Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5767 LEMAY AVENUE WIDENING PROJECT (21)SECTION 00300 BID FORM PROJECT: LEMAY AVENUE WIDENING PROJECT; BID NO. 5767 Place}-0 C_L; L-L-i •ti Date 1. In compliance with your Invitation to Bid dated �{ � /L� 2-e-A" > , and subject to all conditions thereof, thce undersigned LV�InJ i�t.-�IC�.0 CC7r,1`• ctCi **(Corporation, T;-m'tad T-ab-ilit C an y �P �' Ps-rtrre-rsh ,-JD--i-entur-e, Propriet-er}** 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 eerbif__f =_ eash ar's-check or standard Bid bond in the sum of r)t ) /_) ($ 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: 1 I JA—Li ice( D L- LC- ('� Mf��.� L��tiJ'ii ��LT1&LC•J.C/ NA A 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 u (� NEW DESIGN CONSTF MUNICIPALITY TYPE LICENSE NUMBER City of Englewood Class B1 10306 City of Thornton Class D D01060929 City of Aurora ClassAl 10110810900 City of Lakewood N/A 4301 City of Littleton Class D D15055 City of Broomfield ClassAl City and County of Denver Various EXP 1 /10/04 6/19/03 7/1/03 11 /20/03 5/26/03 4/30/03 2/28/03 SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM G 11�4- 7/96 SUBCONTRACTOR Section 00430 Page 1 SECTION 00410 BID BOND the undersigned as Collins, Colorado, as OWNER, In the sum of $ Five Percent of Total** ror Lne of whi�i:, '.gel Lra'_y to be made, we hereby jointly and severally bind Arselves, suc,=ss_;rs, ani assigns. *Construction Company **Amount Bid--(5`i)-- THE CONDITION of this obligation is such that whereas the Principa_. 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, AVENUE WIDENING PROJECT; BID NO. 5767. YNOW ALL New Design* MEN BY THESE PRESENTS: that we, as Principal, and Fidelity and Deposit Company of Maryland S,irety, are hereby held and firmly bound unto the Citv of Fort NOW THEREFORE, !a) if said Bid shall be rejected, or W ) 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 perfcrming labor or furnishing materials in connection therewith, and shall in a_: other respects perform the Agreement created by the acceptance of said Bic, 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, it nc event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and acrees 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 Pace IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals this 11th day of March , 2003 , 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. PRINCIPAh N w D ¢inn _CQr,- LLuc inn c mipanv _ Address: 2350 E. 70t4Ave. Denver, 00 80229 By' Title: ATTEST: (SEAL) 7/96 SU ETY Fidelity and Depnslt_(:Dlnpany__Qf M- 1Yland 5445 DTC Parkway, #1200 Englewood.)CO 80111 By Title: Attorney -In -Fact Pamela J. Hansen (SEAL) Section 00410 Page 2 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211 KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint Gloria C. Blackburn, Frank C. Penn, DiLynn Guern, Pamela J. Jansen, Florietta Acosta, Donald E. Appleby, Kristen L. McCormick and Kevin W. McMahon, all enver, C do, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for n its b s surety, and as its act and deed: any and all bonds and undertakings and the execution of such bo underta pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intent purposes they had been duly executed and acknowledged by the regularly elected officers of the Company at ' cc in B e, Md., in their own proper persons. This power of attorney revokes that issued on behalf of Don o yles, GI Blackburn, Frank C. Penn, DiLynn Guem, Pamela J. Hansen, Florietta Acosta, Donald E. Appleby, L. Mc k, and Courtney Moran, dated May 25, 2001. The said Assistant Secretary does hereby ca(tt at the e t het forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Company now in f IN WITNESS WHEREOF, the sai -Presid9pt Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the/ aid IDELIND DEPOSIT COMPANY OF MARYLAND, this 12th day of September, A.D. 2002. ATTEST: �v©� FIDELITY AND DEPOSIT COMPANY OF MARYLAND '^o ocvof� a a 4 r. n.� 1. �'^'--✓`�1'�/ % By: T E.Smith Assistant Secretan' Paul C. Rogers Vice President State of Maryland County of Baltimore } ss: On this 121h day of September, A.D. 2002, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written. ,pA J, Fqn PUTS ko r9 Carol d. Fader Nolan, Public My Commission Expires: August I, 2004 POA-F 020-0600 9j ADDRESS BID SCHEDULE (Base Bid) CONTRACTOR t _ BY: 04 C�^--7e L / �JC.� 0 f - ' + Q I li iG Please use the attached Bid Schedule when submitting your bid. 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. RESPECTFULLY SUBKITTED: Signature Date 1� _�; {-- Title License Number (If Applicable) (Seal - if Bid is by corporation) Attest: Address z y. L7• 70 1 _- k)VE- CC? z Telephofie 7/96 Section 00300 Page 2 Project: Lemay Avenue Widening Project Date: 0210512003 Spec/item Number - Description Estimated Quantity Unit Unit Cost Item Cost Lemay Avenue Widening Quantities: 202-01 Remove Pipe (RCP, CMP, PVC) 180 LF 202-02 Remove Existing W ingwalls at Stone Creek Box Culvert 2 EA 202-03 Remove Existing Parapet Railing at Stone Creek Box Culvert 2 EA 202-04 Remove Vertical Curb And Gutter 3,056 LF 202-05 Remove Concrete Sidewalk 7,898 SF 202-06 Remove Crosspan and Aprons 8,386 SF 202-07 Remove Asphalt Sidewalk (4" Thick) 15,280 SF 202-08 Asphalt Taper Mill (0"-2" Depth) 420 SY 202-09 Rotomill Asphalt Pavement (0"-2" Depth) 7,715 SY 202-10 Rotomill Asphalt Pavement (5"-10" Depth) 14,600 SY 202-11 Remove Existing Rip -Rap 2,941 SF 202-12 Remove Trash Pile at South Ridge Greens Golf Course 1 LS 202-13 Remove Existing Barricade (Type III) 1 EA 202-14 Remove Existing Willow Tree at Stone Creek Box Culvert 1 EA 202-15 Remove Fence (Various Types) 1,135 LF 202-16 Remove Existing Silt Fence 486 LF 202-17 Remove Power Pole Anchors 6 EA 202-18 Cap Irrigation Sprinklers 6 EA, 202-19 Remove Manhole Cone Section - Abandon Sewer 3 EA 202-20 Remove and Dispose of 2" to 4" Sprinkler Pipe 1 LS 203-01 Unclassified Excavation 11,535 CY 203-02 Embankment - (CIP) 3,266 CY 203-03 Haul & Dispose 8,269 CY 203-04 Golf Course Grading 1 LS 203-05 Borrow ABC (Class 5 or 6) - (CIP) 300 TON 203-06 Muck Excavation - (CIP) 500 CY 203-07 Topsoil - (Stripping, Stockpiling, Placing) - 6" Depth 5,210 CY 203-08 Topsoil - (Stripping, Haul Off -Site) 1,735 CY 203-09 Temporary Access Road (Golf Course Maintenance Building) 1 LS 203-10 Median Splashblock/ Hardscape Shaping - (CIP) 13,350 SF 203-11 Grade Stone Creek Channel Flowline and Slopes 1 LS 203-12 Graded Flow Channel (Park Property) 340 LF 203-13 Potholing 1 LS 203-14 Median Specialty Work (Excavation above Light and Power Duct Bank) 1,750 CY 203-15 Flowfill Section Over Shallow Utilities 1,800 LF 206-01 Structures Excavation 4,863 CY 206-02 Borrow Structural Backfill Material (R-Value > 25) 3,800 CY 206-03 Structural Backfill Flow Fill 250 CY 206-04 Filter Material (1 1/2" Washed Rock) 372 TON 206-05 Dewatering 1 LS 206-06 Structure Haul and Dispose 4,863 CY 206-07 Structure Muck Excavation 225 CY 207-01 Wetland Topsoil 100 CY 207-02 Import Topsoil Screened 3" Depth (BOC) - (CIP) 1,200 CY 208-01 Erosion Control 1 LS 210-01 Adjust Manhole Ring/Cover 11 EA 210-02 Modify Manhole 5 EA 210-03 Adjust Valve Box (FCLWD) 19 EA 210-04 Relocate Blow Off (FCLWD) 2 EA 304-01 Aggregate Base Course - (Class 5 or 6) - 6" Depth - (CIP) 10,794 TON 304-02 Aggregate Base Course Patch Placement - (Class 5 or 6) - 6" Depth - (CIP) 377 TON 306-01 Reconditioning (8") 19,015 SY 307-01 Flyash Subgrade Stabilization - (12%) 33,649 SY 403-01 Hot Bituminous Pavement - Grading S (3" Depth) - (PG 64-28) 7,079 TON 403-02 Hot Bituminous Pavement - Grading SG (4" Depth) - (PG 64-22) 7,807 TON 403-03 Asphalt Paver Patching - Grading S (3" Depth) - (PG 64-28) 215 TON 403-04 Asphalt Paver Patching - Grading SG (4" Depth) - (PG 64-22) 495 TON 403-05 Asphalt Patching - Grading SG (4" Depth) - (PG 64-22) 69 TON 403-06 80' x 4' Beaver Slide at Fossil Creek Bridge - Grading S (4" Depth) 32 TON 420-01 Geotexlile Paving Membrane 9,000 SY 420-02 Geogrid Stabilization Fabric 1,188 SY 506-01 45'x8O' Type L Rip -Rap, 6" Topsoil (CIP Per Detail) Sta. 22+50It 1 LS 506-02 22x50' Type L Rip -Rap, 6" Topsoil (CIP Per Detail) Sta. 22+50 rt 1 LS 506-03 10'x10' Type L Rip -Rap, 6" Topsoil (CIP Per Detail) Sta. 37+00 Lt 1 LS 506-04 10'x25' Type L Rip Rap, 6" Top Soil (CIP Per Detail) Sta. 54+30 Lt 1 LS 601-01 19 x 12' Pedestrian Underpass with Skylights 125 LF 601-02 4' x 12' Pre Cast Box Culvert- Wingwalls / Paraphet Walls and Toe Walls 180 LF 603-01 15" ADS N-12 25 LF 603-02 15" ADS N-12 FES with Grate 1 EA 603-03 15" RCP Class III 300 LF 603-04 18" RCP Class III 25 LF 603-05 24" RCP Class III 18 LF 603-06 24" RCP Class III FES with Grate 1 EA 603-07 Remove and Reset Existing 30" ADS FES 1 EA 603-08 Concrete Joint Encasements 4 EA 603-09 Median Underdrain Pipe System - (4" Perforated Pipe) 870 LF 603-10 Median Underdrain Pipe System - (4" Solid Pipe) 315 LF 603-11 Connect 4" PVC Solid Median Underdrain to a new 4' Manhole 1 EA 603-12 90 Degree PVC Bend (4") 1 EA 603-13 18" PVC SDR-35 (or District equal) 30 LF 604-01 10' Type R Inlet 1 EA 604-02 Single Type 16 Combination Inlet 1 EA 604-03 Double Type 16 Combination Inlet 1 EA 604-04 Inlet in Retaining Wall with Trash Rack 1 EA 604-05 4' Diameter Manhole 1 EA 607-01 3 Rail Dowel Rail Fence with No Climb Fabric 467 LF 607-02 Orange Safety Fence at Golf Course 1,739 LF 607-03 Portable Chain Link Fence (6' High) 800 LF 608-01 Concrete Sidewalk (6") 35,448 SF 608-02 Concrete Sidewalk (5" Thick with Fibermesh) - Yosemite Brown (Saw Cut Joints) 5,272 SF 608-03 Concrete Flatwork at Underpass (6" Thick) - (Grey) 4,672 SF 608-04 Concrete Access Ramps with Truncated Dome (8") 6,293 SF 608-05 Concrete Drive Approach (6") 800 SF 608-06 Concrete Crosspan with Aprons (8") 7,621 SF 608-07 Hi -Early Concrete (24 Hour) 222 CY 608-08 Flowable Fill Concrete 600 CY 608-09 Exposed Aggerate Median Splashblock (4") 14,017 SF 608-10 Pedestrian Refuge Island 300 SF 608-11 Patterned and Decorative Asphalt Crosswalks 2,650 SF 609-01 Vertical Curb & Gutter (30") 7,177 LF 609-02 Outfall Curb & Gutter (18") 5,689 LF 609-03 Driveway Curb Cuts (25' Width) 609-04 R & R Vertical Curb and Gutter 3 EA 609-05 R & R Drive -Over Curb and Gutter 150 LF 100 LF 618-01 Pressure Grouting 75 CY 619-01 20" DIP Class 51 with Field Lock Gaskets 619-02 20" Butterfly Valve with Valve Box 600 LF 619-03 20" 45 Degree Bend with Thrust Block & Mega -Lug 2 EA 619-04 20" 22.5 Degree Bend with Thrust Block & Mega -Lug 7 EA 619-05 2" Air Release Valve with Manhole and Vent (Per FCLWD) 2 EA 619-06 Connect to Existing 20" DIP Main 1 EA 619-07 Fire Hydrant Assembly 2 EA 619-08 Blow -Off Assembly 3 EA 619-09 Remove Existing 20" Valve (Deliver to FCLWD) 1 EA 619-10 Steel Encase 20" DIP Live Water Main 36" x 3/8" Coated Casing (FCLWD) 1 18 EA 619-11 314" Irrigation Tap and Meter Pit LF 619-12 6" PVC - C900 2 EA 619-13 1 1/2" Water Service and Meter Pit 60 LF 619-14 Wet Tap 6" x 20" Tapping Saddle, Valve and Box 1 EA 619-15 Cut 20" Valves In 1 EA 2 EA Subtotal Lemay Avenue Quantities: $ Landscaoina Quantities 2810-01 Irrigation System (This work does not include median irrigation) 1 LS - Topsoil - Mix for Medians 1,420 CY - MSE Block Retaining Wall (Approx. 4' High) 365 LF - Concrete Retaining Wall (B' High) 602 LF - Restore Rock Areas For Private Owners 1 LS Subtotal Landscaping Quantities: S Miscellaneous Quantities: - Contract Bond 625-01 Construction Surveying 1.00 LS1.00 626-01 Mobilization LS 1.00 LS 630-01 Type III Barricades (7 boards for 20 days) 630-02 Message Boards 2.00 SECTION 630-03 Traffic Control 1.00 LS 1.00 LS Subtotal Misc. Quantities: $ The sum of these two amounts will be used to determine the lowest successful bidder according to the following formula: A+ B X (the daily cost) = Contractor's bid for evaluation for the lowest successful bidder Where: A = Contractor's total bid for the work items B = Number of Calendar Days required to substantially complete the Work Daily Cost for this Project = $4,109.00 A = Total Construction Cost (Lemay Avenue, Landscaping and Misc. Quantities) B = Total number of calendar days bid = Total number of calendar days bid ( ) X $4,109.00 = TOTAL PROJECT COST = A + B X (the daily cost) _ SI�ATURE { DATE (-c> r� TITLE FIRM NAME tvIe l E'S fc7��C)!) �-�d ADDRESS 2 3-) ' L ,S .i_ -7 L` 1 v �4t� 1�0 LC PHONE/FAX r a 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: New Design Construction Co 2. Permanent main. office address: 2350 E 70th Ave, Denver CO 80229 3. When organized: December 12, 1985 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? 17 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: Concrete Paving, Concrete Structures, Concrete Flatwork utilitY installation ('On r tP median h rriar Atr 8. Have you ever failed to complete any Work awarded to you? If so, where and why? No 9. Have your ever defaulted on a contract? No If so, where and why? 10. 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. tyi i, i <-L'f /fit (sI PC)'�l 12. List your major equipment available for this contract. 13. Experience in construction Work similar in importance to this project: 14. Background and experience of the principal members of your organization, including officers: Attached 15. Credit available: $ N/A 16. Bank reference: Wells Fargo Bank, Don McDonald 303 863 6213 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the OWNER? Yes 18. Are you licensed as a General CONTRACTOR? Yes, Attached If yes, in what city, county and state? What class, license and numbers? 19. Do you anticipate subcontracting Work under this Contract? UL�! , iQ +� If yes, what percent of total contract? >Y and to whom? 7i e t F? N A <' p L K L_ F 20. Are any lawsuits pending against you or your firm at this time? N If o DETAIL 11mor' 7/96 Section 00420 Page 2 r 21. What are the limits of your public liability? DETAIL 2 million What company? NorfhPrn InSUranCp of America 22. What are your company's bonding limitations? 12 million single '10 million aaareaate 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 �r.-'i z, this ( day of/�i� C-c 20C"' New Design Construction Co Name of Bidder By: Title: President State of Colorado County of Adams ) Steven S. McWilliams being duly sworn deposes and says that he is president of New Design Construction Cc 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 lLrr �_ 206J. .��%4\STINE zi i/ 1 P,......,�, �� Notary PubliF �OTq� � s� '°UBUC per10 My commission expires =L54 2 7/96 Section 00420 Page 3