Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RESPONSE - BID - 5663 DOWNTOWN STREET PHASE
SECTION 00300 BID FORM PROJECT: DOWNTOWN STREETSCAPES PHASE III; BID NO. 5663 Place Date 1. In compliance with your Invitation to Bid dated and subject to all conditions thereof, the unders gned CS Company, , Partnership, (Colm b s Joint Venture, ororeProrieto )** authorized business in the State of Colorado hereby proposed 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 in the sum of Cf/' Al-w J�, A�22.t 2 C M y 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 specified performaance and payment bonds is as follows: /7/ I � 1-2 , n, .1�/ , _ Z, i 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 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: j�tNM� / �j0/ /GS 2. Permanent main office address: 1�f 5�Z �i°c�c5 bic PIIJJ t° /c 3. When organized: ZG%q 5 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 a7ppro/priate anticipated dattes of completion.) L D ct PlGnr L-c Haft,..-i Z`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?_ A— e.) If so, where and why? 10. Are you debarred by any government agency? If yes list agency name. 7/96 Section 00420 Page 1 11 12 13 List the more important projects recently completed by your company, stating the approximate cost of each, and the month and year completed, location List your major equipment available for this contract. Experience in construction Work similar in importance to this project: ( � � L / //>_ — L-�/ < a 20 i, It,-,r 14. Background and experience of the principal members of your organization, including officers: 4An, '2 15. Credit available: $ 16. Bank reference: l 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?P&nft If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? If yes, what percent of total contract? and to whom? j%/ CC e, d(, 4C s Y—��%" S 20. Are any lawsuits pending against you or your firm at this time? yes, if ,.,. DETAIL In Eli v 7/96 Section 0042,0 Page 2 21. What are the 1'1 s 0 your public liability? DETAIL What compan � 3 I Z, < / ? � ^ ` P 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 this C9 6'- day of v 20o_? es /A ,. I id& n 1, LIN Title: State of C��16r ct ( County of 'yam p `v of � (name of orc� nization) the answers to the foregoing ques true and correct. duly sworn deposes and says that he is lS� Y41199' that ons and all statements therein contained are S bscribed and sworn to before me this o D 'Itk, day of N, 20 ©a . Notary Public )�Rg9 66cwjj,ij L A Yb(A lt/ Co �-O r5J' My commission expires 4-1 — i-O 0 7/96 DOUG BIGGE Section 00420 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors •- performing over 15% of the contract. ITEM SUBCONTRACTOR -- v 7/96 Section 00430 Page 1 SECTION 00410 BID BOND XNOW ALL MEN BY THESE PRESENTS: that we, the undersigned PHIL WOLF DBA STORMY PEAKS CONSTRUCTIOIis Principal, and OLD REPUBLIC SURETY COMPANY as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of 5 309,175.58 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 Conatruction Agreement for the construction of Fort Collins Project, DOWNTOWN STREETSCAPES PHASE III; BID NO. 5663. 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 Sid) 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. 7/96 Section.00410 Page 1 9d Wd00:£0 I00Z SZ 'per LLD6 867 0L6 'ON XbA NOIion6is o s>fd3d Awwis : WOad IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hand! and seals this 28TH day of , 202L, and such of them as arc corporations have caused their seals to be hereto affixed and th*3* presents to be signed by their proper officers, the day and year first set fort] above. PRIMMP" Name: STORMY PEAKS CONSTRUCTION OLD REPUBLIC SURETY COMPANY Address: 246 qTngmy ppAT(,q ng MTTT.TATTVPP T.TT -BELLVUE, CO 80512 By: *T H BENVE P14IL WOLF 'TATTO E Title: OWNER 71rleW ATTEST - (SEAL) (SEAL) 1. 2d'-Wji6iiiii-00-2 86t, 046 : *ON XU A NOuonaiSNOD SAUBd AWaOJS : WOHA No Text Stomy Pins coast• 246 Stormy Pucks Dr &Uvaa, CO 80512 ADDRESS: �i 8. BID SCHEDULE (Base Bid) _ Please use the attached bid schedule when submitting your bid. M 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/I11' total Agreement Price. Signature Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: Address Telephone 7/96 /--d 6-6 a - Section 00300 Page 2 Downtown Strestssaping - Phase III Bid Schedule (A, B, C, & D) - Sea Attached Quantity Sheet for Each Location Item Description Quantity Unit Unit Cost ({) Item Cost (S) Number Strestsca In Improvements tree protection 1 18 EA 2 remove and dispose of curb & utter, antl ramps 782 SF s 159.83 $ 1,839.e1 3 remove and dispose of concrete sidewalk 3245 SF s e.7e a s,zm.s2 4 remove and dispose of sidewalk payers, settin bed 8 4' thick conc.slab 9945 SF s 1rs a a,oa5.70 5 remove, store and reset tree rates and tree rate frames 18 FA s tea s 1e,�a7.7o remove an pose con street approx. " p asp a ove ay s sa.m $ 9,725.m 6 (depth varies) 7 remove, store, &reset benches 10895 SF s z.w $ az,ma.ls 8 remove, store, resettrash containers i2 FA s 179.m s 2me.m 9 protect existing water fountain pipe 3 1 FA 1 s 375.m $ 10 protect exis8 fire h ram 2 a Isom a 1m.m 11 protect existing signs 8 FJt U s 175.m s sm.m 12 protect existing tatfic si nayll ht s 1m.m $ 1sm.m 13 protect exists electrical vauH 4 1 E EA s 1m.m $ W.m 14 remove, store,and reset bike rack (location to be designated by City) 12 FA s 1m.m s 1m.m 15 remove and dispose of a ate wall (8 sections 72 LF s 175.1 s z,tm.o0 16 remove concrete from C' D buikti recesses (3) 140 SF $ z2.m $ t,ezo.m 17 remove and store newspa r boxes 1 s 9.m $ 1,sss.m 18 sawcuai some as haH, & ap rox. 8- concrete) 375 FA LF $ 1 om m $ 1 am m 19 sawcettin 4" concrete 405 LF $ 5.00 $ 1,975.m 20 removal and disposal of excess su ade matertal t LS s s.m s 1,rs.m 21 su rade anon (for concrete a,ament and cross pan 9685 SF s 7,7m.m $ 7,7m.m 22 asphaH patching —16 s 5..1 a 3,970.85 23 concrete paving (8") (48 hr mix) 1465 TON SF $zm.m a 4,9m.m 24 concrete avin 10 (48 hr mix) 8480 SF s 4,75 $ 8,9m.75 25 grates for 24"sidewe& drain inlets (set tograde) 13 E s 5.zs f M,MQ 26 install la -wide, 6" vertical curb and gutter 292 LF s 98a.m a 12,519.m 27 install 6" verticel curb and 1 utter (s it in01 transitions) 6' vertical curb and utter (cetch) 115 LF $1z" $ 2s.09 s aezzu s z,77o.a5 28 'install 60 LF 29 insall 4' Witte concrete pan 95 $ 15.0o s mo.m 30 install intertodci brick aver bands 1884 LF SF s zo.w $ +,979.m 31 install interlockin concrete avers 2407 SF s sm s 11,71a.se 32 install colored concrete sidewalk (6 Davis No. 5237 7 770 SF a Teo s n.om.7o 33 install ay concrete sidewalk (6*)1089 SF s a.2z a zz,M5x5 34 install concrete 6') within CD bulkii recesses 3) 140 SF s 9., s 10.01.zs 35 6" and 18" concrete bandit a 36 concrete letters sandblasting (street names into new concrete) 693 6 SF FA a 1s.'ttl s 11,57s.10 37 remove and re ace storm tlaina a catch basins (set to rade 7 FA a sn.5o $ z.M.W 38 mobilization s z,5m.m $ 17,no.m 39 taHic control i LS s 15.1zsm a 15,125.m r 1 LS s z1,a7o.m s z1,e70.m e«"ea �Le—e Vl.,.)AJY„�,/IiA1P INi9i k'i^ �7y /�Pf Q__ oa9.,. s ms.ns.m Downtown Streetscaping - Phase III Bid Schedule (A, B, C, & D) - See Attached Quantity Sheet for Each Location Item Description Quantity Unit Unit Cost (S) hem Cost (S) Number Streatscaping Improvements 1 tree protection 18 EA 2 remove and dispose of curb & gutter, and rams 782 SF 3 remove and dispose of concrete sidewalk 3245 SF 4 remove and dispose of sidewalk pavers, setting bed & 4" IN conc.slab 9945 SF 5 remove, store and reset tree grates and tree grate frames 18 EA remove and dispose concrete street (approx. 8" depth) & asphalt overlay 6 (depth varies 10895 SF 7 remove, store, & reset benches 12 EA 8 remove, store, & reset trash containers 3 EA 9protect existing water fountain 2ipe 1 EA 10protect existing fire hydrant 2 EA 11protect existing signs 8 EA 12 rotect existin traffic si nal/li ht 4 EA 13 rotect existin electrical vault 1 EA 14 i remove, store,and reset bike rack location to be b City) 12 EA 15 designated remove and dis ose of a re ate wall 8 sections 72 LF 16 remove concrete from Ci Dru buildingrecesses 3 140 SF 17 re remove and stonewspaper boxes 1 EA 18 sawcuttin some asphalt, & approx. 8" concrete 375 LF 19 sawcuttin 4" concrete)405 LF 20 removal and disposal of excess su rade material 1 LS 21 a just water valves 8 EA 22 ad'ust manhole 4 EA 23 subgrade preparation for concrete pavement and cross an 9685 SF 24 as halt patching- 16 TON 25 concrete paving (8")48 hr mix 1465 SF 26 concrete paving (10")48 hr mix 8480 SF 27 rates for 24"sidewalk drain inlets set to rade 13 EA 28 install 18" wide, 6" vertical curb and utter 292 LF 29 install 6" vertical curb and utters ill includes transitions 115 LF 30 install 6" vertical curb and utter catch 60 LF 31 install 4' wide concrete Dan 95 LF 32 install interlocking brick paver bands 1884 1884 SF 33 install interlocking concrete pavers SF 34 install colored concrete sidewalk 6" Davis No. 5237 7070 SF 35 install ra concrete sidewalk B" 1069 SF 36 install gray concrete 6" within Ci Drug building recesses 3 140 SF 37 6" and 18" concrete banding (gray) 693 SF 38 concrete letterin sandblasting street names into new concrete 6 EA 39 2rates for storm drains a catch basins set to rade 7 EA 40 mobilization 1 LS 41 traffic control 1 LS Base Bid Downtown Streetscaping - Phase III (Austins) Mountain and College NW corner Bid Schedule A Item Number Description Streetscaping improvements Quantity Unit 1 2 tree rotection remove and dis ose of curb & cutter. and rams 6 256 EA SF 3 remove and dis ose of concrete sidewalk 1142 SF 4 remove and dis ose of sidewalk pavers, selling bed & 4" thick conc.slab 3087 SF 5 remove, store and reset tree grates and tree rate frames 6 EA remove and dispose of concrete street (approx. 8" depth) & asphalt 6 overla de th varies 450 SF 7 rotect existin fire h rant 1 1 EA EA 8 rotect exisfin traffic si milli ht 9 rotect exis0 electrical vault 1 EA 10 11 rotect wdstin si ns remove, store,and reset bike rack flocation to be deal nated b Ci 3 5 EA EA 12 remove and dis ose of mrigragate wall a sections 25 LF 13 remove, store, & reset trash containers 1 EA 14 Sawcuttin some as halt. & annmy. 8" inrincretal 125 LF 15 ad'ust water valves 3 �' 16 ad'ust manhole 1 EA 17 as halt atchin 3.5 TON 18 concrete avin 8" 48 hr mix 450 SF EA 19 rates for 24" sidewalk drain Inlets set to grade)4 20 install 18" wide, 6" vertical curb and utter 98 LF 21 install interlockln bdck aver bands 655 SF 22 install intedockin concrete avers 855 SF 23 install colored concrete sidewalk 6" Davis No. 5237 2162 SF 24 install ra concrete sidewalk 6" 488 SF 25 6" and 18" concrete banding ra 251 SF 26 concrete lettedn sandblasfin street names into new concrete 2 EA 27 rates for storm drains a catch basins set tograde) 3 EA 28 remove, store, &reset benches 4 EA 29 mobilizabon 0.25 0.25 LS LS 30 traffic control Downtown Streetscaping - phase III (City Drug) Mountain and College SW corner Bid Schedule B Downtown Streetecaping - Phase III (Bank) Mountain and College BE corner Bid Schedule C Downtown Streetscaping - Phase III (Mountain Improvements) Bid Schedule D Item Number Description rovements Streetmaism—casivxof Quantity Unit 1 remocurb and utter 155 LF 2 remobrick avers 900 SF 3 remoconcrete pavement 8 8830 SF 4 remoce existing brick avers 0 SF 5 remoosal of excess sub rade material 1 LS 6 subgrade preparation for concrete pavement and cross an 9685 SF 7 install 6" vertical curb and utters III includes transitions 115 LF 8 install 6" vertical curb and gutter catch 40 LF 9 install 4wide concrete pan 95 LF 10 install colored concrete 8"thick 825 SF 11 install concrete pavement 10- thick 48 hr mix 8480 SF 12 install 18" wide, 6" vertical curb and gutter 20 LF 13 mobilization 0.25 LS 14 traffic control 0.25 LS SECTION 00400 SUPPLEMENTS TO BID FORMS 00410Bid Bond 00420 Statement of Bidder's Qualifications 00430 Schedule of Subcontractors