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