Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RESPONSE - BID - 5759 DOWNTOWN ENHANCEMENT PROJECT
SECTION 00300 PROJECT: DOWNTOWN ENHANCEMENT PROJECT; BID NO. 5759 Place City of Fort Collins Date February 12, 2003 1. In compliance with your Invitation to Bid dated January 14, 2003 and subject to all conditions thereof, the undersigned R C Heath nctrnc ion Ch a ** (Corporation, timid-hrabi3-it (�urrpany, Part nes�rip,-�3or�i-3rt�e,--e-i;o3��rolseieor� ** 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% ($ 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: 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 on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the amounts set forth hereafter. 1) Substantial Completion: One Thousand Five Hundred Dollars ($1500.00) for each calendar day or fraction thereof that expires after October 31, 2003 until the Work is Substantially Complete. 2) Final Acceptance: After Substantial Completion, Five Hundred Dollars ($500.00) for each calendar day or fraction thereof that expires after November 15, 2003 until the Work is ready for Final Payment and Acceptance. ARTICLE 4. CONTRACT PRICE 4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with the Contract Documents in current funds as follows: ($835,427.03), Eight Hundred Thirty-five Thousand Four Hundred Twenty-seven Dollars and Three cents, in accordance with Section 00300, attached and incorporated herein by this reference. ARTICLE 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER, once each month during construction as provided below. All progress payments will be on the basis of the progress of the Work measured by the schedule of values established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work based on the number of units completed, and in accordance with the General Requirements concerning Unit Price Work. 5.1.1. Prior to Substantial Completion, progress payments will be in the amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.7 of the General Conditions. 90o of the value of Work completed until the Work has been 50o completed as determined by ENGINEER, when the retainage equals 50 of the Contract Price, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work completed in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 100% of the Work completed. 900 of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER as provided in paragraph 14.2 of the General Conditions) may be included in the application for 9/12/01 Section 00520 Page 2 payment. 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient to increase total payments to CONTRACTOR to 950 of the Contract Price, less such amounts as ENGINEER shall determine or OWNER may withhold in accordance with paragraph 14.7 of the General Conditions or as provided by law. 5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13. ARTICLE 6. CONTRACTOR'S REPRESENTATION In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.2 of the General Conditions. 6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above) which pertain to the subsurface or physical condition at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.2 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 6.4. CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Contract Documents, including specifically the provision of paragraph 4.3. of the General Conditions. 9/12/01 Section 00520 Page 3 6.5. CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports and data with the terms and conditions of the Contract Documents. 6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 7. CONTRACT DOCUMENTS 7.1 The Contract Documents which comprise the entire Agreement between OWNER and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary Conditions, those items included in the definition of "Contract Documents" in Article 1.10 of the General Conditions, and such other items as are referenced in this Article 7, all of which are incorporated herein by this reference. 7.2 Forms for use by CONTRACTOR in performing the Work and related actions in carrying out the terms of this Agreement are deemed Contract Documents and incorporated herein by this reference, and include, but are not limited to, the following: 7.2.1Certificate of Substantial Completion 7.2.2 Certificate of Final Acceptance 7.2.3 Lien Waiver Releases 7.2.4Consent of Surety 7.2.5Application for Exemption Certificate 7.2.6Application for Payment 7.3 Drawings, consisting of a cover sheet and sheets includes the following: Downtown Enhancement Project: JR Engineering - Sheets 1-16 Vignette Studios - Sheets V1-V6 BHA Design - Sheets B1-B12 Rocky Mountain Rain - Sheets I1-I3 The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions made shall be clearly identified and dated. 7.4. Addenda Numbers 1 to 3, inclusive. 7.5. The Contract Documents also include all written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5 and 3.6 of the General Conditions. 7.6. There are no Contract Documents other than those listed or incorporated by reference in this Article 7. The Contract Documents may only be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions. 9/12/01 Section 00520 Page 4 ARTICLE 8. MISCELLANEOUS 8.1. Terms used in this Agreement which are defined in Article I of the General Conditions shall have the meanings indicated in the General Conditions. 8.2. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but not without limitations, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge that assignor from any duty or responsibility under the Contract Document. 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, Agreement and obligations contained in the Contract Document. 9/12/01 Section 00520 Page 5 OWNER: CITY OF FORT COLLINS By: JOHN F. FISCHBACH, CITY MANAGER BY: JAMES B. O'NEILL II, CPPO, FNIGP DIRECTOR OF PURCHASING AND RISK MANAGEMENT Date: Attest: ty Clerk Address for giving notices: P. 0. Box 580 Fort Collins, CO 80522 Approved as to Form Assistant City Attorney CONTRACTOR: R. C. Heath Construction Co. By: Title: Date: (CORPORATE SEAL) Attest: Address for giving notices: LICENSE NO.: 9/12/O1 Section 00520 Page 6 SECTION 00410 RTD BOND "OW ALL MEN BY THESE PRRSFNTS: that we, the undei:signed R.C. Heath Construction as Principal, and Employers Mutual Casualty Company _ Co. Surety, are hereby held and firmly hound unto the City of Fort Collins, Coloraddo, a$ OWNER, in the sum of $ 5% of Bid------ for the payment of which, well and truly to be made, we hereby jr ly and severally bind ourselves, successors, and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the City of Fo.rr Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into a Construction Agreement for the cornstruct.ion of Fort Collins Project, DOWNTOWN ENHANCEMENT PROJECT; BID NO. 5754. NOW THEREFORE, (a) If said Bid shall hp rejected, or (b) if said Bid shall be accepted and the Principal shall execute and del.ivr:r a Contract in the form of Contract attached hereto (properly compler..c.d in accordanna with said Baal) and shall furnish a BOND for his faithful performance of said Contract; and for payment of all persons performing labor nr furnishing materials in connection therewith, and shall in all other respects perform the Agreement created by the acceptance of sa.i.d Bid, then this obligation shall be void; otherwise the same shall remain in force and effect, it being expressly understood and agrees th�,i rric liahi.lity of the Surety for any and all claims hereunder shall, in �n event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the ot—igarions of said Surety and its BOND shall be in, no way impaired or affected by my extension of the time within which the OWNER may accept such Bid; and said 5urery does hereby waive notice of any such extension. Surety Companies executing bonds must be authorized to transact business in r.he State of Colorado and be accepted by the OWNER. 7/96 Section 00410 Page 1 IN WITNESS WHEREOF, the Principal and the Surety have hereunto set t.heir har,as and seals this 12th day of February , 20 03, and such of their st c oorporationa have caused their corporate Seals to be hereto affixed and Uses( - presents to be. signed by their proper officers, the day and year first ser ('urr, above. PRINCIPAL Name; R. C. Heath Construction Co. Address P. 0. Drawer H Fort Oo]llins —CO M522 rtIi �u`���l�J `' " • by ( 3LAL ) SURETY Employers Mutual Casualty Company P. 0. Box 441098 Aurora, CO 80044 By: -.._ .... Tit1a: Attorney-in-F2ct (SEAL) 7/96 Section 00410 Page 2 EMC Insurance Companies ��512856 P.O. box:712 • Des Moines, Iowa 50303 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 2, EMCASCO Insurance Company, an Iowa Corporation 6.. EMC Property & Casualty Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 7. The Hamilton Mutual Insurance Company, an Ohio Corporation 4 Illinois EMCASCO Insurance Company, an Illinois Corporation hereinafter referred to severally as "Company' and collectively as "Companies", each does by these presents, make, constitute and appoint; CHRIS RICHMOND, RUSSELL MICHELS, DARLENE KRINGS; INDIVIDUALLY, FORT COLLINS, COLORADO ........................................... its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS ............. ... ,..... ......... ............ ($10,000,000.00);, and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed The authority hereby granted shall expire April 1, 2006 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies ata regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attorney -in -fact at any time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power-of-attomey issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter; wherever, appearing upon a certified copy of any power-of-attomeyof the Company, shall be valid and binding upon the Company with the same force and affect as though manually` affixed. IN WITNESS WHEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this 21 st day of November 2002 SealsAA Bruce G. Kelley, Chairman Jeffre" S. Birdsle ..•`SRO INS(/4 ''• o�PN;E CO �p PI Y.B gF'•, y y P 2 e , q s of Companies 2, 3, 4, 5 & 6; resident Assistant Secretary y:' of Company 1; Vice Chairman and ©;.SEAL _3 1863 :az-1953n`� CEO ofCompany 7 MA 'I L IN0�5� •.r,,... Iowa On this2lst dayof November AD 2002 before me a Notary Public in and for the State of Iowa, personally, appeared Bruce G. Kelley and JeffreyS. Birdsley, who, being by me duly sworn, did -say that they are, and are known to me to be the Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of each of The Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Jeffrey S. Birdsley, as such officers, acknowledge the execution of said instrument to be the voluntary act and deed of each of the Companies. My Commission Expires September 30, 2003. Notary Public in and for the State of Iowa CERTIFICATE I, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney Issuedpursuant thereto on November 21, 2002 on behalf of Chris Richmond, Russell Michels, Darlene Knngs are true and correct and are still in full force and effect. In Testimony Whereof 1 have subscribed my name and affixed the facsimile seal of each Company this 12t i ayof. February 2003 Vice -President CONTRAC .�:...� ► Presi ._ ADDRESS: 141 Racauette Drive 8. 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 (25%) of the total Agreement Price. RES TFULLY S M TTED: Signature Randall J. io Date February 12, 2003 President Title 4,I License Number (If Applicable) (Seal - if Bi is by corporation) Attest: Ron Erickson Address 141 Racauette Drive Fort Oollins, OD 80524 Telephone (970) 221-4195 7/96 Section 00300 Page 2 R.C. Heath Construction Co. 00330 REVISED Bid Schedule City of Fort Collins Downtown Enhancement Project Bid No. 5759 Downtown Enhancement Project 2003 AddendumBid-Tab Item # Description Quantity Unit Unit Cost Total Cost 201-01 Remove Bushes and Cobblestones in Planter 1.00 LS - $ 11 "� $ I� 202-01 Remove Concrete Pavement (8"-10") 46343.00 SF � (J $ ;ry q� /64� $ � j7[s�..) 202-02 Remove Asphalt Pavement (Full Depth 8"-12") 9144.45 SF $ $ 202-03 Remove Concrete Sidewalk. Asphalt Sidewalk and Access Ramps 15043.60 SF $ .. r y� $ 7(Yj 202-04 Remove Decorative Sidewalk (concrete, pavers) 9315.70 SF $ ,q $ 8 , t`w 202-05 Remove Concrete Stairway 50.00 CF $ �j :4%D — $ _ %G 202-06 Remove Standard Concrete Curb and Gutter 288.75 LF 77 $ - / Z— $ Z Z 202-07 Remove Highback/Other Curb and Gutter 804.05 LF $ 7.71 $ z-')cj 202-08 Remove Railings 40.00 LF //;; $ `7. 75 $ Z g& 202-09 Remove Timber Stairway 202-10 Remove Concrete Pad and Bench 6.00 EA $- I $ I 202-11 Remove Driveway 250.00 SF $ , UCi $ ,�56 202-12 Remove Canopy and Supports (cut conc. foundations) 1.00 LS $ Fj. ( $ 202-13 Remove Drinking Fountain Stubs and Abandon Waterlines 2.00 EA $ $ �e%L 202-14 Remove Concrete Wall (25' high) 16.00 LF $ I U''J -13 ` $ I 202-15 Remove Flag Pole (protect and return to city) 1.00 EA $ j 110 $ Pilo 203-01 Unclassified Excavation 346.00 CY Is 2 . i3r'j i -- $ (JCX-) 203-02 Embankment (for backfiring curbs and walls) cip 73.00 CY $ 2j; Ci ( $ �[7 203-03 Haul and Dispose 263.00 CY $ -UV $ 203-04 Muck Excavation cip 200.00 CY $ �jr66 $ 760 203-05 Borrow ABC 6" cip 260.00 TON $ j. q(o $ (` S—L) 203-06 Topsoil (stockpiling®rading) 6" depth 74.00 CY $ , 70 $ 'ZQ[) 203-07 Topsoil 60/40 mix for medians 59.00 CY $ 2., 03 $ 1 r 3(x) - 203-08 Potholing 20.00 HR $ L7)Zf ^ $ 208-01 Erosion Control 1.00 LS $ I , C-)O ` $ 210-01 Adjust Manhole 10.00 EA $ 5(.) $ 210-02 Adjust Valve Box - 210-03 Reset Inlet and Grate 2.00 EA $ ( (,) $ (, &CO 210 04 Remove and Replace Steel Stairway Assembly (also paint green) 1.00 1 EA $ $ 030 TOTAL FOR SHEET'#1 $ 7-, R.C. Heath Construction Co. 00330 REVISED Bid Schedule City of Fort Collins Downtown Enhancement Project Bid No. 5759 Item # Description Quantity Unit Unit Cost Total Cost 210-05 Remove Concrete Sidewalk Chase (save steel plates for reuse) 5.00 EA _ $ Z $ 210-06 Relocate Bolt Down Bicycle Racks (and Paint Green) 3.00 EA II $ l,o• 67 $ 210-07 Remove and Replace Glass Entryway - -- 210-08 Tree Grates Remove and Reset 9.00 EA $ 1t7. 7fi $ 210-09 Remove and Reset Chain Link Fence 1.00 LS $ C o ' $ 210-10 Remove and Reset Trash Receptacle 2.00 EA $ 70 $ 212-01 Tree Protection U -� 212-02 Turf Sod 6000.00 SF $ (� • %� $ rZi� 212-03 Wood Mulch (Y) 390.00 SF $ 17 $ -y6t 214-01 Skyline Honey Locust 3" Diameter 4.00 EA $2 $ "Z, %7rjlJ 214-02 Wilton Blue Rug Juniper-5 gallon 6.00 EA $ �L>' $� 214-03 Crimson Pigmy Barberry - 5 gallon 3.00 EA $ 11 15 $ Y'J 304-01 Aggregate Base Class 5-6 cip 14" 52.00 TON $ I �3 r 75 $ 71 412-01 Portland Cement Concrete Pavement (10") 1422.30 SY $ 53. 17 $ / q L-, %&& ' 412-02 Portland Cement Concrete Pavement (8") 4844.40 SY $ dr l $ I y4(3SU - 412-03 Concrete Pavement Additional 1"Thickness 710.00 SY in. $ , L $ •/4:�() 412-04 Hi -Early Concrete - 3000psi @ 24 Hours 50.00 CY $ Z % ^ $ 13750 , 412-05 Hi Early Concrete - 3000psi @12 Hours 50.00 CY $ $ 1�Ib(L)- y 608-01 Concrete Sidewalk (6") 5751.90 SF $ 3.27 $ 11R, ell- 608-02 Concrete Sidewalk (4") (Sidewalk Rehab. Work) 4240.50 SF `� $ L-7 '81 $ tI'gIhr' ~ 608-03 Colored Concrete Sidewalk (6") 6751.00 SF $ '1 .OS $ Z 7 3 ZS t 608-04 Concrete Access Ramps wl Trans. Domes (6") (per G',5i detail) 700.00 SF $ $ 608-05 Concrete Driveway & Approach (8")- 222.00 SF $ (p.�(,J73 $ �-�5✓-� 608-06 Pedestrain Refuge Islands (see Detail) 456.00 SF $ . L' / -7 $ 608-07 Enhanced Concrete Crosswalks (10") (see detail) (stamping and coloring only) 3530.00 SF $ 7, 20 "' $ 25•,-7t6 ' 608-08 Concrete Bands - per Detail [L 608-09 Concrete Stairs (6" Risers) per Detail 95.00 CIF $ 1 ?l 7 $ 1 1745 608-10 Flowable Fill 186.00 CY $ (03• i 7 I .� $ t , 75 " 608-11 Concrete Wall 6' to 8' w/ Faster and Stucco Finish (see 1 1,0+ 7 7u, _..r It, 776 detail) (Mason St.) 1.00 LS $ $ 608-12 Concrete Wall Repair at Oak Street Plaza (see detail) too Ls $ (o�l� - $ G (v 608-13 Concrete Median Wall at Laporte Turn Lane 155.00 LF $ 1 :'L $ 608-14 Colored Concrete Splash Block (Incl. prep work)(see r' detail) 418.00 SF $ r $ TOTAL FOR SHEET #2 $ 37i Z35' I R.C. Heath Construction Co. 00330 REVISED Bid Schedule City of Fort Collins Downtown Enhancement Project Bid No. 5759 Item # Description Quantity Unit Unit Cost Total Cost 608-15 Colored Driveway Crosswalk (8") 120.00 SF $ $ 7 y 608-16 Concrete Tree Grate Support 13.00 EA $ It 77 $ 608-17 Concrete Tree Grate Border Repair (6" x6" x10" Match Existing 248.00 LF $ 0 , Z7 _ $ 2, c) 608-18 New Steel Tree Grate Installed (see detail) 11.00 EA Is I c)27. 27 $ i lt 3C6 608-19 Concrete Sidewalk Chase -Salvaged Steel 5.00 EA $ 4L%v` $ 608-20 Concrete Sidewalk Chase Extension Including New Steel Extension 1.00 LS $ (p7 $ Gp7C-� 608-21 MSE Block Retaining Wall (approx. 18" High) (see Detail) CIP 18.00 LF $ �1 $ i I�jfj' 608-22 Exposed Aggregate Concrete (4") 565.00 SF $ 'z, (pl $ 11176 608-23 8" Non-Reinfroced Concrete Retaining Wall 50.00 SFF $ $ Z.C7 608-24 8" Non -Reinforced Concrete Structural Slab 490.00 SF $ 3 • n,,3 $ j 7 W ` 608-25 Epoxy Coated Reinforced Steel 1500.00 LBS ((7 $ D • L / $ 608-26 Street Name Sandblasting 12.00 EA $ ZIq,17 $ Z.776 608-27 Sawcutting 50.00 LF-IN $ .2 , 7� $ 13S 609-01 Vertical Curb+Gutter-30" (see detail) 664.00 LF $ 1 Z ,� $ 609-02 Barrier Curb - 6" @ Midblock Crossing (see Ped. Refuge Detail page 6 Sect A -A_ 115.00 LF _ Is I z 35 $ I ZU 609-03 College Ave. Median Curb - 18" @ Laporte (see Detail) 165.00 LF $ I J , if-5 $ 176 ' 609-04 Vertical Curb and Gutter 42" (see Oak Street Detail) 400.00 LF $ ,/C /Z, $ apt[} 609-05 Remove and Replace Curb and Gutter (match exisiting) 190.00 LF $ I , 7 J $ 610-01 Interlocking Brick Paver Band and 4" conc. Base - Type 2 (Epoxied per Detail) 2256.00 SF �/ $ -7-W $ 17,y(,,p 610-02 Interlocking Concrete Pavers and 4" conc. Base - Type 1 (Epoxied per Detail) 3005.00 SF ,, // $ 7�T $ ZZ t Oct, 613-01 Electrical Sleeving (2" PVC) 455.00 LF $ //i, �/ $ -1 7 2-6) 613-02 Install Light Pole Pedestal and Fixture per detail (to be wired by others) 4.00 EA $ 619-01 20' Extension of 3/4" Copper Service w/ Watervalve 1.00 LS $ I U'1 $ 622-01 Pedestrian Bench (see Spec) Timberform Renasaince Model2802-6 2.00 EA $ $ 2,2_30 622-02 Assemble and Install Bus Shelter (see Spec. Book for Details) 1.00 EA $ qCL� $ y 5 _ 622-03 Install Railing for Mason Street Ped. Improvements 1.00 LS $ Z I $ Z II [;Z� 623-01 Irrigation for Mountain Ave. (exluding medians) 1.00 LS t $ j Z "��'J /CJ�t $ I l�T�/jS ✓ 623-02 Irrigation for Mason Ped Improvements 1.00 LS $ Z.��� $ 2�/rZ�,)� 623-03 Irrigation for Laporte Median 1.00 LS $ `J / $ "1 U15 ' T 0 T A FQkt9Fff i'#� R.C. Heath Construction Co. 00330 REVISED Bid Schedule City of Fort Collins Downtown Enhancement Project Bid No. 5759 Item # Description Quantity Unit Unit Cost Total Cost TrafficControl' Items 630-01 "NO PARKING" Sign with Stand 1602.00 EAi Day $ ( "- 17 $ Z+ -65L� 630-02 Vertical Panel/Barrel without light 9685.00 EAiDay I $ r J"I $ 5;LA6 630-03 Type I Barricade without Light 500.00 EA/Day is t7 , ''sCf $ Z 45 630-04 Type II Barricade without Light 500.00 EA/Day $ (2. ` $ 2,96 630-05 Type III Barricade with 2 Lights 660.00 EA/Day $ `, q J` $ i , (pzc> 630-06 Size "A" Sign with Stand 2008.00 EAJDay $ 1 r `i(D $ 2,9 630-07 Size "B" Sign with Stand 3628.00 EA/Day $ 1 " tad% $ 5 ; C>C� 630-08 Size "A" Specialty Sign - Cost of Manufacturing 5.00 EA $ $ J 54) I 630-09 Size "B" Specialty Sign - Cost of Manufacturing 18.00 EA // $ N1+ I $ 630-10 Cone with Reflective Strip 500.00 EAIDay $ $ _qL 630-11 Salley Fence 1244.00 Roll/Day qj $ � � $ 1(J 630-12 Light - Steady Burn or Flashing as directed 4493.00 EA/Day $ 02. ii -S $ 630-13 Advance Warning Flashing or Sequencing Arrow Panel 98.00 EA/Day ��, $ Z. 7+ C4, $ Z 630-14 Variable Message Board 70.00 EA/Day $ 76-,,,� / $ S, is!:J 630-15 Jersey Barrier 500.00 EA,, Day $ -3 . ( — $ I ti 7C7 630-16 Traffic Control Supervisor 228.00 per Day $ Z(c77 7(0 $ 630-17 Traffic Control Supervisor 40.00 per Hour $ 23:1!) /L Zr $ 630-18 Flagging 1878.00 EA/11our $ I� yV $ 35:5�.% Miscellaneous Quantities -------- Contract Bond 1.00 LS $ ; Z ZD— $ zzCS 626-01 Mobilization 1.00 LS $ a?" 3b J $ 2 21 38b— TOTAL FOR PAGE #4 TOTAL FOR PAGE #3 $ i 25 t TOTAL FOR PAGE #2 $ TOTAL FOR PAGE #1 $ ( al t 196 TOTAL COST -FOR PROJECTS ' $ 3 ct K , vi:: h I"' Dollars Cents Signed Address P.O. Etr H 141 IXi kandall DeMario, President Fort QO17ins, 3D 80522 Company R.C. Fbath OXStr rn ib. Phone/Fax (970) 22.14195 (970) 221-2907 heck One: Individual Doing Business in Company Name Corporation Partnership R.C. Heath Construction Co. SECTION 00430 SCHEDULE OF SUBCONTRACTORS List all subcontractors for the work items listed below and all subcontractors performing over 15% of the contract. ITEM 7/96 SUBCONTRACTOR Section 00430 Page 1 SECTION 00510 NOTICE OF AWARD Date: February 20, 2003 TO: R. C. Heath Construction Company PROJECT: DOWNTOWN ENHANCEMENT PROJECT; BID NO. 5759 OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER") You are hereby notified that your Bid dated February 12, 2003 for the above project has been considered. You are the apparent successful Bidder and have been awarded an Agreement for DOWNTOWN ENHANCEMENT PROJECT; BID NO. 5759. The Price of your Agreement is Eight Hundred Thirty-five Thousand Four Hundred Twenty-seven Dollars and Three cents ($835,427.03). The amount is based on Unit Price. Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise made available to you immediately. You must comply with the following conditions precedent within fifteen (15) days of the date of this Notice of Award, that is by March 7, 2003. 1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement including all the Contract Documents. Each of the Contract Documents must bear your signature on the cover of the page. 2. You must deliver with the executed Agreement the Contract Security (Bonds) as specified in the Instructions to Bidders, General Conditions (Article 5.1) and Supplementary Conditions. Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited. Within ten (10) days after you comply with those conditions, OWNER will return to you one (1) fully -signed counterpart of the Agreement with the Contract Documents attached. By: City of Fort Collins OWNER James B. O'Neill, II, Director of Purchasir Title CPPO, FNIGP and Risk Manaqement 9/12/01 Section 00510 Page 1 SECTION 00520 AGREEMENT THIS AGREEMENT is dated as of the 20th day of February in the year of 2003 and shall be effective on the date this AGREEMENT is signed by the City. The City of Fort Collins (hereinafter called OWNER) and R. C. Heath Construction Company (hereinafter called CONTRACTOR) OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Project for which the Work under the Contract Documents may be the whole or only a part is defined as several small sites in the downtown area. The bulk of the work includes removal and/or installation of concrete pavement, concrete sidewalk, colored and stamped concrete crosswalks, pedestrian access ramps, decorative pavers, tree grates, pedestrian lights, irrigation, retaining walls, pedestrian refuges, and the associated vehicle and pedestrian traffic control, and is generally described in Section 01010. ARTICLE 2. ENGINEER The Project has been designed by JR Engineering, Vignette Studios, BHA Design, and Rocky Mountain Rain; City of Fort Collins Engineering, who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3. CONTRACT TIMES 3.1. This is a one year contract, at the option of the City, the Agreement may be extended for additional 1 year periods not to exceed two additional one year periods. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. 3.2. The Work shall be Substantially Complete by October 31, 2003 and completed and ready for Final Payment and Acceptance in accordance with the General Conditions by November 15, 2003. 3.3. Liquidated Damages. OWNER and CONTRACTOR recognize that time is off the essence othis Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1. above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expenses and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed 9/12/01 Section 00520 Page 1