HomeMy WebLinkAboutRESPONSE - BID - 5929 CSU TRANSIT CENTERG r<:L
SECTION 00300
BID FORM
PROJECT:5929 City of Fort Collins and Colorado State University Transit Center
Place215 North Mas on Fort C Ili O
Date Auaust 23, 200
1. In compliance with your Invitation to Bid dated ,JUIV 21,2005 , and
subject to all conditions thereof, the undersigned
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 55% of Bid ($ )
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: Hartford Accident & Indemnity Company Hartford Plaza Hartford CT
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.
1 through 3
COLORADO DEPARTMENT OF TRANSPORTATION
PROJECT NO.
s CityFort Collins &Colorado state
ANTI -COLLUSION AFFIDAVIT
c
'�^rO1 University Transit Center
Lory Student Center
(inivprqity Fort
I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this
bid or, if not, that 1 have written authorization, enclosed herewith, from that person to make the statements set out below on
his or her behalf and on behalf of my firm.
I further attest that:
t. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or
agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder
or potential prime bidder.
2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or
potential prime bidder on this project, and will not be so disclosed prior to bid opening.
28. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on
this project have been disclosed to me or my firth.
3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to
refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-
competitive bid or other form of complementary bid.
3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder
on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project.
4. The bid of my firm is made In good faith and not pursuant to any consultation, communication, agreement or
discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom-
petitive or other form of complementary bid.
S. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or
services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person,
whether in connection with this or any other project, in consideration for an agreement or promise by any firm or
person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid
or agreeing or -promising to do so on this project.
6. My firm has not accepted or been promised any subcontract or agreement regarding the safe of materials or
services to any firth or person, and has not been promised or paid cash or anything of value by any firm or person,
whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high,
noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project.
7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities
relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of
them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or
other conduct inconsistent with any of the statements and representations made in this affidavit.
8. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent
concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this
contract.
I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR
FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST
OF MY KNOWLEDGE.
contrwoes can or comps w hems
By
Data
Auciust 23 ;
nu. Jeff a g
Golden Triangle Construction Inc
.
Preside
27d wntnctols Mn a oompm y mme. lc Jo1MveMure.)
8y
Dale
nw
NIA
Swom to before me this day of, 20
Notary Pubpe
My oornr0ulon e*6es
NOTE: This document must be signed In Ink
COLORADO DEPARTMENT OF TRANSPORTATION Project No.:
UNDERUTILIZED DBE (UDBE) BID
CONDITIONS ASSURANCE Location:
Instructions: Contractor —Complete and submit this form with your bid. Report only Underutilized DBE (UDBE) participation percentages which
qualify under the contract goal specification for this proiect.
POLICY
It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have maximum opportunity to
participate In the performance of contracts financed with federal. state or local entity funds.
UNDERUTILIZED DBE PARTICIPATION COMMITMENT
1) Will your company's Underutilized DBE (UDBE) participation commitment meet contract goals? ❑ Yes ❑ No
2) Total eligible Underutilized DBE (UDBE) percentage amount from Box A below. %
3 List the UDBE firms, commided work items and elkilble UDBE percent of your bid that ou are committino to each
UDBE FIRM NAME
CERTIFICATION
COMMITTED
SUBCONTRACT
ELIGIBLE
EXP. DATE
WORK ITEM(S)
CATEGORY
UDBE %
1. �J
I /
❑ Subcontractor
U ` —
❑ Supplier ❑ Broker
2
❑ Subcontractor
❑ Supplier ❑ Broker
3.
❑ Subcontractor
!
Broker
El Supplier El Broker
°
4
I I
❑ Subcontractor
°
❑ Supplier ❑ Broker
/0
5
❑ Subcontractor
❑ Supplier ❑ Broker'
6
' I
❑ Subcontractor.
❑ Supplier ❑ Broker
�0
BOX A. TOTAL ELIGIBLE UDBE PERCENTAGE AMOUNT:
Round percentage amounts to the nearest hundredth)
'
^uU..IU1141 nNvuc°vne an now ro caicula[e the actual eagime amounts and percentages tar the subcontractor, supplier, and broker categories
are available on the CDOT Form #715 and in the'Counting DBE Participation Toward Contract Goals and CDOTs annual DBE goal' section of the
"DBE — Definitions and Requirements" In the Slandard Specief Provisions.
I understand that, if my company is determined to be the low bidder for the contract on this project, I must submit a completed
CDOT Form #715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION for each firm listed on this form to the
Transportation Department by 4:00 pm the day after the bids are opened. The actual amounts submitted on each CDOT Form
9715 must equal or exceed the percentage commitments documented on this form. In addition, if my company does not
meet the DBEIUDBE goal for this project, I must submit a completed CDOT Form 9718 DBE GOOD FAITH EFFORT
DOCUMENTATION before the above stated deadline. CDOT Form #715s submitted for firms not included on this form. OR
for amounts exceeding those listed on this form, will be accepted but NOT counted as Good Faith Efforts. Only the efforts
the contractor made prior to the bid opening will count as Good Faith Efforts.
I understand my obligation to abide by the policy stated above. I shall not discriminate on the basis of race, color, age, sex, national
origin, or handicap in the bidding process or the performance of contracts.
I DECLARE UNDER PENALITY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR
FEDERAL LAWS, THAT THE STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST OF MY
KNOWLEDGE.
Company Name: Date:
Golden Triangle Construction Inc 8 123 12005
Company Officer Signature: Title:
President
Jeff Narlinri P vlous edltlons may net bQ uswd rnnT e.._ yew
Golden Tdanale Constructoon Inc
CONTRACTOR
Jeff Prpcirient
ADDRESS: 11 VVPAvdr •:•
...u.. •:1 1
8. BID SCHEDULE:
A. BASE BID (LUMP SUM) $ 5 �1-j y,,., V40-7TES
BASE BID IN wURDSLV� 1Mt.l_►est.t �1h1� .}aUollars
B. ALTERNATES AD
$ 1 01. Exterior stair canopy: ADD to base bid
$ 1S, 5002. Skylights at entry vestibule: t - cLaae -' :-:-_:-vF q;Z
ADD to base bid
$ 3. Provide roll down grilles 1 plaza 6 lower level: ADD to base
bid
$ 16ry^'n
✓v�/ 4. Use Stone in lieu of stucco, and plaza level new addition
��T pending acceptable match: ADD to base bid
Interior electrical fixture upgrade: ADD to base bid
$�� 6. Extend Elevator to upper floors and provide all upper level
renovation as noted: ADD to base bid
$jM _ 7. Electric door openers at handicapped restroom, Lower Level as
noted: ADD to base bid
$ MLe-rE > S. Fire Main upgrade pending flow test report, as noted: ADD to
ii� �EAJ*a abase bid
C. UNIT PRICES
1. $ Q 0 0 ADD Trash/Ash Receptacle:
$ 1 DXa DEDUCT ADD or DEDUCT, one trash/ash receptacle per specifications,
install complete.
2. $_ADD Flagstone veneer per specifications:
$_DEDUCT ADD or DEDUCT, one square foot of 4" flagstone veneer
per specifications, installed complete.
3. $ADD Thin veneer flagstone veneer (approved match):
$ DEDUCT ADD or DEDUCT, one square foot of thin veneer flagstone
veneer (approved match), installed complete.
4. $ anADD Electrical outlets:
$DEDUCT ADD or DEDUCT, on electrical outlet per spec. complete.
5. $ ADD Data outlets:
$ DEDUCT ADD or DEDUCT, one data outlet per spec. complete.
6.
$_ADD
ADD
or DEDUCT,
one LF of
upper and lower cabinet p. lam
$off(, 5 DEDUCT
millwork spec,
complete
7.
$ .-1 ADD
ADD
or DEDUCT
per sf of
interior wall demolition
$� DEDUCT
8.
$ ADD
ADD
or DEDUCT
per sf of
new gyp. bd. studs interior wall
$ A .j 0 DEDUCT
9.
$ 0613 ADD
ADD
or DEDUCT
per sf of
interior painting
DEDUCT
10-5 3 ADD ADD or DEDUCT each typical 6" X 6" room sign
$DEDUCT
l l-$ S ADD #i ADD of DEDUCT per sf carpet, Types 1, 2, 3, and 4.
$ ,00 DEDUCT #1
$_ADD #i2
$ .5.00 DEDUCT 42
$to
ADD #3
$
3. DEDUCT #3
$ of �t'� ADD #I4
$DEDUCT #4
12.5 ADD ADD or DEDUCT per sf ceramic file 2" X 2" installed price
S _DEDUCT
13.$ ADD ADD or DEDUCT each 2ft X 2ft terrazzo the
$_Q
Q DEDUCT
14-$ p ADD ADD or DMUCT per square yard concrete paving
$pp DEDUCT
15.$ 519 ADD
$ DEDUCT
16.$ 10 ADD
$ DEDUCT
17 _ $ 156V ADD
$ 511 DEDUCT
18 . $ 300 ADD
$ Q 6g DEDUCT
19. $ aD ADD
$ , DEDUCT
20.$ ADD
$ OCCo? DEDUCT
21.$ADD
S DEDUCT
22.dA�L^ ADD
$ .zi6 DEDUCT
23.$� )vADD
$DEDUCT
ADD or DEDUCT per square yard colored concrete paving
ADD or DEDUCT per sf stucco reveals
ADD or DEDUCT TYPE A-1 Pendant fixture installed complete
ADD or DEDUCT TYPE N-2 Downlight installed complete
ADD or DEDUCT per sf sealed stained concrete
ADD or DEDUCT one 3070 SCWD Door and HM frame complete with
hardware
ADD or DEDUCT one LF of stonefaced knee wall
ADD or DEDUCT one LF of rubber base
ADD or DEDUCT one LF of tile base
24.$ADD ADD or DEDUCT one IF of granite base
$ DEDUCT
D. ART PRICING:
Artist David Griggs (303) 446-3030, 715 Gaiapago St. Denver, CO 80204
1. Etched glass railing panels - Detail ii12 - Sheet A-7.1 - delivery of
glass from railing mfg to Great Panes Glass Works Inc. - 4410
Washington Ave. - Denver, CO 80216 - 303-294-0927 - artist vendor
will provide the photo emulsion etch 6 deliver to site upon
completion for installation by General Contractor.
$iN BASE BID (photo emulsion price by other)
2. Layered wall board - Detail 1113 - Sheet A7.1 - Bas Relief - Layered
411 MDF. Pre -assembled machine cut panels, typically 204" x 41, to be
delivered to site as panels by artist with placement instructions for
installation. Contractor to install per instructions - artist will
supervise installation_ Contractor to paint after installation.
Q\�
$ Cost of installation and painting
3. Cxterior rail panels - Detail #3 - Sheet A3.2- cut steel and copper
sheet - pre -assembled and painted panels, typically 216" x 415", to
be delivered to site by artist for instal3ati.on by Contractor. Artist
will provide placement instructions. Panel weight to be confirmed
and installation approved by structural engineer and architect.
Contact artist for panel weights.
$1� 6sZ to install(Cut panels by other)
$T ltJb credit to delete horizontal rails as indicated on
elevations
4.Floor Pattern - Detail #2 Sheet A1.5 - saw -cur, design- additional
design work on floor as shown on plans to be installed by Contractor.
Artist will provide scaled detail drawings and supervise
installation.
Alm
$ylu cost to install
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
Hid 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.
RESPECTFULLY SUBMITTED:
R
August 18, 2005
Signatur6 f ding Date
r ent
(Seal -
Attest:
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 15% of the contract.
V �►
L aJ•.
t •p j i'IA
i r
3
7/96
SUBCONTRACTOR
e-
Section 00430 Page 1
n P
lden Triangle Construction, Inc.
700 Weaver Park Road
Longmont, Colorado 80501
Policy Number
Not Applicable
IMPORTANT NOTICE TO OBLIGEES/POLICYHOLDERS -
TERRORISM RISK INSURANCE ACT OF 2002
You are hereby notified that, under the Terrorism Risk Insurance Act of 2002, effective
No ember 26, 2002, we must make terrorism coverage available in your bond/policy.
H wever, the actual coverage provided by your bond/policy for acts of terrorism, as is true for
a I coverages, is limited by the terms, conditions, exclusions, limits, other provisions of your
bond/policy, any endorsements to the bond/policy and generally applicable rules of law.
Any terrorism coverage provided by this bond/policy is partially reinsured by the United States
of America under a formula established by Federal Law. Under this formula, the United States
will pay 90% of covered terrorism losses exceeding a statutorily -established deductible paid by
sureties/insurers until such time as insured losses under the program reach $100 billion. If that
occurs, Congress will determine the procedures for, and the source of, any payments for
losses in excess of $100 billion.
The premium charge that has been established for terrorism coverage under this bond/policy is
either shown on this form or elsewhere in the bond/policy. If there is no premium shown for
terrorism on this form or elsewhere in the bond/policy, there is no premium for the coverage.
Terrorism premium: $0
Form B-3333-0 Page 1 of 1
O 2002, The Hartford
THE HRTFORD
POWER OF ATTORNEY- 690 ASYUMAVENUE
HARTFORD, CONNECTICUT 06115
call. • 888-266-3488 or fax: 860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 34-341300
Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Casualty Insurance Company, a corporation duty organized under the laws of the State of Indiana
Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
Hartford insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of unlimited:
James S. Rosuiek, J. R. Richards, Douglas J. Rothey, Cynthia M. Burnett, Frank C. Penn, Diynn Guem, Pamela J. Hansen,
Kevin W. McMahon, Donald E Appleby, Gloria C. Blackburn, Florietta Acosta, Kristen L. McCormick, Susan J. Lattarulo
of Denver, CO
their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by 0, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies
have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
eonvc'
dt674 �beno ��/ 1 Qr • 4"ro 4Uauq � "rrmP�
-�—Q a .
Paul A. Bergenholtz, Assistant Secretary
STATE OF CON N ECTICUT
ss. Hartford
COUNTY OF HARTFORD
David T. Akers, Assistant Vice President
On this 4th day of August, 2DO4, before me personally came David T. Akers, to me known, who being by me duly sworn, did depose and
say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the
corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the
said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed
his name thereto by like authority.
♦� • Scott E. Paseka
NotaryPublic
CFRi4lCpTE My Commission Expires October 31, 2007
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of August 18, 2005
Signed and sealed at the City of Hartford.
ar"ty; bNaf
SDI •, � a
r� ,►,,k}� [ �'i,��;w,� 1•,tMi� ��t to 791:� j.
jy�t� F79jr� 5$ I4R9
♦ �*a:• , �,4"1P'� d 1 rt • aRqu.eM1 "�.,4.�,,b.'
Y
Gary W. Stumper. Assistant Vice President
POA 2004
A
f 1
SECTION 00910
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned*
as Principal, and Hartford Accident and Indemnity Company as Surety, are
hereby held and firmly bound unto the City of Fort Collins, Colorado, as
OWNER, in the sum of ** $------------ 5% ----- 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, 5929 •City of Fort Collins and Colorado
State University Transit Center,
NOW THEREF0RE,
(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 hereundn 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.
*Golden Triangle Construction, Inc.
**Five Percent of Total Amount Bid
7/96 Section 00410 Page 1