HomeMy WebLinkAboutRESPONSE - BID - 5826 CITY PARK MOSS ROCK WALL (7)SECTION 00300
BID FORM
PROJECT: CITY PARK MOSS ROCK WALL; Bid No. 5826
elirrI of rexr C17Gcl.�% Pii.«6t S/NG D/!/
Place a/§- N- *"kt5a.✓ Sr. aCO pi-oog
Date /.?— y_o3 31coP/rj
1. In compliance with your Invitation to Bid dated .*yEMAczz s „1oa 3 ,
and subject to all conditions thereof, the undersigned
rh o/QY5Zyvcno.✓ /i5 a ** (�ciporat�,par Limited Liability Company,
** 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 OG .41.0 6/"oV--V7 ($
in accordance with the Invitation To Bid and
Instructions to Bidders.
9. 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: ST1rC Lv.9LKE7Z,S�/c.
�� e ex�/6l � oa /'f's��,vi/►r�, /'sue - 8Gt�Y6 /300
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
_ Certfj:eci Pukrl`ic Arran ,5,' ':Retior
1_
F.ir}a�Gs.al Sta�em��tB
_ 81nCe Sheet
St4tamen£ of =Income =
3;
-`State {ent -tif Me ber8' Capital''
4 .
Statement of'iash Mows
5
Notes, t0 F'iYiAnc al Stateme its,
B-8
Scheflule of costs a 'ConOku' 4ion
10:
— Summa"y, o ce5ntrao6:' f6i:
fear ° Pided D,,ecember
CER�" IPU EI3 iphic ACC UIs1T 11 � CIDN4
CUTTFISD PUBLIC ACCOMOANTS' REPORT
BAI{"81 SHEET ".
b�CEMBER 3�r �,Q�2
ASS,$TS
Current ASS
Gash
Accounts..;ReCeivable
Trade $. '105,847
Retention 66
(Allowance for Doubtful,ACCounts) ( 7,4-61)
Total Current Assets
213,:9"99
Property and Equipment ,
Equipment 5,207
(Accumulated Depreciation)
Propertyd N
�.139"
Total Assets
218„11.8 '
Li$i$�IriT�F,5'.AND MEM�E�S' C:FIPITAi:
Current Liabilities
Accounts 'Payable
$ 49,307
Insurance payable
2,406
Billings in Exeesa of Costs ' -arid Estimated
Earnings on Uncamplgted Contract
28,222
Total Current Liabilities
771935
Long-Texm Liabilities"
Total:Lia"biltties"
77,135
Members' Capital
MembersCapital '
140.183
Tatal'Liabilities and
Members! Capital
218,118
See accompanying notes and a -cc untaI xeview report
2
KokIrh"Y IkDVSTR ES, xrLC
STRA` ft 0P ':INCOME
FOR =19 jMa ZNRW
D8 K=A 211 2002
Construction Revenue
$ 867,572 100.0%
Costs of Construction (See Schedule)
625,518 72.1
Gross ;Profit
2$2, 05"1. 27;. 9
General and Admin'istrative'Expe Ass
Advertising
Dues -and Subscriptiona
2>9J8
- Entertainment and Meals
1,070
Insurance
51877
Leffal and.Accounting
2879
Office Supplies 'and Expenses _
6,242'
Rent Expense
7i,282
Salaries - Office
22i198
Telephone'& Utilities
5,b3:0
Total General,aad.
i
Administrative .ExpeYises
t3 055- 8.4
Income from operations
169,00.2 19.5
other,(Expens_e)
— Interest (Expense)
( 3'3`2)
Miscellaneous (Expense) '
( 12.507)
— Total Other Expense
- 'Net Income I
see accompanying• notes atad'
�ccotsziCants' .revi'eW
report
ZOMKLsx MOMSTRISs; vue .
See accompanying notes and accou#tarits, review report
4
McLBY xxbusT�z$s, ruc
$1'ATBMENT OF CASH FLOWS
FORMYEAR SNDEb'-bECEiER 31
20(j2
Cash Flows from Operating Activities
Net Income
$ IS,57 6,3 "
Adjustments ,to Reconcile Net.hncome to.
Net Cash from Operating Activities
DepreGia-10
761
— Decrease (Increase)' in Assets '
Accounts R'ecei-vable, Net
( 9,317,)
Decrease (Increas;e) in Liabilities
Aceounts.Payable
4.7,307
— Insurance Payable
2,40:6"
Billings :in Excess of Costs and Estimated
'
Earnings on Uncoz{ipleted Contracts
(, V Q87) `
Net Cash Provided 115
Operating Activities
$ 109,833
— Cash" Flaws from Investing Activities
Due to Membex
{ 654)
Purchase of Property and pquipment
L 2,404)"
Net Cash' (Used) by
IYvesti�g Activities
( 3,05
Cash Flows from FinancingiActivties'
Members' Draws
(
— Net ,Cash (Used -) by
Financing Activities
( 79.874)
Net Increase in Cash
26,901 -
Cash at. Beginning of Year .
22,.319:
Cash at End of Year
See accompanying notes and account ants':xeview,
report
5
€xn$ INPUSTMS, Luc
No Text
No Text
No Text
CONTRACTOR
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 SUBMITTED:
4at46
G
Title
a 3�86 y
License Number.(If Applicable)
(Seal - if Bid is by corporation)
Attest:
Address
1
Telephonep��i%�9—��/�2r
7/96 Section 00300 Page 2
i+'ARFLEY TT�1DU$TRIES: LTiC
SCHEDULE . QV COSTS OF : CONSTJMITXOif
FOR Ta MU$ 'ENDW
DECMMS8121�,, "09
Costs -of, Construction
Direct Coats
Materials
$ 233i960
Direct"Labor
14,184
(Subcontractor
51,990
Equipment 'Rental
15,878
Total Direct Costs-
445,Q12
_ Indirect Costs
Bond Expense-
Depre.c ation'
761
_ Fuel &`Oil
6,549
Indirect Labor
46;71� "
Irisur&nee
24', 2$9,
Small Tools
Other Indirect"Costs
54:,989
Total, Indirect Casts
18,4,503
Total Costs of Cons.tsuction
62.5,515
Seeaccountants'
reviews repbrt
10
.
MARKLEY CONSTRUCTION 'COMP ANY 'LLC
SUMMARY OP CQNTRACTS
FOR THE YtAW ENDED Dr=CBMfiER 31, 2002
Grass F r*
pleted contracts .
Eornated Total Estimated
Costs
Contrail Cost to Estllriateb Gross'Pe%cent
Amount
- _ _ Recognized_ - -' -'
------
- prior
Costs Plus
CASts &
<Edmings
Billin&
in Excess -
Pe
rcenfcom-
to DateCurrentG
Complete.. ,fob Cost Profd
-_-� _-.
"
Com etc ":-Year Year
pip
Bill in Excess
to e Billings
aCost 8
- Earnings.
Gt�d
Gdden Triangle- Gonstnrctionl&o
7iocF e�aruinTctors nc. `—
�}4 SOq' E236 245. � _
— f70i132�- — _ —
__ __ _
- -- _
$78 5,64
-
$314 `804
- - - -
EdWaaKrae
---
S"re"arlel Davdson--
%ffllmat 7�,bCtor
ark 16iin9Cow-.s�ruet1X-
W
Nasal'"Tm'--
�rmB�OrrssFust-o�ir
- —T.
Mica. smart lbbs _
2.-ice- — ---
---'-
_
TotatCMO.Gantraats
_ - -- -- — — - - — —
438 $21 6}1,042
- - - - ,.D4
— —
-
197,205, 216,574
-
- -
038,821
_
-- -.
_
34 9%
Uncompteted:Contrads.
Fie Res b' 76ti 1 304 $1 441D- S3 3D9 E3 45} - `57.6X 7 7,$t
s" error-,�`b317T—ISr�OiS -,.y�° 8':—'...
wO Church 1—_-71 53�i_—..—. i .--7IJI T",4
—�
3 .4�
— 760
E3 270.`
5,1..OX
TotatUiieompl.Contrects
189,5A 135,849•. E21,8$7 F15i,754 E31,$}8
--75
- -
- -
25,403 .
16t 352
_E489 574
Total Contracts : _
128395 = 746r9t1
---=--'
1111.,205 Z42;857
},100.,.173
:.
v. }X
Lew -Ammo nbs kesognized'irt ,
... . "
:.. -
Prior Years
(}21,346) '
--' ------"
C7-11.205i
f 232�4Q7�
. Amount Applicatetb the
�
- -
. _ _ _ _
47.8X'
Year Enrl$d December 31, Z0023425,515
057
E867,:5n'
27.9X .
-.3ee accountants' reviewxeport
,..
..
it-
sECTION 004io
BID BOND
es L
eKyNO nrsct}$MBN SX THESE PRSSENT3:
that we, thenPJ,p�f'1, nd Westchester Fire Insurance Com a:
Suroty, are hereby held and tixml by unto the city of fort Ct
AS OWNER, in the Bum of $ 5t o sid Amt � �..
truly to be made, ,,e herebyfor the payment a
assigns. ]o ntiy and 9eoerally hind ourselves,
undersienoA
successors, and
THE CONDITION of this obligation is such submitted to the Cityof Fort Collins Colors o e ���r�9 the Principal has
MRdg a part hereof to ent8r nto a Construction Agreemeatotgrnying Baal and hereby
Fart Collins Projects CITY PARK MOSS ROCK WALL; DID NO. 5826the constzuctioa of
NOW THERE -FOR-;
ia► if said Bid shall be rejected, or
(b} If said Bid shall be accepted and the B principal shall ixecute and daliwr a
accordance with said B
Contract in the form Contract attached hereto (properly completed in
Bid) and shall furnish a BOND for his faithful
labor -or furnishing materials indconneafor �tioantherewith and personst of all Performing
i»�all
other respects perform the Agreement created by the aceeptancQ of said Hid,
then this obligation shall be void; otherwise the same shall remain in
force and Offect, 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 atMA agrees that the obligations
extension of said Surety and its BOND shall be in no way impaired or affected by any
exthe time within which the OWNER may accept
does Peraby waive notice of any such extension. such Bid; and said Surety
Surety companies eXecuting bonds runt be ailtllBriZed to transact business in the
State of Colorado and be accepted by the OWNgR.
7/96
Section 00410 Page 2
IN NITMOS WUMOF, the Principal and the Surety have hereunto set thou hands
and semam thin 4th day of December Z003� ►sad Such of than as are
Corporations have Caused their corporate seals to be hereto affixed and these
presents to be signed by their proper officers,
above. the day and year fxret sot forth
POMICIPAL
Name!'Markley Construction Company
A" Address: al Peak
Littleton, CO 80127
By o Title;
ATTEST:
By;
(SZAL)
7/96
Westchester Fire Insurance Company
1601 Chestnut Street
Philadelphia, PA 19103
By:
Steven L. Walker
Title: - - act
(SM)
Section 00410 Page 3
�'�'y -PapaleIh#�daysxaiMis''fia1 s¢s � s y y ���•��`L�J _ �
�SRiM kY O4MWr'ni
Od :an�Oc€d. Suwe
*,a a
ace usa
Westchester Fire Insurance Company
Insurance Company
Markley Construction Company
POLICYHOLDER DISCLOSURE
NOTICE OF TERRORISM
INSURANCE COVERAGE
Policyholder
1029616
Policy Number
Steve Walker, Inc.
Broker/Producer
You should be aware that under the Terrorism Risk Insurance Act of 2002 ("The Act") effective November 26,
2002, any losses caused by certified acts of terrorism under your existing coverage may be partially reimbursed
by the United States under a formula established by federal law (applicability is subject to the terms and
conditions of each individual policy). The Act was specifically designed to address the ability of businesses and
individuals to obtain property and casualty insurance for terrorism and to protect consumers by addressing
market disruptions and ensure the continued availability of terrorism coverage.
Under the terms of The Act, you may now have the right to purchase insurance coverage for losses arising out of
acts of terrorism, as defined in Section 102(1) of the Act: The term "act of terrorism" means any act that is
certified by the Secretary of the Treasury, in concurrence with the Secretary of State, and the Attorney General of
the United States —to be an act of terrorism; to be a violent act or an act that is dangerous to human life,
property; or infrastructure; to have resulted in damage within the United States, or outside the United States in
the case of an air carrier or vessel or the premises of a United States mission; and to have been committed by an
individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce
the civilian population of the United States or to influence the policy or affect the conduct of the United States
Government by coercion.
Responsibility for Compensation under The Act is shared between insurance companies covered by The Act and
the United States. Under the formula set forth in The Act, the United States pays 90% of covered terrorism
losses exceeding the statutorily established deductible, which is paid by the insurance company providing the
coverage.
We are providing you with the terrorism coverage required by The Act. We have not established a separate
price for this coverage; however the portion of your annual premium that is reasonably attributable to such
coverage is: $ - 0.00.
Notice Form 31:) ;New/Renewal)
TRIA07 - -
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 she The Bidder may submit any additional
information he desires.
1. Name of Bidder: A�isyiP�/� �O.*/S77ZUCT7o.✓ �n/y�/Jfi�✓y
2. Permanent main office address:
3. When organized: /pp9
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?_ WcE7 l999
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:
illf�E, vle PEA
8. Have you ever failed to complete any Work awarded to you?_
If so, where and why? rhl No
9. Have your ever defaulted on a contract? /VLF
If so, where and why?_
10. Are you debarred by any government agency? �!7
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 tvice of construction_
12
List your major equipment available for this 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 available: $ , r
16. Bank reference: .CSTI�ipNk //f�"% �E�/�ihtflC Avg 3/9��-a000
17. Will you, upon request, fill out a detailed financial statement and furnish
any other information that may be required by the OWNER?
1/.�5
18. Are you licensed as a General CONTRACTOR? �ES
If yes, in what city, county and state? OGA/dE D.vd What
class, license and numbers? 4c&q :Ea
19. no you anticipate subcontracting Work under thi contract? )/Es
If yes, what percent of total contract?o
and to whom? 1�XC/N%/�770�iL/GET�_l[�' ,✓p �ldl2p�
20. Are any lawsuits pending against you or your firm at this time? /Vd
If
DETAIL • � % d. yes,
7/96 Section 00420 Page 2
21. What are the limits of your public liability? DETAIL
What company?
22. What are your company's bonding limitations? _,1 z*1t1-1 A) J/N6Lj57-
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 — day of Q�cFrnt3E2 , 200?
Name df Bi der
By:
State of J I i i%W /
County of , ` �L
being duly sworn deposes and says that he is
�Ci7or/ Z?-� and that
(name or organization} -"
the answers to the foregoing questions and all statements therein contained are
true and correct.
Subscribed and sworn to before me this
Z�CPs�A�_, 2003. ,
My cor
)ed day of
7/96 Section 00420 Page 3
ITY PARK MOSS ROCK WALL
ID SCHEDULE
id items are described in Section 01800
BID
'EM #
DESCRIPTION
1
Mobilization
2
Tree Protection
3
Traffic Control
4
Moss Rods Wall - One side veneer
5
Moss Rods Wall - Two side veneer
6
Moss Rods Column - 4' 6" height
7
Moss Rock Column - 5' 6" height
8
French Drain
'AL BID
ESTIMATED
QUANTITY
UNIT
1
LS
1
LS
1
LS
222
LF
25
LF
2
EA
2
EA
235
LF
x
$ 3q �3
$ -60,
$_ as0v. 110
$ 3000.Q0
$ '7� , cd
ITEM
TOTAL
$ 3131'vo
$ ODa elo
$ 0671'i . o0
$ S VV
i� -
$ q, 60fL—
$ 000 °O
$ 6 one
$ 6, soo. o°
Section 00300 Page 3
$ S6 3% too
Figure
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 15% of the contract.
EF
�XriYiif/7JD/l/
7/96
Section 00430 Page 1
SECTION 00100
INSTRUCTIONS TO BIDDERS
1.0 DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the
Standard General Conditions of the Construction Contract (No. 1910-8. 1990
ed.) have the meanings assigned to them in the General Conditions. The
term "Bidder"' means one who submits a Bid to OWNER, as distinct from a sub -
bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means
the lowest, qualified, responsible and responsive Bidder to whom OWNER (on
basis of OWNER's evaluation as hereinafter provided) makes an award. The
term "Bidding Documents" includes the Advertisement or Invitation to Bid,
Instructions to Bidders, the Bid Form, and the proposed Contract Documents
(including all Addenda issued prior to receipt of Bids).
2.0 COPIES OF BIDDING DOCUMENTS
2.1. Complete sets of Bidding Documents may be obtained as stated in the
Invitation to Bid. No partial sets will be issued. The Bidding Documents
may be examined at the locations identified in the Invitation to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids;
neither OWNER nor Engineer assumes any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
2.3. The submitted Bid proposal shall include Sections 00300, 00410,
00420, and 00430 fully executed.
2.4. OWNER and Engineer, in making copies of Bidding Documents available
on the above terms, do so only for the purpose of obtaining Bids on the
Work and do not confer a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 To demonstrate qualifications to perform the Work, wmustu
submit at the t1im@ of the,, Bid ,.. °: ;., w ' is a- .svt,*t 'ei t of
tlnalifiCationo including 4f=in e 1 , ter.; cam. *Rae,
,previ)Ous camnt :tment's'andeVichm,06 of eela An, the
)uriedit•tion where , tte prejeut 'isIveeatedv. Each Bid must contain evidence
of Bidder's qualification to do business in the state where the Project is
located or covenant to obtain such qualification prior to award of the
contract. The Statement of Qualifications shall be prepared on the form
provided in Section 00420.
3.2. In accordance with Section 8-159 of the Code of the City of Fort
Collins in determining whether a bidder is responsible, the following shall
be considered: (1) The ability, capacity and skill of the bidder to perform
7/96 Section 00100 Page 1
No Text