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