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