HomeMy WebLinkAboutRESPONSE - BID - 5717 CONCRETE PROJECT PHASE I ANNUALSECTION 00300
BID FORM
PROJECT: CONCRETE PROJECT - PHASE I; BID NO. 5717
Place 0 /A S
Date 7/aRla.,Z
1. In compliance with your Invitation to Bid dated
and subject to all conditions thereof, the unders gned
a **(Corporation, Limited Liability
Com any, 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 ( ($
) 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: S�iri/on2a' ,GtS���gn/�v.
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. O
through
7/96 Section 00300 Page 1
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
7/96 Section 00430 Page 1
KD BOND
`VOW ALL MEN BY THESE PRESENTS: that we, the undersigned Vogel Concrete, Inc.
Fort Collins, Colorado as Principal, and Inland Insurance Company
as Surec?, are hereby held and firmly bound unto the City of Fort Collins,
Colorado, as Owner, in the penal sum of Five Percent of Bid for the payment -
of which, well and tr�'_y to be made, we hereby jointly and severally bind
ourselves, successors, ana assigns.
THE CC.:+U:::OLN or this o0__sation is suc^ that whereas the Pr:.^.c_pa'_ has
Su'-m=tted to the City of Fort CoL_in s, Colorado the aczompa-ying oid and
-o herf to enter into a Construction Aarse=ent far the
hereby mace a part � �---.
construction of Cite of Fort Collins Project, Bid No. 5717, Concrete Project -
Phase I, Fort Collins, Colorado
Wlr:_ RikS, the N-ner, as a condition for receiving said bid, r=_cuired the
Principal to deposit with the Cwner a Bid Guaranty equal to five percent (:Z)
of the amount of said bid.
NOW, Tcli.R__ORE,
(a) If said bid shall be rejected; or in the alternate,
(b) If said bid shall be accepted and the Principal shall execute and
deliver a Construction Agreement (properly completed in accordance with
said bid) and shall furnish a Performance and Payment Bond upon the fortis
prescribed by the Owner for the faithful performance of said Agreemer_c;
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 farce
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 unpaired or
affected by any extension of the time within which the Owner may accent such
bid; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto sac their hands
and seals this 2nd day of July , U200; 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.
nR7VCI'AL
Name: Vogel Concrete, Inc. Inland Insurance Company
Address:1313 Blue Spruce Dr"ve, Suite B P. 0. Box 80468
F t Col Cf 0524 Lincoln, NE 68501
Title:
Celeste T. Moore -Helms
ttorney-in-Fact
(SEAL) (SEAL )
NOT Surety Ccmaan'_es executing bonds crust be auL'-Crized to transact
business in the State of Colorado and be acceptable to the Owner.
qup
LOCKTON
LOCKTON COMPANIES
Post Office Box 469000 / Denver, CO 80246.9000
(303) 753.2000 /Fax: (303) 753.2099
INLAND INSURANCE COMPANY
Lincoln, Nebraska
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That the INLAND INSURANCE COMPANY, a corporation of the State of Nebraska having its principal office in the City of Lincoln, Nebraska, pursuant to the
following Bylaw, which was adopted by the Board of Directors of the said Company on July 23, 1981, to wit:
"Article V-Section 6. RESIDENT OFFICERS AND ATTORNEYS -IN -FACT. The President or any Vice President, acting with any Secretary or Assistant Secretary,
shall have the authority to appoint Resident Vice Presidents and Attorneys -In -Fact, with the power and authority to sign, execute, acknowledge and deliver on its behalf, as
Surety: Any and all undertakings of suretyship and to affix thereto the corporate seal of the corporation. The President or any Vice President, acting with any Secretary or
Assistant Secretary, shall also have the authority to remove and revoke the authority of any such appointee at any time."
does hereby make, constitute and appoint
GARRY L. WESSELINK OR KAREN A. FEGGESTAD OR SHELLEY CZAJKOWSKI
OR DEBBIE POPPE OR CELESTE T. MOORE-HELMS OR DEBBIE A. HASLAM
OR WILLIAM M. O'CONNELL, DENVER, COLORADO
its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver for and on its behalf, as Surety:
Any and all undertakings of suretyship
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes,
as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its offices in Lincoln, Nebraska, in their own persons.
The following Resolution was adopted at the Regular Meeting of the Board of Directors of the INLAND INSURANCE COMPANY, held on July 23, 1981:
"RESOLVED, That the signatures of officers of the Company and the seal of the Company may be affixed by facsimile to any Power of Attorney executed in
accordance with Article V-Section 6 of the Company Bylaws: and that any such Power of Attorney beating such facsimile signatures, including the facsimile signature of a
certifying Assistant Secretary and facsimile seal shall be valid and binding upon the Company with respect to any bond, undertaking or contract of suretyship to which it is
attached."
All authority hereby conferred shall remain in full force and effect until terminated by the Company.
IN WITNESS WHEREOF, INLAND INSURANCE COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereunto
affixed this 29 day of JANUARY 2o—Q2_.
Secretary By
State of Nebraska )
) Ss•
County of Lancaster )
INLAND INSURANCE COMPANY
Vice President
On this 29 day of JANUARY 20_02 _, before me personally came Robert L. Privet[, to me known, who being by me duly sworn, did depose
and say that (s)he resides in the County of Seward, State of Nebraska; that (s)he is the Vice President of the INLAND INSURANCE COMPANY, the corporation
described in and which executed the above instrument; that (s)the knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal;
that it was so affixed by order of the Board of Directors of said corporation; that (s)he signed (his) (her) name by like order, and that Bylaw, Article V-Section 6, adopted by
the Board of Directors of said Company, referred to in the preceding instrument, is now in force.
1 j6RER Nova-Stmil of NeAntla
CHERYL A. BROWN
Y7 Clltnn. E*. AM It 2003
My Commission Expires April 12, 2003. Notary Public cA94 Cam(.
1, Jeanne Beno. Assistant Secretary of INLAND INSURANCE COMPANY, do hereby certify0that the above and foregoing is a Sue and correct copy of a Power of
Attorney executed by said INLAND INSURANCE COMPANY, which is still in full face and effect
Signed and sealed at the City of Lincoln, Nebraska this 2nd day of July , 20 02
- ctaroutt
Asshstant Secretary
L
COCO�A0
BY: —
ADDRESS: 15p�vee,
8. BID SCHEDULE (Base Bid)
Please use the attached Bid Schedule.
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 (25%) of the total Agreement Price.
RESPEC ULLY SUBMITTED:
Signy6uye Date.
/i13o '
Title
License Number (If Applicable)
(Seal - if Bid is by corporation)
Attest:
Address
Telephone
7/96 Section 00300 Page 2
00330
BID SCHEDULE
City of Fort Collins 2002 Concrete Project - Phase I
Bid No. 5717
� ni la =
#pe on.
that.
'rt
Contra��lWuiclty
$atbt afsd Coat
Tonal
202.01
Sawcut 4"
L.F.
0
$
$ -
403.50
Temporary Patching
Ton
425
$ , /
$ C
604.10
Reconstruct Inlet Deck - Catch Basin
Each
I
$ &Wn
$
604.11
Reconstruct Inlet Deck - Catch Basin Additional Foot-
L.F.
0
Opening
$ /
20. CO
$ O
604.12
lReconstruct Curb Inlet Deck - 4'Opening
Each
1
$
$
604.13
Reconstruct Curb Inlet Deck - Additional Foot Opening
L.F.
0
$
$
120 fb
6 -
604.14
Type 13 - Curb Inlet with Frame, Grate and Adjustable
Each
1
$
$
Curb Bonnet
600 , 0 0
604.15
Concrete Sidewalk Culvert
Each
0
$ law I 40
$ -
604.16
Metal Sidewalk Culvert - 5/8" Plate
Each
2
$ / , Up
$ Z I 0z -
604.17
Additional Square Foot 5/8" Plate
S.F.
0
$ , Oa
$ - o -
604.18
Catch Basin Inlet -
Each
0
$
$ - 6 -
608.01
Remove and Haul Fillets
Each
0
$
$ _ O
608.02
Aron -Remove and Replace
S.F.
6100
$ 6 ,
$ Z6 0 .O 0
608.03
Cross an - Remove and Replace
S.F.
4800
$ 6
$ $O
608.04
Driveover Curb, Gutter & 4" Sidewalk - Remove and
L.F.
1350
$
$
Replace
5-,2S;
608.05
Driveover Curb, Gutter and 6" Sidewalk - Remove and
Replace
L.F.
750
$ 6
$ �7 �1 S6 2.,
6 ! SD
608.06
Driveover Curb and Gutter - No Sidewalk - Remove and
Replace
L.F.
25
$ 21 Yo
$ Q)
608.07
Driveover
e veeoveer Curb, Gutter & Drive Approach - Remove and
L.F.
20
$ 7
$ •�
J �
�
2o-OZ
608.08
Vertical Curb, Gutter & 4" Sidewalk - Remove and Replace
L.F.
300
$ 39
$ / / 7" M
608.09
Vertical Curb, Gutter & 6" Sidewalk - Remove and Replace
L.F.
150
$
/. Jb
$
� /SO • tTf)
---�
608.1
Vertical Curb and Gutter - No Sidewalk - Remove and
L.F.
2900
$2
$
Replace
73 OV
608.1 I
Vertical Curb, Gutter and Drive Approach - Remove and
L.F.
550
$
$
Replace
•Oa
Z/ 750 - QQ
608.12
Vertical Curb, Gutter and Drive Approach - No Sidewalk -
L.F.
75
$
Remove and Replace
3'0 -(TO
$
2702) , tD
608.13
Vertical Outfall Curb and Gutter - Remove and Replace
L.F.
25
$ z2 • Oa
$ .'§5
608.14
Hollywood Curb, Gutter & 4" Sidewalk - Remove and
Replace
L.F.
2800
$
3/ p
$
S g Z0p -
608.15
Hollywood Curb, Gutter & 6" Sidewalk - Remove and
L.F.
900
$
$
Replace
33. W
7 .�
608.16
Hollywood Curb and Gutter - No Sidewalk - Remove and
Replace
L.F.
35
$ z Or)
$
609.17
Hollywood Curb, Gutter & Drive Approach - Remove and
Replace
L F
475
$
33 , as
$
5 675,
608.18
Highback Curb & Gutter -No Sidewalk- Remove and
Replace
L.F.
0
$ 3Z •
$ D
608.19
Highback Curb, Gutter and Drive Approach - Remove and
L.F.
Replace
0
$ 8
$ 0 _
608.20
Pedestrian Access Ramp, Driveover Curb Remove and
L.F.
Replace
500
$ 1 /
T ,Q'L7
$ 2 Z .06
608.21
Pedestrian Access Ramp - Vertical Curb - Remove and
Replace
L.F.
200
$ i/
40
$
608.22
Pedestrian Access Ramp - Hollywood Curb - Remove and
Replace
L.F.
375
$ ?
J
$ Z O
SOb
608.23
Pedestrian Access Ramp - Highback Curb - Remove and
S.F.
0
$
Re lace
608.24
4" Flatwork - Remove & Replace
S.F.
1050
$
$ ov
TOMPAGE 1
Pagel of 2
06330
BID SCHEDULE
City of Fort Collins 2002 Concrete Project - Phase I
Bid No.5717
#1a
ikscripHmi
Unit
Goataret �uantl
608.25
6" Flatwork - Remove & Replace
S.F.
1400
$
70 0
608.26
Replace Flatwork - I" Additional Depth
S.F.
0
$
$ -- fj
608.27
4'Valle Pan -6"Depth
S.F.
90
$ ,SD
$
608.28
Aggregate Base Course CIP
Ton
1000
$ . 0-O
$ 21 QMV . 6b
608.29
Aggregate Base Course - Placment Only
Ton
0
$ 2,0, co
$ — p
608.30
8" Alley Pavement - Remove & Replace
S.F.
608.31
Hi hback Alley Approach 8" - Remove & Replace
L.F.
608.32
Expansion & Caulking
L.F.
150
614.01
"No Parking" Sin With Stand
Per Day Per Each
1200
$
$ Z 5Z-0 • 0_0
614.02
Vertical Panel Without Light
Per Day Per Each
200
$
$
614.03
Type 1 Barricade Without Light
Per Day Per Each
9500
$ 15,
$ /LS•
614.04
Type 11 Barricade Without Light
Per Day Per Each
50
$
$ Z• SO
614.05
Type III Barricade Without Light
Per Day Per Each
100
$ ,Qv
$ . 60
614.06
Size A Sin With Stand
Per Day Per Each
1000
$
$
614.07
Size B Sin With Stand
Per Day Per Each
200
$
$
614.08
Size A Specialty Sign - Cost of ManufacturingEach
5
$
$ , 9D
614.09
Size B Specialty Sign - Cost of Manufacturing
Each
5
$ 9SICZ
$ 2
614.10
Cone With Reflective Strip
Per Day Per Each
300
$ 70
$
614.11
Safety Fence
Per Day Per Roll 1
10
$
$ S3.n
614.12
Light - Steady Bum
Per Day Per Each
50
$ 137
$
614.13
Light - Flashing
Per Day Per Each
1350
$
$
614.14
Advance Warning Flashing - or Sequencing Arrow Panel
Per Day Per Each
5
$ ?4.00
$ 0•OD
614.15
Traffic Control Supervisor
Per Day
25
$
$
614.16
Traffic Control Supervisor
Per Hour
200
$
$
614.17
Flagging
Per Hour
1050
$ 2
$ ,
TOTAL PAGE: PAGE 2
TOTAL PAGE I
ky
TOTAL COST tkS
CrI
5Jk J>Jli j/>J��//y /rl U(Uti'7VD ��(ji�'i-�1Vi.�F9�.IJ S� —r % Dollars?and (/'4M scents.
Signed \eeK�/i✓L�/® (�i�l�I,iQPO� �t 1 /7 AddressJi/'M— LQ�' (r J will /G 1J
Company V D �/CN �(J/Vv�f•�UIG /' v C , �—ZJ U 0.-,Sz' /
Phone/Fax ��(� , -7—
Check One:
Individual Doing Business in Company Name
Yfr Corporation
Partnership
&% C, 2t r a�
eQ�.�ol�v .
Page 2 of 2
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned
as Principal, and as
Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado,
as OWNER, in the sum of $ 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 Construction Agreement for the construction
of Fort Collins Project, CONCRETE PROJECT - PHASE I; BID NO. 5717.
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.
7/96 Section 00410 Page 2
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this day of , 20_, 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
Name:
Address:
By:
Title:
ATTEST:
By:
(SEAL)
SURETY
By:
Title:
(SEAL)
7/96 Section 00410 Page 3
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: �pg �OJi/G/^�/✓y
2. Permanent main office address: �3/3 AlVe ,�Vi CJG2 Z,
3. When organized: / 9 7 9
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? "?'y
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:
'el�,YiP ��+-��^efe. C /ems , �r6_� AeU llye"s
8. Have you ever failed to complete any Work awarded to you? ti0
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.
i(/ a
/(/o
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.
12
List your major equipment available for this contract.
t?i✓ /`-Xf�srC�'
13. Experience in construction Work similar in importance to this
project: /
f? �✓ /' PiGd /tom'
14. Background and experience of the principal members of your organization,
including officers:
.0 a=
15. Credit available: $ cSGt�,Qpp,
16. Bank reference:
17. Will you, upon request, fill out a detailed financial statement and furnish
any other information that may be required by the OWNER? _
6nn -
18. Are you licensed as a General CONTRACTOR?
If yes, in what city, county and state? What
class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract? 0VV
If yes, what percent of total contract?
and to whom?
20. Are any lawsuits pending against you or your firm at this time? -Wa
If yes,
DETAIL
7/96 Section 00420 Page 2
21. What are the limits of ypur public liability? DETAIL
`51 2. G/rl.6IV67
What company?
22. What are your company's bonding limitations? �t ;620-, 000
23. The undersigned
corporation to
verification of
Qualifications.
hereby authorizes and requests any person, firm or
furnish any information requested by the OWNER in
the recital comprising this Statement of Bidder's
Dated at Cfhis
Title: \�jj�..,
State of d Lra Il J
County of -r- W Q_,/
day of
9 OF
being duly sworn deposes and says that he is
�qn of 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 / day of
�20U
Nota(y Pub c
P o rl
My commission expires 3`j+ Dto
7/96 Section 00420 Page 3