Loading...
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