Loading...
HomeMy WebLinkAbout109014 R C HEATH - CONTRACT - BID - 5719 SOUTHRIDGE GOLF CART STORAGE (14)SECTION 00300 BID FORM R.C. Heath Construction Co. 21. What are the limits of your public liability? Detail: Public Liability: $1,000,000 Property Damage: $1,000,000 Employer's Liability: $ 500,000 What Company? Travelers Insurance 22. What are your company's bonding limitations? $10,000,000+. 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at 141 Racquette Drive this llth day of July, 2002 R.C. Heath Construction Co. Name of BiddAp By: andall 1. DeMario Title: President State of Colorado County of Larimer Randall J. DeMario being duly sworn deposes and says that he is President of R.C. Heath Construction Co. and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. v4 Subscribed and sworn to before me this IL -day of 200Z. ......., Notary Public(,A)Lollp.� VIA- A V\AM ,t�.s� •,, Noragy..� ; My commission expires 0 a �0�'• Op covoP iss on Expire0plry 7/96 Section 00420 Page 3 R.C. UTH CONSTRUCTION MANAGEMENT R.C. HEATH CONSTRUCTION CO. P.O. DRAWER H -141 RACQUETTE DR FORT COLLINS, CO 80522 (80524) (970) 2214195 FAX (970) 221-2907 Selected Projects In Construction Bah Contract Comp. Project Namdrype Location Amount Owner/Contact Phone Architect/Contact Phone 07/02 Poudre Health Services Dental Offices Fort Collins, CO 1,470,382 Poudre Health Services 970-224-5209 CCMK 970493-1220 New Facility Chris Sheafor Sylvie Glass 07/02 Good Samaritan Chapel Fort Collins, CO 1,234,829 Evangelical Lutheran 605-362-3193 TSP 5, Inc. 970493-1772 Facility Addition Good Samaritan Society Don Watkins Leonard Kemmtz 07102 Engineering Data Management Fort Collins, CO 563,285 Engineering Data Management 970-224-4439 Bill Stashak Architecture 970416-9080 Facility Addition Andy Stewart Bill Stachak 08/02 Morgan Community College Fort Morgan, CO 3,685,131 Morgan Community College 970-542-3127 DLR Group 303-778-0904 Auto Program Relocation & Spruce Hall Repairs Susan Clough Tim Christensen 08/02 Riffmburg Elementary School Fort Collins, CO $658,800 Poudre R-1 School District 970490-3617 TSP Five, Inc. 970-493-1772 Gymnasium Remodel Greg McGaffin Robert Donahue 08/02 Bennett Elementary School Fort Collins, CO $513,452 Poudre R-1 School District 970-490-3617 TSP Five, Inc. 970-493-1772 Facility Remodel Greg McGaffin Robert Donahue 09/02 Front Range Community College Fort Collins, CO 4,049,556 Front Range Community College 303466-8811 Davis Partnership Architects 303-861-8555 Mt Antero/Blanca Peak Buildings Renovations Bob Rizzuto Edward Ehrmann 10/02 Good Samaritan Ft Collins Village Duplexes Fort Collins, CO 882,090 Evangelical Lutheran 605-362-3193 Landmark Engineering Ltd 970-667-6287 Model Duplex Good Samaritan Society Bruce Meyer Leonard Kemnitz 10/02 Skyview Elementary School Windsor, CO 560,200 Weld County School District RE-4 Bennett, Wagner & Grady 303623-7323 Addition/Remodel RLH Engineering (Owners Rep) 970686-5695 Anne Weber -Williams Dick Howe 11/02 Interstate Honda Motursports Fort Collins, CO 974,977 Loveland Motor Sports 970667-0224 Architectural Resource Group 970484-0126 New Dealership Facility Marshall Van Thorre Larry Trampe 11/02 Yanceys Food Service Company Loveland, CO 6,038,057 Yancey's Food Service Company 970484-3123 Bozich Architects 913-342-8120 New Office/Distribution Facility Greg Yancey Don Bozich 01/03 East Morgan County Hospital Renovation Brush, CO 652,148 East Morgan Cry Hospital Dist. 970-8426200 H&L Architecture 303-295-1792 Phase 2 Remodel & Addition Anne Platt Russell Veazey www.HEA J -IEATH CONSTRUCTION MANAGEMENT RC. HEATH CONSTRUCTION CO. P.O. DRAWER H • 141 RACQUETIE DR. FORT COLUNS, CO 80522 (80524) (970) 2214195 FAX (970) 221-2907 Selected Recently Completed Projects Page 1 of 3 Date Contract Comp. Project Namefrype Location Amount S Owner/Contact Phone Architect/Contact Phone 2002 Ridgeview Classical School Fort Collins, CO 1,073,517 Ridgeview Classical School 303-589-5511 Zeiler -Pennock Architects 303455-3322 Facility Addition Michael Tashman Jeanne Fielding 2002 First Presbyterian Church Greeley, CO 1,895,453 First Presbyterian Church 970-352-6565 Lee Architects 303-9894500 Facility Addition John Trull Scott Boduch 2002 Adams County Parks/CSU Extension Building Henderson, CO 2,088,600 Adams County, CO 303-654-6002 Bley & Associates 970-.330-3322 New Facility Pat Myers Lauren Bley 2002 Windsor/Severence Fire Station Windsor, CO 1,709,633 Windsor/Severence Fire 970-686-9596 Vaught -Frye Architects 970-224-1191 New Facility Protection District Joe Frye Chief Jerry Ward 2002 Ogallala High School Ogallala, NE 1,090,807 Ogallala School District 308-284-6751 Baker & Associates 308-632-3123 Facility Addition Don Battling- Clint Taylor 2002 Good Samaritan J/P. Martinez Apartments Greeley, CO 2,577,069 Evangelical Lutheran 605-362.3193 Landmark Engineering Ltd 970-667-6287 New Facility Good Samaritan Society Bruce Meyer Leonard Kemnitz 2001 Timberline Branch, Home State Bank Fort Collins, CO 1,234,133 Home State Bank 970-622-7188 RB+B Architects 970494-0117 New Facility Steve Forbes George Brelig 2001 General Care Health Services Medical Clinic Fort Collins, CO 1,275,064 General Cue Health Services, Inc. 970-482-6620 Architecture One 970-669-9060 New Facility Charles Hatchette Al Hauser 2001 McCoy Sales Offioe/Warehouse Louisville, CO 1,054,589 McCoy Sales Corporation 303-762-8012 Richard C. Lubischer & Asso. 303-778-6369 New Facility Tom Gee Richard Lubischer 2001 George T. Sanders Company Wheat Ridge, CO 2,432,819 George T. Sanders Company 303423-9660 David Langley Architects 970-223-1512 Facility Addition Gary Sanders David Langley 2001 Rocky Mountain Shambhala Center Red Feather Lakes, CO 2,059,762 Rocky Mountain Shambhala Center 303-545-0092 Richard Rice Architect 303-443-8540 New Housing Facility and Jeff Waltcher Jim Logan Architects 303-449-3274 New Concrete Water Tank & Distribution System 2000 Town of Frederick Police Department Frederick, CO 1,092,722 Town of Frederick 303-833-2388 Roth -Shepard Architects 303-534-7007 New Facility Linda Glantz Craig Friedman ww W HEATHCONSTRUCTION.Com R.C. HEATH CONSTRUCTION MANAGEMENT RC. HEATH CONSTRUCTION CO. P.O. DRAWER H • 141 RACQUETTE DR. FORT COLUNS, CO 80522 (80524) (970) 2214195 FAX (970) 221-2907 Selected Recently Completed Projects Page 2 of 3 Date Contract Comp. Project Name/Type Location Amount S Owner/Contact Phone Architect/Contact Phone 2000 Centaurus High School Lafayette, CO 1,261,398 Boulder Valley School District RE-2 303447-5167 C.M. Yon Architects 303-691-8000 Facility Addition Shawn Ropp Carmen Yon 2000 CSU BioEnvironmental Hazard Research Bldg Fort Collins, CO 6,188,063 Colorado State University 970-206-0947 Randall E. Larsen Architects 704-947-6150 New Facility Bill Kraus Randy Larsen 1999 Lyons Middle/Senior High School Lyons, CO 3,787,791 St. Vrain Valley School District 303-682-7250 Hutton Ford Architects 303-773-2845 Facility Addition Jeff Medwetz Todd Vandenburg 1999 Colorado State Patrol Building Fort Collins, CO 1,010,357 State of Colorado 303-239-4646 Roth & Shepard Architects 303-534-7007 New Facility Robert Dimberger Suzanne Lanyi 1999 Wal-Mart RDC 6019 Expansion Loveland, CO 5,009,998 Wal-Mart Stores, Inc. 501-271-0286 Carter & Burgess, Inc. 817-222-8500 Facility Addition Rick Williams Mike Latz 1999 Adams City High School Commerce City, CO 3,518,324 Adams City School District #14 303-289-3947 RB+B Architects 970-484-0117 Facility Remodel Jim Garguilo George Brelig 1999 Union Colony Fire Station #5 Greeley, CO 1,172,130 City of Greeley 970-350-9795 Pahl -Pahl -Pahl 303-861-7147 New Facility William Sterling Robert Grubb 1999 Dupont Elementary School Commerce City, CO 1,174,634 Adams City School District 414 303-289-3947 RB+B Architects 970484-0117 Facility Remodel Jim Garguilo Charles fielder 1999 Adams City Middle School Commerce City, CO 1,707,143 Adams City School District #14 303-289-3947 RB+B Architects 970-484-0117 Facility Remodel Jim Garguilo Charles fielder 1999 Union Colony Fire Station #5 Greeley, CO 1,172,130 City of Greeley 970-350-9795 Pahl -Pahl -Pahl 303-861-7147 New Facility William Sterling Robert Grubb 1999 Fort Collins Yamaha Suzuki Sea-Doo Fort Collins, CO 1,015,665 Fort Collins Yamaha 970-498-8858 Architectural Resource Group 970484-0126 New Motorcycle Dealership Facility Brian Hams Larry Trampe 1999 Pawnee High School Grover, CO 1,660,535 Pawnee RE-12 School District 970-895-2222 MCB Architects, AIA 303-758-7858 Addition/Remodel Gery Reins John Chaney, AIA 1999 Providence Ice Centre Windsor, CO 1,601,891 Windsor Ice House, LLC 970-686-9552 Architecture One 970-669-9060 New Recreation Facility Chris Ruff AI Hauser www.HEA R.C. HEATH CONSTILIC110N MANAGEMENT R.C. HEATH CONSTRUCTION CO. P.O. DRAWER H -141 RACQUETTE OR FORT COLLINS, CO 80522 (80524) (970) 2214195 FAX (970) 221-2907 Selected Recently Completed Projects Date Comp. Project Name/Type Location Contract Amount $ Owner/Contact Phone ArchitectlContact Page 3 of 3 Phone 1998 Fiberlok Building Fort Collins, CO 1,245,974 -Fiberlok, Inc. 970-221.1200 Architecture. One 970-669-9060 Addition/Remodel Bob Angliss At Hauser 1998 Fire Station No. 12 Fort Collins, CO 1,025,924 Poudre Fire Authority - 970-221-6581 Vaught*Frye Architects 970-224-1191 New Facility Mel Carlson Aubrey Carson 1998 CSU Rockwell Hall Fort Collins, CO 3,208,769 Colorado Sate University 970.491-0145 Michael Barber Architects 303-595-7070 Addition/Remodel Tom Moss Bart Harris 1998 Mawson Block/Home State Bank Fort Collins, CO 2,842,793 Home State Bank 970-622-7188 RB+B Architects 970-484-0117 New Faciltiy Steve Fobes George Brelig 1998 Templed Hills Retreat Woodland Park, CO 1,034,525 Rocky Mountain Conference 719-687-9038 David A. Langley Architects 719-687-3415 New Facility Gary Conover David Langley 1998 Windsor Joint Use Maintenance Facility Windsor, CO 1,200,604 Weld Co. School Dist. RE4 970-686-2963 Architecture One 970-669-9060 New Facility John Moore Al Hauser 1998 F.R. Comm. College/Harmony Library Fort Collins, CO 3,418,294 Front Range Community College 303-404-5408 Davis Partnership, PC 303-861-8555. New Facility David Beset Curtis Cox 1997 John's Harley Davidson Fort Collins, CO 1,179,185 RCK LLC 970-282-3464 Architecture Resource Group 970-484-0126 New Facility John Cookson Larry Trampe 1997 High Country Beverage Corporation Loveland, CO 1,270,637 High Country Beverage Corp. 970-353.1520 Architecture Resource Group 970-484-0126 New Building Dave Nichols Larry Trampe 1997 C.S.U. Lary Student Center Fort Collins, CO 1,549,547 Colorado State University 970-491-0151 Aller*Lingle Architects 970-223-1820 Additon/Remodel Tom Moss Mick Alter 1997 Windsor Schools Windsor, CO 1,013,072 Weld Co. School Dist. RE-4 970-686-7441 Hagen -Cameron Architects 719-448-0883 Addition/Remodel John Moore Tim Hodges 1997 Hewlett Packard Max Fab Clean Room Fort Collins, CO 912,565 Hewlett Packard 970-229-3633 Knight Architects & Engineers 312-346-2300 Addition/Remodel Bob O'Keefe Lester B. Knight www.HEATHCONSTRUCTION com RC. HEATH CONSTRUCTION CO. P.O. DRAWER H - 141 RACQUETTE DR. FORT COLLINS, CO 80522 (80524) (970) 2214195 FAX (970) 221-2907 CONSYRUCMN MANAGEMENT Recent Municipal Projects Comp- Contract/ Date Project Name/Type Locadon Current $ Owner/Contact Phone Architect/Contact Phone 2002 Windsor/Severence Fire Station Windsor, CO $1,709,633 Windsor Severance Fire 970-686-9596 Vaught -Frye Architects 970-224-1191 New Facility Protection District Joe Frye Chief Jerry Ward 2002 Estes Park Municipal Building Estes Park, CO 816,123 Town of Estes Park 970-5864464 Thorp Associates, PC 970-586-9528 Facility Remodel and Addition Richard Widmer Roger Thorp 2002 Estes Park Public Library Estes Park, CO 689,205 Estes Valley Public Library District 970-586-8116 Thorp Associates, PC 970-586-9528 Facility Addition Ed Volz Roger Thorp 2002 Adams Coumy Parks/CSU Extension Building Henderson, CO 2,050,307 Adams County, CO 303-654-6002 Bley & Associates 970-330-3322 New Facility Pat Myers Lauren Bley 2001 East Morgan County Hospital Brush, CO 567,070 East Morgan Cry Hospital Dist. 970-842-6200 H&L Architecture 303-295-1792 Phase IA Emergency Addition & Remodel Anne Platt Russell Veazey 2001 Poudre Fire Authority Fire Station No. 13 Fort Collins, CO 763,471 Poudre Fire Authority 970416-2895 Vaught -Frye Architects 970-224-1191 New Facility Bob Poncelow Joe Frye 2000 Town of Frederick Police Department Frederick, CO 1,092,722 Town of Frederick 303-833-2388 Roth -Shepard Architects 303-534-7007 New Facility Linda Glantz Craig Friedman 2000 Estes Park Medical Center Imaging Expansion Estes Park, CO 477,054 Estes Park Medical Center 970-586-2317 H&L Architecture Ltd, ALA 303-244-9350 Facility Improvements Andrew Wills Rob Davidson 2000 Estes Park HydroElectric Plant Estes Park, CO 415,597 Town of Estes Park 970-586-5331 Long Hoeft Architects 303-569-2456 Historic Renovation Michael Mangelsen Gary Long 2000 Clearnew Channel Phase I Fort Collins, CO 402,942 City of Fort Collins Utilities 970-221-6884 Anderson Consulting 970-226-0120 Flood Control Structure Keith Meyer Engineers, hie. Greg Koch 1999 Colorado State Patrol Building Fort Collins, CO 1,010,357 State of Colorado 303-2394646 Roth & Shepard Architects 303-534-7007 New Facility Robert Dimberger Suzanne Ia yi 1999 Union Colony Fire Station No. 5 Greeley, CO 1,172,130 City of Greeley 970-350-9795 Pahl -Pahl -Pahl 303-861-7147 New Facility William Sterling Robert Grubb 1998 Poudre Fire Authority Fire Station No. 12 Fort Collins, CO 1,025,924 Poudre Fire Authority 970-221-6581 Vaught -Frye Architects 970-224-1191 New Facility Mel Carlson Aubrey Carson 1998 Windsor Joint Use Maintenance Facility Windsor, CO 1,200,604 Weld Co. School Dist. RE4 970-686-2963 Architecture One 970-669-9060 New Facility John Moore Al Hauser 1998 FRCC Harmony Library Fort Collins, CO 3,418,294 City of Fort Collins Public Library 303404-5408 Davis Partnership, PC 303-861-8555 New Facility David Besel Curtis Cox www.HEATHCONSTRUCTION.com rREATH CONSTRUCTION MANAGEMENT RC. HEATH CONSTRUCTION CO. P.O. DRAWER H • 141 RACQUETTE DR. FORT COLLINS, CO 80522 (80524) (970)221-4195 FAX (970)221-2907 Randy DeMario President Randy is a graduate of Southern Illinois University with a degree in Structural Engineering. Eight years in the aerospace industry with Rockwell International and McDonnell Douglas were instrumental in Randy's abilities to deal with complex systems and schedules. With Heath Construction since 1992, Randy has managed a variety of complex projects and has developed an intimate knowledge of the processes necessary to move from a conceptual plan to actual construction. Randy is currently in charge of day to day operations for Heath Construction. Education 1988— 1992 University of Southern California, Los Angeles, CA Classes toward Master of Science, Civil Engineering 1981 —1985 Southern Illinois University, Carbondale IL Bachelor of Science, Structural Engineering Professional Experience 1992 - Present R.C. Heath Construction Co., Fort Collins, CO President 1988 - 1992 McDonnell Douglas Corporation, Huntington Beach, CA Manager - Structural Analysis, Advanced Launch Vehicles 1985 - 1988 Rockwell International, Downey, CA Structural Design/Analysis, US Space Station w .HEATHCONSTRUCTION.com HEATH CONSTRUCTION MANAGEMENT RC. HEATH CONSTRUCTION CO. P.O. DRAWER H • 141 RACQUETTE DR. FORT COLONS, CO 90522 (80524) (970)221-4195 FAX(970)221-2907 Leon J. McCauley Vice President Leon is a graduate of Colorado State University with a degree in Mechanical Engineering. He has considerable field experience in heavy industrial and commercial construction projects ranging from large scale power, chemical and mining projects to commercial and luxury residential development and construction. Leon has personally managed most of Heath Construction's recent complex projects and currently is responsible for our Project Management and Estimating systems and staff. Education 1987 - 1991 Colorado State University, Fort Collins, CO Bachelor of Science Mechanical Engineering Professional Experience 1997 — Present R.C. Heath Construction Co., Fort Collins, CO Vice President 1995 - 1997 The Commercial Division, Inc., Steamboat Springs, CO Project Superintendent 1991 - 1995 The Industrial Company, Steamboat Springs, CO Project Engineer w .HEATHCONSTRUCTON.com RL. HEATH CONSTRUCTION MANAGEMENT RC. HEATH CONSTRUCTION CO. P.O. DRAWER H • 141 RACQUETrE DR. FORT COLLINS, CO 80522 (80524) (970)221-0195 FAX (970)221-2907 Chris W. Claflin Operations Manager Chris brings a wealth of knowledge to any construction project. His work was critical to the early success of Heath Construction. Currently in charge of field operations, Chris brings hands on management, estimating and construction expertise to every project. Education 1966 —1972 Colorado State University, Fort Collins, CO Bachelor of Science in Civil Engineering Professional Experience 2000 — Present R.C. Heath Construction Co., Fort Collins, CO Operations Manager 1989 — 2000 HBE Corporation, Rocklin, CA Regional Manager, Senior Estimator 1978 — 1989 R.C. Heath Construction Co., Fort Collins, CO Vice President, Chief Estimator, Project Manager 1976 — 1978 Reid Burton Construction Co., Fort Collins, CO Estimator, Assistant Project Engineer w .HF.ATHCONSTRUCTIONcom I 7/96 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410Bid Bond 00420Statement of Bidder's Qualifications 00430Schedule of Subcontractors Section 00410 Page 1 SECTION 00300 BID FORM PROJECT: SOUTHRIDGE GOLF CART STORAGE; BID NO. 5719 Place F:—T C-/lo u t Date July 11, 2002 1. In compliance with your Invitation to Bid dated 7i,na 12, 2002 and subject to all conditions thereof, igned RC. Huth CXBWr-tj n Cb a ** Corporation, Limited Liability Company, Partnership, Joint Venture, or etor)** authorized to do business in the State of Colorado hereby proposes to furnish and do everything required by the Contract Documents to which this refers for the construction of all items listed on the following Bid Schedule or Bid Schedules. 2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in good faith, without collusion or connection with any other person or persons Bidding for the same Work, and that it is made in pursuance of and subject to all the terms and conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the detailed Specifications, and the Drawings pertaining to the Work to be done, all of which have been examined by the undersigned. 3. Accompanying this Bid is a standard Bid bond in the sum of 5% ($ in accordance with the Invitation To Bid and Instructions to Bidders. 4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days from the date when the written notice of the award of the contract is delivered to him at the address given on this Bid. The name and address of the corporate surety with which the Bidder proposes to furnish the specified performance and payment bonds is as follows: Employers Mutual Casualty Company 5. All the various phases of Work enumerated in the Contract Documents with their individual jobs and overhead, whether specifically mentioned, included by implication or appurtenant thereto, are to be performed by the CONTRACTOR under one of the items listed in the Bid Schedule, irrespective of whether it is named in said list. 6. Payment for Work performed will be in accordance with the Bid Schedule or Bid Schedules subject to changes as provided in the Contract Documents. 7. The undersigned Bidder hereby acknowledges receipt of Addenda No. through 2 7/96 Section 00300 Page 1 SECTION 00410 KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort Collins Colorado, as OWNER, in the sum of $ for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fort Collins Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, SOUTHRIDGE GOLF CART STORAGE; BID NO. 5719. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful performance of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such Bid; and said Surety 1 does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the i State of Colorado and be accepted by the OWNER. 7/96 Section 00410 Page 2 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this day of , 20 , and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Name: Address: By: Title: ATTEST: By: PRINCIPAL SURETY By: Title: (SEAL) (SEAL) 7/96 Section 00410 Page 3 SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: 2. Permanent main office address: 3. When organized: 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) 7. General character of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you? i If so, where and why? 9. Have your ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. 7/96 Section 00420 Page 1 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. 12. List your major equipment available for this contract. 13. Experience in construction Work similar in importance to this project: 14. Background and experience of the principal members of your organization, including officers: 15. Credit available: $ 16. Bank reference: 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? 18. Are you licensed as a General CONTRACTOR? If yes, in what city, county and state? What �. class, .license and numbers? 19. Do you anticipate subcontracting Work under this Contract? If yes, what percent of total contract? and to whom? 20. Are any lawsuits pending against you or your firm at this time? If DETAIL yes, 7/96 Section 00420 Page 2 21. What are the limits of your public liability? DETAIL What company? 22 What are your company's bonding limitations? 23. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the OWNER in verification of the recital comprising this Statement of Bidder's Qualifications. Dated at this day of , 20 Name of Bidder By: Title: State of County of being duly sworn deposes and says that he is of and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of 20_ Notary Public My commission expires 7/96 Section 00420 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM 7/96 SUBCONTRACTOR Section 00430 Page 1 SECTION 00510 NOTICE OF AWARD Date: July 25, 2002 TO: R.C. Heath Construction Co. PROJECT: SOUTHRIDGE GOLF CART STORAGE; BID NO. 5719 OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated June 12, 2002 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for SOUTHRIDGE GOLF CART STORAGE; BID NO. 5719. The Price of your Agreement is One Hundred Fifty-one Thousand Eight Hundred Dollars ($151,800.00). Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by August 9, 2002, 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. M 9/12/01 of Fort Collins s/B. O'Neill II, CPPO, FNI� of Purchasing and Risk Ma 'tle Section 00510 Page 1 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 25th day of July in the year of 2002 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and R. C. Heath Construction Co.(hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as the construction of a wood framed cart storage facility, with related sitework and driveways, mechanical, and electrical work and is generally described in Section 00020, ARTICLE 2. ENGINEER The Project has been designed by Aller-Lingle, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1 The Work shall be Substantially Complete within 90 days after the date when the Contract Times commence to run as provided in the General Conditions and completed and ready for Final Payment and Acceptance in accordance with the General Conditions within 95 days after the date when the Contract Times commence to run. 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: Three Hundred Dollars (5300.00) for each calendar day or fraction thereof that expires after the Ninety (90) calendar day period for 9/12/O1 Section 00520 Page 1 Substantial Completion of the Work until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, One Hundred Dollars ($100.00) for each calendar day or fraction thereof that expires after the Five (5) calendar day period for Final Payment and Acceptance until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: ($151,800.00), One Hundred Fifty-one Thousand Eight Hundred Dollars, in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90% of the value of Work completed until the Work has been 50% completed as determined by ENGINEER, when the retainage equals 5% of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 95% of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 9/12/01 Section 00520 Page 2 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written 9/12/01 Section 00520 Page 3 CON AI I • BY: TR ADDRESS: 141 Racquette Drive Fort Collins, CO 80524 8. BID SCHEDULE Base Bid At M WNW al 9. PRICES The foregoing prices shall include all labor, materials, transportation, shoring, removal, dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the several kinds called for. Bidder acknowledges that the OWNER has the right to delete items in the Bid or change quantities at his sole discretion without affecting the Agreement or prices of any item so long as the deletion or change does not exceed twenty-five percent (25%) of the total Agreement Price. RES CTFULLY UBMITTED: July 11, 2002 Signature Date President Title A-/ License Number (If Applicable) (Seal - it Bi4i is A{y,corpor Attest: Address rYt C,_,-,l&&, 6410-da bf-24- Telephone -((}7d - W - W h S 7/96 Section 00300 Page 2 resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of "Contract Documents" in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1 Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4 Consent of Surety 7.2.5 Application for Exemption Certificate 7.2.6 Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets numbered as follows with the following general title: Civil, 1-Grading and Drainage Plan, Architectural, SDI -Overall Site Plan, Al - Plan, Elevation, Section, Schedule, A2-Wall Sections, Structural, 51.1-General Notes, 52.1-Foundation Plan & Details, 52.2-Roof Framing Plan & Details, Mechanical, M1.1-Mechanical Plan & Details, Electrical, El -Electrical Site Plan, E2-Electrical Power & Lighting Plan. The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 2, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 9/12/01 Section 00520 Page 4 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. 9/12/O1 Section 00520 Page 5 OWNER: r,CITY OF FORT COLLINS C By: 4. JOHN FISCHBACH, CITYY MANAGER BY: BY: Q)0� ll-ja �C� JAMES O'NEILL II, CPPO, FNIGP DI W TOR OF PURCHASING AND. RIK) M�A�AGEM-EJ Date: II Attest: Address �e Fort Collins, CO 80522 Approved as to Form . I jo�-- Assistant City Attorney ati Construction Co. J. Title:Pres'dent Date: 314 7-eb Z Attest Address 141 Racquette Drive Fort Collins, 00 80524 LICENSE NO.: A -1 9/12/01 Section 00520 Page 6 SECTION 00530 NOTICE TO PROCEED Description of Work: SOOTHRIDGE GOLF CART STORAGE; BID NO. 5719 To: This notice is to advise you: That the contract covering the above described Work has been fully executed by the CONTRACTOR and the OWNER. That the required CONTRACTOR's Performance Bond and Payment Bond have been received by the OWNER. That the OWNER has approved the said Contract Documents. Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and directed to proceed within ) calendar days from receipt of this notice as required by the Agreement. Dated this day of , 20 The dates for Substantial Completion and Final Acceptance shall be and 20, respectively. City of Fort Collins OWNER By: Title: ACKNOWLEDGMENT OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of 20 CONTRACTOR By: Title: 7/96 Section 00530 Page 1 SECTION 00600 BONDS AND CERTIFICATES 00610 Performance Bond 00615 Payment Bond 00630 Certificate of Insurance 00635 Certificate of Substantial Completion 00640 Certificate of Final Acceptance 00650 Lien Waiver Release (CONTRACTOR) 00660 Consent of Surety 00670 Application for Exemption Certificate SECTION 00610 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that (Firm) R. C. Heath Construction Co (Address) p,0. Drawer H Fort CollinE (an Individual), (a Partnership), (a "Principal" and — (Firm) Employers Mutual Casualty Company (Address) P.O. Box 441098, Aurora, CO 80044 Bond No. S285208 rafter referred to as hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins, 300 Laporte Ave Fort Collins Colorado 80522 a (Municipal orppor n) Here}naftex regeYred to as the "OWNER", in the tY p4e''t�yg n�7 €i hued penal sum of One �'a'11a i krill riq# lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 25th day of July 20 OZ a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, SOUTHRIDGE GOLF CART STORAGE; BID NO. 5719. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Agreement during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without Notice to the Surety and during the life of the guaranty period, and if the Principal shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and save harmless the OWNER from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default then this obligation shall be void; otherwise to remain in full force and effect. 7/96 Section 00610 Page 1 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates] and agrees that no change, extension of time, alteration or addition to the terms; of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and; it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications.' PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTORI shall abridge the right of any beneficiary hereunder, whose claim may bel unsatisfied. i PROVIDED, FURTHER, that the Surety Company must be authorized to transact, business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this 30th day of July I; (Corporate Seal) IN PRESENCE OF: Principal la R. C. ath C st ct on Co. I (Title) I ManClall J. UeMrlO, President P.O. Drawer H, Fort Collins, CO 80522 I (Address) Other Partners By. By: �( IN PRESENCE jO��� gy#� A n _ S6Lt�lV���t.( B EmP//��II '^Y�ers�Mutual Casualty .Company 1 y: Witness P.O. Box 441098, Auror, , CO 80044 (Address) I' i.. (Surety Seal) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR I' is Partnership, all partners should execute Bond- 7/96 Section 00610 Page 2 ,_ SECTION 00615 PAYMENT BOND Bond No. S285208 KNOW ALL MEN BY THESE PRESENTS: that (Firm) R. C. Heath Construction Co. (Address) P.O. Drawer H, Fort Collins, CO 80522 (an Individual), (a Partnership), (a Corporation), hereinafter referred to as "Principal" and (Firm) Employers Mutual Casualty Company (Address) P.O. Box 441098, Aurora, CO 80044 hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins, 300 Laporte Ave.,Fort Collins Colorado 80522 a (Municipal auud e a i' y� nerteti usarefg� erh�i�i�ircQ as "the OWNER", in the penal sum of One ;nd0 dol�ar 151_ 0 0 in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a certain Agreement with the OWNER, dated the 25th day of July , 2002, a copy of which is hereto attached and made a part hereof for the performance of The City of Fort Collins project, SOUTHRIDGE GOLF CART STORAGE; BID NO. 5719. NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the Work provided for in such Agreement and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on machinery, equipment and tools, consumed, rented or used t in connection with the construction of such Work, and all insurance premiums on said Work, and for all labor, performed in such Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. 7/96 Section 00615 Page 1 PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the Work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligation on this bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the Work or to the Specifications. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the OWNER. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one�of which shall be deemed an original, this 30th day of July 20'0X /\ I PR NCE 04: N Princip R. Hea Cq t t on, Co. By: Leon J. McCauley, St. Sec r ll J. ioPresident (Title) P.O. Drawer H, Fort Collins, CO 80522 (Address) (Corporate Seal) IN PRESENCE OF: Other Partners i' IN PRESENCE OF: Surety C�• A. By mp yersn Mutual Casualty Company Witness Z4tiC P.O. 441098, Aurora, CO 8 044 (Surety Seal) (Address) NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR, is Partnership, all partners should execute Bond. j{ is f` i- 7/96 Section 00615 Page 2 EMC Insurance Companies P.O, Box 712 • Des Moines, Iowa 50303 7-1 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: f 1. Employers Mutual Casualty Company, an Iowa Corporation S. Dakota Fire Insurance Company, a North Dakota Corporation l2. EMCASCO Insurance Company, an Iowa Corporation 6. EMC Property& Casualty Company, an Iowa Corporation 3, union hrsuran6e Comparly of Providence, an Iowa Corporation 7. The Hamilton Mutual Insurance Compalry, an Ohio Corporation A. 101nois EMCASCO insurance Company, an Illinois Corporation " hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint I CHRIS RICHMON1), RUSSELL MICHELS, DARLENE KRINGS, INDIVIDUALLY, FORT COLLINS, COLORADO ........ ...I ................. rl i . its true and lawfulattorney.in-fact with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS..............,,. ........ ..,„..., I .......a: .. i'. ($10,0OtI,00D:OD},, . And to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such, Company,:. and all of the acts of said attomey pursuant to the authority hereby given are hereby ratified and confirmed. 1, II The authority hereby granted shall expire April 1, 2003 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is made and executed pursuant to and by the authority of the foilowmg resolution of the Boards of Directors of each of the Companies at.a, I I- regularly scheduled meeting of each company duly called and hold in 1999; RESOLVED: The President and Chief Executive Officer, any Vice President the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power t - and authority to (1) appoint attortteys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, lborids and' undertakings, recognizences, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attomey-in-fact at any time and revoke iIthe power and authority given to him or her, Attorneys -in -tact shall have power and authority, subject to the terms and limitations of the powerofattomey issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and 99 other writings obligatory in the nature thereof; and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company. t Certification as to the validity of any power-of-attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects ii binding upon this Company. The facsimile or mechanically reproduced, signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any powerof-attorney of the Company, shall be valid and binding upon the Company with the same force and affect as thouoh niahual1v affixed. 1, ... ;NESS WHEREOF, the %mnies have caused thes day of, Mary eals Sptl INSU,gy `VpG CO3 Po PTV .. C, �VF 4pft90pq� ynT` y n VPPV 01, R 9p = OPCOggt' M: SEAL -s..A. 1863 1953 s27th shown, and the C gsunay� "sunoruai,.., Fr v g NCf c9'•-; On IN ,day of ^.--.y Notary Public in and for the State of Iowa, pei oPp0fl4 Q Q ; Pe°aa, o; QS� PPP„,'a s"; Budsley, ; who, beingb sworn, did s y me duly i; Chairman, President; Vice Chairman and CI SEAL ? a SEAL SEAL o each of The Companies above; that the seal; * oe",°a,„ bFSMoiNee corporations; that said instrument was signed `... °cxo`° m�;`.' by authority of their respective Boards D of 1, David L. Hixeribaugh V voluntary act and dead of each of the My Commission Expires September F RUTA KRUMINS Commission Number 176255 Illy Comm. Ezp. Sept 80 20a3. Notary PUI CERTIFICATE a President of the Companies, do hereby certify that the foregoing resc mipd➢iimimntthprptnnn January27,2000 irce and effect. ritiedmyname and 4fty S. Burnley Issistant Secretary rIL nt�4 L4 Cc+uS Tvu&l -1otti SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM Dour ovFz l5% OF -NE Bart ACT. 7/96 SUBCONTRACTOR Section 00430 Page 1 Client#: 25306 HFArn ACORQ CERTIFICATE OF LIABILITY INSURANCE DATE (MNFD 7/30/0202 PRODUCER Flood & Peterson Insurance Inc 4821 Wheaton Drive P O Box 270370 THIS CERTIFICATE IS ISSUED AS A IMPFITER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED 51 THE POLICIES BELOW. Fort Collins, CO 80527 INSURERS AFFORDINGCOVERAGE INSURED R.C. Heath Construction Co., Inc. P. O. Drawer H INSURERA: Travelers Insurance INSURERB. Pinnacol Assurance INSURER C: Fort Collins, CO 80522 INSURER D: INSURER E: OVV THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD DOCATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR LTR TYPE OF INSURANCE POLICY NUMBER POUCY EFFECTIVE DATE WMAXWYl POLICY EXPIRATION DATE (MMfDDfYyl LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE j OCCUR DTCO298N6651TIA01 09/30/01 09/30/02 EACH OCCURRENCE $1 000 000 FIRE DAMAGE1"a Tim) $300000 MED EXP (Any of person) $1 Q 000 PERSONAL S ADV INJURY $1 00O 000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PECT LOC PRODUCTS-CMV/OPAGG s2,000,000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS DT810298N6651TIL01 09/30/01 09/30/02 COMBINED SINGLE LIMIT (Ea accident) $1 , 0 0 0, 000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Par accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EAACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGO $ $ A EXCESS LIABILITY X OCCUR OCLAIMSMADE DEDUCTIBLE X RETENTION $O DTSMCUP298N6651- TIL01 09/30/01 09/30/02 EACHOCCURRECE $5 000 000 AGGREGATE 6,000,000 $ $ B WORKERSCOMPENSATONAND EMPLOYERS' LIABILITYTOR 4033691 10/01/01 10/01/02 x WcsTATU- OTH- E E.L. EACH ACCIDENT $ 5 O O 000 E.L. DISEASE - EAEMPLOYEE $500000 E.L. DISEASE - POLICY LIMIT s500,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEMCLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Southridge Golf Cart Storage; Bid No 5719 City of Fort Collins is named as additional insured, but only as respects liability arising out of work performed by the named insured (Excluding Workers' Compensation). City of Fort Collins Director of Purchasing 81 Risk Mgmt PO Box 580 Fort Collins, CO 80522 SHOULD ANYOFTHE ABOVE DESCRIBED POLICES BE CABCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL3.0_DAYS WRITTEN NOTICE TOTHE CERTIFICATE HOLDERNAM ED TOTHE LET, BUT FAILURE TODOSOSIIALL IMPOSE NO OBLIGATION OR LIABILITYOF ANYKIND UPON THE INSURERJTS AGENTS OR #S223092/M198151 MAE SECTION 00635 CERTIFICATE OF SUBSTANTIAL COMPLETION TO: CITY OF FORT COLLINS (OWNER) DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: SOUTHRIDGE GOLF CART STORAGE; BID NO. 5719 PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado INCLUDE: OWNER: City of Fort Collins CONTRACTOR: CONTRACT DATE: The Work performed under this contract has been inspected by authorized representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the project, as indicated above) is hereby declared to be substantially completed on the above date. A tentative list of items to be completed or corrected is appended hereto. This list may not be exhaustive, and the failure to include an item on it does not alter the responsibility of the CONTRACTOR to complete all the Work in accordance with the Contract Documents. ENGINEER AUTHORIZED REPRESENTATIVE DATE The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to complete and correct the items on the tentative list within the time indicated. I By: CONTRACTOR AUTHORIZED REPRESENTATIVE DATE The OWNER accepts the project or specified area of the project as substan- tially complete and will assume full possession of the project or specified area of the project at 12:01 a.m., on The responsibility for heat, utilities, security, and insurance under the Contract Documents shall be as set forth under "Remarks" below. CITY OF FORT COLLINS, COLORADO By: OWNER REMARKS: AUTHORIZED REPRESENTATIVE DATE 7/96 Section 00635 Page 1 SECTION 00640 CERTIFICATE OF FINAL ACCEPTANCE TO: Gentlemen: , 20 You are hereby notified that on the day of , 20 the City of Fort Collins, Colorado, has accepted the Work completed by CART STORAGE; BID NO. 5719. for the City of Fort Collins project, SOUTHRIDGE GOLF A check is attached hereto in the amount of $ as Final Payment for all Work done, subject to the terms of the Contract Documents which are dated In conformance with the Contract Documents for this project, your obligations and guarantees will continue for the specified time from the following date: Sincerely, OWNER: Ci By: Title: ATTEST: Title: 7/96 Fort Collin Section 00640 Page 1 SECTION 00650 LIEN WAIVER RELEASE (CONTRACTOR) TO: City of Fort Collins, Colorado (OWNER) FROM: (CONTRACTOR) PROJECT: SOUTHRIDGE GOLF CART STORAGE; BID NO. 5719 1. The CONTRACTOR acknowledges having received payment, except retainage from the OWNER for all work, labor, skill and material furnished, delivered and performed by the CONTRACTOR for the OWNER or for anyone in the construction, design, improvement, alteration, addition or repair of the above described project. 2. In consideration of such payment and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights which the CONTRACTOR may now or may afterward have, claim or assert for all and any work, labor, skill or materials furnished, delivered or performed for the construction, design, improvement, alteration, addition or repair of the above described project, against the OWNER or its officers, agents, employees or assigns, against any fund of or in the possession or control of the OWNER, against the project or against all land and the buildings on and appurtenances to the land improved by the project. 3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or performed to or for the construction, design, improvement, alteration, addition or repair of the project were furnished, delivered or performed by the CONTRACTOR or its agents, employees, and servants, or by and through the CONTRACTOR by various Subcontractors or materialmen or their agents, employees and servants and further affirms the same have been paid in full and have released in full any and all existing or possible future mechanic's liens or rights or claims against the project or any funds in the OWNER'S possession or control concerning the project or against the OWNER or its officers, agents, employees or assigns arising out of the project. 4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any, and the Surety on the project against and from any claim hereinafter made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns against the project or against the OWNER or its officers, employees, agents or assigns arising out of the project for all loss, damage and costs, including reasonable attorneys fees, incurred as a result of such claims. 7/96 Section 00650 Page 1 5. The parties acknowledge that the description of the project set forth above constitutes and adequate description of the property and improvements to which this Lien Waiver Release pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and may be relied upon by , the OWNER, the lender, if any, and Surety on any labor and material bonds for the project. Signed this ATTEST: Secretary STATE OF COLORADO day of CONTRACTOR By: Title: )ss. COUNTY OF LARIMER ) Subscribed and sworn to before me this 20 , by Witness my hand and official seal. My Commission Expires: 20 day of Notary Public 7/96 Section 00650 Page 2 1. SECTION 00660 CONSENT OF SURETY TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER") CONTRACTOR: PROJECT: SOUTHRIDGE GOLF CART STORAGE; BID NO. 5719 CONTRACT DATE: In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR as indicated above, for on bond of (Surety) hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the OWNER, as set forth in the said Surety Company's Bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of , (Surety Company) M ATTACH: Power of Attorney and Certificate of Authority of Attorney (s) -in-Fact. 7/96 Section 00660 Page 1 SECTION 00670 APPLICATION FOR EXEMPTION CERTIFICATE Insert State certificate here. a DR 0172 (12t98) COLORADO DEPAflTMENI OF REVENUE DENVER CO 00201 (303)232.2416 CONTRACTOR APPLICATION FOR EXEMPTION CERTIFICATE Pursuant to Statute Section 39-26.114(1)(a)(XIX) E uv rv� i wnn b IN Ras SPACE The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become a part of the structure, highway, road, street, or other public works owned and used by the exempt organization. Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and otherpenalties provided by law. A separate certificate is required for each contract. Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor to Issue certificates to each of the subcontractors. (See reverse side.) FAILURE TO ACCURATELY COMPLETEALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED. RegletratioiVAccount No. (to be assigned by DOR) Period 89 - 0170-750 (999) $0.00 0 '�' �it °�' '�• �"�I t l..0 Y2 k7'. Trade nerneIDEA, Owner parer, or comorete name. Mailing address (City, State, Zip): Contact Person E•Mail address: Federal Employer's Idandfication Number; Bid amount for your contract: Fax number. ( Business telephone number. Colorado withholding tax account number. - am0 0i exempt organization (as shown on contract) Exempt argenizetlona number: 98 - Address of exempt organization (City, State, Zip): Principal contact at exempt organization: Principal contacts telephone number: Physical location of project she (give actual address when applicable and Cities andior County (!as) where project Is located) Scheduled Month Day Year Estimated Month Day Year construction start date: completion date: ..Kr.' f declare under penalty of perjury in the second degree that the statements made in this application are true and complete to the best of my knowledge. Signature of owner, partner or corporate officer. Title of corporate officer. Date: �- � rrvv Ir11J LII'IC SECTION 00410 BID BOND KNOW ALL MSN BY THESE PRESENTS: that we, the undersigned R. C. Heath Construct: Co. as Principal, And Employers Mutual Casualty Company as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ 57 of Bid Amount for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and naoigns. THE CONDITION of this nhligation is such that whereas the Principal has submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter inrn a Construction Agreement for the construction of Fort Collins Project, SOUTHRIDGE GOLF CART STORAGE; BID NO, 5719. NOW THEREFORE, (a) If said Bid shall be rejected, or (b) If said Bid shall be accepted and the Principal shall execute and deliver a Contrrrt in the form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a BOND for his faithful pwrfnrmAnce of said Contract, and for payment of all persons performing labor or furnishing materials in connection therewith, and shall in all r�thf:r respects perform the Agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no PvAnt, exceed the penal amount of this obligation as herein stated. The seerpty, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any rvronsinn of the time within which the OWNER may accept such Bid; and said Surety does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be accepted by the OWNER. 7/qF section 00410 Page 2 '1 'IN WITNESS WHERIMP,'t,he Principal and. the Surety have hereunto set their hands and seals this 11th day of July , 20o, and such of them as are corporations havo raused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINc I PAL Names R. C. Heath Construction Co. (RFA1.) FI�l +W1 Employers Mutual Casualty Company .. P.O. Box 441098 Aurora, CO 80044 By: G / Title: Attorney -in -Fact (SEAL) 7/96 Section 00410 Page 3 No Text H.C. Heath UOnstructlon co. SECTION 00420 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: R.C. Heath Construction Co. 2. Permanent main office address: 141 Racquette Drive, Fort Collins, CO 80524 3. When organized: July 29, 1977 4. If a corporation, where incorporated: Colorado 5. How many years have you been engaged in the contracting business under your present firm or trade name? 25 years 6. Contracts on hand: {Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) See Attached "Selected Projects in Construction" 7. General character of Work performed by your company: Job Site supervision, Structural Concrete Steel Erection Rough and finish Carpentry, General Field Labor 8. Have you ever failed to complete any Work awarded to you? No If so, where and why? 9. Have your ever defaulted on a contract? No If so, where and why? 10. Are you debarred by any government agency? No If yes list agency name. 7/96 Section 00420 Page 1 K.C. Heath Construction Co. 11. List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location and type of construction. See Attached "Selected Recently Completed Projects" 12. List your major equipment available for this contract. Dump trucks, boom trucks, flatbed trucks, bobcats forklifts tractor, backhoe and additional equipment leased as needed. 13. Experience in construction Work similar in importance to this project: See Attached "Recent Municipal Projects" 14. Background and experience of the principal members of your organization, including officers: Attached "Kev Personnel" 15. Credit available: $400,000 16. Bank reference: First National Bank, 205 West Oak St., Fort Collins, CO 80522 Contact: Richard O. Pearson, V.P., (970) 482-4861 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Owner? Yes 18. Are you licensed as a General Contractor? Yes If yes, in what city, county and state? Fort Collins, CO, Larimer, Colorado What class, license and numbers? Class A, License #A-1 19. Do you anticipate subcontracting Work under this Contract? Yes If yes, what percent of total contract? 20% And to whom? See Subcontractor List. 20. Are any lawsuits pending against you or your firm at this time? No If yes, DETAIL 7/96 Section 00420 Page 2