Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5826 CITY PARK MOSS ROCK WALL (8)SECTION 00300 � •iu PROJECT: CITY PARK MOSS ROCK WALL; Bid No. 5826 Place FORT COLLINS, COLORADO Date DECE4BER 49 2003 1. In compliance with your Invitation to Bid dated December 4, 2003 and is subject to all cond' eof, the undersigned Kiefer Concrete, Inc a * (Corporation, Limited Liability Company, Partnership, Joint Venture, or Sole roprie 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 See attached ($ ) in accordance with the Invitation To Bid and Instructionsto 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: See attached 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 n/a 7/96 Section 00300 Page 1 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 5th day of Dezember , 2000, 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: Kief ,�r ,OnyrateoTnc Address: 360 Linden St. Fart By: Gerald Kiefer Title: Secxetary ATTEST: B (SEAL) SURETY PO Box 1976 Dees r,M�oin a TA 5Q306 BY: Diana R. Vigil Title: AttnrnaitTn—Fart (SEAL) Section -00410 Page 2 �4OL[PLIO ILn ** k P©R.OF ATT,ARNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: DIANA R. VIGIL, xAREN, I. 1 IIrEY, GREGORY X,..,BUSCH0_1 TYLER B. 'ALLEN, JO ANYWAGNER, OF FORT COLLINS' CO is true and lawful Attorneys) in -Fact, with full powe and authonty fa ,anti on behalf of the Cmnperty as surely, to execute and deliver and affix the. seal of the company thereto (if:a seal is required "bonds underta rigs, reCognganoesor other written obligations In the nature thereof, (otherthan bail b , bar�cfiep ry bonds, mortgage deficiency bonds, mortgage guarantees df installment paper and note guaranty bonds, selfihsurance workers oorrlperisatiort bonds guaranteeing payment of benefits, asbestos abaternenk Contract bonds, waste management bonds, hazardous waste remedlation bonds or.black Hang boni#i6): as follows: ALL WRITTEN INSTRUMENTS IN AN AMO'QNT NOT°Tp EXCEED ;AN AGGREGATE OF ONE MILLION DOLLARS ($1,00(1,000):FOR ANY 'SINGLE OBLIGATION, REGARDLESS OF THE 1UMIRER OF INSTRUMENTS ISSUED FOR THE OBLIGATION. And to 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 docurnentis not valid unless printed on colored background and is multi -colored. This appointment is made tinder and by authority of the board of directors 13t a special meeting'held on February 1.8, 19K. This Power of Attorney is signed and sealed by facsimile under and b the authority...of the fo(lowIng resolutions.:adopted by the board of directors of the Orb REPUBLIC SURETY COMPANY on February8, 1982. RESOLVED that, the president, any vibeapresiderlt, or assistant yiee president in conjunction with the seoretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as ;defined or limited in the instrument evidencing the appoirIertt in each case, for and on behalf of the company to oxeoute and deliver and affix the seal of the company to.bonds, undertakings, reeog- nizances, and suretyship oblirgations,of all kinds; and said officers may remove any such attorney -in -fact or agent and -revoke airy Power of Attorney previously granted to such person RESOLVED FURTHER,that:any bond, uridertalft, recognizance, or suretyship obligation shall bevalid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be:required) by any secretaryor assistant secretary; or (ii) wt1 signed by the president, any vice ptesidentor assistant vice president, secretary or assistant secretary and countersigned and sealed (rf a seal be required) by a duly authonzedattcxney-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required} by one or more attorneys -In factor agents pursuant to and within the limb of the authorfry evidenced by the Power of Attorney issued by; the company to such person or persons, RESOLVED FURTHER,thatthe signature of any authorized officer and the seal of the company maybe affixed by facsimile to any Power of AttOrrleyor certification thereof authorizing the execution and delivery of any.t�ond, undertaking, incognizance, or other suretyship obligations of thecornparty'and sui;h signature and seal when so used shall haveth@ same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 25TH day of AUGUST Q0� 01.0 REPUBLIC SURETY COMPANY aulr�p`.r� � SEAL 1 T Assistant SecPresiftnt �.. STATE OF WISCONSIN, COUNTY OF,WAUKESHA - SS m, ...... On this 25TH day of AUGUST 2003 , personally came before me, JAMES E. LEE and DAVID G. MENZEL to me known tb be,thisindividuals°and officers of the.QLD REPUBLIC SURETY COMPANY who executed the above i trument;; and they each ackrr��rtddgeb as �eteee lbn•.tsf the same, .and being by me-, duly sWorn did, severally dapose an&sal ; that they are said officers of the .00rporation af.tirssaid, Ahel that the seal affixed to the abova.. instrument is the seal of the corporation., and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the„said instrument by the authority of the board of directors of said corporation. I " ° Notary Public RPk w�`°2' fury commission expires: 02/I3/2005 CERTIFICATE I, the undersigned, assistant secretary of the OLD. REPUBLIC SURETY COMPANY, a Wisconsin, corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full"force and has not been revoked; and furthermore,` that the Resolutions of the board of directors set forth In the Power of Attorney, are now in forcer; 40 - 241 ,,,w'..„,",,,,4, a° E SURB'y... Signed and sealed at the City of Brookfield. WI this 5th day of Decemher, 2_003 a WN Mry 3 y„ 3ROWN & BR 3� dig COLORADO, I'NC Assistant retary ORSC 22262 (1/97) KIEFER CONCRETE, INC. CONTRACTOR BY:G. M. KIEFER ADDRESS: 360 LINDEN ST. FT COLLINS, CO. 80524 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 (250) of the total Agreement Price. RESPECTFULLY SUBMITTED: 12-04-03 Signature, Date OWNER/MANAGER Title #CC-05 License Number ( pplicable) (Seal - ifoBjiscorporat' Attest: ess 360 LINDEN ST. FT COLLINS, CO. 80524 Telephone 970-482-8542 7/96 Section 00300 Page 2 G CITY PARK MOSS ROCK WALL BID SCHEDULE Bid items are described in Section 01800 BID ITEM # DESCRIPTION ESTIMATED QUANTITY UNIT Mobilization 1 2 Tree Protection LS 3 Traffic Control 1 LS 4 Moss Rock Wall - One side veneer 1 222 LS 5 Moss Rock Wall - Two side veneer 25 LF 6 Moss Rock Column - 4' 6" height 2 LF 7 Moss Rock Column - 5' 6" height 2 EA 8 French Drain235 EA LF TOTAL BID SEVENTY FOUR THOUSAND FIVE HUNDRED NINETY-SIX & No/100's (written) UNIT ITEM PRICE TOTAL $ 3500.00 $ 3500.00 $ 1500.00 $ 1500.00 $ 2500.00 $ 2500.00 $ 218.00 $ 48396.00 $ 225.00 $ 5625.00 $ 1750.00 $ 3500.00 $ 1850.00 $ 3700.00 $_ 25.00 $ 5875.00 Section 00300 Page 3 $74596.00 Figure 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: KIEFER CONCRETE, INC. 2. Permanent main office address: 360 LINDEN ST, FT COLLINS, CO 80524 3. When organized: 1962 4. If a corporation, where incorporated: COLORADO 5 C 7 I How many years have you been engaged in the contracting business under your present firm or trade name? 53 vears Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) G. E. Johnson $625,000.00 complete March_ 200A Taylor-Kohrs $365 000 00 complete June 2004 Misc Conn Work $150 000 00 complete/various dates General character of Work performed by your company: Concrete COnGtrnrtinn Have you ever failed to complete any Work awarded to you? no 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 no no Section 00420 Page 1 r 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. Pinkard Construction Misc Fdn $100,000 00 Completed Dec 2002 C S U It Con- work $ 80,000 00 of July, 2003 Larimer Weld Irr. Co Ditch Struct $150,000 00 It Apr, 2003 12. List your major equipment available for this contract. Backhoe, Dump Trucks, Crane. Form Eat. 13. Experience in construction Work similar in importance to this pro ect: lame as 11 above 14. Background and experience of the principal members of yo,ur organization, including officers: Don Meyer, Supt. 20 years Dwaine Nova , Supt. years Geo Verstraeten, Supt. 23 years 15. Credit available: $ $ 250,000.00 16. Bank reference: Wells Fargo, Sue Wagner 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? Yes 18. Are you licensed as a General CONTRACTOR? no If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? If yes, what percent of total contract? yes and to whom? 50% ro Maw aar i rostra t-" 20. Are any lawsuits pending against you or your firm at this time? no If DETAIL yes, 7/96 Section 00420 Page 2 21. What are the limits of your public liability? DETAIL Each Occurence $10000000. Fire $10QQQO.,Me 00 Personal Injury n A 2 Pro What company? MOUNTAIN STATES MUTUAJ,PRODUCED BY BROWN & BROWN, INC . 22. What are your company's bonding limitations? $500,000.00 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 Fort Collins, CO this 4th day of December 2003 KIEFER CONCRETg INC. Name of Bidder By: G. M. KIEFER Title: OWNER/MANAGER State of COLORADO County of LARIMER ) of being duly sworn deposes and says that he is 21 and that (name of organization) the answers to the foregoing questions and all true and correct. Subscribed and sworn to before me this MR 206 Notary ublic My commission e:;pires �j T 7/96 statements therein contained are day of 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 0 L POMPANY I �C Section 00430 Page 1 acoRo CERTIFICATE OF LIABILITY INSURANCE OP ID DATE (MMIDD EFE 1 12/04/03 PRODUCER THIS NL Fort Collins CO 80522-2226 Phone:970-482-7747 Fax:970-484-4165 INSURED Kiefer Concrete Inc 360 Linden Ft Collins CO 80524 rnvvewrvi. INSURERS AFFORDING COVERAGE INSURER A: MOUNTAIN STATES MUTUAL INSURERB: Pinnacol Assurance INSURER C: INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR -EFFECTIVE -EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE MIDIY DATEYMDD LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY - CLAIMS MADE ❑X OCCUR CPP0074434-02 01/01/03 01/01/04 EACH OCCURRENCE $ 1000000 FIRE DAMAGE (Any one tire) $ 100000 MED EXP(Any one person) $ 5000 PERSONAL &ADV INJURY $ 1000000 GENERAL AGGREGATE $ 2000000 GENT AGGREGATE LIMIT APPLIES PER: POLICY FX J C LOC PRODUCTS-COMP/OP AGG $2000000 Em Ben. 1000000 A AUTOMOBILE LIABILITY ANYAUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNEDAUTOS BAP0074434-02 01/01/03 01/01/04 COMBINED SINGLE LIMIT (Ea accident) $ 1000000 X BODILY INJURY (Per (Per person) BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ $ toccuRCLAIMS MADE $ 10000 UMB0074434-02 01/01/03 01/01/04 EACH OCCURRENCE $ QOOQ000 AGGREGATE $4000000 $ B WORKERS COMPENSATION AND EMPLOYERS'LIABILITY OTHER 3068852 01/01/03 01/01/04 ER T =-FA $500000 MPLOYEE $ 500000 ICY LIMIT $ 500000 DESCRIPTION OF OPERATIONSILOCATIONSN Fax#221-6378 EHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS The City of Fort Collins is included as an additional insured on the above general liability policy. CFRTIFICATF I-Il11 nFo CITYOFT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIC DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10— DAYS WRITTEN City of Ft Collins NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Engineering Department PO Box 580 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Ft Collins CO 80522 REPRESENTATIVES. ACORD 25-S (7/97) ©ACORD CORPORATION 1988 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned KipfPr ConrrarP Tnr. as Principal, and Md Rpnuhlir CnrPr3r (mmnany as Surety, are hereby held and firmly bound unto the City of`Fort Collins, Colorado, as OWNER, in the sum of $ 5% Attarharl Rirl 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, CITY PARK ROCK MOSS WALL; BID N0. 5826 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. Section 00410 Page 1