Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5696 SOUTH SHIELDS STREET IMPROVEMENTS (2)SECTION 00300 BID FORM PROJECT: SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Bid No. 5696 Place 215 N. Mason Street Date April 16, 2002 1. In compliance with your Invitation to Bid dated _March 25 2002 and subject to all conditions thereof, the undersigned Lafarge West. Inc 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 5% Greatest Amount Bid ($ ) 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 performance and payment bonds is as follows: _ Safeco IncuraDQe Company ..f A....,..s_ Saf9QQ PJAZa, S.ae ttla.._WA 98185 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. 1 through 1 7/96 Section 00300 Page 1 t0 SECTION 00410 KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Lafarge West, Inc. as Principal, and SAFECO Insurance Company of America--' as Surety, are hereby held and firmly bound unto the City of Fort Co],lins, Colorado, as OWNECi in the sum of $ 5% Greatest Amt.Bidfor 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 hcr.eof to enter into a Construction Agreement for the construction Of Fort Collins Project, SOUTH SHIELDS STREET IMPROVEMENT PROJECT; Did No. 5696. 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 wit}i 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 aoc:eptance 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 heroin 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 he authorized to transact business in the State of Colorado and be accepted by the OWNER. 7/96 Section 00410 Page 2 Lafarge West, Inc. CONTRACTOR BY: Steven B. Peterson General Manager/Regional Commercial Paving ADDRESS: 1800 North Taft Hill Road Fort Collins, CO 80521 B. BID SCHEDULE (Base Bid) Please use the attached Bid Schedule when submitting your bid. 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 (25o) of the total Agreement Price. RESPECTFULLY SUBMITTED: Signature Steven B. Peterson Date Genaral Manager/geginn^1 Cnmigercial Paving Title License Number (If Applicable) (Sea t__f .��' is by corpo�Iation) Atte s 1800 North Taft Hill Road Fort Collins, CO 80521 Telephone (970) 407-3600 7/96 Section 00300 Page 2 APR-10-02 WED 04:48 PM CITY/FT COLLINS, PURCHAS FAX NO, 970 2216707 P, 02/05 Project: South Shields Street improvement Project ADDENDUM 41 ;;,';;;usrytlm �..... VnR Unk Cal Ilea CeN 20202 RetrRw GI.M., Mrm, Odry 20203 R,uPae Rat arcae 202.04 Rerrove apane 6--r Wa 202-09 Remove 3la w 202-06 Rmave Cmmlte liphl RAP Emoe(Top 31 W Mad 302.07 RMeovee4Wg1MMT)yeRV 202•M Remove Tr" SIPM(Avg, wl®I=ef Glarllartt 2 09 Remove L. apa Saxem(Cmir of Sluvl aM 3aeC.aWm 6•-r ovoolm) 20901 VM11s005 EMoev&Vw 007Ai Umb"beml (CI% 100.03 Rmw- SuMia we M30031(UMupeRl Chaemta wOrM MW NOW SM Dbooea =vor Ms G .o—lGP) 2n3-06 ltwm«ARC(m3er8)CIP 2030] l'praoi (95,ppM0. atx,Ws. plee)np) 203-03 Seae%lwre 40wi Pethoi" 2 01 eroum cmeet 21041 aa�a MnheR rdCover 210-02 NCp6v Maa1ae 21003 .gait VA1ft 0Ve 7W-01 rpyregrae nape CouNa-(Cl6 a'8)-v upa-fCl% 30e-U3 /gpraiae Ba.e Cans Palm Pacernmt-(G3ri)•i'Dgttn •IG% 20601 Re-.Maavg(ij 301-01 flyvn 3uegrem 3apW,abm lt2161 40301 Mot Wwanous PpVerm6-Cro0h13(o•Depth) OIG 15iq 403 r1Rt lh. Pevame-Greeaa 3G (C Deem) (b"o "''NO AS"t POWPppNn -•G 950-D") PGia228Mdr e030/ aeMWt Pavr PaRvrq-GmRrg SG (T Gapm) PG&NnRaeer 612-01 Pedal Cana, Conamne Pavrnml (10• Deoth) e2Sa1 Mr rater mvmv e08 60,la20'xt.S Cav t2 pP'ReP vna S-uPxll(CV pr Oeaa) R02 5•,axt.sae„12 aF•R�w9nrapeWl(cw per seat!!) 6030, 0 PVC SMPOvle'200IMgalim 31m' CU41 6'Type Rlmee 50'N comoM ll➢e t3 rise! SOa01 Comm 5,d eWh T(Thdnw-81 60302 Combs Rear Remo with Cables tatnhge(Thiehnex-6j 60109 Cmcralc Crx,ppnoro appm lTraePap=10� SM-Ov Ca a Bat Poo Mu,nas a(r) 6*05 Pamren dMAMA Cre &U 606-06 wierly cornea 608-01 FMw Fe 60a01 Ve6eM Cwb aoe Gunn da9L2 Rei9vr Curo am GUMr clan, rarm,q ma ala. on 6t9G2 30A8- Tapyp 3eeee(PC spec) 51a03 a-Ye�Veheme Ce .eaen 619 a'GlPvah Pay Wrap 619-0S merle 1TVvue Mmhtle overGd N' x. 61906 IrX9mim 9lwia' (aa�-CUY IX iwtCapae Spec SubWW South ShWdS WM Quanl%a5: �r iiyar�rll' �L i�iifJf(i :i71i(d �IiL�L' 111 =' ' YZZI • 11 •1.1 11 ) 1�IL• 'I(iTS 1 1 • 1 1 11: rwlil rlTtn.�a t is 4594.98-4594.98 L28.1 4f r: .il Illlil��l[4i C'Im TON ,' :1 TON F.�ITI r /. /1 2,m TON 50.35 1 150.50 MOO TON ;SS TON 86-02 12on1_nn no sv 53.71 13964".0 wo LY 4.89 3912.00 eM1 32.88 sv 1 8 P 100 eF 13-73 1373-nn , 30�.1�0 u _3066.1Q 9.000 SF 2.63 n M - 7774. pp I.w 9F 18 sea u S gZ 5373.00 SP 2 6 657.5 3.000 SF 75 CY 1m CY ■AS it•L1:R111 x� i �:viwlu :6 r r L•L•LiLit •L•L,1Li: f[ [I Td.1�IT1 L•ilI • �1• 1• 1• $ 653,636.46 APR-10-02 WED 04:48 PM CITY/FT COLLINS, PURCHAS FAX NO. 970 2216707 P. 03/05 202.10 waannaMpna5cA+4oava=ay 12.000.0 sY 3 04 36480.00 20.11 Remove Glue . Gun a Oma vMn wmSreve 1.0 LS 24f1R-4R =-12 Naneve Vaneel C,bi Gu 06 LF 20. 15 Pumen CMNvna, AOM, DeN*." 610 6F =2.14 waMH Roll Ova ♦`.111a aea Guaa 60 IS 2WAS wemeve Apart ft a t('w Ti*) Zm SY 2ce-10 Pe .Swew Me SF RI)2.17 c'e eng, rSpV.let 4 L Z4 3PY14 jr .enm OLlveno I m cY O 205-11 Bnnad ( to CY 4.00 Bemmr ABC( N312 tl6as)GP t:b Tdl zI" Aamtwa m eq-cuvo 19 a 446.8�`P7t�' 4468.70 21M5 M,.V.Wg. t NA 71= 50443 AMpeowB,veOmwa-(CI 0 a 6)-r D"e,-(G% 2z5 Tow 14-61 '12R7-25 +oaas VPG76,W «,ono ton 50.24 i5D724-DO 4*06 Flat anan,w,vrvm,m. Grating GG (o Devm) (PG"22) 2/6 Tow S6 1 -72 �.Z ;0 4OM? AtvnW,Nnavawninv-On6M5G PGa4S2Binh TON 0*05 ca,,.,a,6„a,.N,cmlas,c,•6y Lm aF 2.63 66�1114rrr.75 6 cenaw Aem BampawM DaurH l.vnSnyp (Thkniv®•6y SW sFTgo 6Sn•010 230 $F 1342-9 owl Canvrew 6laewea (YarouaWbnal•lTniaaesa.4"t 1,600 N wew VmeealCaO om Guuar 62a LF 11.64 727r.00 60Y-S4 Ra10va Can vna DWNr 1a0 V .�,4TL—�QTTTSIS4aTSL,n1 suetowPavornant282,136.87 W�caWna.Quandaess mloazMIWZ legvovn to �5 svrvdOar LMel�n no Lx 2PW 2 BunllT- G0gr B66 S6 'LA _35.8.._QS 25 1 ue"&-rrlSamlm •:r oevey•IBOOI•(ev) ]4 OY — 16.05 29W-03 TvA 9e4 2,700 6F _1 �O SSglaa Sa1PraP SOPbeoma^I t.m0 Sy � 1.()1 0 Subtotal LandaaaWnB Quantities 6 30,502.70 1dLioeuBBeouB QuenwtleB: 12777.61 12777.61 Ceenaet ewe 7071.49 707_1.49 63601 GamWa60n SuaaPnq 29091L. 1,10 7p(\p/, /, (1 62601 Mvnni>atlan _ 29�y091,7(��-.•�'an 65ao+ Typo m n,rncFvea_75713a. 711 c5oa2 ndnc fare« 0 axa5 NpNlTimp rmmc caava Subtotal Misc. Quantities: $ 143,325.49 TOTAL CONSTRUCTION COST a f 1,109,601.52 IN WORDS:_._ One Million One Hundred -nine Thousand, Six Hundred -one and 52/00 Dollars ....._.--.�-._..........._...,.__._-�_--.....�.._.�._.-._._,—_..___... A v� i SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 10% of the contract. ' ITEM SUBCONTRACTOR r Remove/Rotomill Asphalt Don Kehn 1 Earthwork, removals, waterline Gerrard Excavating 111 Concrete C, G & S Landscape A&M Landscaping Traffic Control Quality Traffic Surveying Northern Engineering Flvash Son Haul Asphalt Crosswalk Decorative Paving 7/96 Section 00430 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: Lafarge West, Inc. 2. Permanent main office address: 1800 North Taft Hill Road, Fort Collins, CO 80521 3. When organized: 1989 4. If a corporation, where incorporated: Delaware 5. How many years have you been engaged in the contracting business under your present firm or trade name? z 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) 7. General character of Work performed by your company: 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? NO 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. 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. I25 Owl Canyon $1,266.329.00 Coloradn Timberline Road Improvements $899 733.00 Fort Collins Anheuser Busch $743 053.00 Fort Collins 12. List your major equipment available for this contract. What ever is needed to complete the project 13. Experience in construction Work similar in importance to this project: City of Fort Collins Maintenance P ogram Drake & TimberlinRoad Imp roveme s Harmony & Timberline Road/Harmony Half Acres 14. Background and experience of the principal members of your organization, including officers: 15 Credit available: $ Unlimited 16. Bank reference: Wells Fargo Bank 633 17th Street Denver CO 80270 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? Yes If yes, in what city, county and state? Fort Collins Larmier CO What class, license and numbers? General Contractor 00239 19. Do you anticipate subcontracting Work under this Contract? YES If yes, what percent of total contract? i and to whom? Seo 20. Are any lawsuits pending against you or your firm at this time? NO If yes, DETAIL 7/96 Section 00420 Page 2 21. What are the limits of your public liability? DETAIL What company 22. What are your company's bonding limitations? $80,532,000.00 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 t DO A. M , this /6' day of A4261J200� Latarge West, Inc. Name of &idde& r By: A.. Steven B. Peterson Title :General Manager/Regional Commercial Paving State of Colorado County of Larimer Steven B. Peterson being duly sworn deposes and says that he is General Manager of Lafarge West, Inc. and that (name of organization) the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this 1(0— day of , 2 0OZ . r\ Notary Public My commission expires 7/96 r' ROTARY .*. PUBLIC:.' Section 00420 Page 3 APR-10-02 WED 04:48 I'M CITY/FT COLLINS, PURCHAS FAX NO, 970 2216707 P. 01/05 Administrative Services Purchasing Division CITY OF FORT COLLINS ADDENDUM No.1 BID #5696 SOUTH SHIELDS STREET IMPROVEMENTS SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5696 South Shields Street Improvements OPENING DATE- April 16, 2002, 3:00p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. Bid item clarifications: The highlighted items are the changes that have been made. 210-04 Adjust Manhole Ring/Cover 10 EA 304-03 Aggregate Base Course - (CI 5 or 6) - 6' Depth - (CIP) 225 TON 403.07 Asphalt Hand Patching - Grading SG PG 64-22 Binder 55 TON 608-08 Concrete Sidewalk T (Thickness a 6-) 2325 SF 608-10 Concrete Crosapan and Aprons (Thickness - 8") 250 SF 608-11 Concrete Sidewalk (\1260usWidths)- (Thickness =4") 1000 SF 2810-02 Sprinkler Line Install 30o LF NOTE: Attached Is a new Bid Schedule that reflects the above changes. Pkase disregard the Previous Bid Schedule and use the attached in jes place. II. Item Description Clarification: • R011-Over Curb and Gutter- This item includes curb and gutter and sidewalk that has been monolithically poured • $30-03 Night Time Treble Control - This item will cover the weekend closures that will be necessary to mill and overlay the Prospect and Shields Intersection and will be paid for as a lump sum price. • Landscaping Maintenance - This Item (as defined in the specifications) has a warranty period of 2 years. During the 2 year warranty, the landscaper will be required to mow and keep the parkway clean until final acceptance. Orange 4' Safety fence with T-Posts (Approx $00 feet) shall be installed along the staging area during construction. If you have any questions please contact John Stephen, CPPB, Senior Buyer, at 970-221-6777, RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Page-1- 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221.6775 • FAX (970) 221-6707