Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5840 DASHER BOARDS - EPICSECTION 00300 BID FORM PROJECT: DASHER BOARDS - EPIC ICE RINK RENOVATION; Bid No.5840 �u P1aceJ2CN/+SJJJG DI0J6/a.) Date /v%RCN Z2, 2ooc} 3!v0PM. MST 1. In compliance with your Invitation to Bid dated ie13iZu/4/ZY 23 2oa,4 and subject to all conditions thereof, the undersigned �i� IGf2AJL`D )-,;4/.3R.JG/dTJU.-1 LIL a ** (., Limited Liability Company, Pa- the -,-..-.�'~ )** 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 /3 io /3 c>^to ($ ) 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: _ 984/ /�i/�J�o2r /3&oo,, 9 c, Las JvGctcs, eA 9o�4S 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 INTEGRATED FABRICATION, LLC 5350 HWY. 61, SUITE # 5 WHITE BEAR LAKE, MN 55110 PHONE: (651) 762-5223, (888) 638-2590, FAX: (651) 762-5226 EMAIL US AT: INFO@INTEGRATEDFABRICATION.COM QUALIFICATION STATEMENT JOHN REAGAN My career in the construction industry began in 1972 where I performed detailing and estimating for the miscellaneous metal and structural steel industry. I then moved into the light gauge metal framing industry as a designer, estimator, and project manager. I have been in the sales, design, estimating, Purchasing, manufacturing, and project management of steel and aluminum framed dasher board systems and accessories for the past 25 years, with three different companies. With the last company, I created the manufacturing division and performed the duties of Vice President and Head of Manufacturing until January of 2003. 1 subsequently assembled a partnership group of individuals, with vast experience in ice arena management, design, fabrication, and installation of all of the equipment required for the successful construction or upgrade of an ice, inline, or soccer venue, and formed Integrated Fabrication, LLC. My mission as President of Integrated Fabrication, LLC, is to offer my customers the highest quality products available, at a competitive price, while offering my partners and employees a successful and enjoyable experience. N • INTEGRATED FABRICATION, LLC 5350 HWY. 61. SUITE # 5 WHITE BEAR LAKE, MN 55110 PHONE: (651) 762-5223, (8W) 638-2590, FAX: (651) 762-5226 ----- EMAIL US AT: INFO@INTEGRATEDFABRICATION.COM Re: Principle and Supervisory Staff To Whom It May Concern: John Reaean - Chief Manaeine Member In charge of the day to day operations of the company. Other duties to include sales, design, research and development, and project management. Troy Pancras - Member Ownership partner of TMP Facility Services, hie. Duties for Integrated Fabrication, LLC to include sales and marketing. Bob Olein - Member Owner of RAO Construction. Duties for Integrated Fabrication, LLC to include assembly and installation of all products on a subcontract basis to RAO Construction. Jon Besser - Member Co-owner of Besser Welding, Inc. Duties for Integrated Fabrication, LLC to include the steel fabrication of all manufactured products on a subcontract basis to Besser Welding, Inc. Todd Close — ManufacturinvJSales 10 years of experience in supervision of the manufacturing of dasher board systems and is expanding into the sales of dasher boards and related ice arena accessories. Toby Hearn — Technical Services 5 years experience in the drafting of dasher board systems and all related informational duties required in the manufacturing process. SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over % of the contract. ITEM SUBCONTRACTOR '7/96 Section 00430 Page 1 IA/Tc <sl,2A rco I /-1321GA Tl0tJ L LC CONTRACTOR BY: Jo/-/N ADDRESS: 535o f-HWY W4/ rc 13EA/L 1-4k ' AJA/ SZ5%/0 r 8. BID SCHEDULE (Base Bid) Srxry lf;clollars A C,zEotr Or $00 000.00 ($ co 3S(o. O0 TrfE LrctSTrN.C� 04SNE26oAtzo r ) 6v.57em Is /rjcL-uviceo /�v Zasc 13ro Bid Alternate #1 - Protective Netting Option #1 $ 4 o(o 4% O o Bid Alternate #2 - Protective Netting Option #2 $ 5 9q3. OCJ Bid Alternate #3 - Free Standing Player & Penalty Benches $ 3,�9 Z• O O 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. RES-PECTFULLY SUBMITTED: Sig ature Date M/a�AG/nJ G PRTNE2 Title License Number (If Applicable) (Seal - if by corporation) Attest: Address 1^17-.c61z476D �A3lL/C,4T(/off LCG � l-!wy [c / hlo . c�UrTE "Ire /34-Aa Lr4Kc MlJ Telephone 65(-7ro2-SZz3./888-'g'38-2Sg0 7/96 1 Section 00300 Page 2 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410Bid Bond 00420 Statement of Bidder's Qualifications 00430Schedule of Subcontractors 7/96 Section 00410 Page 1 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond Bond #: 195896-3 KNOW ALL MEN BY THESE PRESENTS, that we Integrated Fabrication, Inc. as Principal, hereinafter called the Principal, and American Contractors Indemnity Company a corporation duly organized, under the laws of the State of California as Surety, hereinafter called the Surety. are held and firmly bound unto the City of Fort Collins 215 N. Mason St., 2nd Floor Fort Collins, CO 80524 as Obligee. hereinafter called the Obligee, in the sum of 5 % of Total Amount Bid Not to exceed: Five Thousand and Dollars (S 5,000.00---- ) For the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Bid No. 5840 - Dasher Boards - Epic Ice Rink Renovation NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid. And give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond of bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 18th day of March ,20 04 Integrated Fabrication, Inc. American Contractors Jeremy Crawford (Seal) mnitt Com " �� mas r yg � r�, ♦ F yfCy;.. ��� YY ,77777 9 '�y fi oAds$r 9 �yyy*fL iM yfix�/ F�A BSI p 4 I American Contractors Indemnity Company 9841 Airport Blvd., 9th Floor, Los Angeles, California 90045 1 4.2 3 5 6 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company of the State of California, a California corporation does hereby appoint, Jeremy Crawford, Michael D. Williams or William J. Nemec Its true and lawful Attomey(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an Amount not to exceed$ ***1,863,000.00***Dollars This Power of Attorney shall expire without further action on September 27, 2005. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 6th day of December,1990. "RESOLVED that the Chief Executive Officer, President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have the power and authority 1. To appoint A ttorney(s)-in-Fact and to authorize them to execute on behalf of the Company, and attach the seal ofthe Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, 2. To remove, at anytime, any such Attorney -in fact and revoke the authority given. RESOLVED FURTHER, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its President cltt *',,tsi flay of September, 2000. TO,pS'�y AMERICAN CONTRACTORS INDEMNITY COMPANY Ii�((ORPORAIED � PT.26,IM 't 4a4 By: � r Andy T. Faust, Jr., Corporate President STATE COS t"A1 IA § COUld'y. )s �ANGELES § On this 1st day of September, 2000 before me personally came Andy T. Faust, Jr., Corporate President of American Contractors Indemnity Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. WITNESS myQhand and official seal orma J. V irgilto, Notary NORMA J, VIRGILIO Commiuion / 1322310 = Notary Public - Califomia £_ Las Angelm Coudy My Comm. E*m Sep 27.2M5 I, JAMES H. FERGUSON, Corporate Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS HEREOF, I have hereunto set my hand this 1 8 t h day of Bond No. 195896-3 Agency No. #8219 March ,200 4 �3 JAMES H. FERGUSON, Vorporate Secretary rev. POA04/20/01 Acknowledgment of Surety State of Minnesota County of Hennepin On this 18'h day of March, 2004 before me personally appeared Jeremy Crawford who acknowledged that he or she is the attorney in fact who is authorized to sign on behalf of American Contractors Indemnity Company (surety company), the foregoing instrument, and he thereupon duly acknowledged to me that he executed the same. -------------- ANDREA J. 911 NOTARY PUBLIC My Commission Expir r Notary Public 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: 1i./TEG2.AT4-::D I-A132JcA7-/o^✓ LLC 3 3s a /-/ibHwAy 6 / A./v • S4// ram S 2. Permanent main office address: Ira: /34EA2 6AL-E N/A/ SS-//O 3. When organized: 2(003 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? % f )16Ae2 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) o/2T ooG /G 0.00 tJGcJ QO 270, O NE Zoo o - 14. 2 2 9S . 00 uc Y ZC04 7. Ge eral character of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you? A -/a If so, where and why? 9. Have your ever defaulted on a contract? (4.JD If so, where and why? 10. Are you debarred by any government agency? /�Jo 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. 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: //� /-TTAGNEy 00C-01✓IE..17- 15. Credit available: $ 2000 o00. 00 16. Bank reference: J7-4TE /0/4n/1l - UiAAIC eaj,061,r7A 320-329-83o/ 17. Will you, upon request, fill out a detailed financial statement and furnish any, other information that may be required by the OWNER? m Are you licensed as a General CONTRACTOR? If yes, in what city, county and state? class, license and numbers? /VO t 19. Do you anticipate subcontracting Work under this Contract? �� S If yes, what percent of tj�tal contract? %(0 010 and to whom? 1361ZEn/ S d ^167-1? C T 10^J 20. Are any lawsuits pending against you or your firm at this time? If yes, DETAIL 7/96 Section 00420 Page 2 21. What ar the limits of your public liability? DETAIL 2 , 0Le-A2s What company? /V7E2d 22. What are your company's bonding limitations?QR�J�G7- 23. The undersignedhereby 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 i-`day of 20 -4AkGH 04. Title: /V114A119G1A/y State of County of 1641 j11L �/ \l0!-OA/ 1C:5'4E1q 6/9^J I being duly sworn deposes and says that he is '✓'"196"nIG "6e)e of n WC,9/-iTE=j') Lam. 1Z1C qr. 7 and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this — day of NlAkCtf 20E Notary Public ,y My commission expires 7/96 �� PATTI S. WALSTAD � `L••o:,I�"�"' NOTARYPUBtIC-MINNESOTA �� .,,,,. My Commission Expires Jan. 31, 2005 Section 00420 Page 3