Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RESPONSE - BID - 5778 HOT IN PLACE RECYCLING
SECTION 00300 BID FORM PROJECT: HOT -IN -PLACE RECYCLING PROJECT; BID NO. 5778 Place 3•,a5•o3 .3:oo Per, Date 1. In compliance with your Invitation to Bid dated r66Au M2Y .75 -:) 00 3 and' subject to all conditionsthereof, the + undersigned /1 t�u7LE4 X-PAViN4, /n/e. a ** orporatio , 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 F}mou.sr 81D ($ 4U4� G ) in accordance with the Invitation To Bid and IngtHiictions 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: r 14AP-TFoLO FIRE !rlS. 00.TO t kJAZ�RD pJAzRi t h� ATFo2D y Cr 66115 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 A 7/96 Section 00300 Page 1 CUTLER REPAVING, INC. Construction Experience of Principal Individuals Y/E 12/31/02 Name Position/Office I Yrs. Exp. Type of Exp. Responsibility Charles R. Veskerna Chief Exec. Officer 28 Finance/Accounting Management & President & Personnel Mgmt. Douglas E. Cutler Exec. Vice President 23 Asphalt Pavement Operations & (Operations) Construction Management John R. Rathbun Vice President (Sales) 24 Asphalt Pavement Sales Management Construction John D. Miles Vice President 22 Asphalt Pavement Operations (Operations) Construction Management Judith K. Coffman Secretary/Treasurer 27 Accounting & Administration Administration Paul W. White Superintendent 34 Asphalt Pavement Operations Construction Sam Jacobs Superintendent 25 Asphalt Pavement Operations Construction Bill Sandin Superintendent 25 Asphalt Pavement Operations Construction Ray Harrison Superintendent 19 Asphalt Pavement Operations Construction KNOW ALL sutler Repaving, Inc. SECTION 00410 BID BOND MEN BY THESE PRESENTS: that we, the undersigned as Principal, and Hartford Fire Insurance Company Surety, are hereby held and firmly bound unto the as OWNER, in the sum of $5% of Amount Bid for truly to be made, we hereby jointly and severally assigns. as City of Fort Collins, Colorado, the payment of which, well and bind ourselves, 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, HOT -IN -PLACE RECYCLING PROJECT; BID NO. 5778. 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 furnishingmaterials 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 1 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 25th day of March , 20al, 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: Cutler Repaving, Inc. 921 East 27th St. Address: Lahzrenra, K4 66046 B y : � �,D� d ce ( c beKU.t c.-�� Title: 2kwl,��rA1'r ATTEST By: ( S,EAL ) e 1 SURETY Hartford Fire Insurance Company Hartford Plaza Hartford, CT 06115 By: a'vC/�( It Barbara Talty Title: Attorney -in -Fact ( SEAL) 7/96 Section 00410 Page 2 lnsured's Name Cutler Repaving, Inc. Insured's Mailing Address 921 E. 27th St. Lawrence, KS 66046 Policy Number Bid Bond IMPORTANT NOTICE TO OBLIGEES/POLICYHOLDERS - TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that, under the Terrorism Risk Insurance Act of 2002, effective November 26, 2002, we must make terrorism coverage available in your bond/policy. However, the actual coverage provided by your bond/policy for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, limits, other provisions of your bond/policy, any endorsements to the bond/policy and generally applicable rules of law. Any terrorism coverage provided by this bond/policy is partially reinsured by the United States of America under a formula established by Federal Law. Under this formula, the United States will pay 90% of covered terrorism losses exceeding a statutorily -established deductible paid by sureties/insurers until such time as insured losses under the program reach $100 billion. If that occurs, Congress will determine the procedures for, and the source of, any payments for losses in excess of $100 billion. The premium charge that has been established for terrorism coverage under this bond/policy is either shown on this form or elsewhere in the bond/policy. If there is no premium shown for terrorism on this form or elsewhere in the bond/policy, there is no premium for the coverage. Terrorism premium: $0 Form B-3333-0 Page 1 of 1 © 2002, The Hartford tuy rr fl.4piTF€3H17 i Inquiries ReE!ardingy Claims Hartford Fire Insurance Company Hartford Casualty Insurance Company Hartford Accident and Indemnity Company Hartford Underwriters Insurance Company Twin City Insurance Company Hartford Insurance Company of Illinois Hartford Insurance Company of the Midwest Hartford Insurance Company of the Southeast Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford's underwriting companies to the following: Phone Number 888-266-3488 Fax - Claims 860-757-5835 or 860-547-8265 E-mail claims@Istepsurety.com Mailing Address The Hartford The Hartford Fidelity & Bonding (BOND) Hartford Plaza 690 Asylum Avenue Hartford, CT 06115 POWER OF ATTORNEY THE HARTFORD HARTFORD PLAZAPLAZA HARTFORD, CONNECTICUT 06115 r7X Hartford Fire Insurance Company Twin City Fire Insurance Company F7X Hartford Casualty Insurance Company Hartford Insurance Company of Illinois 0 Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southeast KNOW ALL PERSONS BY THESE PRESENTS THAT the Hartford Fire Insurance Company, Hartford Accident and Indemnity Company and Hartford Underwriters Insurance Company, corporations duly organized under the laws of the State of Connecticut; Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois; Hartford Casualty Insurance Company, Twin City Fire Insurance Company and Hartford Insurance Company of the Midwest, corporations duly organized under the laws of the State of Indiana; and Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida; having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Gary A. Remley, William Schifman, Barbara Tally, Deborah McClendon, LaVonne Engeman, Kevin D. Kalish of Mission, KS their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on September 12th, 2000, the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. �T'Iy41 }r ,Ytiltrs yry 1NeY� E��[tOb .�R�^�� W179-7 * h'�,�yr..H.-79T9^*. , ,o ot . Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD I John P. Hyland, Assistant Vice President On this 19th day of September, 2000, before me personally came John P. Hyland, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. Jean H. Wozniak CERTIFICATE Notary Public My Commission Expires June 30, 2004 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of March 25, 2003 Signed and sealed at the City of Hartford. TY79']z • 7979 ° f>t kY/.M yA 'r 11 • ><Lt'llo1�� � �Nt,rr�".,� Colleen Mastroianni, Assistant Vice President ADDRESS: 8. BID SCHEDULE (Base Bid) UTL6'i2 440640RV444 lnlC . CONTRAC R o" <71 By: �laHrJ K. /CATHBun! V.P, -SALES 7Y ST. LAw2EAME- . l<S I* G o y(G - U 9i7 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: RESP T U TED: Signature Date V.P. -SALE 5� Title CIA v ✓.,. License Number (If Applicable) (Seal - is by corpor ion)Attest:oft. n ,'k .,s r. tad �i J�f Address 7T!�$T. LAWP-CaCE KS 10 to 0 qk q .7 Telephone 785- sy 3 • lsaq 7/96 Section 00300 Page 2 SECTION 00330 BIDSCHEDULE ON of Fort Collins(Ci v of Loveland Cooperative Hot -In -Place Recvclue, Proiect 2003 A —A £.� . 3 2 it 405.01 ' Hot -In -Place Recycling L �1 $ A SY 111396 V. y �kY,.. A. ilk• S Q/. 43000 � r f- $ ,S 3bo- 405.02 RquvenalingAgent $ O Gallon 5570 S g 00 4300 S l{S0.00 210.03 Adjust Valve Box with Ring $ 00 Each 39 S3 �a, 0•00 20 S tow. ap 210.05 Adjust Manhole with Ring $ O• Each 41 $ S ! 0. 00 15 S Q 00 614.01 Ti affc Control- City Lmciand Only $ Lump Sum 0 s 1 $ y key" �. awd $ o. OQ >,��411 ` '%sr�- §2". "� ~ City of Fort Collins Total Cost (F) S 86� SA7 . Q City of Loveland Total Cost (H) Total Protect Cost $ '1 . rs/ �-•Q�. ii TotalP-ft TyA l S•i� rt ✓e ` f cents. Signed Address 9 a J E. \7/ooiti R. I/e//��A-M,6 zjpJ V._,P�.f -SALES LAwREi4es /CS L & o MG- y9,''7 � t /f Company OyTC.15,e KEPA•VIINiq I,Ri. PhondFax 785-8y3-I5ay 7ss-8y3-39N. Cherk One hnlivid-1 Dpmg Bur— u Cnmprvry N;unc Cmpnr.n e, Purn.enlup 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: &—rLER. /CEPAOA16., Ir/C',- 2. Permanent main office address: qal E. L wk-ErIC.E k5 6Goy6-V9i7 3. When organized: 1 �2-/0-69 4. If a corporation, where incorporated: L)E'LA WA*E 5. How many years have you been engaged in the contracting business under your present firm or trade name? ;j$ 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) i-ry of L.ARmo Y-N. t13y.30 5 RS o3 C7/-ry OF NOLFJP A F30 000. 00 0/ o Crry of ,&J 49 55 338.3 G I o 7. General character of Work performed by your company: ASPF/ALT pA✓Em6MT QECYe.L/n(% 7v11LL/d6 Aab kELATED ITE-^g-S. 8. Have you ever failed to complete any Work awarded to you? 140 If so, where and why? 9. Have your ever defaulted on a contract? /S/o If so, where and why? — �/11A — 10. Are you debarred by any government agency? n/O If yes list agency name. — 4A — 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. 9 kEPAVaS P 2Ecy&-9ZS 9 PAENEArERS OeOULkSI /oAPMS TRucx.S'�' ,:S�FR-VICE VErkt/eC.ES To SwOPoQT ABoy'F EquiPME1 13. Experience in construction Work similar in importance to this project: //�� CI )TY F Com.&MY OF MCOVEZ P001 etTY OP F00-T(?*L.Uo4S dt00a 14. Background and experience of the principal members of your organization, including officers: - �EE ATTACJ4Eb bST - 15. Credit available: $ f i570 40,00- 00 j lt4c OF CREDIT 16. 17. Bank reference: —Dour fi15 LauNTy /$/+N/C L�rX Ci�9 C�+wQswL'E GOON' !A/A 8 4vtJ SENl02 V• QES . 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? 569 Army4Eo LIST If yes, in what city, county and state? What class, license and numbers? 0, � 19. Do you anticipate subcontracting Work under this Contract? n!o If yes, what percent of total contract? 4fR and to whom? ►CIA. 20. Are any lawsuits pending against you or your firm at this time? VES If /1I� yes, DETAIL WOOZK IAMP G,L.AIM -FIAT 15 So Alf AwDC.£D BY 1A1SUA*de.E, 7/96 Section 00420 Page 2 21. What are the limits of your public liability? DETAIL QE- /E2AC. LIABruTy — 0/ 000 000 Eq o0O AG(3kCeC A7C What company? -TyE NAkTFOAA y 1 22. What are your company's bonding limitations? 0.5 000 000 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 (AUJREIAIac 143 this /9T- day of .412C4 2003. liuTC" A PEP-4 A A NC • — Name i r By: Title: V.P. -.,Y%9LES State of 7'CAn/SAS i County of nn oUC, L-4 \JoHN K. KATHBufJ being duly sworn deposes and says that he is V.P. -SALES of iLZ:r2 126PAt1H46, /nlC., 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 19 7Y day of `7,e 1 AA&f •2 0 03. Notary Public /p NOTARYPUBl1C"SlateotKansas �T O JTK g . & FArn A,� JUDRN K�CUfFMPN oS Flly Appl. E� �--i� -- My commission expires v2-0q-oS 7/96 Section 00420 Page 3 MAR-24-03 MON 01:45 PM CITY/FT COLLINS, PURCHAS FAX NO. 970 2216707 P.01/02 Aduninistrafive Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No. 1 BID #5778 HOT -IN -PLACE RECYCLING PROJECT SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid 45778 Not -In -Place Recycling Project OPENING DATE: March 28, 2003, 3:00p_m_ (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. Please note the opening date has been extended to March 28, 2003, 3.00p.m. (Our Clock). If you have any questions please contact John Stephen, CPPB, Senior Buyer, at 970-221-6777. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. zi&4" a c2ev 215 North Mason Strcet - 2nd Floor - P0- Box 580 - Fort Collins, CO 80522.0580 - (c)mi 117./77: SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 150 of the contract. ITEM AlnnlE -- SUBCONTRACTOR 7/96 Section 00430 Page 1 STATE PREQUALIFICATION LISTING 12-31-02 STATE LIMITATION EXPIRATION DATE ARIZONA $16,800,000 3-31-03 ARKANSAS UNLIMITED 4-30-03 ARKANSAS (CONT. LIC.) UNLIMITED 3-31-03 COLORADO UNLIMITED 4-30-03 IDAHO (CONT. LIC.) UNLIMITED 6-30-03 INDIANA $41,917,000 4-30-03 IOWA $14,058,330 4-30-03 KANSAS $30,800,000 4-11-03 KENTUCKY $30,655,918 3-31-03 NEVADA $15,820,000 3-31-03 TENNESSEE DET. AT BID LETTING 3-31-03 TEXAS $45,220,000 3-31-03 UTAH $22,200,000 7-01-03 PINELLAS COUNTY, FL $5,000,000 4-30-03 SARASOTA COUNTY, FL $10,000,000 5-31-03