Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5813 SPRING CREEK TRAIL REHABILITATION (2)SECTION 00300 BID FORM PROJECT: SPRING CREEK TRAIL REHABILITATION; Bid No. 5813 Place i'�lr�-� Date �� — e 1. In compliance with your Invitation to Bid dated and subject to all conditions thereof, the undersigned dcb ,4 a **(Corporation Limited Liability Compaf�y, Partnership, Joint Venture, or ** authorized to do business in the State of Colorado her�yprPopnsesto 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 certified o cashier's check or standard Bid bond in the sum of ® V/ /7 �• Z ($ ) 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 fu ni h the spec'fied� performance nd payment bondsis as follows: G, �l �(�lCyS,U 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 Oct 07 03 08:49a West Ft Collins Water Dst 970 484 8074 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 7th day of October , 2003, 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: Stormy Peaks Construction Address: By:-99r Title: ATTEST: By: SURETY Old Republic Surety rmy Peaks D ive PO Boa 1976 CO 80512 Des Moines, 1A 50306 By: Title: Rosemary Kisling Attorney -in -fact (SEAL) (SEAL) 7/96 Section 00410 Page 3 LD REPWLIC it * * Surety Cornpany POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a. Wisconsin stock insurance corporation, does make, constitute and appoint: ROSEMARY D., X.ISLING, DAVID E. AUSTIN, LINDA:M. DECKER, MELANIE D. LARSEN, DENNtS:E.,.SHAFER,,.LARRY E. WILSON, OF FORT .. COLLINS CO its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seed of the company thereto (if 6 seal is required), bonds, undertakings, recognizant or other written obligations in the nature thereof, (other than bail bonds, bankde"ory bonds, mortgage deficiency bonds, mortgage guaranty, bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensAion bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds, hazardous waste remedlation bonds. or black Jurg bonds), as follows: ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO:EXCEED AN AGGREGATE OF ONE MILLION DOLLARS($1,000,000) --- -------- ------- FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION. bind OLD REPUBLIC SURETY COMPANY thereby, and all of . the acts of said Attorneys�in-Fact, pursuant to these presents, are ratified and confirmed. This document is not valid . unless printed. on:. colored background and is. I multi -colored. This appointment is made Under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the. following resolutions adopted by the board of directors of. the OLD REPUBLIC SURETY COMPANY on February 18, 11982.:: RESOLVED that, the president, any vice-president, or assistant vice president in conjunction w . ith the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recog- nizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any Power of Attorney previo.uAly9ranted to such person. RESOLVED FURTHER,thatany bond, undertaking, recognizance, or suretyship obligation shall bevalid andbi I riding upon the Company (I) when signed by the president any:vioe president or assistant vice president, and attested and s :Secretary; or' ealed (If a seal beTequired) by any secretaryorassistant (iii) when duly executed and Sealed (if a seal be rec evidenced by the Power of Attorney issued by.th RESOLVED FURTHER,thatthe signature of arty adfic certification thereof authorizing the execution and cWIv signature and seal when so used shall have th6_p, IN WITNE-S&WHEREOF, OLD REPUBLIC SUI oraWseal to be affixed this 7TH day of OF WISCONSIN, or assistant vice president, Secretary or assistant secretary; and countersigned and sealed (if a seal or,pqent; or Wed) by or more attorneys -in fact or agents pursuant to and within the limits of the, authority compa ny to such person or persons. riz.ed officer and the seal of the company may be affixed by facsimile to any Power.of Atttxrtefr or Ny..0any bond, undertaking, recognizance, or other suretyship obligations 'alf thecompaly, and such kme� fpros and effect as though manually affixed: ETY COMPANY has caus.e.d1theseviresents to be sighed by its proper officer, andI On this 7TH day of AUGUST 2003 , personally came before and DAVID Q. MENZEL tome known to be the individuals and officers of the OLD REPUBLIC SURE 4hstrument- and they each acknowledged'ifie &k%c0tIbn,,6f the, 'same, and being by me duly that they,. are said officers of corporation aforesaid; And'that the seat affixed to the abovo.. in, and that said corporate seal abridilhe.I.Ir signatures as such officers were duly affixed and subsolb . ed*1 the board of directors of said oorporation. AN �A REPUBLIC SURETY COMPANY me, JAMES E. LEE TY COMPANY who executed the above Sworn, did severally, depose and say; iit,ru.ment is the seal of the corporation, :6 thesaid instrument by the authority of 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. RESPECTFUAY Signature Date�� ✓� oLt:?m e Ti le License Number (If Applicable) (Seal - if Bid is by corporation) Attest: Address Telephone 7/96 Section 00300 Page 2 Project: Spring Creek Trail Rehabilitation BID SCHEDULE (BASE BID) Bid items are described in Section 01800 BID ESTIMATED UNIT ITEM ITEM # DESCRIPTION QUANTITY UNIT PRICE TOTAL 1 Mobilization 1.00 LS 7 `'.2yde,i� 2 Traffic Control 1.00 LS -'7&V ) to" -:�scvL �- 3 Demolition 17,760.00 SF 4 Subgrade Prep 19,300.00 SF 5 Concrete Trail a. YOSlmite Brown colored concrete 13,200.00 SF b. Standard gray concrete 2,000.00 SF - 5`-'i;-?,C, 6 Crusher Fines Path 4 500 00 SF 7 Compacted Fill 88.00 8 Landscape Restoration 20,000.00 9 Seeding 20,000.00 TOTAL OF BASE BID CY SF Q_Glj SF Section 00300 Page 3 $ a s SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420Statement of Bidder's Qualifications 00430Schedule of Subcontractors 7/96 Section 00410 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: G•G' 2. Permanent main office address: 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 c9mp tion.) 7. Genecharacter of Work performed by your company: r 8. Have you ever failed to complete any Work awarded to you? S1 p 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? 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 .% / j / 12. List your major equipment available for phis contract. 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 availabl 16. Bank reference: 17 Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? A.i i 18. Are you licensed as a General CONTRACTOR? u If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? 2/�s If yes, what percent f o' �f total contract? Z;% and to whom?--SrY i �F 20. Are any lawsuits pending against you or your firm at this time? pjt Ci If DETAIL yes, 7/96 Section 00420 Page 2 N 21. What are the limits of.,yyu,r public liability? DETAIL at compa'fiy? 22. What are your company's bonding limitations r�_���/(� 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 ,�6 this '� day of O164/40 2012�? State of 1Acl—, County of ��G�l F�vv� �v ��" / wy b ing duly sworn d poses and says that he is C2W o eV of Y d that (name of organization) t the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this �q day of -s7.c.fh / 2003. Notary PubgAc My commission expires / ._ 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 15% of the contract. 7/96 ITEM%% SUBCONTRACTOR Of t l / Cli/1v�s I PLC �rrlii( Section 00430 Page 1 4 Oct 07 03 08:4Sa West Ft Collins Water Dst `J'10 4d4 UU'/4 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Stormy'Peaks Construction as Principal, and Old Republic Surety as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $ 5Z of bid for the payment of which, well and truly to be made, we hereby jointly and 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 Bid and hereby made a part hereof to enter into a Construction Agreement for the construction of Fort Collins Project, SPRING CREEK TRAIL REHABILITATION; Bid No. 5813. 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, 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 2