Loading...
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