HomeMy WebLinkAboutRESPONSE - BID - 7076 POUDRE TRAIL REHABILITATION JUNCTION AND ELSSECTION 00300
BID FORM
PROJECT: I>oUD� -reel QC- N ppy� Lrr& j o^-)
Place C.I-H of Fob- LI LLAti5
Date /o, oto 2009
1. In compliance with your Invitation to Bid dated ��r 1S, 200 and
subject to all conditions thereof, the undersigned
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 -rta,tr�,Zr-y Fcve 'DOL4,A -s -rutty 51)[
(sLA,9 Z15.74-P ) in accordance with the Invitation To Bid and Instructions ce-piJ
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 : 1_C>C.V- ,J IIVS.)R-P,JJLks 9110 6- UNf ON AVe. Go goZ31
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.
Zg
7. The undersigned Bidder hereby acknowledges receipt of Addenda No.
through
,tr
Section 003.00:Page 1
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 15% of the contract.
ITEM
ti
SUBCONTRACTOR
Section 00430 Page 1
Enclosed is an overview of CDInc. and its diverse offerings. . As you review this
information, please consider the following:
SELF —WORK CAPABILITIES —Self work capabilities are a cornerstone of CDI's
construction services. Our ability to self -perform all scopes of work assures schedule
performance and quality construction along with cost savings.
PERFORMANCE—CDI's experienced management team provides excellent
management on all types of construction projects; design and build, quality contracting,
contract based performance, cost management and schedule performance.
RESOURCE MANAGEMENT —With CDI's in house resources as well as our
relationships with the design and subcontract communities; our clients receive the best
overall value for each project.
COMPANY HISTORY-CDI's financial strength, along with our industry history of
performance, helps us to ensure successful projects.
We are one of the only contractors that provide a full scope of services, allowing our
customers to utilize one contractor from the onset of land development, through
occupancy of the final build out and continue with the maintenance for years to come.
Our unique approach gives the site manager ease of transition through all phases with less
coordination of multiple subcontractors. This provides one point of contact and
accountability and minimizes delays due to scheduling conflicts. Our focus is always
quality, timely response, and value engineering.
• Reclamation and Restoration- hydro and drill seeding, native seeding, hay and
straw mulching, soil preparation; specialized in surface mining reclamation,
contaminated areas, mountainous terrain, highway revegetation, wetlands and
wildlife habitat, highly erosive, steep slopes
• Erosion Control —inspections, monitoring, silt fence, inlet protection and
cleaning, street sweeping, straw wattle, matting and blankets, mechanical bonded
fiber matrix; established pioneer in innovative bmps.
• Landscape/Irrigation—commercial landscaping, comprehensive landscape
services, decorative walls, diversion structures, masonry and fence, waterway
structures
• Street Sweeping —street sweeping, routine route maintenance service, power
sweeping and scraping
• Snow Removal —Full service plowing, loader removal, hauling
• Monumentation/Retaining Walls — large scale construction hard-scaping
• Synthetic Ball Fields/Sports Facilities —design and build sports facilities, natural
grass fields and facilities, synthetic/natural grass weave
• Liners/Water Tight Systems —large scale general contracting
• Wetland mitigation/Stream restoration —boulders structures, bio engineering,
trout habitat improvement projects, grouted structures, wetland planting, wetland
excavation
• Earth Work/Light Civil Construction —general contracting services
Capabilities - CDI employs over 200 personnel and utilizes over $8,000,000.00 in
equipment assets that contributes to our overall success, with anticipated revenues of
$15,000,000.00 for 2008. We operate throughout Colorado with satellite offices in Rifle
and Longmont.
CDI Health and Safety- CDI is Colorado Cost Containment Certified. It is the policy of
Consolidated Divisions, Inc.(CDI) that the safety of its employees and the public is of
utmost importance. The prevention of accidents and injury takes precedence over
expedience. CDI safety operates under the guidelines of the STOP safety program. STOP
safety engages all personnel from top to bottom to be safe and also rewards safe action.
CDI employs a full time Safety/Training Director to insure full compliance with our
program.
Currently, CDI has over 35 projects in progress ranging from $30 thousand to $3 million
dollars. A few projects in progress:
• Rocky Flats Re -vegetation ($346,000 +) - Work includes intensive tillage,
seeding, and applying a bonded fiber matrix of all disturbed sites including other
erosion control methods; contracted site contractor through 2009
• Colorado Department of Transportation. Hwy 67 (Hayman) emergency road
repair ($300,000+) - Work includes seeding, erosion control, and wetland
mitigation
• Rocky Flats Closure Reclamation ($600 thousand) - seeding native, flexible
growth media
• Bright Water Reclamation ($100 + thousand) - High Altitude Re -vegetation
• Red Sky Pond liner system ($750 thousand) - 30 mil pvc liner system
• Western Slope Oil and Gas Reclamation. (6 mil + )
• Union Pacific Railroad — 2008 Pre approved Contractor
• CDOT- 2008 Emergency Response Contractor
• EOG Resources — 2008 Approved Contractor
• Pinyon Canyon / Norad
• Buckley Air Force Base
• Multiple home builder annual contracts ($4 million +) for Richmond American
Homes, Shea Homes, Oakwood Homes, and Celebrity Homes. Work includes
reclamation, erosion control, grading, and landscaping
• Richmond American Homes - Cobblestone/Liberty Village landscape and
irrigation project
• Meridian 7A and 713: a master community ($3 million +) - includes all
streetscapes featuring a large water feature with waterfalls, fountain, and ponds
• Olinger Cemeteries ($500 thousand +) - includes man made rivers with ponds,
waterfalls, bridges, and landscaped gardens throughout. This is an ongoing
project with additional phases anticipated for the next 24 months
• Design/Build of three high end residential homes in the Pradera community,
Parade of Homes site for 2005, with an average landscape cost of $300 thousand
each. Work includes custom retaining walls, swimming pools, plantings, water
features, and hard scapes
• Dunston Middle School ($300 thousand+) -Work includes all landscaping, ball
fields, and track installation
• Cameco / Power Resources- Smith Ranch Uranium Mine 1.1 Mil
CDI strives to install the highest quality landscapes and environmental projects in the
industry. Our association with the following entities keeps CDI is on top of
development within our industry.
• International Erosion Control Association
• Home Builders Association
• Associated Landscape Contractors of Colorado and America
• GreenCo
• Irrigation Association
• Rocky Mountain Turfgrass Association
• Colorado Parks and Recreation
• Sports Turf Managers Association
• PWS Association
• National Golf Foundation
• American Mined Land
• Colorado Golf Association
CDI is committed to providing the highest service levels, exceeding customer
expectations and developing long term relationships. Our experienced management
team has the ability to excel in self -performing the entire scope of work.
Jim Degrado, President CDInc. 16 years Reclamation operations and Management.
BFM certified applicator and CDOT certified erosion control supervisor.
Jim Daulton, Vice President. 22 years Reclamation and Environmental contracting
experience. Estimating and Project Management for over 8000 environmental
projects completed in nine states.
Shawn Wissel, Eastern Regional Manager, 15 years Reclamation operations, and
Land Development Management.
Chris Castellano, Western Regional Manager, 15 years Reclamation operations, and
Management. CDOT Certified erosion control inspector.
Rick Michalek, chief estimator, 15 years Reclamation operations and Management.
We would be honored to work with you on your next project.
1�kq Le
May 6, 2009
To Whom It May Concern
RE: Consolidated Divisions Inc.
Lockton Companies of Colorado, Inc. has handled the bonding needs of Consolidated Divisions
Inc. Their bonds are underwritten by First National Insurance Company of America and issued
through our office. First National Insurance Company of America is authorized to business in the
State of Colorado and has an A.M.. Best Rating of A, XV.
Although no maximum bonding limits (single or aggregate) have been established, First National
Insurance Company of America will positively consider providing bonds on behalf of Consolidated
Divisions Inc. for individual projects.in excess of $4,000,000 with an overall work program in excess
of $10,000,000 available to them. Their bonding capabilities continue to increase with their financial
progress.
Since inception, Consolidated Divisions Inc. has developed an excellent reputation with owners,
architects, subcontractors and suppliers. The firm is financially strong and technically qualified to
complete the project they undertake. We highly recommend Consolidated Divisions Inc. to you as a
competent and professional firm. If you should need any additional information, please call.
Best regards,
LOCKTON COMPANIES, LLC
Shelley Czaj owski
Assistant Vice President
Account Executive
cc: Consolidated Divisions Inc.
First National Insurance Company of America
LOCKTON COMPANIES, LLC
8110 E Union Ave, Ste 700 / Denver, CC 80237.2966
303.414.6000 / FAX 303.865-6000
wmx.lockton.com
8. BID SCHEDULE (Base Bid)
Protect PoudreTrail Rehabilitation: Junction and ELC
BID SCHEDULE (BASE BID)
Bid items are•described in Section 01800
BID
ESTIMATED
UNIT
ITEM
ITEM tt DESCRIPTION
QUANTITY
UNIT
PRICE
TOTAL
1 Mobilization
1.00
LS
O
-4
`�1
2 Traffic Control
1.00
LS$$9
.lOys89'
fir 'IS' 9(0
*1r 2%5 ' 9�
3 Surveying
1.00
LS
3, (p�� �'
13, 101ps' 9
4 Erosion Control
1.00
LS
ZLO
$ 9/ Z 3LO' 7 O
5 Demolition
16,295.00
SF
9�
95), 14-7'9' yo
6 Colored Concrete Paving - 5' Thick
17,510.00
SF
��p3�• 9�P .
7 Landscape Restoration
7,004.00
SF
J
C) �$
8 Hydro Seeding
7,004.00
SF
9 Temporary Construction Access Crossing
1.00
LS
1 l CA
CA • ysI
12 Surveying
1.00
LS v� r
v� +•
�� 1 �035�
�r 38• ��
13 Erosion Control
1.00
LS
2r13s.-7
14 Demolition
7,910.00
SF ���,
Z .9y
23, 5 `1. c'
15 Colored Concrete Paving - 5' Thick
8,010.00
SF
18 ,' :-, Landscape Restoration
3,164.00
SF'
.
17 "' Hydro Seeding
3,164.00
SF
xk r `ii
+ , TOTAL'QF BASE BID
1 YF
r�-rr 7r+o�s p
�cy E
Fw t��r�-C—� +�-►.�D Flu is-��s
(total Base Bid Wrillenl
i , Rey ioi2o/07
Section 00300
Page 2
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.
j n••
( 47
�t+.t
i
�(Sead, - i Bi
Rev .10/20/07
RESPECTFULLY SUBMITTED:
Cowr:>O f pATatA Utv\ St pPS i JN C_
CONTRACTOR
BY: H pCc_a^-i,.
Si ure Date .
Title
License Number (If Applicable)
d by corporation)
Address VV=-1P-1°0R-C k-CA-J>
Telephone 3> Ll-1L- ISZZ
Email 7 CL LID CDl-SL�V(C_65 .C-ot
Section 00300 Page 3
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersignedConsolidated Divisions, Inc.
as Principal, and*as Surety, are hereby held and firmly bound unto the City of
Fort Collins, Colorado, as OWNER, in the sum of.** $5%---------------- 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, 7075 Poudre Trail Rehabilitation -
Junction and ELS.
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 allclaims 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.
* First National Insurance Company of America
** Five Percent (5%) of the Total Amount of the Bid
Rev10/20/07 Section 00410 Page 1
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this 6th day of October , 20QJ, 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
SURETY
Name: Consolidated Divisions, Inc. First National Insurance Company of America
Address: 5585 West Airport Road
�S"ddalia,;Colorado 80135
ATTEST:
(SEAL)
Safeco Plaza
Seat W ton 981$5'
ei a J. MontIJV
'ltl
_ Attorney -In Fact
4
(SEAL)
LOO(iOK
LOCKTON COMPANIES, LLC
8110 E Union Ave, Ste 700 / Denver, CO 80237.2966
303.414.6000 / FAX: 303.865.6000
www.lockton.com
Rev 10/20/07 Section 00410 Page 2
Libe t , POWER Fast National Insurance Company of America
1001 4th Avenue
mute L OF ATTORNEY Suite 1700
Seattle, WA 98154
KNOW ALL BY THESE PRESENTS: No. 6613
That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint
************JOHN BROWNING; SHELLEY CZAJKOWSKI; ANUJ JAIN; SHEILA J. MONTOYA; MONA D. WEAVER;
ANGELA M. TINDOL; CHARLES M. MCDANIEL; Denver, Colorado***************************"*****•****N**•***+�*
its true and lawful attomey(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or
undertakings and other documents of a similar character issued by the company in the Nurse of its business, and to bind FIRST
NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly
elected officers at its home office.
IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents
this 21 St
day of March
Dexter R. Legg, Secretary Timothy A. Mikolajewski, Vice President
CERTIFICATE
Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA:
2009
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant
Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint
individuals as attomeys4n-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety
bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or
evidencing such appointment, the signatures may be affixed by facsimile. On any Instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(I) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and
(iii) Certifying that said powerof-attomey appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Dexter R. Legg , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the
foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney
issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force
and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 6th day of October
1,-A*X* R.kil
Dexter R. Legg, Secretary
S-10491DF
WEB PDF
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.
2.
3.
4.
5.
j 6 .
8.
9.
Name of Bidder: CpNSoLID1U13(Ot-'S,, jNfC
Permanent main office address: 51S-5s N. P-(R-Pop-j PoA-fl Sj:-i . 4f to
`to
When organized: 31 9 l 19 9'S o r 3 S
If a corporation, where incorporated: CoLOP.P�-'Dp
How many years have you been engaged in the contracting business
under your present firm or trade name? 1
Contracts on hand: (Schedule these, showing the amount of each
contract and the appropriate anticipated dates of completion.)
General character of Work performed by your company:
4.An/P5LR ;>rNd-, ) R-'2--r c f&-r-Z AN4 'T `� rN(NG- LyAt.Lb, ceNC./z'c:-'i
Have you ever failed to complete any Work awarded to you? ND
If so, where and why?
Have your ever defaulted on a contract? N b
If so, where and why?
10. Are you debarred by any government agency? (J D
If yes list agency name.
11. List the more important, projects recently completed. by your company,
stating the approximate cost 'of..each,,; and'the month'.,and year.c'ompleted,
location and type of construction. +'
12. List your major equipment available .for this contract.
5 M I Ie a t> -rR.A-i_C ,
C.o1--lP/a-c.Z,pR�
13. Experience in construction Work similar in importance to this
project:
14. Background and experience of the principal members of your organization,
including officers:
SE az P-Zt t�
15.
Credit available:
$ D ZS,000•CX0
16.
Bank reference: CC
,OP�'�b r 0%it-:16 >S
BPS—
(303� 293 ZZtoS
17..
Will you, upon
request, fill out a
detailed
financial statement and
furnish any other
information that
may be
required by the OWNER?
18.
Are you licensed
as a.General CONTRACTOR? �ES
'
If yes, in what
city, county and state? CC)L_Vi�R?
What
class, license and
numbers? PW&ftS (per-4
_
P OLeo5(2'5
19. Do you anticipate subcontracting Work under this
Contract? 'JES
If yes, what percent of total contract? 3
and to whom?y 3
20. Are any lawsuits pending against you or your firm at this time? NF>
IF yes, DETAIL
Rev 10/20/07
Section 00420 Page 2
21. What are the limits of your public liability? DETAIL
rt D N E
What company?
22. What are your company's bonding limitations? SEE
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 //:30X?--, this (per day of OC7VG61220-0-
L>1 U is l C) j N C.,.
Name of er
B y :
S t a t e o f C-OL e 2_et-bo
County of 1>00d:7�3
.�GM¢.S being duly sworn deposes and says that he
is 'Vre.5 of Corr>p psi B-\s 3A and that
(name of organization)
the answers to the foregoing questions and all statements therein contained
are true and correct.
Subscr' ed and sworn to before me this G` day of 0& vb4_;rr— 20p9..
YK D .�++
tary Public
PATRICIA M RVNO
v /� Notary pubme
Site of Colorado
My commission expires
ion 00420 Page 3