HomeMy WebLinkAboutRESPONSE - BID - 5941 BUCKINGHAM PARK RESTROOMSSECTION 00300
BID FORM
PROJECT:5941 Buckingham Park Restrooms
Place 215 NORTH MASON ST. 2ND FLOOR FT. COLLINS
Date OCTOBER 25, 2005
1. In compliance with your Invitation to Bid dated SEPTEMBER 30, 2005
and subject to all conditions thereof, the undersigned
a (Corporation, , or
Uri=** 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`"PERCENT ($ )
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: OLD REPUBLIC SURETY COMPANY
PO BOX 1976 DES MOINES, IA 50306
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.
-0- through_0_
7/96
Section 00300 Page 1
(Bonds) as specified in the Instructions to Bidders, General Conditions
(Article 5.1) and Supplementary Conditions.
Failure to comply with these conditions
OWNER to consider your Bid abandoned,
declare your Bid Security forfeited.
within the time specified will entitle
to annul this Notice of Award and to
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, CPPO, FNIGP
Director of Purchasing & Risk Management
9/12/01 Section 00520 Page 2
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 22 day of November in the year of 2005 and
shall be effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) an
Delehoy Construction Inc. (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 the construction of the neighborhood
park restroom. The project will include demolition of the existing restroom,
construction of the new restroom, landscaping and irrigation modifications.
Building permits will be applied for by the contractor and paid for by the
city. The contractor will be responsible for calling for inspections.and is
generally described in Section 01010.
ARTICLE 2. ENGINEER
The Project has been designed by Aller-Lingle Architects, 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 The Work shall be Substantially Complete within seventy five (75)
calendar days after the date when the Contract Times commence to run as
provided in the General Conditions and completed and ready for Final Payment
and Acceptance in accordance with the General Conditions within eighty nine
(89)calendar days after the date when the Contract Times commence to run.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of
the essence of this 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.
9/12/01 Section 00520 Page 1
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 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:
Three Hundred Dollars ($300) for each calendar day or fraction
thereof that expires after the seventy five (75) calendar day
period for Substantial Completion of the Work until the Work is
Substantially Complete.
2) Final Acceptance:
After Substantial Completion, One Hundred Fifty($150) for each
calendar day or fraction thereof that expires after the fourteen
(14) calendar day period for Final Payment and Acceptance 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: One
Hundred Forty Five Thousand, Two Hundred Fifty Two Dollars ($145,252.00), 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
9/12/01 Section 00520 Page 2
General Conditions. 90% of the value of Work completed until the Work has
been 50% completed as determined by ENGINEER, when the retainage equals 5% 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. 90% 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 payment.
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient to increase total payments to CONTRACTOR to 95% 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
9/12/01 . Section 00520 Page 3
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.
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
7.2.3Lien Waiver Releases
7.2.4Consent of Surety
7.2.5 Application for Exemption Certificate
7.2. 6 Application for Payment
7.3 Drawings, consisting of a cover sheet and sheets numbered as
follows:
ARCHITECTURAL
SDQ BUCKINGHAM PARK SITE PLANS
9/12/01 Section 00520 Page 4
Al PLAN AND ELEVATIONS
A2 ELEVATIONS AND WALL SECTIONS
A3 WALL SECTIONS
A4 WALL SECTIONS AND DETAILS
STRUCTURAL
S1 STRUCTURAL PLANS AND DETAILS
MECHANICAL
Ml MECHANICAL PLANS
M2 MECHANICAL DETAILS
ELECTRICAL
E1 ELECTRICAL PLANS AND DETAILS
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 1, 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.
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:
JAMES B. O'NEILL II, CPPO, FNIGP
DIRECTOR OF PURCHASING
AND RISK MANAGEMENT
Date:
Attest:
City Clerk
Address for giving notices:
P. O. Box 580
Fort Collins, CO 80522
Approved as to Form
Assistant City Attorney
CONTRACTOR: Delehoy Construction Inc.
By:
Title:
Date:
(CORPORATE SEAL)
Attest:
Address for giving notices:
LICENSE NO.:
9/12/01 Section 00520 Page 1
DELEHOY CONSTRUCTION INC.
GENERAL CONTRACTOR
3109 S. TAFT HILL ROAD
FORT COLLINS, CO 80526
Phone: (970) 226-0836
FAX (970) 226-1802
Date: November 15, 2005
To: City Of Fort Collins
Parks Division
Attn: Eileen Scholl
From: Jim Kline
Subject: Buckingham Park Restrooms
The following is the results of the cost cutting suggestions for Buckingham Park, items
#1-8 and possible areas and for revisions #1-3.
Revise single score block to split -faced block ----- $0
Excavation /foundation --------- $347.00
Masonry ------------------------ $2, 600.00
Steel ----------------------------- $2,403.00
Carpentry-------------------------$890.00
Glass &frames -------------------- $500.00
Plumbing -------------------------- $ 500.00
Electrical-------------------------- $ 3 3 0.00
HVAC----------------------------- $130.00
Roofing -------------------------- $2,722.00
Painting ---------------------------- $140.00
Drywall ---------------------------- $ 2 5 0, 00
Materials --------------------------- $200.00
Landscape ----------------------- $2,000.00
Overhead & Profit -------------- $1,821.00
Total savings ---- $14,833.00
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Delehoy Construction
Inc. as Principal, and nld Ramth"ic gnrety f`Q"'a as
Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado,
as OWNER, in the sum of $ 5 Percent 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,
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall execute and deliver
a Contract. in the form of Contract attached hereto '(properly completed in
accordance with said Bid) and shall furnish a BOND for his faithful
performance of said Contract, and for payment of all persons performing.
labor or furnishing materials in connection therewith, and shall in all
other respects perform the Agreement created by the acceptance of said Bid,
then this obligation shall be void; otherwise the same shall remain in
force and effect, it being expressly understood and agreed that the
liability of the Surety for any and all claims he 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
1 extension of the time within which the OWNER may accept such Bid; and said Surety
does hereby waive notice of any such extension.
Surety Companies. executing bonds must be authorized to transact business in the
State of Colorado and be accepted by the OWNER.
7/96 Section 00410 Page 2
i
� I
IN WITNESS WHEREOF, the Principal and the Surety have hereunto.set their hands
and seals this 25thday of October , 201a, 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 SURETY
a
Name: Delehoy Construction, Inc. Old Republic Sure-,
Address: 3109 South Taft Hill vn How 192A
By:
Diana R. Vigil m
i°
Title:
(SEAL)
7/96 Section 00410 Page 3
8. BID SCHEDULE (lump sum)
Bid item 41 Description Unit I Unit Price Estimated City. Total
1 Demolition
LS S
2,892.00 1
$
2,892.00
2 Restroom building
LS S
155,193.00 1
$
155, 193.00
3 Irrigation modifications
LS S
800.00 1
$
800.00
4 Landscaping
LS S
1,200.00 1
$
1,200.00
TOTAL S160,085.00
ONE HUNDRED SIXTY THOUSAND EIGHTY FIVE AND NO/100-------------------
Dollars
(written)
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.
RESPECTFULLY SUBMITTED:
DELEHOY CONSTRUCTION, INC.
CONTRACTOR
10/25/05
err:^
gyp Signature Date
%PRESIDENT7
Title
B-125
License Number (If Applicable)
1If 3id is by corporation)
At
Address 3109 S. TAFT HILL RD.
FORT COLLINS, CO 80526
Telephone 970-226-0836
Email mdelehoy @ comcast.net
7/96 Section 00300 Page 2
No Text
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: DELEHOY CONSTRUCTION, INC.
2. Permanent main office address: 3109 S. TAFT HILL"'RD. FT. COLLINS, CO 80526
3. When organized: OCTOBER 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? 20 YEARS
6. Contracts on hand: (Schedule these, showing the amount of each
contract and the appropriate anticipated dates of completion)
A. HODEL RESIDENCE $131,835.00 12/15/05
B. LAMPLIGHTER MOTEL ,'
C. CSU AIDL PROJECT ,
D. PVH MISC. PROJECTS ,
E. L RIMER COUNTY 133U SHIELDS $ 13,739.00
7. General character of Work performed by your company:
GENERAL CONTRACTOR INVOLVED IN LIGHT DUTY COMMERCIAL WORK, CUSTOM
HOMES AND RESIDENTIAL ADDITIONS AND REMODELING.
8. Have you ever failed to complete any Work awarded to you? NO
If so, where and why?
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:
A. LARIMER COUNTY DA'S OFFICE $ 30,000.00 10/2005 (OFFICE REMODEL)
B. CSU AZ REMODEL $318,916.00 8/2005 (REMODEL)
C. HOFF CUSTOM HOME $4M$ Q00 00 7 2005 CUSTOM HOME
D. BEST WESTERN UNIVERSITY INN $1400,000.00 REMOD L IC
12. List your major equipment available for this contract:
TRUCKS, DUMP TRAILER, SCAFFOLDING, LADDERS, AIR COMPRESSOR, NAIL GUNS, SAWS
AND HAND TOOLS.
13. Experience in construction work similar in importance to this
project:
A. CSU TRACK PRESS BOX CSU FACILITIES MANAGEMENT DEPT.
B. POUDRE CANYON RESTROOM STATE OF COLORADO
C. EDORA PARK CONCESSION & RESTROOM BLDG. CITY OF FORT COLLINS
14. Background and experience of the principal members of your organization,
including officers:
SEE ATTACHMENT
15. Credit available: $ 55,000.00 LINE OF CREDIT
16. Bank reference: FIRST NATIONAL BANK 2100 W. DRAKE RD. FT. COLLINS, CO
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
If yes, in what city, county and state? FORT COLLINS, LOVELAND, LARIMER, COLORADO
What class, license and numbers? CLASS B # B125
19. Do you anticipate subcontracting Work under thisContract?
:f •cc is l; �.t rcrnF..* rF fr t:i, r art r;. �.r7 60 — 80%
and to whom? UNKNOW AT THIS TIME _ ----
YES
20. Are any lawsuits pending against you or your firm at this time? YES
IF yes, DETAIL DELEHOY CONSTRUCTION, INC. HAS BEEN LISTED ALONG WITH FOUR OTHER
COMPANIES ON A DISPUTED LIABILITY -CASE. THIS IS THE ONLY LAWSUIT I V "B N INVOLVED
WITH SINCE MY COMPANY WAS STARTED -IN 1985. MARIANNE LIZZA WITH THE ROSS- LAW
FIRM IS MY ATTORNEY, SHE CAN BE REACHED AT (303)988-9500. MARIANNE WOULD BE HAPPY TO
ANSWER ANY QUESTIONS YOU MAY HAVE.
7/96 Section 00420 Page 2
21
22
What are the limits of your public liability? (provide detail)
$1,000,000.00 PER OCCURANCE $2,000,000.00 AGGREGATE
What company?
UNITED FIRE
What are your company's bonding limitations? $1,000,000.00 SINGLE PROJECT
AND $1.000,000.00 AGGREGATE
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 FT. COLLINS
DELEHOY CONSTRUCTION,
Name of Bidder./
By:
Title: PRESIDENT
State of COLORADO
County of LARIMER
MARK DELEHOY
this 25TH day of OCTOBER , 2cp5
being duly sworn deposes and says that he
is PRESIDENT of DELEHOY CONSTRUCTION , INC. and that
(name of organization)
the answers to the foregoing questions and all statements therein contained
are true and correct.
S bscribed and sworn to before me this o day of
�C 20d5
Notary Public
My commission expires
7/96 Section 00420 Page 3
elehoy
onstruction, inc.
GENERAL CONTRACTOR
3109 S. Taft Hill Road • Fort Collins, Colorado 80526
(970) 226-0836 FAX (970) 226-1802
October 24, 2005
TO WHOM IT MAY CONCERN:
DELEHOY CONSTRUCTION, INC. was started September of 1985 in Fort Collins, Colorado.
Mark Delehoy is President and Owner. Mark is a native of Fort Collins, he and his wife, Kathi,
have (2) children, Brooke (25) and Kurt (22).
Mark is active with the NAHB Remodelors Council having served as chairman of the Northern
Colorado Chapter. Mark was named Remodelor of the Year, 1999 — 2000 by the HBA of
Northern Colorado. He also received the Certified Graduate Remodelor designation in 2002.
Mark has 30 years experience in the construction industry including work from custom homes
to industrial projects. Mark is actively involved with estimating, negotiating work, material and
subcontractor acquisition, change orders, project meeting and project closeout.
Delehoy Construction, Inc. holds a class "B° General Contractors license and is fully insured
and bondable.
Delehoy Construction, Inc. currently employs full time project managers, estimators, master
carpenters/cabinet makers, journeymen carpenters and carpenter apprentice/labors. Our labor
force comes fully equipped with all necessary tools and equipment required to accomplish any
particular project. We also have a shop equipped for any type of woodworking or millwork
required. We are proud of the fact that we have worked hard to develop the management skills,
people skills, trade knowledge and office support necessary to coordinate the hundreds of
details to complete a successful project.
Delehoy Construction's office is located at 3109 S. Taft Hill Road, Fort Collins, Colorado. Our
office is staffed from 7:00 am — 5:00 pm, Monday through Friday with answering service
available for after hours and weekends. All personnel carry 2-way radios and cellular phones.
Thank you for considering Delehoy Construction, Inc. as your General Contractor. If I can be
of any help or answer any questions you might have, please feel free to call anytime.
Sincerely
Mark Delehoy, Presid t
Delehoy Constructio , Inc.
elehoy
onstruction, inc.
GENERAL CONTRACTOR
3109 S. Taft Hill Road • Fort Collins, Colorado 80526
(970) 226-0836 FAX (970) 226-1802
11) Mark Delehoy, President of Delehoy Construction, Inc. is licensed by the City of
Fort Collins as a General Contractor- 5 Stories License Class. License No. B-125,
Mark Delehoy is licensed by the City of Fort Collins as a certificate holder:
Construction Supervisor — 5 Stories Certificate Class. License No. 256. Mark
Delehoy is licensed by the City of Loveland as a Class I Contractor. License No.
1129.
2) James Kline, Estimator for Delehoy Construction, Inc. is licensed by the City of
Fort Collins as a General Contractor-2 Stories, 10,500 Sq. Ft. License Class.
License No. C1-16. James Kline is licensed by the City of Fort Collins as a
certificate holder: Construction Supervisor-2 Stories, 10,500 Sq. Ft. Certificate
Class. License No. 74. James Kline has satisfactorily completed the
requirements for the Uniform Building Code course. Employed by this company
for five (5) years.
3) Grant Elliott, Estimatorfor Delehoy Construction, Inc. is licensed by the City of
Fort Collins as a certificate holder: Construction Supervisor — R3 & U Only
Certificate Class. License No. 1729. Employed by this company for two (2)
years.
4) Mike Roberts, Project Manager for Delehoy Construction, Inc. has completed
116 hours of training in Uniform Building Code. Employed by this company for
twenty (20) years.
5) Brendon Olmstead, Project Manager for Delehoy Construction, Inc. has
completed 44 hours of training in Uniform Building Code. Employed by this
company for nine (9) years.
6) Chris Wessels, Office Manager for Delehoy Construction, Inc. has twenty eight
(28) years in bookkeeping and office managerial experience. Employed by this
company for nineteen (19) years.
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 150 of the contract.
ITEM SUBCONTRACTOR
SITE PREP
CONCRETE
MASONRY
CARPENTRY
PAINTING
HVAC
ELECTRICAL
ROOFING
DRYWALL
LANDSCAPE
PLUMBING
G.L. HOFF
G.L. HOFF
JUSTIN MASONRY
RW CONSTRUCTION
MCGUYVER
UNIVERSAL MECHANICAL
BRIANS ELECTRIC
PEAK ROOFING
NORTHERN COLORADO DRYWALL
A&M LANDSCAPE
MECHANICAL MASTERS
7/96 Section 00430 Page 1
SECTION 00510
NOTICE OF AWARD
Date: November 22, 2005
TO: Delehoy Construction Inc.
PROJECT: 5941 Buckingham Park Restrooms
OWNER: CITY OF FORT COLLINS
(hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated November 1, 2005 for the above
project has been considered. You are the apparent successful Bidder and have
been awarded an Agreement for Buckingham Park Restrooms.
BASE BID: One Hundred Sixty Thousand, Eighty Five Dollars ($160,085.00)less the
deduct shown below:
Excavation /foundation--------- $347.00
Masonry ------------------------ $2,600.00
Steel -------------------------- $2,403.00
Carpentry-----------------------$890.00
Glass &frames -------------------- $500.00
Plumbing ------------------------- $500.00
Electrical ----------------------- $330.00
HVAC----------------------------- $130.00
Roofing ------------------------ $2,722.00
Painting ------------------------- $140.00
Drywall -------------------------- $250.00
Materials ------------------------ $200.00
Landscape ---------------------- $2,000.00
Overhead & Profit -------------- $1,821.00
Total Deduct----$14,833.00
The Price of your Agreement is One Hundred Forty Five Thousand, Two Hundred
Fifty Two Dollars ($145,252.00).
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 November 29, 2005,
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
9/12/01 Section 00520 Page 1