Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5747 METER BOX INSTALLATION ANNUALSECTION 00300 BID FORM PROJECT: METER BOX INSTALLATION; BID NO. 5747 Place 215 N. MASON Date NOVEMBER 26, 2002 3:OOPM 1. In compliance with your Invitation to Bid dated November 26, 2002 , and subject to all conditions thereof, the undersigned Temple & Petty Construction Co=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 twenty five hundred bid bond ($ $2,E 00 ) 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: NATIONAL FIRE INSURANCE COMPANY OF HARTFORD 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 NONE 7/96 Section 00300 Page 1 TEMPLE & PETTY CONSTRUCTION CO., LLC 1404 DUFF DRIVE • FORT COLLINS, COLORADO 80524 • (970) 224-1991 • FAX (970) 482-7412 Questions for City of Fort Collins Bid #5747 November 15, 2002 there no difference in pricing for '/z" or 1/4" than for 1 '/z" and 2" service lines? 2� --Sweeping up or down to achieve 66" not observed at city crew work. 3) Clarify bid item 12 4 ength of contract Expected number of services to complete ,� ,z,� P ceil'f . V1 C-ity cost of permits will vary with each job. How does this work.? �<Is trench box use mandated for each job. 8) Fill material removed for frost, concrete or asphalt is to be furnished by Contract per bid item I I? _9�pecifications: Materials and installation for water meter bores, page 2 last paragraph; Refers to two year warranty of materials if traced to workmanship. All materials now by city 1( lease explain compaction tests for native material to be replaced, as well as the use of Flow Fill. Flow Fill in streets but not bike path? As an example at price do we request bid bond for? Not less than $2500.00 is to general. What is the specified completion time of this contract? a --.1.31What are the liquidated damages for this contract? TEMPLE & PETTY CONSTRUCTION CO., LLC 1404 DUFF DRIVE • FORT COLLINS, COLORADO 80524 • (970) 224-1991 • FAX (970) 482-7412 CURRENT WORK UNDERWAY - FRONT RANGE Platte River Power Authority 2" Diameter Water Line 80% Complete C.S.U. Sewer, Water, Gas Chiller Lines Project 95% Complete Colorado Natural Gas 100,000 LF Natural Gas Mains and 400 Gas Services 95% Complete Larimer County 300 LF in Length Drainage Project 5% Complete Poudre Fire Authority Water Service Leak 5% Complete North Weld County Water Water Service Bores 5% Complete Various other Directional Bores Around Fort Collins Second year of five year base wide and housing task order contract at the USAF Academy — Colorado Springs — up to 30 million dollars over five years. TEMPLE & PETTY CONSTRUCTION CO., LLC 1404 DUFF DRIVE • FORT COLLINS, COLORADO 80524 • (970) 224-1991 • FAX (970) 482-7412 WORK HISTORY - FRONT RANGE 1. Qwest Telephone Projects — Under $300,000.00 Each 2. Five Years of City of Loveland Directional Bore Contract 3. Five Plus Years of City of Fort Collins Miscellaneous Dirt Work Contract 3. Numerous HDPE Fusion Jobs 4. Three Plus Years Miscellaneous Natural Gas Projects for Colorado Natural Gas 5. ELCO Water a Number of Small Water Service Bores 6. Plate River Power Authority Pipeline Projects for Onsite Water 2" — 12" Diameter 7. Boxelder Sanitation Sewer Projects With and Without Bores S. Walker Manufacturing Forced Sewer Service Project 9. Excel Energy Branch Power Plant— 15,000 LF of 10" Water Project Temple and Petty Construction Co., LLC Current Equipment List 11/26/2002 Equipment ID Make Body/Model lYear Identification Number Plate # AC-1 185 CFM IR AIR COMPRESSOR 1986 173458 LU4616 AC-2 100 CFM IR !AIR COMPRESSOR 1980 122001 U_ 81134 INH05273 AC-4 125 CFM SULLAIR !AIR COMPRESSOR 1980 30-9502 - 1985 j 146237 i 481 BYG AC 5 185 CFM IR I AIR COMPRESSOR _ _' — _ _ — -j - AE-1 PARTNER SAW � 1997� P-35 CC _ .CONCRETE __--- - - - AE-2 STIHL CONCRETE SAW 1994'1TS 760AV B-1 416 CAT BH/LDR 199015PC01863 ' NH3770 B-5 416 CAT B-6 �24 CAT 7BCO2758 LU4830 LU06551 BKHOE/LDR BKHOE/LDR 1991 t05PC13340 1989 B-7 1416B CAT I4 WD BKHOE/LDR 1993 1994 8SG01717 8ZK02544 801AVF ILU06080 B-8 416E CAT 4WD BKHOE/LDR -- --- --- B-9 416C CAT _4-WD BKHOE/LDR i 1997 5YN01839 i 700BFG B-10 416C CAT 14 WD BKHOE/LDR 1997 j 5YN01497 699BFG B-11 416E CAT 4 WD BKHOE LDR 1996 ---'i 8SG96_24 — _ - — --- ----- - - - - — 1996 B-12 580K CASE 2WD BKHOE/LDR ' _ -- -- - - 17420810 I4036GW _ B 14 1416 C CAT 4WD BKHOE/LDR 1997 i 5YN01741 B 15 414CIT CAT _ _ 4 WD BKHOE/LDR 1199911WRO8257 484BYG B-16 1414CIT CAT 14 WD BKHOE/LDR 11999 1 WR04336 483BYG - B-17 CAT 1994 5YJ01812 716BFG BKHOE/LDR B-18 CAT LD 1997'4ZN01131 �722BFG R— MACHINE DRBORE 941VR140Y1 _ P1000259 - - - BM-2 VERMEER BM-3 VERMEER DIR BORE DIR. BORE I19,3182A0-0-7 1199411 - RL140Y6P1000256 -- -' _--- BM-4 VERMEER D 24 BM-5 VERMEER D-7 F4L1011 X51286 DIR. BORE DIR. BORE 1992 1 199611VRM16092T1000127 BM-6 VERMEER 24X40 _ LW73442 BM-7 VERMEER 24X26 DIR. BORE DIR. BORE 1998 2000 1VRS16098W1000130 254636 _ 1VRT189R7Y1600221 IZ22138 BM-8 VERMEER 33X44 ____ BM-9 !V E R 24X40 _ BM-10 IVERMEER24X40 _ 'DIR. BORE DIR. BORE 12000 ' 1999 1VRS160Z5_Y1001657 i W04_7493_ 1VRS160Z6X1001147 �Z35915 CW-1 JACTION COMPACTION WHEEL—, 20001A000117 --- - - - - - D-1 D-7E CAT ,ANGLE DOZRWNCH DOZER 6 WAY BLADE f 1964148A04135 1987 X34718 8PB01974 IW73305 - D-2 ,D4H CAT DT-1 15 CY FORD I DUMP TRUCK _ DUMP TRUCK 1978 1978 F61 EV_BC0930 13414NH_ DA215JHA23152 1976AUX DT-2 INTERNATIONAL DT-3 - iPETERBUILT E-1 690 JD DUMP TRUCK - EXCAVATOR 1320BL EXCAVATOR 41998 198511XP9D29XOFP189335 1981 870BRT 4002870DW 6CR323 IM065600 E-4 !CATERPILLAR E-5 ICATE_RPILLAR 1320BL EXCAVATOR 1997 06CR00888 W14941 E-6 CATERPILLAR 14032 EXCAVATOR 1 996 2PM00491 Wj 73240 F-7 12 TON FORD FLATBED 1965 j N60AU676211 I28246NH F_--8 F-10 TORD 7 000 _ FLATBED - - FLATBED jWINCH TRUCK 1979 1977 1984 R70QVFB2464 018NJ2 F37SKY28040 135950NH 1 FDPK74N7EVA00462 855NH2 _. 1 TON FORD F-11 2 TON FORD F-13 112 TON FORD FLATBED 1 198311 FDNF70KODVA32482 1856NH2 — F-14 1 TON G_ MC I FLATBED F-15 MACK iVAC TRUCK 1995 1988 1 GDHK34NXSE524388 70DIV VG6M111A0JB029284_ 1048NH2 F-17 IFORD 2 TON WINCH TRUCK i 1985 1993 1 FDXK74N3FVA67853 1983_AUX 1 GBJK34F1 PE232_669 ' F-19 CHEVY PICKUP --- --- ------ _ F-20 � Chevy 1TRUCK 1987'1GBM7D1Y4HV113297 5300_8NH ,903AUX FORD ,FLATBED -9-731 F26YKS43631 i490APK Temple and Petty Construction Co,LUC Equipment ID Make Body/Model Year � Identification N umber Plate # F-22 FORD 'I TON 19932FDKF38G5PCA14436 FM-1 MCELROY 2-8 FUSION MACHINE 1979179031971 FM-2 ELROY 2-8 FUSION MACHINE 979 _f54638 L-2 iJOHN DEERE LOADER 1979�JD4441_330306 198211524838 MG-1 '14-B CAT 1958NM284 ROAD GRADER P-2 3/4 T. 4X4 FORD PICKUP i Temple and Petty Construction Co., LLC Current Equipment List 11/26/2002 -Equipment_ Make Bod /Model Year Plate # - --- Identification Number Z37087 - _ __ CAT D4D _ FPIPELAYER -- SB 1969I82J1311 -- _ - SB-9 ICAT D4E 1980 _ 28X1793 __�PIPELAYER SB 10 CAT D-7 PIPELAYER 1958 17A06390 X51282 921 157 X51288 _ SB 11 - - _ CAT 561 C PIPELAYER , 1968 SF-2 RAAX T!SHEEPFOOT ! MN1992 315183 W73306 SP-1 THOMAS SCREEN PLANT 2001 {7400023 6976FG ST 1 2 TON FORD F-60 SERVICE TRUCK 1980IF60HVJD0146 j32746NH ST 2 FORD SERVICE TRUCK 199211 FDKF37H3NNA44620 153009NH _ ST3 ;CHEVY VICE TRUCK 19931GBGC34_�53010NH T-2 - - !FORD/AUBURN jTRENCHER _ _K6PE251593 1970 C281541 T-4 lVERMEER 5050 TRENCHER 1993 1VRF08233M1000106 iLU05586 T-7 PARSON TRENCHER 1986' SP151426 4546YG - - f -- - - - - ----- T-9 iVERMEER 1150 ITRENCHER 199911VRF051M3V1001198 - T-10 VERMEER ROCK SAW 19971VRK11248V1000616 798BPK - - BMC HYDRO HAMMER 1973, V52878470-B L..__- _ - -- -- NH04685 _ __ TR-1 AZTEC 45 FT 4440 _ - - - -- -- - - FLOAT 1979' I M094572_ - -- - -- - TR 2 BEALE 42 FT FLOAT --- 1969' P_FS73069 ' M90592 TR-3 (PULL TRAILER T/A TRAILER 1993 16VNX1628PIC46371 ;663ATA - - _ TR 4 PULL TRAILER T/A TRAILER 1989 CO ID TBD - -- _ - - _ - -_- _ -- -- _ TR 5 PULL TRAILER T/A jTRAILER 1989 ID0617206CO 949DAA TR-6 STRICK 45 FT. VAN - TRAILER 1970 j 133899 - - -- _ TR-7 _ SHAMROCK PE REEL TRAILER 1978 141014 1033DAB - - - - TR 8 ! WE_ST_ERN FLATBED 1974174432 L101980 }TRAILER -- - -- - I -- -- -1_ - -- -- — TR 9 FIFTH WHEEL DOLLY _ TRAILER _ 1980, O ID TBD - - -�- TR 10 FORD 40 PIPE TRAILER 199811D06025091C0 L117718 - - _.I_ - - TR-11 ;WELLS CARGO VAN ---- ITRAILER 199011WC200G24L4007625 _ L048949 TR-12 2-8 FUSION TRAILER --- TRAILER 199_3!ID0801643000 jM171789 - - TR 13 ZIEMAN ----' TRAILER 1969 - - jID0251998CO �M168871 TR-14 IVERMEER D7T BM-2 ( --- -- - ITRAILER 1994' 1VRL242Z3P1000251 L055521_ - -- _ _ VERMEER D7T BM-3 �- ( ) - I TRAILER 1993 - i 1 VRM242A9P1000267 L057351 I _ TR-16 - -SUPERIOR GOOSENECK TRAILER 1995 159DG25315C241733 L05_9921 TR-17 LOAD KING T/A -- - - - TRAILER 1994 _ 1 B4T29215R6119011 L121456 TR 18 6 X 16 FLAT BED TRAILER 1995 1 B9UB1628SJ305230 --- L101203 TR 19 ZIEMAN !TRAILER 1998 ID06025093CO � 166240 TR 20 ,UTILITY ]TRAILER 11995 L105892 R 21- �VERMEER _ TRAILER 19941, 1VRL24235R1000346 TR-22 - lP.J. VACMASTER 'TRAILER .J.-J. ! 1g94 - - 4P5P 489 . L1 L105968 TR-23 HOMEMADE REEL TRAILER 1989 1812CO - - I D 1221812CO 664ATA TR-24 P.E. FUSION TRAILER 11 997 4FHUS101XVD002273 L112648 TR-25 VERMEER (BM-5) — ;TRAILER 1992 1VRF24276N1000155 L112647 HOMEMADE SPOOL - TRAILER - - 1998�ID06025092C0 - - - -_ L11 TR-27 __ TR-28 HOMEMADE REEL - ---- LOAD TRAIL REEL TRAILER 198 _ 8_ TRAILER 1998,4ZEHH0617W1118184 7724 - W15! 91 HC30XF1008102 L108720 ---- M173124 350ATD 1J9FS1013N1033681 L118759 --- -- TR-29 _ - -- LOAD TRAIL REEL -- - - _ TRAILER 199814ZEHH0615W1118183 1992 TR-30 j6X8 JAC UTILITY ------- - -_ITRAILER - TR-31 BUTLER CABLE REEL '!TRAILER 1995 1 BUC1310652004598 M_ 172749 - TR 32SHOPMADED 40' PIPE ID0801938000 M174270 ----_ � 5FTDE2424X1012415 L122491 _ TRAILER TRAILER 1998 1999 TR 33 _- Fellin 10 T. _ TR_-34 KEIFER REEL_-_- _ 1999 1 DVDC1015XA005257 L125587 TR-35 -TRAILER HMD REEL - ITRAILER 96" 1999 I D0801929CO M 1788533 TR-36 HMD 35' PIPE ITRAILER 19 99 080801952 CCO M178852 Temple and Petty Construction Co., LLC Current Equipment List 11/26/2002 -Equipment ID Make � --- 1Year i 2000 TRAILER 2000 _ 1981 8 Identification Number Plate # ID08019601CO 553ATC JD08019602CO 554ATC 1W91SF202B1008152 !086BEC 1W91SC203F1008989 365ATD _ TR-37 {HOMEMADE -_ _Body/Model _- ,,TRAILER HOMEMADE LELAND ITRAILER _ TR-40 EQUIPTTRLR !TRAILER TR-41 ,HYS TR-42 FEL FT20 _ TRAILER 1966!12558 5FTDE242511015606 4ATD 18BYT TRAILER-2001 TRAILER 1998 TR-43 I FELLING FT12EW TR-44 HMD 5FTEE1626W1011728 1892CXG 1389FUT_ _ 540GEW 16VEX202911 H34461 541GEW _ �539GEW 28Y ID08100212 12_69GEY 6028546 ,926HGK 628547 927HGK TRAILER 1962ID0810464CO TRAILER 1995,1T9DS1226SS362433 2001 TR-45 THL - T_R-46 I BTX ,TRAILER TR-47 'THL TR-48 I HOMEMADE _ _ _ TRAILER 199511T9DS122XSS362435 -- - TRAILER 200211D08100211 TRAILER 2002 TRAILER 2002 TRAILER 2002 TR-49 HOMEMADE TR-50 TR-51 TT-1 ___-- .KENWORTH _ TT-2 :INTERNATIONAL TRUCK/TRACTOR ' 19761149858SGL 1437DGK _ 29 438DGK 439DGK -- -- SPV23072195 W47297 -- — -- - W73443 2810418181 _ jZ068122 --- TRUCK/TRACTOR 198_ HSEBADROKCO23882 TRUCK/TRACTOR 1994!1XP5DB9X3RD340396 - --- VAC. EXCAVATOR 1994' VAC.EXCAVATOR 1997 VAC.EXCAVATOR 1997,2706707847 VAC. EXCAVATOR 1998 __ _. - - PETERBUILT - --- - - - - - V-1 VACMASTER V-2 ;STELLEN - - V-3 - --KOHLER V-4 ---_ KOHLER F-15 __J V-5 V 6 _ _ KOHLER F-26 VAC. EXCAVATOR - VAC -UNIT 1998 2000 2826402891 w73364 RING-O-MATIC - - 1 R9BB1524YP303350 1709BFG W 1 'MILLER BOBCAT - - -- LINCOLN --- WELDER 1991 IKB112458 - --- - - WELDER WELDER - _ - WELDER 198514337 _ 1,141877 132LCPT W-3 LINCOLN 200 _ W-4 i LINCOLN 200 W 5 MILLER BOBCAT WM-1 EAGLE 2" & 8" 19851 1985'7214 r1997 TAPE MACHINE 1989 SECTION 00410 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned * as Principal, and _National Fire Insurance Company of Surety, are hereby held and firmly bound unto the City of Fort Collinsartford _ as in the sum of $ ** Colland as OWNER, 2,500.00 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, METER BOX INSTALLATION, BID NO. 5747. 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 thin 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. * Temple & Petty Construction Company, Inc. ** Two Thousand Five Hundred Dollars and No/100 ------------------- 7/96 Section 00410 Page 2 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 2_ day of November , 2002, 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: Temple & Petty Construction Company, Inc. Address: (SEA,L) SVRFTY National Fire_Insupance Company of Hartford 700 Broad, S ite 1000 Denv Cw yrad 80203 By: Douglas C. Baesler Title: Attornev-in-Fact By: (SEAL) 7/96 Section 00410 Page 3 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CNA Surety Companies"), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint Dell G. Van Gilder, Jr., Douglas C. Baesler, Donna L. Peterson, Therese Kurth, Joan C. Armstrong, Amy L. Shull, Individually of Denver, Colorado their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as I such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CNA Sureties Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 19th day of August , 1996 CONTINENTAL CASUALTY COMPANY 2�h�'G�wCr} �QSc 1MSflA�'�C� �cox°�`"r °tor NATIONAL FIRE INSURANCE COMPANY OF HARTFORD 4'�, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA r _ CAiMOWTf y � 0 e7 �pG��4TFG F- • y� S JU 0 SEAL t I. te91 ` • M.C. Vonnahme Group Vice President State of Illinois, County of Cook, ss: On this 19th day of August , 1996 , before me personally came M. C. Vonnahme , to me known, who, being by me duly swam, did depose and say: that he resides in the Village of Darien , State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument~ that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. e� T. P.c 4+ NOTARY PUBLIC My Commission Expires June 5, 2000 Eileen T . Pachuta Notary Public CERTIFICATE I, John M. Littler , Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still iA6&e&11ey_A ,and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are stille. In tes mony whereof I have j��unto subscribed my name and affixed the seals of the said corporations this 2�day of0:1 0 CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA a JUIT It SEAL i „' 4 tJG2 } reel A' +nw� ` • e� John M. Littler Assistant Secretary (Rev.7/14/95) CONSTRUCTION COMPANY, LLC CRACTOR B ADDRESS: 1404 DUFF DRIVE FORT COLLINS, CO 80524 8. BID SCHEDULE (Base Bid) Work Site Examples Typical Installation "Units" Amount (1) The meter box will be installed in 1 + 3 $ 840.00 a lawn area next to the curb box. The service line is 66" deep. (2) The curb stop is in a concrete 1 + 3 + 5 $ 865.00 driveway, but the service drifts out of the driveway into the lawn. The meter box will be located in the lawn and the service line is 78" deep. (3) There are two curb boxes, serving 2 + 3x2 $1,010.00 two different customers, side by side in a lawn area. Two meter boxes will be installed in one oversized excavation. The service lines are 66" deep. Average of typical installation x .90 = $ 814.50 (1 + 2 + 3 divided by 3 x .90) Non -Typical Installation (4) The curb box is in the middle of a 1 + 3 + 6x8 $1,640.00 concrete driveway that is 16' + 8x24 wide. The meter box will be installed in the lawn area next to 7/96 Section 00300 Page 2 the driveway. Approximately 24 sq. feet of concrete driveway will be removed. The service line will be looped from the curb box to the meter box and back to the original service. The original service is 66" deep. (5) Two curb boxes, serving two different customers, are located in a dirt driveway. Two meter boxes will be installed in one oversized excavation in the lawn area next to the driveway. The curb boxes are 10' from the nearest edge of the meter box excavation. The service lines will be looped from the curb boxes to the meter boxes and back to the original services. The original services are 70" deep. Average of Non -Typical Installation x .10 = (4 + 5 divided by 2 x .10) Total Bid (Typical + Non -Typical) EXHIBIT B-1 2 + 3x2 + $ 1 ,_560.00 6x10 $ 160.00 $ 974.50 The Bidder will supply "Unit" Prices for the following items of work that he/she will perform throughout the contract period. Any extras to be paid above the "Typical" installation price, at each site, will be reviewed and approved by the Project Manager. 1. Excavation for meter box installation up to $ 720.00 VW x 5'L x 6'D (Includes back fill, compaction and site restoration; does not include plumbing or setting meter box to grade) 2. Oversized excavation for 2 meter box $ 770.00 installations up to 4'W x 7'L x 6'D (Includes backfill, compaction and site restoration; does not include plumbing or setting meter box to grade) 3. Plumb and set meter box to grade. (Does not $ 120.00 include excavation or backfill) 4. Demo meter box. (Remove substandard meter box $ 900.00 and reconnect services at original grade) 7/96 Section 00300 Page 3 5. Deep hole. (Extra digging for @ $ 25.00 per foot excavations greater than 72" deep) 6. Open cut trench. (Up to 3'W x 5'D) @ $ 55.00 per lineal foot 7. Bore. (Able to accommodate up to @ $ 25.00 per lineal foot 2-one inch services) 8. Cut and remove concrete. @ $ 15.00 per sq. foot 9. Cut and remove asphalt. @ $ 15.00 per sq. foot 10. Add a curb stop. $320.00 11. Materials furnished by contractor: Cost Plus 15 % 12. Removal of frozen soil. (deeper @ $100.00 per vertical foot than 10") 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. ESP TFULLY SUB�TED: ►1 Ilu: ; . �11 TiYle f,_,/License Number'-JIf Applicable) (Seal - if Bid is by corp o ation) Attest: Address 1404 DUFF DRIVE FORT COLLINS, CO 80524 Telephone (970) 224-1991 7/96 Section 00300 Page 4 SECTION 00400 SUPPLEMENTS TO BID FORMS 00410Bid Bond 00420Statement of Bidder's Qualifications 00430Schedule of Subcontractors 7/96 Section 00410 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: TEMPLE & PETTY CONSTRUCTION COMPANY, LLC 2. Permanent main office address: 1404 DUFF DRIVE, FORT COLLINS, CO 80524 3. When organized: 1988 4. If a corporation, where incorporated: COLORADO 5. How many years have you been engaged in the contracting business under your present firm or trade name? 14 YEARS 6. Contracts on hand: (Schedule these, showing the amount of each contract and the appropriate anticipated dates of completion.) SEE ATTACHED 7. General character of Work performed by your company: UTILITIES - GAS, WATER, SRWER . ELECTRIC & TELEPHONE CONDITIT, n.TgErTIO NAL 8. Have you ever failed to complete any Work awarded to you? NO If so, where and why? IN 10 Have your ever defaulted on a contract? NO If so, where and why? Are you debarred by any government agency? NO 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. SEE SUMMARY IN ITEM #6 12. List your major equipment available for this contract. SE. LIST ATTACHED OF COMPANY OWNED EQUIPMENT 13. Experience in construction Work similar in importance to this project: - SEE CURRENT SUMMARY IN ITEM #6 14. Background and experience of the principal members of your organization, including officers: JIM TEMPLE - 32 + YEARS OWNER/OPERATOR JR GORE - 24 + YEARS SUPERINTENDENT VARIOUS FOREMAN 15. Credit available: $ 1.000.000.00 16. Bank reference: ,TELLS FARGO BANK, 3500 JFK PARKWAY FORT COLLINS 970-226-7704 ATTENTION: JIM DAVIS 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? CTTY OF FORT 0 T,TN What class, license and numbers? NONE TSSITED 19. Do you anticipate subcontracting Work under this Contract?. NO If yes, what percent of total contract? and to whom? 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 OUR INSURANCE CERTIFICATE IS ON FILE WITH THE CITY What company? VAN GILDER INSURANCE 22. What are your company's bonding limitations? 4.2 MILLION PER SINGLE PROJECT 23. The undersigned corporation to verification of Qualifications. Dated at 2:OOPM County of LARIMER hereby authorizes and requests any person, firm or furnish any information requested by the OWNER in the recital comprising this Statement of Bidder's this 26TH day of NOVEMBER 2 00 2 . JIM TEMPLE being duly sworn deposes and says that he is MANAGING MEMBER of TEMPLE & PETTY CONSTRUCTION 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 26TH day of NOVEMBER , 2 0o . &4'n fi?4�L X. A A AAAA Not y Public Cynthia L. Spencer My Cnrnmiccion Expires On My commission expires 08-31-04 7/96 Section 00420 Page 3 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 100 of the contract. ITEM SUBCONTRACTOR NONE AT THIS TIME 7/96 Section 00430 Page 1