Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutRESPONSE - BID - 5684 TRAFFIC OPERATIONS FACILITYSECTION 00300
BID FORM
PROJECT: TRAFFIC OPERATIONS FACILITY; BID NO. 5684
Place Purchasing Division
Date March 22, 2002
1. In compliance with your Invitation to Bid dated March 22, 2002
and subject to all conditions thereof, the undersigned
Drahota Construction Co. a **(Corporation, 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 5% of Total Bid, See Attached ($
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
P.O. Box 441098, Aurora,
S. 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. 1
through 2
7/96 Section 00300 Page 1
JAMES L. BRANNAMAN
1306 Cypress
Fort Collins, CO 80521
POSITION:
Field Superintendent
WORK HISTORY:
1992 - Present: Field Superintendent - Drahota Construction Co., Fort Collins, CO
Responsibilities include estimating, scheduling and supervision of
residential and commercial projects.
1989 - 1992: Carpenter - Drahota Construction Co., Fort Collins, CO
Part-time while attending college.
1984 - 1989: Carpenter - Miller Development, Fort Collins, CO
Responsibilities included: concrete work, framing, roofing, insulation,
drywall, exterior trim and siding, painting and landscaping.
1983 - 1984: Laborer - States Construction Company, Des Moines, IA
Responsibilities: tied steel, placed concrete, worked with jackhammers,
cranes, torches and heavy equipment.
1981 - 1982: Salesman/Yardworker - Franks & Sons Lumber, Lisbon, IA
1980: Laborer - Rural Electric Cooperative, Marion, IA
EDUCATION:
PERSONAL:
Responsibilities included helping electricians maintain old lines and
services as well as install new lines and services overhead and underground.
1992: Colorado State University
B.S. Degree in Construction Management
Honors: Com Laude
38 years old, Married
INTERESTS:
Fishing, hunting, archery and camping
Clien . 31(a9R rnrn
acoBQ,N CERTIFICATE OF LIABILITY
INSURANCE
DATE(MWDDA'Y)
03/21/02
PRODUCER
Flood & Peterson Insurance Inc
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
4821 Wheaton Drive
P O Box 270370
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Fort Collins, CO 80527
INSURERS AFFORDING COVERAGE
INSURED
Drahota Construction Co., Inc
P.O. Box272269
Fort Collins, CO 80527
INSURER A: Canal Insurance Company
INSURER : EMC Insurance Company
INSURER c:Fireman's Fund Insurance, Co.
INSURER : Pinnacol Assurance
INSURER E:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. 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.
LTRNSR
TYPE OF INSURANCE
POLICY NUMBER
POLICYEFFECTWE
DATE (MMIDDNYI
12/01/01
POLICYEXPIFUMON
DATE (MMIG
LIMITS
A
GENERAL LABILITY
X COMM ERCIALGENERAL L[ABILITY
CLAIMS MADE FxIOCCUR
X BI Ded:1, 000
CGLO13937
12/01/02
EACH OCCURRENCE
$1 00p 000
FIRE DAMAGE (My one fire)
$100 000
MED EXP(Any one person)
$5 000
PERSONAL& ADV INJURY
$1 000,, 000
X
PD Ded: 10,000
GENERAL AGGREGATE
s2,000,000
GEN'LAGGREGATE
POLICY X
LIMIT APPLIESPER:
JECTPRO LOC
PRODUCTS - COMP/OP AGG
$2 00Q 000
B
AUTOMOBILE
X
LIABILITY
MY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
2X61789
12/01/01
12/01/02
COMBINED SINGLE LIMIT
(Ea accident)
$1, Q0Q , 000
BODILY INJURY
(Per person)
X
BODILY INJURY
(Par accident)
$
X
PROPERTY DAMAGE
(Par accident)
$
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGO
$
$
C
CE EXSSLIABILITY
X
X
OCCUR CLAIMSMADE
DEDUCTIBLE
RETENTION s0
XEK00084828458
12/01/01
12/01/02
EACH OCCURRENCE
15,000,000
AGGREGATE
s5,000,000
$
$
$
D
WORKERSCOMPENSATIONAND
EMPLOYERS' LIABILITY
2286970
07/01/01
07/01/02
X We srATu- on+ -
E.L. EACH ACCIDENT
$1 00Q 000
E.L. DISEASEEAEMPLOYEE
$1 00Q 000
E.L. DISEASE-POLICYUMIT
$1 000 000
OTHER
DESCRIPTION OF OPERATONSILOCATIONSWEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECML PROVISIONS
I1rG nVLVCRI I ADDNIDNALwsUREDANSURERLETTER: UANGELLATIUN
SH W LD ANYOFTH E AB WE DESCMSED POLICIES SE CANCELLED BEFORE THE EXNMTION
For Information Only DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL3 n DAYS WRITTEN
NOTICETOTHE CERTIFICATE HOLDER NAMED TOTH E LEFT, BUTFAILURE TODOSOSHALL
IMPOSE NOOBLIGATION OR UASILITYOF ANY RIND UPON THE INSURER,ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
I S .
ACORD25-S(7197)1 of 2 #S210885/M202231 MLTP O ACORD CORPORATION 1988
'4.
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Drahota Construction
Co. as Principal, and Employers Mutual Casualty Company as
Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado,
a8 OWNER in the sum of $ 5% of total bid for the payment of which, well and
truly to be made, we hereby jointly and severally bind ourselves, sucoessors, 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, TRAFFIC OPERATIONS FACILITY; BID NO. 5684.
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 Sid,
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 1
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this 22nd day of March 2002, and such of them as are
corporations have caused their corporate seals to be hereto affixed and those
presents to be signed by their proper officers, the day and year first set forti
above.
PMCZPAL
Name: Drahota Construction Co.
Address: P.O. Box 272269
Fort Collins, CO 80527
by:
Title: President / CEO
ATTEST. -
By:,
(SEAL)
7/96
SURB'M
Employers Mutual Casualty Company
P.O. Box 441098
Aurora, CO 80044
By: j- f6R J
Title: Attorney -in -Fact
(SEAL)
Section 00410 Page 2
No Text
3
9
ADDRESS:
BID SCHEDULE .(Base Bid)
LUMP SUM TOTAL
PRICES
Drahota Construction Co.
CONTRACTOR
BY: Terry L. Drahota
4700 Innovation Drive, Bldg. C
Fort Collins, CO 80525
DS
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:
Signature Date
President/CEO
Title
B-91
License Number (If Applicable)
March 22, 2002
(Seal - if Bid is by corpozation)
Attest:
Address 4700 Innovation Drive, Bldg. C
Fort Collins, CO 80525
Telephone (970) 204-0100
7/96 Section 00300 Page 2
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410Bid Bond
00420Statement of Bidder's Qualifications
00430Schedule of Subcontractors
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: Drahota Construction Co.
2. Permanent main office address: 4700 Innovation Dr'., Bldg. C, Ft. Collins, CO
3. When organized: 1973
4. If a corporation, where incorporated: Colorado
5
6
7
0
How many years have you been engaged in the contracting business under your
present firm or trade name? 23 Years
Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
Collindale Clubhouse, Ft. Collins, CO 2.0 million Completion 11-02
DM
General character of Work performed by your company:
General Contractor Services plus self perform rough & finish carpentry,
doors, frames, hardware, and commom labor.
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?
If yes list agency name.
7/96
No
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.
Centre Avenue Health & Rehab Center $8.6 million - complete 8-01 70,000 sf acute
care & rehab facility for Columbine Health Systems
Bank of Colorado $2.0 million completed 4-01 15,000 sf 2-story office Bldg
Boardwalk Office Bldg., $1.5 million, completed 11-01, 14,500 sf Office Bldg.
12. List your major equipment available for this contract.
All terrain forklift CASE skidsteers laser levels and 2 ton dump truck
13. Experience in construction Work similar in importance to this
project:
Osborn Hardware Supply , Ft. Collins, CO
Ross Office Warehouse Building & Honeywell, Fort Collins. rn
o Of
, Fort Collins,
14. Background and experience of the principal members of your organization,
including officers:
See Attached Resumes
15. Credit available: $ One Million Dollars
16. Bank reference: Bank of Colorado
17. Will you, upon request, fill out a detailed financial statement and furnish
any other information that may be required by the OWNER? Yes
19
20
Are you licensed as a General CONTRACTOR?
If yes, in what city, county and state?
class, license and numbers? B-91
Yes
See Attached What
Do you anticipate subcontracting Work under this Contract?
If yes, what percent of total contract? 80%
and to whom? Pending Bidding Review
Yes
Are any lawsuits pending against you or your firm at this time? No
If
DETAIL yes,
7/96 Section 00420 Page 2
21. What are the limits of your public liability? DETAIL
See Attached
What company? Canal Insurance Co.
22. What are your company's bonding limitations? No limits established
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 3:00 pm this 22nd day of March. 2002.
Drahota Construction Co.
Name of Bidder
By: Terry L. Drahota L�
Title: President / CEO
State of Colorado
County of Larimer
Terry L. Drahota being duly sworn deposes and says that he is
President CEO of Drahota Construction Co. 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 22nd day of
March j200 n
I ,
o ry Public
Jonna R. Allison
r ;
My commission expires 10-27-03
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 SUBCONTRACTOR
Pending final bid results and scope review
N/A No subcontractors over 15%
7/96
Section 00430 Page 1
TERRYL. DRAHOTA
12 Forest Hills Lane
Fort Collins, CO 80524
POSITION:
President and C.E.O.
WORK HISTORY:
1979 - Present: C.E.O. and President - Drahota Construction Co., Fort Collins, CO
Associated General Contractors of America Board of Directors
Responsibilities include overall decision making, involved with estimating,
field activities, and financial planning, setting company goals and policy.
1972 - 1979: President - Wild Rose Builders, Ft. Collins, CO
Responsibilities included overall decision making and field supervision.
1969 - 1972: Construction supervisor and carpenter for various construction companies
in the Fort Collins area (Wood Bros. Bartran Homes, W.D. Smith
Construction)
EDUCATION:
INTERESTS:
1965-1969: Colorado State University
B.S. Degree in Finance
Attended seminars and classes in Colorado relating to construction uniform
building codes, construction scheduling, and construction law.
Skiing, biking, fly fishing, sailing, jogging and reading
DOUGLAS R. McCARTHY
4531 Seaway Circle
Fort Collins, CO 80525
POSITION: Project Manager/Estimator
WORK HISTORY:
1999 — Present Project Manager/Estimator — Drahota Construction Co., Ft. Collins, CO
Responsibilities include estimating, scheduling, and project management for
commercial projects.
1999-1999 Project Manager & Team Leader — The Neenan Company, Ft. Collins, CO
Responsible for Team Management and construction of two core and shell office
facilities along with tenant finishes. Team management consisted of coordinating
and supervising architectural staff, interior finish staff and site construction staff.
Daily activities included subcontractor negotiations and contracting,
construction/architectural cost management, time management scheduling from
schematic design to final project completion, with construction project management
and document control.
1996 - 1999: Project Manager —FCI Constructors, Inc., Longmont, CO
Managed an annual volume of $9 — 13 million with an emphasis on new postal
facilities, new schools, and major school facility remodels. Responsibilities
included initial job set-up, staffing, critical path scheduling and
monitoring/updating, job cost control accounting/budget analysis, variance
reporting, monthly margin reviews, architectural submittals, change order
implementation, invoicing, weekly jobsite organizational meetings with owner and
architect's representative, jobsite safety compliance, final project close-out.
1994 - 1996: Production Manager — Point Five Windows, Fort Collins, CO
Production Manager for a custom window manufacturer. Personally managed nine
separate departments with responsibility for 40 — 45 employees. Implemented
critical path scheduling, responsible for departmental coordination.
1990 - 1994: Project Manager/Estimator — Cornerstone Builders, Inc., Greeley, CO
Responsible for estimating, project procurement, project management through
project completion and close out. Seventy-five percent commercial, including
office buildings, banks, schools, hospitals, retail outlets, and fast food facilities.
Twenty-five percent condominium projects.
1980 — 1990: Project Manager/Estimator —Jerald Construction Co., Fort Collins, CO
1977 — 1979: Project Superintendent — Wellshire Diversified, San Diego, CA
EDUCATION: Bachelor of Science Construction Management
Colorado State University - 1975