Loading...
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