Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5767 LEMAY AVENUE WIDENING PROJECT (15)SECTION 00300 BID FORM PROJECT: LEMAY AVENUE WIDENING PROJECT; BID `i �INO. 5767 Place a�-Oeu Ile 0 Date 1. In compliance with your Invitation to Bid dated FA 2 ct; and subje t to all conditions thereof, the undersigned -1IlC a Corporation Limited Liability Company, Partnership, Joint Venture, or Sole or)** 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 off ($ Instructions to Bidders. in accordance with the Invitation To Bid and 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 t e specified performance and payment bonds is as follows: i Q�Q (i =l ( 6 �paS ; i- 06 W►CXA4 IOA46- cwlrl,i' : l�.�pcdo rn �'ie�eS �► C 0 (5 4-!o -J F K e" b4&- r ► Fo ri- Loft nS CO Toys 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 �. 7/96 Section 00300 Page 1 dingColorado Contractors Association Inc. Constructing the Necessities of Life March 10, 2003 11 N O T I C E TO: CCA/CDOT JOINT SPECIFICATIONS COMMITTEE CCA CDOT Denny Krausman Craig Lamberty Tim Aschenbrener John Adams Rick Lawrence Laity Brinck Mark Adsit Richard Ledezma Darryl Carlson Keary Brown Shelbv Leonard Dana Christensen Tim Cheever Tim Muller Scott Ellis Pam Duncan Noel Palmer Bernie Guervara John Elam Daniel Schr.1aingei Jake Koeru 8 John Finn Jennifer Sheehan Wayne Lupton Brent Flom Stan Sisneros Mark Mueller Mark Gutknecht Gerrit Slatter Don Olbert Martin Holt Kurt Todeschi Gary Self Mike Holt David Weigand Jerry Simpson Tom Kelly Eric West Hal Toland Doug Koeltzow Jody Wright Tracv Kinsella, AG Terry Lake Paul Iwata, CCA Chairman Rich Zamora, FHWA FROM: Eldon Strong, Director, Highway & Transportation Services Please be advised that the next meeting of the JOINT SPECIFICATIONS COMMITTEE is going to be held on THURSDAY, MARCH 20, 2003, CCA AT NOON, COMBINED 1:00. This meeting will take place at the CCA Offices, in the VALLEY HIGH ROOM. RSVP to Vicki at 303-290-6611 or send e-mail to N�stran2c a:coloradocontractors ore, or as always you can fax your response to 303-290-9141 at least 2 days prior to the date of the meeting, so that adequate preparations can be made. Remember to mark your calendars and plan to attend. THURSDAY, MARCH 20, 2003 VALLEY HIGH ROOM CCA BUILDING, 6880 S. YOSEMITE CT., #200, ENGLEWOOD. 6880 S. Yosemite Ct., Suite 200 P.O. Box 3489 Englewood, CO 80155-3489 �1 Phone: (303) 290-6611 Fax: (303) 290-9141 Web: col oradocontractors. org�M�a s K1S4_ �s . Nrrarnr ONSI�\l\t SECTION 00410 BID Po1Jn KNOW ALL MEN BY THESE PRESENTS: thatwe, the undersigned ** as Principal, and Fidelity and Deposit Companx of Maryland as Surety, are hereby held and firmly bound unto the C_ty of Fcxt Collins, Colorado as 0W[ ER, in the sum of S5,1 Of Bid — for the payment of which, well and czuly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. TIDE CONDITION of this obligation is such that whereas the principal has submitted to :he City of_Eoxt Collins, Co.loxado the accompanying Did and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, AVENUE WIDENING PA0IECT; DID No. 5767, NOW THEREFO-RE, (a) If said aid 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 ail other respects Perform the Agreement created by the acceptance of said aid, 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 or said Surety and its BOND shall be is no way impaired or affected by any extension of the time within which the OWNER may accept such Did; 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. ** Mountain Constructors, Inc. 1/9t Section 00410 Page 1 IN WITNCSS W(iEmor, the Principal and the Surety have hereunto set their hands and seals this _LL_ day of March 20U, and suck Gf them as are corporations have caused their corporate seals to be hereto affixed and these c,resents to be signed by Their proper officers, the day and year first sec forth above. PRINCIPAL soROTY Name:Mounka3n constn.ctors, inc. _ Pide15_ty and Deposit' Cornpany of Maryland Address: PO Box 405 Platteville,CC0.�80651 Title: 3910 Keswick Rd. BaltirUQre• NID 21211.__ _ MDD D.ENGFORD Title:_Arrnrnei--in—Fart M'T E (SEAL) (SEAL) 7!96 Section 00410 Pepe 7 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint Kathryn D. BROYLES, D. N. BROYLES, Jeffrey L. BROYLES, Kim YPMA, Robert G. PEATS and Todd D. BENGFORD, all of Bozeman, Montana, EAC/true wful agetyii Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as i: any an onds and undertakings and the execution of such bonds or undertakings in pursuance of thesbe as g upon said Company, as fully and amply, to all intents and purposes, as if they had been duly exowl y the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper o attorney revokes that issued on behalf of Kathryn D. BROYLES, D. N. BROYLES, Jeffrey L. BROY dated April 4, 2001. The said Assistant Secretary does hereby certil forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Company,Fesident ow in for IN WITNESS WHEREOF, the said�i ssistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FAN)? POSIT COMPANY OF MARYLAND, this 31 st day of July, A.D. 2002. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND c s r By: T. E. Smith Assistant Secretary Paid C. Rogers Vice President State of Maryland County of Baltimore ss: On this 3 1 st day of July, A.D. 2002, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL. C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. np1„ !. fqA,� NOp A Carol J. Fader Notary Public My Commission Expires: August I, 2004 POA-F 180-3435 %Q hda! (\ CONTRACTOR BY: fex� ADDRESS: MOUNTAIN P.O. Box 405 a ova e, 8. BID SCHEDULE (Base Bid) (970)785-6161 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: 0-U_— S nature Date Title License Number (If Applicable) (Seal f Bid is by orporation) Attest: A—,"^OUNTAUN CONSIBUCTORS, INC. r P.O. Box 405 (970) 785-6161 Telephone 7/96 Section 00300 Page 2 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM .xu�- 1'tOT6MrL� �fD3 7/96 SUBCONTRACTOR � op u cSv •-j 4i.V �V p2.7a}S T/trs- �Fty✓r r2 a Section 00430 Page 1 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: 2 0 4 Permanent main office address: When organized: � 1q -4- If a corporation, where incorporated: l} Qri CI. J 5. How many years have you been engaged in the contracting business under your present firm or trade name? 20 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated ates of completion.) c r.C600 IUD r �J USti5rQ i 7. General chara ter of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you?_-�b— 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? �Qc 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. �Uac �-� 12. List your major equipment available for this contract. sL e UA xc'wCK 1 �s- — 13. Experience in construction Work similar in importance to this project: e t J 14. Background and experience of the principal members of your oraanization. 9 15. Credit available: $ Jc:CG C)i1C') - 16. Bank reference:IuJlicI0't"1J' (i-M4 Q'7n.-23:r_- 17. 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? If yes, in what city, county and state? class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? IfCPS If yes, what percent of total contract? !oo and to whom? at 20. Are any lawsuits pending against you or your firm at this time?_ If yes, DETAIL 7/96 Section 00420 Page 2 21. What are the limits of your public liability? DETAIL YY\ � I\ , Ci s What company?' I fay eyS Tit( Cu�Y�illt� 22. What are your company's bonding limitations?—"? m J ` t-- 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 4k day of L ,AG,20tl3 Name of der By: \ Title: l lX State of �c��cUrQ County of Cal k` ('L,i'IT` being � d�u1�, sworn deposes and says that he is r��, of A��n 11v1 ��L,Cf �•CS T �, 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 jC% .A(% , 20�%� j Nod ry Publi ' Ier �.P 4�� i C _VI ic�� - I 4_-p1G C YA4Pt'L 0. [ My commission expires -4_ c� 7/96 Section 00420 Page 3 MOUNTAIN CONSTRUCTORS, INC. COMPLETED PROJECTS AS OF 2/24/03 OWNER PROJECT NAME CONTRACT AMOUNT DATE COMPLETE CDOT O" St. Improvements $570,428.62 4/28/96 Larimer County Cowan Lateral #192 $170,982.50 5/17/96 Larimer County Indian Creek #176 $220,963.60 7/26/96 Nat. Resource Conser Big T Ponds $58,630.00 8/9/96 Larimer County Brid a over Indian Creek $220,965.00 10/31/96 Larimer County Overland Trail Improvements $308,598.00 12/10/96 City of Fort Collins Sheilds St. Turn Lane $59,454.00 8/2/96 Larimer County Dowdy Lake Road $224,856.00 8/29/96 State of Colo. UNC "Z" Lot Improvements $221,948.00 2/14/96 Larimer County CR 21 & CR 48 Im vmts $139,797.00 6/10/96 Larimer County Bridge Replacement $170,176.00 5/17/96 Boulder Cou ty Coal Creek Bike Trail $163,252.00 4/10/96 CDOT Hwy 287 & SH 1 Im vmts $984,000.00 5/1/97 Larimer County Elkhorn Creek $120,999.99 8/5/97 City of Loveland Hwy 34 Underpass & path $507,896.00 9/9/97 Larimer County CR 42C Improvements $197,117.00 2/1/98 City of Greeley 35th Ave & 10 St. $501,925.00 1113/97 COOT CDOT Erosion Control $146,000.00 3/27/98 Larimer County Pleasant Valley Bridge Re I $162,165.00 5/14/98 Larimer County Parks Maint. Facility $206,689.00 6/1/98 City of Loveland Eisenhower Blvd. Im t. $530,856.90 6/22/98 CDOT Hwy 34Im vmt-Wi ins $1,310,464.00 12/31/98 Larimer County Horsetooth Boat Ram $379,192.00 5/31/99 City of Greeley Hwy 34 & 35th Ave Im vmt $1,082,474.67 8/31/99 City of Greeley Mosier Hill Grading $57,000.00 5/31/99 City of Fort Collins Horsetooth & Mason Im vmt $191,704.00 11/26/99 City of Greeley 4th St. Reconstruction $944,787.00 1/10/00 Colorado Div. of Wildlife Watson Lake Spillway $49,840.00 3/1/00 Log Lane Village Street reconstruction - Log Lane $231,941.00 8/21/00 Boulder County Niwot Rd & 95th Ave. reconstr. $707,293.00 10/30/00 MOUNTAIN CONSTRUCTORS, INC. COMPLETED PROJECTS OWNER PROJECT NAME CONTRACT AMOUNT DATE COMPLETE Town of Hudson Street resurfacing $90,390.00 7/30/00 Larimer County Intersection Im vmt CR17 &CR14 $196,356.00 11/30/00 Larimer County Intersection Im vmt CR17 &CR28 $102,324.00 11/30/00 Larimer County Pinewood Lake parking lot $103,058.00 10/30/00 Weld County Weld County Bridge 47/68B $299,988.00 4/28/01 Larimer County Replace Bridge #226 $341,633.00 5/31/01 Larimer County Road Improvements CR 64 $1,347,989.00 10/15/01 City of Greeley Monfort Park - Parking Lot /Access Road $378,647.00 8/31/01 Colorado State Univ Rodeo Demolition $29,950.00 7/31/01 City of Greeley Highway 257 Spur Reconstruction $199,832.00 9/30/01 City of Greeley Reconstr of Number 3 Ditch $69,308.00 9/30/01 City of Greeley 4th St. Reconstruction $1,275,065.00 11/30/01 City of Fort Collins SH 14 Ped/Bike Path $867,578.00 7/30/02 Town of Erie Leon Wurl Parkway Construction $378,222.00 5/28/02 Weld County WCR 65 and WCR 24 1/2 Im vmt $877,029.00 8/16/02 Bureau of Reclamation Hughes Stadium Parkin Lot $511,190.00 9/26/02 FHWA Beaver Meadows Visitor Center $867,577.66 6/12/02 MOUNTAIN CONSTRUCTORS, INC. CONSTRUCTION EQUIPMENT February 2003 TY DESCRIPTION 3 Automobiles 11 Pickups 1/2 ton, 3/4 ton 7 Service Trucks/Mechanic Truck 2 Dump Trucks 1 Water Wagon 8000 gal. 2 Water Trucks 2500, 4000 gal. 4 Truck Tractors - 85,000 GVW 10 Trailers - End Dump, Bottom Dump, Float, Low Bed 1 Crawler Dozer CAT D7H 3 Motor Graders - CAT130G, 140G, 140H 4 Rollers - CAT 815, Dynapac 2511, CAT 463B, Bomag 5 Motor Scrapers - CAT 623B (2ea), CAT 623E (1), CAT 627B (2) 5 Rubber tire Backhoes - John Deere 310D (2), 410D (2), 4 Track Backhoes - John Deere 892D, 892E, CAT 325L, 235 3 Bobcats - 753, 763, 853 1 Air Compressors 175 CFM 4 Welders 200 Amp (3ea), 300 Amp (1 ea) 3 Water Pumps - 2", 4", and 6" 3 Storage trailers 4 Wheel Loaders - CAT 966C (2 ea), CAT 950, CAT 966E 3 Demo Hammer