HomeMy WebLinkAboutRESPONSE - BID - 5698 ASPHALT SLURRY SEAL PROJECT (2)SECTION 00300
BID FORM
PROJECT: ASPHALT SLURRY SEAL PROJECT; BID NO. 5698
Place CITY OF FORT COLLINS
Date APRIL 24, 2002
1. In compliance with your Invitation to Bid dated APRIL 1, 2002
and subject to all conditions thereof, the undersigned QUALITY RESURFACING
COMPANY a - -4ZEr oration Limited Liability
Company, Partnership, Joint Venture, or Sole Proprietor)** 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 certified or cashier's check or standard Bid bond
in the sum of BID BOND 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: TRAVELERS SURETY CO. OF AMERICA 7600 E. ORCHARD RD. ENGLEWOOD, CO 80111
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. N/A
through
7/96 Section 00300 Page 1
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 100 of the contract.
ITEM
TRAFFIC CONTROL
7/96
SUBCONTRACTOR
NORTHERN COLORADO TRAFFIC CONTROL
Section 00430 Page 1
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS! that we, the undersigned QUALITY RESURFACING
rn._. as Principal, and TRAVRT.RRS CASUALTY ANn 4IIRFTY COMP NY 0 * as
Surety, are hereby held and firmly bound unto the City of For Collins Colorado
as OWNER, in the sum of $Five Percent of Bidfor the payment of which, well and
truly to be made, we hereby jointly and severally bind ourselves, successors, and
assigns.
*AMERICA
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, ASPHALT SLURRY SEAL PROJECT; BID NO. 5698.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b)' If said Bid shall he 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 perforating
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
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.
X
7/96
Section 00410 Page 2
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this 24th day of April , 20_Q2, 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.
PRINCIPAL
Address: 9700 Alton
By: (� Ql _
ATTEST:
By:
(SEAL)
SMIXTx
TRANTRIERC CACTe1ATTV AND OF
AMERICA
7600 E. Orchard Rd., Suite 330
F, gI.,.T,,n.11 CCn
By:
Vera T. Kalba
Title:. Attornayjn-Easy
MOODY INSURANCE AGENCY, INC.
3773 CHERRY CREEK NORTH DRIVE, SUITE 800
DENVER, COLORADO 802093804
PHONE: (303) 824-6600
(SEAL)
7/96 Section 00410 Page 3
-IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seals to be hereto affixed this 7th day of March 2002.
STATE OF CONNECTICUT
}SS. Hartford
COUNTY OF HARTFORD
.. P,yy,ioryr4Wpq� L1v AA.
�\NOSWFlY"i a0� OSG pA$y,��j
j HARTFOfl �'1� w HARTFORD, < � 1 9 8 2� �
a �
GONN. 0.7 Y, CONN. n Z p O
v
�br 'Na ly � Ali
r
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
i
Ji
George W. Thompson
Senior Vice President
On this 7th day of March, 2002 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
0 0My commission expires June 30, 2006 Notary Public
Marie C. Tetreault
CERTIFICATE
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 24 th day of
April '2002
.. CSSH
i49�C11RF- RD11OtM7.
r '
By
KoriM.Johanson
Assistant Secretary, Bond
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford;
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Evan E. Moody, Brad Moody, Jody Anderson, Vera T. Kalba, of Denver, Colorado. their
true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place
within the United States, the following instntment(s): by his/her sole signature and act, any and all bonds, recognizances, contracts
of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all
consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly
authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby
ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President.
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive -Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
(I1-06'Standard)
QUALITY RESURFACING COMPANY
CONTRACTOR
BY�ER
✓
�RHEAjrRE'SIDENT
ADDRESS: 9700 ALTON WAY
HENDERSON, CO 80640
8. BID SCHEDULE (Base Bid)
Please use the attached Bid Schedule when submitting your bid.
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 (250) of the total Agreement Price.
RESPECTFULLY SUBMITTED: QUALITY RESURFACING CO.
�� 4/24/02
Signature Date
J Y L. RHEA/PRESIDENT
Title
N/A
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest: R
JAMES A. RUSSO
dress QUALITY RESURFACING CO.
9700 ALTON WAY
HENDERSON.CO 80640
Telephone (303) 288-6853
7/96 Section 00300 Page 2
00330
BID SCHEDULE
City of Fort Collins
2002 Asphalt Slurry Seal Project
Item No.
Description
Uadt
Camnct Quutlty
EWmaRed Coat
Unit cost
7'ata[ Pro act Cort
105.10
Sweeping -All Streets a S
IS
1
$7 000.00
$ 7 000.
105.20
Sweeping -Parkin Lots (Day 5 Only)
LS
1
$
$
409.01
Type.11 Asphalt Slurry Seal - All Street Locations
Sy
135630
11 04
a
409.02
Type U Asphalt Slurry Seal - Parking Lots
SY
7018
$ 1. 90
$13 334. 2 0
614.01
"No Parking" Sign With Stand
Per Day Per Each
2000
$ 0. 58
$1 160. 00
614.02
Vertical Parcel Without Light
Per Day Per Each
25
$ 1.16
$ 29.00
614.03
Type I Barricade Without Light
Per Day Per Each
25
$ 1.45
$ 36.25
614.04
Type II Barricade Without Light
Per Day Per Each
25
S 1.74
$ 43.50
614.05
Type III Barricade Without Light
Per Day Per Each
100
$ 3.48
$ 348.00
614.06
Size A Sign With Stand
Per Day Per Each
200
$2.32
$464.00
614.07
Size B Sign With Stand
Per Day Per Each
73
s3.48
s261.00
614.05
Size A Specialty Sign - Cost of Manufacturing
Each
5
$ 115.87
s579.35
614.09
Size B Specialty Sign - Cost of Manufacturing
Each
5
$ 1
$724.20
614.10
Cone With Reflective Strip
Per Day Per Each
2000
$
_$T_,47
614.11
Safety Fence
Per Day Per Roll
25
$
$
614.12
Light - Steady Bum
Per Day Per Each
25
$ 0 , 70
$ 17 . 50
614A3
Light - Flashing
Per Day Per Each
25
$ 0. 5 8
$14 . 50
614.14
Advance Warning Flashing - or Sequencing Arrow
Panel
Per Day Per Each
5
$ 75.31
$ 3 7 6 . 55
614.15
Traffic Control Supervuor
Per Day
20
$463.47
$9,269.40
614.16
TrafficComrolSupervisor
Per Hour
25
$46.35
$1,158.75
614.17
Flagging
Per Hour
1000
IS24.30 1
$24,300.00
TQTAL COST
$203 15S.15:
TWO HUNDRED THREE THOUSAND ONE HUNDRED FIFTY-EIGHT
Signed 4 /i/ -- JERRY L . RHEA Ads
Company QUALITY RESURFACING CO.
Check One:
Individual Doing Business in Company Name
X Corporation
Partnership
Phone/Fax
Dollarsaud FIFTEEN Cents.
ALTON WAY
HENDERSON, CO 80640
(303) 288-6853/ (303) 288-6875
Page 1 of 1
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410Bid Bond
00420 Statement of Bidder's Qualifications
00430Schedule of Subcontractors
7/96 Section 00410 Page 1
SECTION 00410
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned
as Principal, and
Surety, are hereby held and firmly bound unto the City of Fort Cc
as OWNER, in the sum of $ for the payment of
truly to be made, we hereby jointly and severally bind ourselves,
assigns.
as
which, well and
successors, and
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, ASPHALT SLURRY SEAL PROJECT; BID NO. 5698.
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
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.
7/96 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.
PRINCIPAL
Name:
Address:
By:
Title:
ATTEST:
By:
(SEAL)
7/96
ELM
Title:
SURETY
(SEAL)
Section 00410 Page 3
I
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: QUALITY RESURFACING CO.
2. Permanent main office address: 9700 ALTON WAY HENDERSON, CO 80640
3. When organized: JANUARY 3, 1994
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? 9 YEARS
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of comppletion.)
WELD COUNTY 2002 SLURRY SEAL PRPJ. $ 813,500.00 6/14/02
7
General character of Work performed by your company:
SLURRY SEAL, CRACKSEAL, INFRARED HEATS, MICROSURFACING, PATCHING
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?
If so, where and why?
10. Are you debarred by any government agency?
If yes list agency name.
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.
WELD COUNTY 2001 SLURRY SEAL PROD. $ 835,863.00 7/12/01 VARIOUS LOCATIONS
CITY OF PUEBLO 2001 SLURRY
ADAMS COUNTY 2001 SLURRY SEAL PROJ $ 396,801.00 9/28/01 VARIOUS LOCATIONS
12. List your major equipment available for this contract.
(4) SLURRY SEAT MACHINES (B R A ) () EMULSIONS TANKERS (1) LOADER
(1) PTCK-TTP9 (1) SWFFPFR (1) SCREENING PLANT
13. Experience in construction Work similar in importance to this
project:
AS LISTED IN ITEM # 6 & 11
14. Background and experience of the principal members of your organization,
including officers:
JERRY L. RHEA PRESIDENT ALL TYPES 35 YEARS
ALL
TEARS
15. Credit available: $
16. Bank reference: FIRST NATIONAL BANK OF ARVADA
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? COLORADO CDOT What
class, license and numbers? ATT 7rr_A
19. Do you anticipate subcontracting Work under this Contract? YES
If yes, what percent of total contract? 17%
and to whom? NORTHERN COLORADO TRAFFIC CONTROL
20. Are any lawsuits pending against you or your firm at this time? NO
If
DETAIL N/A 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? 1 MILLION PER CONTRACT
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 24TH day of APRIL , 2002
QUALITY RESURFACING COMP NY
Name of Bidder
By: Qom✓ JERRY L. RHEA
TitTle:' PRESIDENT
State of COLORADO
County of ADAMS
JERRY L. RHEA
sworn deposes and says that he is
of VUAL111 ARbUAl'AL11Nu UU. 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 24TH day of
APRIL 2002.
t1NC1� e 11 e ��n 1 n uU
Notary Public
i 1� Ly-) .
�O[ �.i��_a RC11903
My commission expires a5 - —�
its 1 C`,b •Jr�
7/96
Section 00420 Page 3