Loading...
HomeMy WebLinkAboutRESPONSE - BID - 7168 BOILER REPLACEMENTSECTION 00300 BID FORM 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. S4�fie o� QAQrCA& Rile,- r ;vicev�Gl�c2 SQ•t�y��T s `11,��o fi� k � d 9{ /A✓1 �1f 7M' �, � VW Atr OAd, 5010.' TLRrIrx�Q -5y c.e.Ow,c1 i �.sTcTJ fk)1, 1'0i DL) O or •,q,�V� r1A� t FV fl .+sW cam' a1✓1 JIA5� o" $ QQC>� l v\Cl jDU\. , Wr jW5� 0vA,c— iseryar dins o`2�a .Jh` �g�7o�J o,,, r, 12. List your major equipment availab e for this contract. 13. Experience in construction Work similar in importance to this project: co �trt�e S 14. Background and experience of the principal members of your organization, including officers: IS `r\r\ d 5,,A02 i 3 0 kh5 (3F A — oy4 356 $nn cry One. hn 0'u W'CA1re 1•ess l ak C M a�Uk k-es N T'i heo`e6 15. Credit available: $ 101p000D1000 ,O(D 16. Bank reference: C, 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? �25 If yes, in what city, county and state? kJo A,1w- (A oFto-%,4AtWhat class, license and numbers?AvAC. Co\\I'�3y-`7m . C/ Zo\co;SG'► 19. 20. Do you anticipate subcontracting Contract? NO If yes, what percent of total contract? and to whom? Work under this Are any lawsuits pending against you or your firm at this time? Ii(3 IF yes, DETAIL Rev 10/20/07 Section 00420 Page 2 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 150 of the contract. ITEM SUBCONTRACTOR Section 00430 Page 1 f 7 ® E (MMIDD/YYYY) A� >o CERTIFICATE OF LIABILITY INSURANCE 72/2/2010 T PRODUCER John L. Wortham & Son, L.P. THIS. CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 2727 Allen Parkway ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Houston, TX 77019 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE -AFFORDED BY THE POLICIES BELOW. 713-526-3366 INSURERS AFFORDING COVERAGE NAIC # INSURED Standard Renewable Energy, LP INSURER A: Hartford Fire Insurance Company 19682 55 Waugh Dr., Suite 800 INSURER B: Twin Cit Fire Insurance Company 29459 Houston TX 77007 INSURER c: Hartford Casualty Insurance Coinpany 29424 INSURER D: Insurance Company of State of Pennsylvania 119429 I INSURER E: United States Fire Insurance Company 121113 rnV=azer_=c THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADDT INSRQ TYPE OF INSURANCEPOLICY NUMBER DA ECYM DDCTIVE DATEIMMIDD EXPIRATION LIMITS A GENERAL LIABILITY ✓ COMMERCIAL GENERAL LIABILITY CLAIMS MADE ❑✓ OCCUR 61UENIT0638 1/25/2010 1/25/2011 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: ✓ POLICY PRO- LOC PRODUCTS - COMP/OP AGG $ 2,000,000 B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 61UENIT0638 1/25/2010 1/25/2011 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 ✓ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ $ C EXCESS / UMBRELLA LIABILITY ✓ OCCUR CLAIMS MADE DEDUCTIBLE ✓ RETENTION $10,000 61 RHUIT9272 1/25/2010 1/25/2011 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ $ $ D WORKERS COMPENSATION AND'EMPLOYERS'LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If yes, describe under SPECIAL PROVISIONS below 0999026 0999027 (Ins. Co. of State of PA) - CA 1/25/2010 1/25/2010 1/25/2011 1/25/2011 WCYTATT• OTH. LIMIM ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEd $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1 $ 1,000,000 E OTHER Excess Liability 5520135258 1/25/2010 1/25/2011 $15,000,000 Occurrence $15,000,000 Aggregate Excess of $10,000,000 shown above DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION 01 Master DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS.OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE John L. Wortham & Son, L ACORD 25 (2009/01) ©1988-2009 ACORD CORPORATION. All rights reserved. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing Insurers), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend,, or alter the coverage afforded by the _ policies listed thereon. CANCELLATION NOTICE The CANCELLATION NOTICE on. the CERTIFICATE OF INSURANCE is amended to include the following wording: The Insurance Companies may cancel the described policy(ies) by mailing or delivering ten (10) days written notice of cancellation to the Named Insured for: (1) Non Payment of premium of (2) any other circumstance permitted by state law or policy conditions. ADDITIONAL INSURED DISCLAIMER Coverage for Additional Insureds can vary significantly from policy to policy and thus Additional Insured status does .not guarantee protection for all losses. Coverage is subject to actual policy terms and conditions. PROJECT: SECTION 00300 BID FORM Place G�``'i Ov- CA Yl 2s�5 e,,,� Date I and Ope k,,5 3erv�ces 1. In compliance with your Invitation to Bid dated AS41A�t L1 , 2016 and subject to I all conditions thereof, V 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 ;ni, -e-kA fhre? aJlac n an(L �a-i 4 nine 3 .) in accordance with the Invitation To Bid and Instruct ons c��fs 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: 5. All the various phases their individual jobs included by implication the CONTRACTOR under irrespective of whether of Work enumerated in the and overhead, whether or appurtenant thereto, one of the items listed it is named in said list. Contract Documents with specifically mentioned, are to be performed by in the Bid Schedule, 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. QS through Qf Rev10/20/07 Section 00300 Page 1 8. BID FORM BID FORM 7168 Boiler Replacement Contractor shall provide, at his expense, all materials, labor, equipment, tools, transportation and utilities, including cost of connection necessary for successful completion of the project Lump sum for Museum Lump Sum for Operation Services Total Base Bid Add Alternate for Operation Services Lump Sum for Add Alternate Add Alternate Description: $ 67 0 . ?S $ `6 Z 0-7 J 3 $113, r7-►,9$ $ J N HVAC contractor to provide pricing to remove 10 existing Zone Pumps and install 10 new 2-way valves located in the basement of Operation Services. All work to be done per the stamped Engineered drawings. All HVAC and Electrical work to be done per details 5/ME2.1, 6/ME2.1, 5/ME3.1, 6/ME3.1 and 2/ME4.1. Also, see Add Alternate note on drawing ME4.1 for further information. Existing piping and insulation to be used where possible. 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 .(250) of the total Agreement Price. Rev10/20/07 Section 00300 Page 2 RESPECTFULLY SUBMITTED: s+aj,a Ed & E��-, CONTRACTOR BY: .�QVY n I-flA,;tS -� J' - � 3-Z o l0 Signature Vate Title 2GG^ f-,(„'p9 cfri-7 % - GL AO/ aO � 7 9 License Number (If Applicable) LL r,J (Seal - if•Bid is by corporation) Attest: AddressZy� Telephone 6�33) LA Email VICTORIA AUSTIN NOTARY PUBLIC STATE OF COLORADO my Commission Expires 07/01/12 a/z-ffiIzz�i Rev10/20/07 Section 00300 Page 3 I SECTION 00400 SUPPLEMENTS TO BID FORMS 00410 Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors Rev 10/20/07 SECTION 00410 BID BOND Standard Renewable KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Energy, LP, as Principal, Westchester Fire Insurance as Surety, are hereby held and firmly bound unto the City of Company Fort Collins, Colorado,• as.OWNER, in the sum of $5% of Amount Bid for the payment of which, well and' truly to be made, we hereby jointly and severally bind ourselves, successors, and assigns. a 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, 7168 Boiler Replacement; as per attached bid. 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 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 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. Rev 10/20/07 Section 00410 Page 1 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands And seals this 27th day of August 20 1q 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:'Standard Renewable Energy, L.P. Westchester Fire Insurance Company Address: 2801 Clarendon Blvd Suite 100 -Arlington. VA 22201 By: Title: (SEAL) 436 Walnut Street; P. 0. Box 1000 Philadelphia, PA 19 06 By: Elizabtev-in-Fact A. Dyer Title: Atto ATTYeaRs By: i �v nne C. Bumpass6,W i ess (SEAL) Rev10/20107 Section 00410 Page 2 J m THE BACK OF THIS DOCUMENT LISTS VARIOUS SECURITY FEATURES E THAT WILL PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION. 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: 51124n4.O,,,-d &P&&,.f kb1e En-Eca 2. Permanent main office address:• LJ740 G,►�B�Stree�ui Sf IOZ Lp-hT9.r W g0ZZ�I-j 3. When organized: Z�b 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? 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) 5.'� 7. General character of Work performed by your company: + n .sf"F QQG. c7t Off " SKIS PM 5 �� rNf w�acQ � S L1 `� �T C �i c :ken 1-lU� C S liY1 i nS, w Ei c�y 1 8. Have you ever failed to complete any Work awarded to you? NO If so, where and why? 9. Have your ever defaulted on a contract? If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. Rev 10/20/07 Section 00420 Page 1