HomeMy WebLinkAboutRESPONSE - BID - 5783 SHELDON LAKE LANDSCAPE IMPROVEMENTSSECTION 00300
BID FORM
PROJECT: SHELDON LAKE LANDSCAPE IMPROVEMENTS; BID NO. 5783
Place �(Yt Cdkns , 0310
Date L' I' -, Ia3
1. In compliance with your Invitation to Bid dated rn(.iL 1 Q U , 2,G0 2) _,
and sub'ect to 11 conditions hereof, the undersigned
laffsS �(�t15�(j f� _a ** or oratio Limited Liability Company,
Partnership, Joints 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 11D of- cont =-,t (Iymkinf ($
) 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:
5. All the various phases
their individual jobs
included by implication
CONTRACTOR under one of
of whether it is named
LaKt' 011�. 35
of Work enumerated in the Contract Documents with
and overhead, whether specifically mentioned,
or appurtenant thereto, are to be performed by the
the items listed in the Bid Schedule, irrespective
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 1 _.
7/96 Section 00300 Page 1
EN WITNESS WHEREOF, the Principal and the Surety have hereun-.o
and seals this set their hands
yth day of ^AX�ri 1 _
corporations have caused their corporate seals too 03 be hereto affixedsuch ofhandatheare
se
presents to be signed by their proper officers,
above. the day and ye3t first set forth
PRINCIPAL
Name: Wards Landscape, Inc.
Address: 91K i Nel :n 12c1.
--- Longmont, CD 80503
Title:j�
ATTEST�'
(SEAL) V'
7/96
SMMTT
Western Surety company
2 Centerpointe Dr_ #200
Lake Osweg , OR 97035
Hy:
Title:p(-torney-i -Fact, D.N. BROYLES
(SEAL)
section 00410 Page 3
POWER OF ATTORNEY
Know All Men by These Presents: (irrevocable) No SP- 22728994
That this Power of Attorney is not valid or in effect unless attached +to the bond which it authorizes executed, but may be detached by thapproving
officer if desired. That Western Surety Company, a corporation, does hereby make, constitute and appoint the following
authorized individuals:
AUTHORIZED INDIVIDUALS
AUTHORIZED INDIVIDUALS
DAV1,2
MAR
N
E,
BROYLES
REINOEHL
JEFFREY L BROYL:ES
in the City of MULCMAN , State of MONTANA ,with limited authority, ittrue and
lawful Attomey(s) in fact with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf s Surety,
the following described bond: as
BIDS, PERFORMANCE AND/OR PAYMENT BONO IN ADDITION THE RELATED
TRANSACTIONS SUCH AS CONSENTS OF SUROY, RIDERS AND LETTERS OF
INTENT MAINTENANCE AND WARRANTY BONDS PROVIDING THE BOND PENALTY
DOES Of EXCEED FIVE HUNDRED THOUSAND AND NO/100 DOLLARS
(****500 000.00).
The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this
Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company.
All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of
MARCH 31 2008, but until such time shall be irrevocable and in full force and effect.
WESTER _g`t)� "'t:) .;�IPANY further certifies that the following is a fine and exact copy of Section 7 of the By -Laws of Western Surety Company, duly adopted and now
in farcei+tq y ktt$8ctiiin 7s bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company
by the sldent, 9eefetary^6S,dy,Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice
PrgEltit rf�; SecrS_4Vi; y Assl,' r$ecretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies, or undertakings in the
Tin
_ofp fig, ra,a6yr..4 60 seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The
S8iAwerd�fiiatty such offict "apd'�hF:;borporate seal may be printed by facsimile."
f�'be'p'enal amount of [he •bt•.terein described may be increased if there is attached to this Power, written authority so authorizing in the forth of an endorsement, letter or
Qejjism srg by the $$enwr,Undwtiting Officer, Underwriting Officer, President, Vice President, Assistant Vice President, Treasurer, Secretary or Assistant Secretary of Western
rap y„gpe �tjly an 'sting said increase.
eft;"WjfNE55 i� j�estem Surety Company has caused these presents to be executed by its Senior Vice President with its corporate seal affixed this Ist
aayofht �' 2002 WESTE N SURETY COMPANY
mh,c� �
STATE OF SOVJTH DAKOTA 1
} ss. By
COUNTY OF MINNEHAHA J Senior Vice Pre dent
On this 1st day of April in the ear 2002
Y before me, a Notary Public, personally
appeared Paul T. BmOat, who being by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and
acknowledged said instrument to be the voluntary act and deed of said corporation.
♦rrrrrrrrrrrrrrrrrrrrrrrr♦
D. KRELL '+
� NOTARY PUBLIC I '
I(JWSOUTH DAKOTA SEAL i "r
♦rrrrwrrrrrrr....... %%%rP h,,, Notary"Public, South Dakota
My Commission Expires November 30, 2008 47 /`t,
-a
attaotte
c
I, the undersigned officer of Western Surely Company, a stock corporation of the Slate of South Da{co{a. do hetg8y eialfg-at [he"d"Power of Attorney is in full
irrevocable; and furthermore, that Section 7 of the By -Laws of the company as se[,fortft in'9hE Poreo�At[o el ts,.nf�sS,in fo+x„sva
force and effect and is i
In testimony whereof, I have hereunto set my hand and the seal of Western Surety ComparFy th(&=` - 17 _ 'g ' " i'.� r" 200.3
VVES'T ERYTY C0r.1�IPANY
*IMPORTANT: This date must be filled in before it is attached yp
to the bond and it must be the same date as the bond.
Form 749-4-2002
entor ViGete ent
NOTICE: This Do
rdarmU§r pe BLUE If It fs not.BCUE, this is not a certified copy. — .
CONTRACTOR
�1a_
ADDRESS: -I I loS Ne ISpn �((�
L�o�4mon� Cc S503
8. BID SCHEDULE (Base Bid)
Please use the attached Bid Schedule when submitting your bid.
9. PRICES
7/96
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 -
RESPECTFUL UBMITTED:
y4_1103
Signature Date
Applicable)
Address �� W� wsw r
rmn Co
Telephone
Section 00300 Page 2
APR-17-03 THU 07:25 AM CITY/FT COLLINS, PURCHAS FAX N0, 970 2216707
P. 03/04
SHELDON LAKE LANDSCAPE IMPROVEMENTS
ADDENDUM 01 BID SCHEDULE (BASE BID)
Bid items are described in Specification Section 01800
BID
ESTIMATED
UNIT
ITEM
ITEM #
DESCRIPTION
QUANTITY
UNIT
PRICE
TOTAL
1
Mobilization
1
LS
00
$ 50 —
$ 50 —
2
Irrigation System
1
LS
$ ZO,JOD oa
$ ZO ou
3
Soil Preparation and Fine Grading
30,000
SF
$ .19
$ 51
4
Seed Mixes
A Dryland grass
18,800
SF
$ b O 5
$ Ci WO)
B Dryland grass w/ wild flowers
9,000
SF
$ -0�ji5
$ 513
C Dryland grass wt wild flowers
2,350
SF
$ 4 Q `J S
$ (�,i 5 3 _
5
Tree Plantings
1
LS
$ A . 5 a. S 6Q
$ a 5 eL
6
Shrub Plantings
321
EA
$ c28
$ 8
7
Fence
940
LF
$ r}
$ i, Q q Y _-
8
Top Soil
180
CY
$ 8 0�
$ .3, oZ y 0 cc
TOTAL OF BASE BID
S
$ q 11122 543
(written
C„_,,Ejgure
ALTERNATE BID ITEM 1
1 Shrub Plantings with #1 containers 321 EA
$ icy°° $y,494°°
$ " 00
Figure
Il)ard�) Lm6scaK I �)L-11 4
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: (0or s 2
2. Permanent main office address: ��� �� Co 'S05o3
3. When organized:
4. If a corporation, where incorporated: (blown
5. How many years have you been en aged in the contracting business under your
present firm or trade name? AY
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticip ted dates gf completion.)
f �ctn vAn1.P . r"ri k-a af` "mrl a I I N (' 7, G
7. General character of Work performed by your company:
\j .
8. Have you ever failed to,gomplete any Work awarded to you?R
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? �Q
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.
41vk 61941-,rN ►�P vtlof�/lv�no..F— Y�..�1;,.. (`., n1n.l a iI_-i off. ro✓'n
I
12. List your major equipment available for this contract_
13.
Experience in construction Work similar in importance to this
oroiect:
14. Background and experience of the principal members of your organization,
including officers:
Ses� c�tac,��l
15. Credit available: S 150,G i(50
16. Bank reference:
17. Will you, upon request, fill out a detailed financial statement and furnish
ane C
other information that may be required by the OWNER?
�_
18. Are you licensed as a General CONTRACTOR? Wo
If yes, in what city, county and state? What
class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract? ND
If yes, what percent of total contract?
and to whom?
20. Are any lawsuits pending against you or your firm at this time? —No
If yes
DETAIL
7/96 Section 00420 Page 2
21. What are the limits
LC ts of,, �yoyu�rpu"blic liabili-y? DETAIL
What company?
—P5�3 ly"�'+ �—
c� f
22. What are your company's bonding limitations? Sec a -)IL cyeSA
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 LjN(,jaj &j CO this _L]= day of 20Q3.
Title:
State of_
County of
& 9, -4, 5 t L- /712),Qe being duly sworn deposes and says thatshe is
�/1VIOW-V f' of IVAme,QS L4<11 1c- and that
(name of organization)
the answers to the foregoing questions and all statements therein contained are
true and correct.
,az-d L
Subscribed and sworn to before me this .-day-.
2063.
N tary Public
BG�_ N�• to G;-o
OFB CO
My commission expires /--OA�
7/96 Section 00420 Page 3
WARD'S Landscape Inc.
9165 Nelson Road, Longmont, CO 80503
303-776-7991 Fax 303-776-9033
Owner and Exec Information
Kendra Ward: Owner, President, Member ALCC
9 years experience in Landscaping. Major in Communication and Business
Management. Suma Cum Laude Regis University
Steven J Ward: Owner, Secretary/Treasurer, CEO Member of ALCC
14 years experience in Landscaping, Sprinkler and Pumphouse Installation, Design
Work, Hardscape & Softscape Installation.
James P Ward: Vice President, Member of ALCC
9 years expene,,ice in Landscaping, Sprinkler and Pumphouse Installation, Design
Work, Hardscape & Softscape Installation.
Timothy Mason: Commercial Projects Supervisor
23 years experience in Landscaping, Sprinkler and Pumphouse Installation and
Maintenance on Large Commercial Systems, Design Work, Hardscape & Softscape
Installation. Worked for City of Broomfield in Landscaping & Irrigation Installation
as well as Large; Municipal Park Improvements. Knowledge and experience in
computerized Irrigation Control Systems.
Mark Morris: Commercial Site Supervisor
22 years experilance in Landscaping & Irrigation Installation. 25 Years experience in
Crew Supervision. Commercial/Residential, Take Off on Plans, Design Work, Hardscape
& Softscape Installation.
Shawn Finch: Commercial Site Supervisor
16 years experience in Landscaping & Irrigation Installation, Crew Supervision, Take Off
on Plans, Design Work. Six years with Western States Reclamation managing jobs from
$200,000 to $5,000,000. Landscape Specialist for Five years with Colorado Dept. of
Transportation guidelines & specifications.
Rick Moore: Connnercial Estimator
18 years experience in Landscaping & Irrigation, Takeoffs and Plan Review, Construction,
Sales.
WESTERN STATES
INSURANCE AGENCY
April 1. 2003
RE: Ward's Landscape, Inc.
To Whom It May Concern:
We handle the surety needs of Ward's Landscape, Inc. and have been acquainted
with them for many years_ Ward's Landscape has the ability to provide bonds on single
project; in excess S1,000,000. The aggregate bonding capacity is determined by their
needs. If a project has met the scrutiny of the management team of Ward's Landscape,
the surety is in a position of comfort that all aspects of that particular project have been
reviewtA and will act favorable on their request for bonding.
If there are any questions or if we may be of further assistance, please do not hesitate to
contact. us.
Sincerely, /-
Todd Bcngford
Western States Insurance Agency
sscTioN 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned
** as Principal, and Western Surety Cou party _ as
Surety, are hereby held and firmly bound unto the City of Fort coll'.ns, Colorado,
as OWNER, in the sum of $5% of Amo=t Bid for the payment of wt.ich, well and
truly to be made, we hereby -jointly 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 [lid and hereby
made a part hereof to enter into a Construction Agreement for the construction of
Fort Collins Project, SHELDON LAKE LANDSCAPE IMPROVEMENTS, BID NO. 57R3-
NOW THEREFORE,
(al 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 Did) 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 respec;:s 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 bisiness in the
State of Colorado and be accepted by the OWNER.
** Ward's Landscape, Inc.
7/96 Section 00410 Page 2