Loading...
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