove and reconstruct existing sewer line No 68 at-r -- Thr),Ackr . ns n ttom -tots dollars and 'LETO cents per Lump Sum $ 3,ga')CO $ 3�q •cfl 16 L S Remove and reconstruct existing sewer line No 74 at T, A LTh, 4 Q■kx Nurvlr A dollars and Zero cents per Lump Sum $ Z, 'W $ 2,F •ac P-3 Bidder ' s Initials U/ PROPOSAL SCHEDULE (continued) Item Approx Item with Unit Price Unit Price No Quantity Written in Words Figures Total 17 L S Remove and reconstruct existing sewer line No 75 at QIT_ Tho0evanb, Me cog 4.Jrvt(pA dollars and zest) cents per Lump Sum $ IAA n"es) $ 4,3Gi) co 18 L S Remove and reconstruct existing sewer line No 76 at`cur, -Th00nd dollars and cents per Lump Sum $2ka $ T2 corn 19 L S Remove and reconstruct existing sewer line No 82 at 7� ,_ p Tbar,,,a �lx N�ndre6 dollars and w 24)./CD cents per Lump Sum $ -Z, $ 2k '°° 20 L S Remove and reconstruct existing sewer line No 98 atijuo Thosana SIX 0-urArpr1 dollars and 7J,41) cents per Lump Sum $ Z* 'ca $ 21 L S Remove and reconstruct existing sewer line No 108 at-1-0 .x„,,,:\ 5;x W r& \ dollars and zero cents per Lump Sum $ 2 kaDc2 $ 21(I X)' 22 L S Remove and reconstruct existing sewer line No 109 at "Till-) boyynd, 5ii 1-1vr,6re41 dollars and ZQrp cents per Lump Sum $ 2C-£' $ -Z%cjoc) a° 23 L S Remove and reconstruct existing sewer line No 110 at Two Tho04,14 5;K Y� r'� o ass and tem, cents per Lump Sum $ 1(471° $ y� F:CX2 P-4 Bidder ' s Initials PROPOSAL SCHEDULE (continued) Item Approx Item with Unit Price Unit Price No Quantity Written in Words Figures Total 24 L S Remove and reconstruct existing sewer line No 111 at Tvop ThoQ na, Q �o�arrM 2enn cents per Lump Sum $ l 0OyOb $ 24E(Do•LD 25 L S Remove and reconstruct existing sewer line No 118 at 6 x -Thoocard r-we_ dollars and 7 no cents per Lump Sum $ (,‘5C1D. $ 61 co 26 L S Remove and reconstruct existing sewer line No 120 at 0 no Thousand (flee 1 Q�dre6 o ars and taco cents per Lump Sum $ l,q t $ 27 L S Remove and reconstruct existing sewer line No 121 at—r}„-p,e, -1Tho0 xxnA. nine V dollars and -Leta cents per Lump Sum $ Zito.a) $ 31SC 'm 28 L S Remove and reconstruct existing sewer line No 123 at tW Q 650C-OrA 5i$ Nun4 c\ dol TPars and -Leap cents per Lump Sum $ 2.1(indats $ Z,GOf) w 29 L S Remove and reconstruct existing sewer line No 127 at l hce,P_ —f ho u,ar b time i-jkznrkreci dollars and 2E10 cents per Lump Sum $ 3,9(7J°° $ 3ACOt 30 L S Remove and reconstruct existing sewer line No 129 at'1 jo t hoard ce Hun o ars and telt cents per Lump Sum $24-0().°12 $ 21E00•ao P-5 Bidder ' s Initials PROPOSAL SCHEDULE (continued) Item Approx Item with Unit Price Unit Price No Quantity Written in Words Figures Total 31 L S Remove and reconstruct existing sewer line No 136 at -Two 1-housana Coin k‘vnetrec\ dollars and -z- cents per Lump Sum $216Oy•GD $ l caq? 32 L S Remove and reconstruct existing sewer line No 137 at TT -Thnoxank '2R kAs cVirairs and zero cents per Lump Sum $ Z� jp° $ 2,600 °° 33 L S Remove and reconstruct existing sewer line No 138 at ono 7Inn>Gs]YW flsne cI nor) dollars and 7R115 cents per Lump Sum $ 15i5() \ ,3 P-6 Bidder s Initials Total or gross sum written in words Total or gross sum in figures fline.}y -Tkooswnd 'AChcex $ 0(01350 °° -\undror\ Piekiq l�D\\'1{S� Zero Gvn4g Bidder s Initials In case of a discrepancy between the words and figures the words shall prevail The Contractor agrees that the District will not be held responsible if any of the approximate quantities shown in the foregoing proposal shall be found incorrect, and he shall not make any claim for damages or for loss of profits because of a difference between the quantities of the various classes of work as estimated and the work actually done If any error omission or mis-statements shall be discovered in the estimated quantities it shall not invalidate this contract or release the Contractor from the execution and completion of the whole or part of the work herein specified in accordance with the specifications and the plans herein mentioned and the prices herein agreed upon and fixed therefor or excuse him from any of the obligations or liabilities hereunder or entitle him to any damages or compensation otherwise than as provided for in this contract The Contractor agrees that the District shall have the right to increase or decrease the quantity of any bid item or portion of the work or to omit portions of the work as may be deemed necessary or expedient and that the payment for incidental items of work not separately provided in the proposal shall be considered included in the price bid for other various items of work Accompanying this proposal is ICC Ea. gor� 51-66CcS Boc>u ($ ,ryi, NOTICE Insert the words Cash Certified Check or Bidder s Bond' as the case may be in an amount equal to at least ten per cent of the total bid price payable to the Costa Mesa Sanitary District. The undersigned deposits the above named security as a proposal guaranty and agrees that it shall be forfeited to the Costa Mesa Sanitary District as liquidated damages in case this proposal is accepted by the District and the undersigned shall fail to execute a contract for doing said work and to furnish good and sufficient bonds in the form set forth in the specifications and contract documents of the District with surety satisfac- tory to the District within 10 Days after the bidder has received written notice of the award of the contract otherwise said security shall be returned to the undersigned P-7 Bidder s Initials �� Re tfully submitted, Giro Gocdon Gtlovic, Coast CD-Tccc tPres Contractor s Business Name Co actor Title 051 l -FFree( S� Go . .n .. 'Pre Business Address. Street • it e `TTernpte. C‘k-y, Ca etr "S Gciz LA-3s2-4°t ity State ip Contractor's License Expiration Date & Classification Business Phone Number naiOn ( ibo.wc 'l rp5 ame I Q S 1G Preex S+ Residence Street City Temple et hi, State 811 ,2 (C- '-/Y 2-2356 Residence Phone Number I declare under penalty of perjury under the laws of the State of California that the orgoing is true and correct Dated •j ',mph? / this 76 day of wqu5i- 19994 41 fey V •ne The full names and residences of all persons and parties interested in the foregoing proposal as principals are as follows NOTICE Give first and last names in full in case of corporation give names of President Secretary Treasurer and Manager and affix corporate seal in all cases of partnerships and joint ventures give names of all the individual members (=31c)n (7)11020-1c.. `) -Pre"). P- 8 Bidder s Initials IIY CONSTRUCTION PROJECT REFERENCES In order to more fully evaluate your background and experience for the project herein proposed, it is requested that you submit a list of Public Works and/or similar construction projects completed or in progress within the last 24 months Your cooperation in this matter is greatly appreciated DATE PROJECT AGENCY 'S CONTRACT AWARDED AWARDING AGENCY ADMINISTRATOR 5cwes In-CI\ CA� n Glanrk`e Tnh„ mo , CMCS-`1Ltr6 3r1NS I0 c12 C,�Ik of. Coca ac St"' -Toe TeAnc,cj 6lG '-t3g-363LI- Se i L'-G3 C��� of ClOSCP PC1-10A∎ -, tc S+-P.-)P_ E.,o-Na 7SLi - 4S IC) D(A"\ 11y-1.1-it 3 S7S Bidder shall signify receipt of all Addenda here if any Addendum No Date Received Bidder' s Signature P-9 Bidder ' s Initials DESIGNATION OF SUBCONTRACTORS In compliance with the Subletting and Subcontracting Fair Practices Act being Sections 4100-4113 of the Government Code of the State of California and any amendments thereto each bidder shall set forth below the name and location of the place of business of each Subcontractor who will perform work or labor or render service to the prime Contractor in or about the construction of the work or improve- ment in an amount in excess of 1/2 of 1% of the prime Contractor s total bid and shall further set forth the portion of the work which will be done by each such Subcontractor Only one Subcontractor for each such portion shall be listed If the Contractor fails to specify a Subcontractor for any portion of the work to be performed under the contract he shall be deemed to have agreed to perform such work himself and he shall not be permitted to subcontract that portion of the work except under the conditions hereinafter set forth Subletting or subcontracting of any portion of the work to which no Subcontractor was designated in the original bid, shall only be permitted in cases of public emergency or necessity and then only after a finding reduced to writing as a public record of the Legisla- tive Body of the owner Portion State License Of Work Subcontractor s Name and Address Number Class� n -IempteXjg � � n V� mC(1k ika\ C. T{J yar Q 00 LAS Tuna Drix cont. �vyp mak K9J ' P-10 Bidder s Initials e BIDDER S BOND TO ACCOMPANY PROPOSAL (Required if the bidder desires to submit bond instead of a certified or cashier s check) KNOW ALL PEOPLE BY THESE PRESENTS That we Grgo d 4ordon kizvaG c.hon P0-11rc as principals and "pane, 1,: su-un� avq as surety are held and firmly bound unto the Costa sa/Sanitary District a special district, organized under the laws of the State of California and situated in Orange County in the sum of -fen -ce, -the amount' t, in aoicirs ($�s sr' - P ) to be paid to the District its successors an assigns for which payment well and truly to be made we bind ourselves our heirs executors and administrators successors or assigns joint and severally firmly by these presents THE CONDITION OF THIS OBLIGATION IS SUCH That if the certain proposal of the above bounden (,,-nn 46ordon G- �kt111(. (o U on Jnc, is accepted by dos a mesa Sanitary District, and if the above bounden c�p��rdon G7"�l/ t CoYG7YUG%w? Co> Xnc. his heirs executors administrators successors and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the LABOR AND MATERIAL and the FAITHFUL PERFORMANCE BONDS described within 10 days (not including Sunday) km the date of the mailing of a notice of the above bounden cTonn/ at , by and from District, that said contract is ready for execution then this obligation shall become null and void otherwise it shall be and remain in full force and virtue IN WITNESS WHEREOF We hereunto set our hands and seals this cif- day of 161/45u-51- 1993 / I a 1. _� haw- LoofirucJion Co7JTnc I4 f, . 1 , Ce .,, ►,n _Zion ��r/'; n/brnly rn- . id P-11 Bidder ' s Initia s PLANET IDISLJRANCE COMPAf7Y HEAD OFFICE,SUN PRAIRIE,WISCONSIN POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,That the PLANET INSURANCE COMPANY.a corporation duly organized under the laws of the State of Wisconsin,does hereby make,constitute and appoint JOHN D HUNSINGER of GLENDALE, CALIFORNIA its true and lawful Attorney-in-Fact.to make,execute,seal and deliver for and on Its behalf,and as Its act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP and to bind the PLANET INSURANCE COMPANY thereby as fully and to the same extent as It such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the PLANET INSURANCE COMPANY and sealed and attested by one other of such officers.and hereby ratifies and confirms all that Its said Attorney(s)-In-Fact may do In pursuance hereof. This Power of Attorney is granted under and by authority of Article VII Of the By-Laws of PLANET INSURANCE COMPANY which became effective September 21.1981,which provisions are now in full force and effect reading as follows: ARTICLE VII—EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors,the President.the Chairman of the Board,any Senior Vice President.any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to(a)appoint Attorneys-in-Fact and to author ze them to execute on behalf of the Company, bonds and undertakings, recogmzances, contracts of indemnity and other writings obligatory in the nature thereof. and (b)to remove any such Attorney- -Fact at any time and revoke the power and authority given to him. 2. Attorneys-in-Fact shall have power and authority,subject to the terms and limitations of the power of attorney issued to them,to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory the nature thereof The corporate seal is not necessary for the validity of any bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneys-in-Fact shall have power and authority to execute affidavits required to be attached to bonds,recognizances,contracts of ndemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By-Laws of the Company or any article or section thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of PLANET INSURANCE COMPANY at a meeting held on the 29th day of March. 1982,at which a quorum was present.and said Resolution has not been amended or repealed: 'Resolved,that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of attorney or certificate beanng such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF the PLANET INSURANCE COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed,this 15th day of February 19 91 PLANET INSU jg E COMPANY ice President STATE OF Washington COUNTY OF King PN"'' Of j1� On this 15th day p1 February 1991 personally appeared Lawr-i��ktch`Yl. '_ Strom P iy ed tom to me known to be the Vice-President of the PLANET INSURANCE C• - - • and acknowledged that he a '� o• and attested- (10 o rig instrument and affixed the seal of said corporation thereto,and that Arti e VII,Sectio• 1,2.and 3 of the By-Laws • 1. id omN 3)A prp th4 ion set forth there) ar still full force. jj� ����i / .—' Pf i' z My Commission Expires' /d ��' - _' �• May 15 19 94 Notary Public In and for the S .(f Was 'f.n / .2 Residing at Tacoma W I, Keith A Poling Assistant Secretary of the PLANET INSURANCE COMPANY do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said PLANET INSURANCE COMPANY which Is still full force and effect 1 any' �{/ Q� IN WITNESS WHEREOF I have hereunto set my hand and affixed the seal of said Company this a I ;.L •f !/K yu✓r 19/, Assistant Secretary , Kei h A Poling EDP-1431 1/82 NON-COLLUSION AFFIDAVIT The bidders by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say that neither they nor any of them have in any way directly or indirectly entered into any arrangement or agreement with any other bidder or with any public officer of Costa Mesa Sanitary District whereby such affiant or affiants or either of them has paid or is to pay to such bidder or public officer any sum of money or has given or is to give to such other bidder or public officer anything of value whatever or such affiant or affiants or either of them has not direct- ly or indirectly entered into any arrangement or agreement with any other bidder or bidder which tends to or does lessen or destroy free competition in the letting of the contract sought for on the attached bids that no bid has been accepted from any Subcontractor or supplier through any bid depository the By-Laws Rules or Regulation of which prohibit or prevent the Contractor from considering any bid from any Subcontractor or supplier which is not processed through said bid depository or which prevent any Subcontractor or supplier from bidding to any Contractor who does not use the facilities of or accept bids from or through such bid depository that no inducement of any form or character other than that which appears upon the face of the bid will be suggested offered paid or delivered to any person of the contract, nor has this bidder any agreement or understanding of any kind whatso- ever with any person whomsoever to .ay deliver to, or share with any other person in any way or manner of the proceeds of the contracts sought by this bid I , A Subscribed and sworn to before me by on r�avaC is �( ay of /�jjd,,nf 1993 ',Easy MARY BYRNE �,�1// 1/ — q NOTARY PUBLIC My Commission expires // Q/ ��/ 143 ,F STATE OF CALIPO RNIA !! PRINCIPAL AI FILE IN intse(.1 LOS ANGELES COUNTY / S My Commission Expires May 10, 1994 Nota y Put / P-12 Bidder ' s Initials ��