Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5767 LEMAY AVENUE WIDENING PROJECT (23)SECTION 00300 BID FORM PROJECT: LEMAY AVENUE WIDENING PROJECT; BID NO. 5767 Place Date 1. In compliance with your Invitation to Bid dated and subject to all condit' s thereof, the undersigned �Taifntc:u ll.F CLs>',t'a�.��� t a ** Corporation Limited Liability Company, Partnership, Joint Venture, or Sole Proprie 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 of 'S-7L, -Iyr-� qr, ($ 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: (;I( 000i,-) fO_ 411,C) L_. Ave. ao z, e L , ' 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 1_ . 7/96 Section 00300 Page 1 Renaissance Subdivision Snowcap Development Mr. Jerry Reiter Value: $1,963,234.00 303-774-0540 Scope: Earthwork, Street Work, Sanitary Sewer, Storm Sewer, Water Pipe, Concrete Structures and Flatwork Sundance Subdivision Bosch Land LLC Mr. David Boschert Value: $2,777,526.00 303-4424770 Scope: Earthwork, Street Work, Sanitary Sewer, Storm Sewer, Water Pipe, Concrete Structures and Flatwork DeFalco Lee Construction /�tA(.V1K4e 03/Z9/2002 9:11:20 AM Longmont, CO 80502 Page 1 Unit Master List Sorted by: Unit Number Selection: All Records Unit #Mescripdon/Unit Type Year Make VIN License Number Current Odometerl Hours 200//Truck 1997 CHEV IGCEK14MIVZ112568 04314H1 0 h, 201//Pickup 2001 CHEV IGCCS145818142070 895DDN 0 I, 202//SUV 2001 FORD 1FMYU70E31UA49503 108BDR 0 lv 203/HOMEMADE/Trailer 1970 ID74441COLO M28406 0 N 204//Truck 205//Truck 209//Truck 210//Tractor Trailer 211//Truck 212/GEN SET/Generator 213//Trailer 214//Scraper 215//Pump 216/Backhoe Loader 217/MECHANIC TRUCK/Truck 218/FUEL TRUCK/Tanker 219//Scraper 2001 CHEV 1GCEK19V51Z264994 2001 CHEV IGCEC14W51Z254639 1992 DODG 1B7KM26CINS669982 1979 KENW 174315S 1993 DODG IB7KM26COPS130949 1992 IR 204664U810 1962 FLOA FWC590002 1996 JD TO862BX819327 1989 SYKE 496 1994 JD T0310DB800804 1988 FORD 1FDNK74AXJVA25256 1976 FORD RSODVB89762 1996 JD T0862BX818330 074DDS 0 Iv 075DDS 0 lv 199DDU 162,245 N 006HZ8 209,075 Iv 12659HY 122,747 N HY4474 20,596 H W43097 0 N Z60168 2,997 H ML03759 400 H 628BPL 5,211 H 200ETG 1,033,303 N 446HZ2 64,130 N Z60169 3,912 H (KU173A) DeFalco Lee Construction Longmont, CO 80502 0312912002 9:11:20 AM Page 2 Unit Master List Sorted by: Unit Number Selection: All Records Unit #/Description/Unit Type Year Make V1N License Number Current Odometer/Hours 220//Truck 1994 CHEV 1GBJC34K4RE260897 54785HY 26,928 Iv 222/JOB TRAILER/Trailer 1973 J65567 W43106 0 N 223AVATER TRUCK/Tanker 1989 FORD 1FDYY82A7KVA31537 414JA2 2,430 N 224/Blade 1988 CAT 61M12775 HY4461 12,371 H 225//Track Loader 1986 CAT 77Y01586 Z60170 10,860 H 226/JOB TRAILER/Trailer 1975 FWW736101 W43105 0 N 227//Dozer 1990 CAT 3ZF01401 Z60171 1,398 H 229BROWN TRAILER/Trailer 1969 M693157C W43100 0 N 230//Excavator 1990 JD FF992DL005146 Z60342 61 H 231//Excavator JD 8,802 H 232//Excavator 1994 JD FF790EL010646 Z60173 5,560 H 233//Excavator 1 2000 JD FF0370X080761 Z60175 1,648 H 234//Trailer 1994 LOKI 11341,50358R1119036 M042091 0 Iv 237BOBCAT TRAMER/Trailer 1992 SUP 1S9HP1425NC241971 W43107 0 N 241/Backhoe Loader 1998 CAT 2,574 H 242/Backhoe Loader 1997 JD T0310SE828795 HY5175 3,400 H 244/Blade (KU173A) DeFalco Lee Construction 0312912002 9:I1:20 AM Longmont, CO 80502 • Page 3 Unit Master List Sorted by: Unit Number Selection: All Records Unit #/Descripdon/Unit Type Year Make VIN License Number Current Odometer/Hours 1989 JD 524834 HY4465 7,929 H 246/SKIPS BABY/Tractor 1973 MF 0 B 247//Air Compressor 1986 IR 154527U86957 HY4464 3,034 H 250//Smooth Drum 1986 CASE 840518217 Z060176 1,463 H 251//Sheeps Foot 1986 CASE 840448207 Z60177 3,926 H 252//Sheeps Foot 1992 HAMM 2133747 Z060165 4,346 H 253BOBCAT TRAILER/Trailer 1989 REDI 1R9S142T4J1109652 X856523 0 N 255/WATER TRUCK/Tanker 1993 FORD 1FDYY82E6PVA33998 593BFG 5,575 H 256/Backhoe Loader 1993 JD T0710DJ790923 HY4467 6,801 H 260/JOB TRAILER/Trailer 1972 J61433 W102278 0 Iv 262//Rubber Tire Loader 1992 JD DW624EB535428 HY4468 10,498 H 263/COMPACTION EQUIPMENT/ 0 IV 264//Trailer 1973 TREZ 1455773 W43102 0 Iv 265//Skid-Steer 1997 MEL 512223484 HY5176 1,483 H 266//Rubber Tire Loader 1991 JD 534267 HY4470 9,519 H 267//Rubber Tire Loader 1994 JD DW544GD544692 HY5173 8,149 H 270//Air Compressor 1983 IR 133323U83957 HY5639 3,185 H (KUI73A) DeFalco Lee Construction Longmont, CO 80502 Unit Master List Sorted by: Unit Number Selection: All Records 0312912002 9:11:20 AM Page 4 Unit #/Description/Unit Type Year Make VIN License Current Number Odometer/Hours 271//Excavator 1993 JD 09PK00873 Z60178 8,680 H 274//Smooth Drum 1984 CASE 840118206 Z60179 3,356 H 275//Truck 1994 GMC 1GTFK29K7RE566435 17608ML 134,901 Iv 276//Truck 1994 GMC 1GTFK29K5RE566577 19311ML 90,793 Iv 277//Truck 2000 FORD 3FTNF21L5YMA57182 X856534 0 N 278//Truck 2000 FORD 3FTNF21L2YMA61805 755BTB 26,685 N 279/Backhoe Loader 1995 JD T031ODG807212 HY5174 5,213 H 280//Excavator 1996 JD FF490EX026125 Z60180 4,257 H 282//Smooth Drum 285//Sheeps Foot 287//Rubber Tire Loader 289//Rubber Tire Loader 294/Blade 299//Sheeps Foot 308/STEAMER TRAILER/Trailer 397/GORMAN RUPP 2"/Pump 398/GORMAN RUPP 3" /Pump 2000 IR 2000 GRAC BE1488 1986 CAT 33ZO2172 1990 CAT 22Z05343 1983 CAT M006803 1986 BOMA 101400150143 1995 13YFS1828SCO59037 1994 1994 Z60181 HY4453 ML03747 HY4456 Z60182 W43096 68 H 1,105 H 5,322 H 10,178 H 4,630 H 5,647 H 0 H 0 H 0 H (KU173A) DeFalco Lee Construction 0312912002 9;11.20 AM Longmont, CO 80502 - Unit Master List Page 5 Sorted by: Unit Number Selection: All Records License Current Unit #MgcrFptfon/Unit Type Year Make PIN Number Odometer/Hours (KUI73A) Name Anthony "Skip„ DeFalco Frank Lee Attachement B Officer Listing Position Years President 27 Vice President 24 Ma-nitude of Work Construction Management -Civil Construction Management -Civil Principal Construction Individuals Name Position Years Ka snitude of Work Trent Casey Project Manager 16 Construction Management -Civil John Carter Superintendent Glenn Wollam Superintendent James Lee Superintendent Johnny Garcia Superintendent 24 Civil Construction 17 Civil Construction 22 Civil Construction 15 Civil Construction --xrca �zuUz�. {1 11:41 Atl�tH£ EN ciinr� February 22, 2002 A 40,&n e.n� F THE LINDEN COMPANY RE: DeFalco Lee Construction Company Banding Capacity To Whom It May Concern: We handle the surety bonds for DeFalco Lee acquainred with them for many Years. Construction Company and have been DeFalco Lee, is considered very reputable, and experienced in their field. They enjoy contractor. a fine relationship with owners, as a very campetrnt and reliable architects, engineers and suppliers. We recommend them DeFalco Lee Construction Com an Mutual Casual P Y has established a fine relationship with Employer ry Company who has a US Treasury listing of S52,626,000 and an As range. Let .M. Best Rating of A-, X DeFalco is capable of providing bonds in the SI0,000,000.00 We are confident that you will End DeFalco Lee a pleasur= to work with. Of further assistance in any way, Please do nIf we maybe ot hesitate to contact us. Tltank you. Sincerely, Courtney Moran Account Representative 4100 East Mississippi Aveme su" goo Da wet CO $0246 r O 3 302-7ae.67oo 203-756-T700 Fax 40e- 47-4256 I SECTION 00410 BID BOND i<NCw ALA MEN BY THESE PRESENTS: that we, the undersigned DeFalco Lee as Principal, and Employers Mutual Casualty Company as Construe*_ion cx ray, Colorado, Surety, are hereby held and firmly bound unto the City of Fort Collins, as OWNER, in the sum of $ Five Percent of Total --tor the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. *Amount Bid ----- (5`L) THE CCND ^.'i0N cf this cblir,ation is such that ��hereas t�.e ?=inc==a- `ass submitted to the City of Fort Co'_lir.s, Colorado t:.e accompanyl_.g Bid made a nart hereof to enter into a Construction Agreement for the construction of Fort Collins Project, AVENUE WIDENING PROJECT; BID NO. 5767. 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 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, fcr 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 extensicn 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 hereuntc set their hands and seals t'^.is 11th day of March , 20 03, and such of them as are corpora--icns 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 abcve. PRINCIPAL N amO: DeFa IcO iA�� Cnngtntt• ion C.om=�aIIy address: P.O. Box 820 SURETY P.O. Box 441098 Longmont, CO 80592 Aurora, CO 80044 q Title: Title: Attorney -In -Fact, Kristen L. McCormick ATTEST - BY: ,Q. n k ( 1�� S2C. (SEAL) u (SEAL) -7/96 Section 00410 Page 2 CONTRACTOR BY: ;. t L/1!af ' j" QIv7"+4x� ( )j At LC/ ADDRESS: 8. BID SCHEDULE (Base Bid) 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 (25%) of the total Agreement Price. RESPECTFULLY SUBM TTED: i a• t1 Signatu e Dale Title tr t License Number fIf Applicable) Y (rSe if Bid is by corporation) A Attest //� w, Address Telephone ;U j (,'� f, llU[i 7/96 Section 00300 Page 2 EMC Insurance Companies No. 504092 P.O. Box 712 • Des Nfoines, Iowa 50303 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 6. EMC Property & Casualty Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 7. The Hamilton Mutual Insurance Company, an Ohio Corporation 4. Illinois EMCASCO Insurance Company, an Illinois Corporation hereinafter referred to severally as"Company" and collectively as "Companies". each does, by these presents, make, constitute and appoint: DONALD E. APPLEBY, GLORIA C. BLACKBURN, FLORIETTA ACOSTA, KRISTEN L. MCCORMICK, FRANK C. PENN, KEVIN W. MCMAHON, DILYNN GUERN, PAMELAJ. HANSEN, INDIVIDUALLY, DENVER, COLORADO......................................................... its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: ANY AND ALL BONDS and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire April 1, 2003 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attorney -in -fact at any time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power -of -attorney issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer. whether made heretofore or hereafter, wherever appearing upon a certified copy of anypower-of-atlomey of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed. IN WITNESS WHEREOF, the Gorppanies have caused these Ares nts to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this Seals _ i-2�—th day of -FFebbruary 1 --- p --' -- et ��� _ "cc e " 't Bruce G. Kelley, Chairman Jeffre" y S. Birdsley -- U--. _. o�i s�qq� of Companies 2, 3, 4 5 & 6; resident Assistant Secretary of Company 1; Vice Chairman and o SEAL o ; 1863 g = a ~ 1953 CEO of Company 7 %2 as On thisl2th day of _ February AD 2001 before me a oNsuRAticF Notary Public In and for the State of Iowa, personally appeared Bruce G. Kelley and Jeffrey S. Rvoa, a aP� Birdsley, who, being by me duly sworn, did say that they are, and are known to me to be the `= Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of SEAL '_'y SEAL =v; �,= SEAL _ - - ; ; each of The Companies above; that the seals affixed to this instrument are the seals of said Fs, ,......., ,,P,: corporations; that said instrument was signed and sealed on behalf of each of the Companies "o�Nrs�;;• by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Jeffrey S Birdsley, as such officers, acknowledge the execution of said instrument to be the Tu UTU voluntary act and deed of each of the Companies. 9 My Commission Expires September 30, 2003. s ,� �'` `•� RUTA KRUMINS Commission Number 116255 '�!/RAp My Comm. Exp. Sept. 30 2003 Notary Public in and for the Stale of Iowa CERTIFICATE I, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, andtM Power of Alter [s e ur$rtant in to on February 12, 2001 U 1dd AA I la 0 Kt) rcosta,- - — on behalf of pp e y �. ac urn, onetta Kristen c ormlc , ran enn, even c a on, are true and correct and are still in full force and effect.Dilynn Guern, Pamela J. Hansen In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 11tkfay of March 2003, Vice -President 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: Z6-_ri.=, Ff /:,:I'T�:, ;, .,1 >. 2. Permanent main office address: rlr-t1 > ,,.;�_,�,� r,., 3. When organized: 4. If a corporation, where incorporated: 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) 7. General character of Work performed by your company: f 8. Have you ever failed to complete any Work awarded to you? If so, where and why? rJ 9. Have your ever defaulted on a contract? v If so, where and why? 10. Are you debarred by any government agency? ti 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. 12. List your major equipment available for this contract. .� i. L �-j ;\'J" t v 13. Experience in construction Work similar in importance to this project: �- 14. Background and experience of the principal members of your organization, including officers: 15. Credit available: $ V"r Ffcsv� 16. Bank reference: Csf Kfsi",(-IL. Me -f- z( 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? LGwu-,,�.%L LVC, C SJ If yes, in what city, county and state? What class, license and numbers? R c:,):A— 19. Do you anticipate subcontracting Work under this Contract?F If yes, what percent of total contract? ip } and to whom? s,� c 20. Are any lawsuits pending against you or your firm at this time? ��{) If DETAIL yes, 7/96 Section 00420 Page 2 21 What are the limits of your public liability? What company? DETAIL 22. What are your company's bonding limitations? 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. I' ti Dated at [2 �� y,#0 this day ofGyL� 2003. Title: YI State of ( QAIO a A ) County of N tj) r_ I. L r i being duly sworn deposes and says that he is VPF- A f1L-=z ) T - of Lt7i-- CO3L4Sl ; 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 _ day of 1-% ,, 200 C.-2 -fry N�7C4- Cis Notary Publ XX- Co My commission expires C� p , 'pTA �'•q�p NjZA G:•O � OF C O\_0 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 150 of the contract. ITEM 7/96 SUBCONTRACTOR K .1� S ���^1►1"' :jam :-rie�,rf:';,� 1rJ�. J Section 00430 Page 1 Attachment A Brief History of Organization DeFalco Lee Construction incorporated in 1959 as Golden Construction. The company name was changed to DeFalco Poarch Construction in 1994 and changed again to DeFalco Lee Construction in January 2000. The Company works as general contractor on civil projects. Approximately 50% of the Company's work consists of site development, including earthwork, underground utilities, sidewalks, curb and gutter, and streets for private clients. The other 50% of the Company's work includes primarily diverse public projects such as dam spillway construction, construction of city parks, and urban drainage projects. Attachment E List of Recent Major Projects Loomiller Phase H City of Longmont Mr David Hollingsworth 303-651-8328 Value: $1,951,391.00 Scope: 2471, 36", 42", 84" RCP Storm Drain, 48" RCP Jacked Railroad Crossing, Street Reconstruction North 63rd Reconstruction Boulder County Mr. Joe Bath 303-441-3900 Value: $2,812,250.00 Scope: Earthwork, Street Work, Concrete Structures (Irrigation Crossings, Pedestrian Underpass), 24" Ductile Iron Water Pipe, Concrete Flatwork Ranch Reserve Subdivision Ranch Reserve LLC Mr. David Boschert 303-442-4470 Value: - $3,916,650.00 Scope: Earthwork, Street Work, Sanitary Sewer, Storm Sewer, Water Pipe, Concrete Structure and Flatwork,Golf Course Work (three holes)