HomeMy WebLinkAboutRESPONSE - BID - 5846 POUDRE TRAIL EXTENSION WEST OF TAFT HILL ROAD (3)SECTION 00300
BID FORM
PROJECT: POUDRE TRAIL EXTENSION WEST OF TAFT HILL ROAD; Bid N0.5846
Place ZI Bu E. 74rh PL_ P&)LE7gZ C,> Fo2�
Date Mp�cH �$� Zvf
1 . In compliance with your Invitation to Bid dated A jlfik14 2,00(.l
and subject to all conditions thereof, the undersigned
A&> C-,D).j7-944L7-1a>(� J/UC. a **(Corporation, Limited, Liability Company,
Partnership, Joint Venture, or Sole Proprietor)** authorized to do business
in the State of Colorado hereby proposes to furnish and do everything
required by the Contract Documents to which this refers for the
construction of all items listed on the following Bid Schedule or Bid
Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal
is made in good faith, without collusion or connection with any other
person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the Invitation
to Bid and Instructions to Bidders, the Agreement, the detailed
Specifications, and the Drawings pertaining to the Work to be done, all of
which have been examined by the undersigned.
3. Accompanying this Bid is a certified or cashier's check or standard Bid
bond in the sum of -57o ($
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 furnish the specified performance and payment bonds is as
follows:
IlKoa�Qr comPlw y of- THE wa5-r , 1 14 SS Ft GJ"ouD P-CAL i 5 4N of E6o;
-6A , 9Z13b
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 9
7/96 Section 00300 Page 1
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
"Co * as Principal, and INSUM . COMPANY
surety, are hereby held and fir .
firmly bound unto the
as OWNER,in the gum of $5% Fiva per e t #* for
truly to be made, we hereby jointly and severally
assigns.
that we, the undersigned
)F THE WEST as
City of_fort Sollins, Colorado,
the payment of which, well and
bind ourselves, successors, and
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, POUDRE TRAIL EXTENSION WEST OF TAFT HILL ROAD; Bid No.5846.
NOW THEREFORE,
(a) '`VIf 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 corapleted in
accordance with said Bid) and shall furnish a BOND for his faithful
performance of said .Contract, and for payment of all persons perfoxrning
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 *aid 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.
* CONTRACTING COMPANY, INC.
** of the Total Amount Bid
7/96 Section 00410 Page 2
IN WITNESS WHEREOF, the Principal and the Surety have hereunto Set their hand;
and seals this 29th day of March , 2004, and such of them as are
corporations have caused their corporate seals to Yee hereto affixed and these
presents to be signed by their proper officers, the day and year first set forty
above.
PRYNCIBAL
Name: ABCO CONTRACTING COMPANY, INC.
Address: 2180 E. 74th Place
Denver, CO 80229
Title:
ATTEST:
Bd'�`��
( SEAL)
SURETY
INSURANCE COMPANY OF THE WEST
600 S. Cherry Street, Suite 226
Denver,/CO 80246 ._.
Fly. y A r o
Title: Att.rnev-in-Fact
(SEAL)
MOODY INSURANCE AGENCY, INC.
3773 CHERRY CREEK NORTH DRIVE, SUITE 800
DENVER, COLORADO 80209.3804
PHONE: (303) 824-6600
7/96 Section 00410 Page 3
No. 0004778
ICW GROUP
Power of Attorney
Insurance Company of the West
The Explorer Insurance Company Independence Casualty and Surety Company
KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, The
Explorer Insurance Company, a Corporation duly organized under the laws of the State of Arizona, and Independence Casualty and Surety Company, a Corporation
duly organized under the laws of the State of Texas, (collectively referred to as the "Comparues'), do hereby appoint
EVAN E. MOODY, BRAD MOODY, JODY ANDERSON, VERA T. KALBA, KIMBERLY D. JOHNSON
their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings,
and other similar contracts of suretyship, and any related documents.
In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January, 2001.
pUVPA*r PL''rY
�i�'e °rs �Q. eoeAp'�y re>° �s INSURANCE COMPANY OF THE WEST
�,tlO�P°M-F 0 oe o° �r,. b THE EXPLORER INSURANCE COMPANY
1fi SEA �� u INDEPENDENCE CASUALTY AND SURETY
COMPANY
D q
°AtRpaM °'H1 *N� �oM � 7s
t�
John H. Craig, Assistant Secretary John L. Hannum, Executive Vice President
State of California
} ss.
County of San Diego
On December 5, 2003, before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and John H. Craig, personally known to me to be
the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by
their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument.
t� AFIY COBB
COMM. #1321341
05EFTEMBER.2Q,
NOTARY PU0LIOGCAUFOR.NIA
SAN �EGO Et3cpIres
2005
RESOLUTIONS
Witness my hand and official seal.
Mary Cobb, Notary Public
This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by
the respective Boards of Directors of each of the Companies:
"RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant
Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, execute, sign,
seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related
documents.
RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity
and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the
seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same
force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or
photocopying."
CERTIFICATE
I, the undersigned, Assistant Secretary of Insurance Company of the West, The Explorer Insurance Company, and Independence Casualty and Surety Company, do
hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the
respective Boards of Directors of the Companies, and are now in full force
IN WITNESS WHEREOF, I have set my hand this -A;o-, day of�'n
John H. Craig, Assistant Secretary.
To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number,
the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Croup,
11455 El Camino Real, San Diego, CA 92130-2045 or call (858) 350-2400.
TERRORISM COVERAGE DISCLOSURE
The Terrorism Risk Insurance Act of 2002 (the "Act") establishes a program under which
the Federal Government will share in the payment of covered losses caused by certain
acts of international terrorism. We are providing you with this notice to inform you of
the key features of the Act, and to let you know what effect, if any, the Act will have on
the premium.
Under the Act, insurers are required to provide coverage for certain losses caused by
international acts of terrorism as defined in the Act. The Act further provides that the
Federal Government will pay a share of such losses. Specifically, the Federal
Government will pay 90% of the amount of covered losses caused by certain acts of
terrorism that is in excess of the statutorily established deductible for that year. The Act
also caps the amount of terrorism -related losses for which the Federal Government or an
insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its
deductible.
Please note that passage of the Act does not result in any change in coverage under the
attached policy or bond (or the policy or bond being quoted). Please also note that no
separate additional premium charge has been made for the terrorism coverage required by
the Act. The premium charge that is allocable to such coverage is inseparable from and
imbedded in the overall premium.
WO T /
CONTRACTOR
BY:
V `
ADDRESS: 2,l U(1 F, 7L/TN
Dt�VE C� 8 o Z7
8. BID SCHEDULE (Base Bid)
ITEM
# DESCRIPTION
EST. QTY.
UNIT
UNIT PRICE
ITEM TOTAL
1
Mobilization
1
LS
17, 1
1711 5 .—
2
Traffic Control
1
LS
1�7/p,1—
7/ Q.
3
Excavation
1,900
Cy
i. LS
l 7, 385. --
4
Embankment
1,800
Cy
3,4S
6,Z/O.`=
5
18" ADS N-12
Culvert Pipe w/F.E.S.
16
LF
(os SD
1,b'4g V'o
6
24" CMP Culvert w/
Rip Rap Outfall
50
LF
5 Z,25
Z,bIZ SD
7
Topsoil Removal/Replacement
1,005
Cy
8
5" Colored Concrete
Paving 76,072
SF
Z , 43
18t1� 851� 46
9
Hydro Seeding
4
AC
2, (o-70, °=
10.63TD,'}O
10
Metal Trail Gate
1
EA
2� _ 50.=-
HNC 46/00
TOTAL
OF BASE BID'Twu i4opc>aEo
FoaTyS nL TiioWog'jp
TNEFr
pwpM) F,t£ DOLLARS
$2y�, 30S
t6
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.
7/96 Section 00300 Page 2
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 A reement Price.
RESPEC Y MI
Sig ature ,� Date
Title
,License Number (If Appli
corporation)
c r3ddress
0..
Telephone
7/96
7y--H pt.
D E^j ✓Ei7 . GL> $ o Z 2 -r-F
3o-3-Z8$- �ozz
Section 00300 Page 3
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule 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:IAK
2. Permanent main office address: 21$0 . _7�r-Pi P1, DF,uyFt-, Cc, pUZZ
3. When organized: M'0' 175 A C,-Vya-AT/,,r.l
4. If a corporation, where incorporated: e%4,Q94p1)
5. How many years have you been ed in the contracting business under your
ngag
present firm or trade name?X 35' -3e i iZS
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of com letion.)
p D ON z s a,-,1L R- v 0 s- /- v c q y E Tr -IF
Co N 1 4& q501000 2- 1- Dgr. FFU Cvn�o.Z �T�
aEp1q, D 00O Z-31 LjAj>slj VaTHoveafoy CCbo7r- J 0 b/7-/-C>q
/ . ors 7-/7S 2R 6Tt+D6FS ' S 000 TDTpL
(CDo-r)
7. General character of Work performed by your company:
CDPC42ETE 2E5Ta2A-T onj / s/ TF l.,,00rz V-�o 13P i o6c »4 TETLf�IZoc�=ice
8. Have you ever failed to complete any Work awarded to you? A10
If so, where and why?
9. Have your ever defaulted on a contract? 47 U
If so, where and why?
10. Are you debarred by any government agency? AID
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.
SEE hTM-At"&T $� 7
12.
13
14
15
List your major equipment available for this contract.
CLAL J}iaP r -r 6L S jPFoiZrr PI?LIE2
Experience in construction Work similar in importance to this
project:
0 R.EPLAC#,u R21F D— I-S P>a-
(�} 126PAilLlNG PH MY-1 S7'iL6c ?-+� OZE F0(Z- UNI V • o P Ca" tlAo o HEM
9ZP*0fJ 6 H-01X /),j L nx MyE.-JUE BrZ i F_ Fo R- G t T y o f b£,vv —
Background and experience of the principal members of your organization,
including officers:
SEE 197 T HUYI t4,T # 6c
Credit available: $
16. Bank reference: Dot&& 5NF-_A(u Fe,- i7A 13-goi -
17. Will you, upon request, fill out a detailed financial statement and furnish
any other information that may be required by the OWNER?
Fa!
18. Are you
licensed
as a General CONTRACTOR? J cs
If yes,
in what
city, count nd state?Ca�p/z,9Da E
mE� What
class,
license and
numbers? DENvE,Z G1-ry +4N1> t o
19. Do you
anticipate
subcontracting Work under this Contract?s
If yes,
what percent of total contract?
�-Yrilq L( %
and to
whom? f}POVICEE
D G" Pi,A) L.tE577E1Z*J H YDR o FED
20. Are any
lawsuits
pending against you or your firm at this
time? Ny
If
DETAIL
yes,
7/96 Section 00420 Page 2
21. What are the limits ofyour public liability? DETAIL
What company?
22. What are your company's bonding limitations? S/ti+GL.Z 3-u{j - Z hjt&lvN
14G6itayiT- - (o thtuautj
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 /,,�:l5- �, t,,n this 25 day of M4gC-1-+ , 2061 .
Title:
State of "2AIDo
County of RbAms
)
' being duly sworn deposes and says that he is
U• �� S 1 6Ej7 of and that
(name of organization)
the answers to the foregoing questions and all statements therein contained are
true and correct.
S bsc 'bed and sworn to before me this day of
Dot .
PERT
o ary li NO AR PUB 1C
ni RADO
yS�Oe,,,misston Expires 6/4/2006
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.
ITEM
EgAVrtM04 tmRAn��'�nE.J7 3 T0P5o1L
SUBCONTRACTOR
14DVaNcE�> Grr WA.)G
7/96 Section 00430 Page 1
S. How many years has your company been in
the contracting business? 35 year
general contracting? Since 1988 subcontracting? 35 Years
6. List the construction experience of the principle individuals who work for you.
Name
Present position
years
ex experience
Magnitude antl type of worK
In what capacity
Concrete C & G, FLat &
Superintendent and
Joe Bragg
Gen. Super.
20
Restoration $1,000,000.00
Gen. Super.
Concrete of all types
Estimator
Jared Thompson
Estimator
5
$1,000,000.00
Tom Boutin
Supervisor
25
Concrete C & G, Flat &
Drainage Stru.$1,000,000.()Ol
Supervisor
Concrete C & G, Flat &
Supervisor
John Beckley
Supervisor
21
Drainage Stru.$1,000,000.00
Pavement Maint. &
Jose Ramirez
Supervisor
10
Waterproofing $350,000.00
Supervisor
Jim.Archuleta
Supervisor
20
Concrete C & G & Flatwork$500,000.00
Finisher & Super.
Mike Peterson
Supervisor
10
Concrete C & G & Flatwork
$500,000.00
Finisher & Super.
Mike Kost
Supervisor
10
Concrete C & G-$300,000.00
Supervisor
p
Waterproofing - $250,000.00
7. List the projects your company completed in the last 5 years. (Include city, county or state projects)
Year
Type of work
Employer name
contract amount
Work location
(city, county or state
2002/
R & R Curb & Gutter
City of Lafayette
477,000.00
City of Lafayette,
2003
Sidewalks
Colorado
2003
Repair Concrete Flat-
City of Broomfield
145,000.00
City of Broomfield,
work
Colorado
2002
R & R Concrete Flatwork
Denver Housing
700,000.00
Denver, Colorado
Authority
2003
Replace Concrete Bridge
Colorado Dept. of
360,000.00
Denver, Colorado
Deck over 1-25
Transportation
Repair Exterior Parking
University of Colorad
845,000.00
Denver, Colorado
2002
Structure
Health Science Center
8. Attach a list of your construction equipment. (include the quantity, name description and capacity)
9. Attach a list of your, parent, affiliate or subsidiary companies. (Include relationship, percentage of ownership and
principals)
10. Has your company, Its parent, affiliate or subsidiary been denied prequalification in the last 5 years by any
governmental agency In Colorado or any other state's highway agency?
® no ❑ yes, (attach explanation)
11. Have you ever failed to complete any contract awarded to you?
5i, no D yes, (attach statement with date, work location and reason)
QyV V Vr U r:UV r rOM Fbb Wul