Loading...
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