Loading...
HomeMy WebLinkAboutRESPONSE - BID - 6046 CONCRETE MAINTENANCE PROJECTzq�2-X-ep 1-�C4 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 onstruction. 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: ()0J 15. Credit available: $ '!5�oc;�'�((�� (( r 1 16. Bank reference: two n `-� 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 K\ as a General CONTRACTOR? Y\I� If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? U ,(-- S p, If yes, what percent of total /contract? O and to whom?` Y•�c �oo�`��a 20. Are any lawsuits pending against you or your firm at this time? 0w IF yes, DETAIL 7/96 Section 00420 Page 2 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 100 of the contract. ITEM I SUBCONTRACTOR 1 7/96 Section 00430 Page 1 2007 Rehab Schedule Location Days Eastdale Dr. 3 Landings Area Boardwalk Dr. 0,46 Landings Area Landings Dr. 4 Landings Area Starboard Ct. 0 E. Mulberry Sl. 19 W. Harmony Rd. 2 Remington St. 16 Eastwood Dr. Parkwood East 6 Parkwood East Eastwood Ct. 1,83 Parkwood East Kirkwood Dr. 0,36 Pa w.Od East Creekwootl Dr. 35 Packwood East Creekwootl Dr. CDS 0.25 Antelope Rtl. Fox Meadows 35 Aric Fox Dr, Fox Meadows 2.5 Bi ham Rd. Fox Meatlows 2 Bobcat PI. Fox Meadows 0,86 Coyme PI. Fox Meadows 129 Carbou Cr. Fax Meadows 0.36 Dail PI. Fox Meadows 07 Jaguar PI. Fox Meadows; 0.65 Kodiak Rd. Fox Meadows 2.14 Muley St. Fox Meadows 0.68 Puma PI. Fox Meadows 1 Red Wolf PI. Fox Meadows 1,03 Silver Tip PI. Fox Meadows 1,14 Wa ri Rtl. Fox Meadows 5 Whitetail PI. Fox Meadows 0,36 Dairies Ct. Parker Area 0.14 Mathews St. Parker Area 046 Parker St. Parker Area 0.68 Person Ct. Parker Area 0.11 Peterson PI. Parker Area 0.04 Smith PI Parker Area 046 Whedbee St Parker Area 0,11 Azalea Ct. Stadium Hie hts 027 Azalea Dr. Stadium Knights 1.54 Holly St. Stadium Hie hts 0 Larch St, Stadium Hie hts 1.02 Palm Dr. Stadium Hie hts 0.59 Rams Ln. Stadium Hie hts 1 Real Ct. Stadium Heights 026 Sumac S1. Stadium Hie hts 1.14 Pecan St Stadium Hearts 2 Blue Mesa AVa.Wwdwest 0.05 Cha anal Dr. Wootlwest 1 Cimarron Ct. Wootlwest 0.38 Fai Ia Ct. Wootlwest 0.21 Gunnison OL Woodwest 0.21 Longhorn Cl. Wootlwest 0.05 Placer St. Wootlwest 0.43 Powderhom Dr. Wootlwest 042 Rocky Mountain Wy Wootlwest 0.18 Silverthom Dr. Wootlwest 0.11 Tumbleweed Ln. Wootlwest 0.28 Wa anwheel Dr. Wootlwest Winchester Dr. Woatlwesl 7 Worthington Av. Wootlwest 2 yellow Pine Ct. Wootlwest 0.36 Bmdon Rd. The Overtook at Woodridge 0 Green ate Dr. The Overtook at Woodridge 1 Lookout Ln. The Overlock at Wootlrtl a 0.13 Mesaview CI The Ovedook at Woodridge 0.1 Mesaview Ln. The Overtook at Woodridge 021 Trailview Ln. The Overtook at Wootlrtl e 0 CliRsitle Ct. The Overtook at Woodridge 0 Crestview Ct The Overlook at Wooded a 0.21 Glenview Cl. The Overtook at Woodridge 0 04 MeadOwview Ct. The Ovedook at Woodridge 0.31 Overtook Dr. The Overtook at Wootlrtl a 03 Praireview Cl The Overtook at Wootlrtl a 0.04 Silverview Ct. The Overtook at Woodridge 1 Silva ate Dr. The Overlook at Woodridge 0.34 Viewpoint Ct. The Overlook at Woodridge 0.32 Vista Or. The Overtook a1 Woodridge 1 0.6 West aim Ct, The Overtook at Woodridge 0,14 Total: 104.27 Pre -Bid Meeting Agenda City of Fort Collins Concrete Maintenance Protect - Bid No. 6046 Tuesday, April 20, 2007 1 0:00 a.m. 2 15 North Mason Street, Km. I B City of Fort Collins I. INTRODUCTIONS • Rick Richter - Project Manager 22 1 -6798 ■ Erika Keeton - Project Engmeer 22 1 -6605 • Doug Groves - Construction Inspector 222-0596 ■ Brenda Van Dyke - Engineering Traffic Technician 222-1 001 • John Stephen - Purchasmg 221 -6777 if. PARTICIPANT INTRODUCTIONS III. BID OPENING ■ Monday, April 2, 2007, 3:00 p.m. (our clock) ■ Purchasing — 2 15 North Mason Street, 2nd Floor IV, PROJECT DESCRIPTION — See Section 02500, Quantity Estimate • Curb, gutter, sidewalk, ramp, crosspan, apron, drive approach, concrete pavement, temporary patching, and related traffic control in advance of overlay $ sealcoat project • Repairs are marked in field for your review V. SCHEDULE - See Revision of Section 106, Prosecution and Progress • Schedule Submitted with Bid — Number of Days per Area • Project Length: 120 consecutive working days VI. GENERAL CONDITIONS AND GENERAL REQUIREMENTS • Liquidated Damages $ 1 000.00 per day or, additional contractor • Year Contract - renewable for 4 additional years in one year mcrements • Warranty - 2 years after the date of Notice of Substantial Completion Construction hours - 7:00 a.m. to 6:00 p.m., Monday through Friday VII. TRAFFIC CONTROL • TCS must have cellular phone with voice mail ■ TCS must meet minimum cluahfications of I year experience as a TCS • Traffic Control * Parking Restriction Plans submittal required ■ Traffic control plan review fees — incidental to the work • Work on arterials 1s permitted from 8:30 a.m. to 3:30 p.m. only • No Parking signs must have ALL information (except dates) printed on sign ■ Pay per unit per day (max. number of a unit at one time durmg day) • Placement of "NO PARKING" signs requires 24 hours prior to commencement of work 21. What are the limits of your public liability? DETAIL C) roc er. �l What company? 22. What are your company's bonding limitations? 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 u.s, this Z day of 74rt 2001. j Name of Bidder By: /' l py—C� Title: State ti of County of being is of (name of organization) the answers to the foregoing questions are true and correct. duly sworn deposes and says that he and that and all statements therein contained Subscribed and sworn to before me this day of 4V, e�&k 20(-;7. No ry Public My commission expires R/2 41 C i C PRY P� KARTS DONAHUE .' >� rn� Vim' 7/96 Section 00420 Page 3 SECTION 00300 BID FORM PROJECT:6046 Concrete Maintenance Project Place Date 1. In compliance with your Invitation to Bid dated liz 07, and subject to all conditions thereof, the undersigned a (Corporation, �,Imit q -I p P rt ) 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 ��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 spy cified performance and payment bonds is as follows: (2s'n VNA-v-C �44C V 5 0.L'd Ccl 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 BID SCHEDULE (base bid) City of Fort Collins Concrete Street Maintenance Project Bid No. 6046 Item No. Description - Anil Coatraet and cost et Cost Unit Price Total . 202,01 Sawcuttin 4" L.F. 100 $3.11 $31100 202.02 SawcaMng- Additional Inch Depth LF/IN. 100 $1,03 $103.00 203.01 General Excavation CY 200 $45.00 $9 000.00 203,02 Borrow TON 50 $20.73 $1,036.50 212.01 Sod SF Soo $2.36 $1,190.00 21202 Landsca a/Ini ationLabor FIR 50 $27,01 $1,350,50 304.01 Aggregate Base Course TON 1800 $26.44 $47,592 00 403.01 Temporary Patching TON 400 $153.00 $61,200.00 604.01 Type R Inlet - Remove & Replace 4' O nin EA 1 $3,110.13 $3 1 10.13 604.02 Type R Inlet - Reconstruct Deck 4' O enin EA 7 $1,091 m $7 637 00 604,03 Type R Inlet - Reconstruct Deck Additional Foot Opening LF 5 $165.47 $82T35 60404 Catch Basin Inlet - Remove & Replace EA 1 $979.30 $97930 604,05 Catch Basin Inlet - Reconstruct Deck EA 10 $331,72 $3,317 20 604.06 Catch Basin - Reconstruct Deck Additional Foot Opening LF 1 $1 19 90 $1 19.90 00407 Modified Type 13 Curb Inlet- Remove & Replace EA I $t,710.58 $1,710.58 004.08 Modified Type 13 Curb Inlet - Reconstruct Deck EA 5 $38662 $1,933. t0 604.09 Modified Type 13 Curb Inlet - Materials Only EA 1 $707.04 $707 04 604. 10 Concrete Sidewalk Culvert - Remove & Replace EA 1 $1,244.06 $1,244,06 604,11 Metal Sidewalk Culvert 5/8" Plate - Remove & Replace EA 1 $1,555.07 $1,555.07 604.12 Additional Square Foot of 518" Plate SF 5 $145,14 $725.70 60&01 Remove Concrete SF 250 $1,55 $387.50 608,02 Remove and Haul Fillets EA 12 $51,84 $622 08 608.03 Aron 8" - Remove & Replace SF 6000 $6 79 S40,740.00 608,04 Cross an - 8" Remove & Replace SF 6075 $6,60 $40,095.00 608,05 Driveover Curb, Gutter & 6" Sidewalk - Remove & Replace LF 7600 $36 80 $'279,680 00 60806 Driveover Curb & Gutter - No Sidewalk - Remove & Replace LF 1325 $21 77 $28,845.25 60&07 Vertical Curb, Gutter & 6" Sidewalk - Remove & Replace LF 200 $42 25 $9,45000 608,08 Vertical Curb & Gutter - No Sidewalk - Remove & Re lace LF 3350 $25.45 $85,25750 608,09 Vertical Outfall Curb & Gutter - Remove & Replace LF 50 S22.87 $1,143,50 608.10 Banner Curb 12" - Remove & Replace LF 25 $18,15 $453.75 608,11 Hollywood Curb, Gutter & 6" Sidewalk - Remove & Replace LF 2000 $34.20 $68,400.00 608.12 Hollyxood Curb & Gutter - No Sidewalk - Remove & Replace LF 175 $21,79 $3,81325 608. 13 Hi back Curb & Gutter - No Sidewalk - Remove & Replace LF 3200 $33 25 $106,400.00 608.14 Pedestrian Access Ram - Remove & Replace SF 7250 $7 30 $52,925 00 608,15 Pedestrian Access Ram - Hi hback- Remove & Replace SF 3250 $9.30 $30,225.00 608.16 Truncated Dome Panel SF 975 $39,26 %38,178.50 608.17 Flatwork 4" - Remove & Replace SF 500 $4.981 $2,490.00 608.18 Flatwork 6" - Remove & Replace SF 1 16000 1 $5 70 $91,200 00 BID SCHEDULE (base bid) City of Fort Collins Concrete Bid No. 6046 Concrete Maintenance Project Item No. Description. ;Unit Conhict Quantity CoptrartCoat, - Unit Price : Total 608,19 Re lace Flatwork -I"Additional Depth SF 2550 $0.65 $1,657.50 608,20 Colored Concrete 4" San Diego Buff- Up Charge SF 500 $0.79 $395.00 608.21 4" Valle Pan 6") - Remove & Replace SF 250 $10.51 $2,627.50 608.22 Concrete Pavement 8" - Remove & Replace SF 1200 $7.50 $9,00000 608,23 Alley Approach 8" - Remove & Replace SF 1850 $7 39 $13,671 50 60824 Expansion & Caulking LF 1200 $4,15 $4 980 00 608.25 S lashblock 4" SF 500 $6.09 $3,045.00 608.26 Exposed Aggregate 4" - Up Charge SF 200 $1.05 $210.00 608.27 Reset Flagstone SF 1500 $3.90 $5.850 00 62301 Irrigation Sleevin g 3" PVC - Complete In Place LF 86 $3,51 $301 86 630,01 "No Parking" Sign With Stand Per Day Per Each 2200 $1.79 $3,938.00 63002 Vertical Panel Without Light Per Day Per Each 4900 $0 61 $2,989 00 630.03 Channelizing Drum Without Light Per Day Per Each 2500 $0.75 $1875.00 630,04 Type I / II Barricade Without Light Per Day Per Each 27500 $0,61 $16,775,00 630.05 Type III Barricade Without Light Per Day Per Each 900 $3.58 $3 222,00 630,06 Size A Sign With Stand Per Day Per Each 3500. $1.29 $4 515.00 630.07 Size B Sign With Stand Per Day Per Each 1350 $1 49 $2,01 ISO 630.08 Size A Specialty Si - Cost of Manufacturing Each 5 $57 20 $286.00 630.09 Size B Specialty Sign - Cost of Manufacturing Each 5 $67,60 $338 00 630.10 Cone With Reflective Strip Per Day Per Each 8500 $0.61 $5,185.00 630,11 Safety Fence Per Day Per Roll 5 $3.12 $15,60 630,12 Light Per Day Per Each 50 $0,30 $15 00 630.13 Advance Warning Flashing or Sequencing Arrow Panel Per Day Per Each 15 $62 40 $936.00 630.14 Variable Message Board Per Day Per Each 5 $130.00 $650.00 630.15 Traffice Control Supervisor Per Dai 100 $306,80 $30,680,00 630.16 Traffic Control Supervisor Per Hour 400 $29.64 $11,856.00 630.17 Flagging Per Hour 2650 $19,24 $50,986,00 TOTAL COST $1,203;057.22 One Million Two Hundred Three Thousand Fifty Seven Dollars and Twenty Two Cents Signed Address 1313 Blue Spruce Dr_ Ft. Collins, CO.80524 Company Vogel Concrete Inc. Phone/Fax Phone 970-484-3880 Fax 970-407-9484 Check One, Individual Doing Business in Company Name Corporation Partnership 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. RESPECTFULLY SUBMITTE SigQ Title License Number (If Applicable) Date (Seal - if Bid is by corporation) Address 0.30 Telephone 7/96 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 Contractors Bonding and Insurance Company KNOW ALL MEN BY THESE PRESENTS, that we Vogel Concrete, Inc. as Principal, hereinafter called the Principal, and Contractors Bonding and Insurance Company a corporation duly organized under the laws of the State of Washington as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Collins as Obligee, hereinafter called the Obligee, in the sum of five percent of amount bid 15%) 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 #6046 2007 Concrete Maintenance project - 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 or 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 specified in said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 2ntl day of April, 2007. 0� 9, 4L,- (witness) ss) Vogel Concrete, Inc. By: G� Contractors Bonding and Insurance,Carfy ', 0 li -3 Bid Bond Conforms to AIA Document A-310 (1970) r r _ IJ READ CAREFULLY- to be used only with the bond specified herein 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: 2. Permanent main office address: U-+- Y-V--c e r 1-v, `-cvo lltS� 3. when organized: I I M -!�' 4. If a corporation, where incorporated: �o 5. How many years have you been engaged in the contracting business under your present firm or trade name? Z cA 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) U.nAm C Po t � . 7 9G(, C oo f - Yc,,- 6 7 7. General character of Work performed by your company: 8. Have you ever failed to complete any Work awarded to you?_()_ If so, where and why? 9. Have your ever defaulted on a contract? I If so, where and why? 10. Are you debarred by any government agency? fy� If yes list agency name. 7/96 Section 00420 Page 1