Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutRESPONSE - BID - 7361 CONCRETE MAINTENANCE PROJECT PHASE ISECTION 00300
BID FORM
PROJECT: 7361 Concrete Maintenance Project Phase 1
Place.-
Date.- A.,,
In compliance with your Invitation to Bid datedAp-:/ (°�20 /a 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 s` n. "rt x--, exec f/ T
($ 77�yP.8� 1 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 tie
specified performance and payment Bonds is as follows: 6,.rue6,rs ,�! , . r�,� �a
?0_ BQxgay/ s_�,�/, ;V/( 79109-0ati!
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
20. ° Are any lawsuits pending against you or your firm at this time? A116
IF yes, DETAIL
21. What are the limits of your public liability? DETAIL 4am, C .
What company? & 0,.,, a 7_ U r&.-C� ",,,
22. What are your company's bonding limitations? Coo
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 /�'// a . ,•� this day of �A,,' 20ja.
Name of :..
State of t,nlordo
County of 'L1; mee
being duly sworn deposes and says that he
is l�ecs rQetit of (i,nGrriY_ —7—,c, 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 / , 20A.
(Seal)
My commission expires: 0 Zo/.Z
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing
over 10% of the contract.
ITEM
&V 116103:kT:L[�37�7 7
City of
F6rt Collinschasin 0"' Purg
ADDENDUM No. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 7361: Concrete Maintenance Project Phase I
OPENING DATE: 3:00 PM (Our Clock) April 9, 2012
Financial Services
Purchasing Division
215 N. Mason St. fd Floor
PC Box 580
Fort Collins, CO 80522
970.221.6775
970.221Z707
rcgov. com/purchasing
To all prospective bidders under the specifications and contract documents described
above, the following changes/additions are hereby made and detailed in the following
sections of this addendum:
Exhibit 1 — Specifications Revisions
Exhibit 2 — Questions & Answers
Please contact John Stephen, CPPO, LEED AP, Senior Buyer, at (970) 221-6777 with
any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN
STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS
ADDENDUM HAS BEEN RECEIVED.
Addendum 1 — 7361 Concrete Maintenance Project Phase I Page 1 of 5
EXHIBIT 1 — SPECIFICATIONS REVISIONS
Section 107, subsection 107.16, first paragraph add; "The Contractor's personnel shall
be required to wear safety vests, hard hats, and steel toe boots while on the
construction site(s)."
Section 604, subsection 604.06, page 22, delete; "The typical structure length,
measured parallel with the sidewalk, shall be five and one half feet (5) feet with
eighteen (15") inches from the edge of the plate to the expansion material on each side.
'Metal Sidewalk Culvert' shall not include adjacent sidewalk beyond the five and one
half (5) feet structure dimension."
Section 604, subsection 604.06, page 22, add; "The typical structure length,
measured parallel with the sidewalk, shall be five (5) feet with fifteen (15") inches from
the edge of the plate to the expansion material on each side. 'Metal Sidewalk Culvert'
shall not include adjacent sidewalk beyond the five (5') feet structure dimension."
Section 608, subsection MATERIALS, page 25, delete; "See Sections 2.05, 'Rigid
Pavement Design', 4.2.4. 'Concrete Streets', of the City of Fort Collins Design Criteria
and Standards for Streets."
Section 608, subsection MATERIALS, PAGE 25, add; "See Section 10.5.2 'Rigid
Pavement Design' and Section 22.5.6 'Portland Cement Concrete Pavement', of the
'Larimer County Urban Area Street Standards'."
Section 608, subsection CONSTRUCTION REQUIREMENTS, page 25, add; "All
newly installed concrete shall be stamped by the Contractor. If the installation is larger
than one concrete section, only one stamp per area of installation shall be required. The
stamp shall include the Contractor's name and year of installation. The concrete shall
be stamped at the appropriate curing time so the Contractor's name and year of
installation are clearly legible. Typically, the stamp shall be installed at the back edge of
the sidewalk, on the right hand side when viewing the installation from the street, or as
directed by the Engineer."
Addendum 1 — 7361 Concrete Maintenance Project Phase I . Page 2 of 5
Section 608, Subsection, METHOD OF MEASUREMENT, page 27, add; `The area of
an Apron shall be calculated as follows (see diagram below):
n
((A*C) - (rr (A-B) (C-D)/4)).
UJ
;V
• C
-tit tv it ilqv its'! it stsiiii"
Section 630, subsection 630.16, page 38, delete;
Payment Schedule Amount
Payable
First Monthly Progress Payment 25%
Concrete work completed equals 25% of the original contract price 50%
Concrete Work completed equals fifty (50%) percent of the original contract price 75%
Concrete Work completed equals seventy (75%) percent of the original contract price 100%
Change orders related to traffic control for additions to or deletions from the Work shall
be paid or deducted in the monthly progress payment in which the change order
occurs."
Addendum 1 — 7361 Concrete Maintenance Project Phase I Page 3 of 5
A
Section 630, subsection 630.16, page 38, add; "
Payment Schedule 'Amount
Payable
First Monthly Progress Payment based on the adjusted contract price 25%
Concrete work completed equals twenty five (25%) percent of the adjusted contract price 50%
Concrete work completed equals fifty (50%) percent of the adjusted contract price 75%
Concrete work completed equals seventy five (75%) percent of the adjusted contract price100%
*Percentages listed in the 'Amount Payable' column shall be used to calculate payment
for items 630.01, 630.02, 630.03, less any deduction(s) for deleted work.
The adjusted contract price shall equal the original contract price less items 630.01,
630.02, 630.03, 630.04, and 630.05.
Traffic Control quantities impacted by additions to or deletions from the Work in Section
02500, 'Quantity Estimate' shall be paid by Change Order and included in the monthly
progress payment(s)."
Section 03500 Project Maps, delete; "Busch Area."
Section 03500 Project Maps, add; " 'The City of Fort Collins Master Street Plan'
depicting the street classifications (Arterial, Collector, Residential) can be found at the
following link:
hf p://citydocs.fcgov. com/?dt=M aster+Street+Pl an+Ma P&dn=G I S+MAPS&vid=192&cmd=showdt
Addendum 1 — 7361 Concrete Maintenance Project Phase I Page 4 of 5
1
EXHIBIT 2 — QUESTIONS & ANSWERS
Question: "If the City requests that asphalt adjacent to a concrete removal remain in
place and sawcutting along the toe of the gutter is requested, will the
sawcutting be paid under Section 202.127'
Answer: "No, sawcutting shall not be paid as per Section 202, subsection
202.11, METHOD OF MEASUREMENT, page 10, which states
'Sawing related to the items described in Revision of Section 604
— Inlets and Culverts, and Section 608 & 609 Sidewalks, Curb &
Gutter, Drive Approaches, Aprons, Crosspans, Pedestrian Access
Ramps, Flatwork, and Concrete Pavement, shall be considered a
subsidiary obligation of the Contractor and shall not be measured
and paid for separately.' "
Question: "Section 604, how will the decrease in payment for'Additional One (1) Foot
Depth' or 'Additional One (1') Foot Opening' be deducted in the pay
application?"
Answer: "As determined by the Engineer; it may be entered on the pay
application as a negative number in the line item for 'Additional
One (1) Foot Depth' or 'Additional One (1) Foot Opening' under
the corresponding structure type or may be deducted on a
Change Order using the contract unit price."
Question: "How will the percentage of traffic control on each street classification, as
requested on the Bid Schedule, be used?"
Answer: "The cost for traffic control, as a percentage of the actual cost of
the concrete work, shall be used as the basis to increase or
decrease payment when the work varies from the areas listed in
Section 02500, Quantity Estimate. For. non -typical conditions,
additions to or reductions from the work listed in Section 02500,
Quantity Estimate, shall be negotiated prior to commencing the
work. Increases or decreases to the work described in Section
02500, Quantity Estimate, shall be paid by Change Order and
included in the monthly progress payment per Section 630,
subsection 630.16."
Addendum 1 — 7361 Concrete Maintenance Project Phase I Page 5 of 5
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
BID SCHEDULE (Base Bid)
Item No.
Daeu �Gim
I
Unit
Contra
ContractPrice
Quantity
Total
202.01
Sawcutting <4"
LF
200
3.00
600 _
202.02
Sawcutting- Additional Inch Depth
LF/IN
500
r
203.01
General Excavation
CY
200
•0
S DOO _
203.02
Borrow
TON
100
to
S o0o
208.01
Stomovster Protection - Rock Filled Wattle
LF
50
Q
1 33 y -
208.02
Stormwater Protection - Recycled Rubber Filled Wartle
LF
50
00
,
S 0
209.03
Stormwatcr Protection - Straw Bales
EA
5
00
1 a
212.01
Sod
SF
500
00
$ /000 a
212.02
Landscape/Irrigation Labor
HR
50
S 00
S sO _
304.01
Aggregate Base Course
TON
4,000
00
•
1 7 -
403.01
Temporary Patching
TON
600
00
a
1 C; " _
7 WV
604.01
Type R Inlet - Remove & Replace (5' Opening)
EA
2
0 00
!0
1 6000
604.02
Type R Inlet - Remove & Replace Additional One (I') Depth
LF
15
00
S
604.03
Type R Inlet - Reconstruct Wet Deck (5' Opening)
EA
5
Ss • oo
J
S yS
604.04
Type R Wet - Reconstruct Wet Deck .Additional One (I') Opening
LF
10
00
S _
604.05
Type R Inlet - Materials Only
EA
5
y30 00
S a /S O
604.06
Curb Inlet - Remove & Replace (4' Opening)
EA
5
sf 00
S s
604.07
Curb Inlet - Remove & Replace Additional One (I') Foot Depth
LF
15
/ 00
S _
604.09
Curb Inlet - Reconstruct Inlet Deck (4' Opening)
EA
10
yaa • 00
1 ya
604.09
Curb Inlet - Reconstruct Inlet Deck Additional One (1') Foot Opening
LF
10
�'�' • 00
$ �00
604.10
Curb Inlet - Reconstruet Inlet Deck - Material Only
FA
5
74 p
1 �8. _
604.11
Catch Basin - Remove & Replace
EA
2
0 0• 00
S t /
oG
604.12
Catch Basin - Remove and Replace Additional One (1') Foot Depth
LF
5
/ 00
$_
604.13
Catch Basin - Reconstruct Wet Deck
EA
3
604.14
Catch Basin - Reconstruct Inlet Deck Additional One W) Foot Opening
LF
5
00604.
00
15
Catch Basin -Material Only
EA
2
0 00/01
604. 16
Modified Type 13 Curb Inlet - Remove & Replace
EA
1
a-100. 00
604.17
Modified Type 13 Curb Inlet - Remove & Replace Additional One (I') Foot Depth
LF
5
00
604A8
Modified Type 13 Curb Inlet - Reconstruct Inlet Deck
EA
3
�/ 00604.19
AS:Y�r.�
Modified Type 13 C'urb Inlet- Reconstmet Inlet Deck Additional One (1') Foot Opening
LF
6
tFo.00604.20
Modified Type 13 Curb Inlet- Material Oniv
EA
2
00604.21
Concrete Sidewalk Culvert- Remove & Replace
EA
1
/�00
604.22
Metal Sidewalk Culvert - Salvaged Material
EA
16
00
,00
604.23
Metal Sidewalk Culvert - Material Only
EA
5
/026.
S 00
604.24
Metal Sidewalk Culvert - Additional 5/8" Plate
SF
25
�ys/ 09
S
60&01
Remove Concrete
SF
2,100
C/O
1 as 0
608.02
Remove and Haul Fillet
EA
5
v0
$ .r
608.03
Apron 8"- Remove &Replace
SF
8,000
00
§ _
608.04
Crosspan 8" - Remove & Replace
SF
9,000
00
§
Al? nno
608.05
Driveover Curb, Gutter and 6" Sidewalk - Remove & Replace
LF
8M0
T-
S /1 -0
608.06
Driveover Curb, Gutter, No Sidewalk - Remove &. Replace
LF
600
A^ so
$ -
608.07
Vertical Curb, Gutter, and 6" Sidewalk - Remove & Replace
LF
1,800
608.08
Vertical Curb, Gutter. No Sidewalk - Remove & Replace
LF
4,100
Ca 6 4
§ _
608.09
Vertical Outfall Curb. Gutter - Remove & Replace
LF
325
00
$ ad
608. 10
Barrier Curb 12" - Remove & Replace
LF
5o
00
§ -0 C
608.11
Hollywood Curb, Guner, 6" Sidewalk - Remove & Replace
LF
1,000
�' 00
S ] y -
J `
60& 12
Hollywood Curb, Guner, No Sidewalk - Remove & Replace
LF
250
00
$ �
609.13
Highback Curb, Guner. No Sidewalk - Remove & Replace
LF
2.200
]y 00
•7
§ 900
608.14
Pedestrian Access Ramp - Remove&Replace
SF
7,500
S/r
$ f..
608, 15
Pedestrian Access Ramp Highback Curb - Remove & Replace
SF
1.500
f�` OO
$ s� _
608.16
Truncated Dome Panel
SF
600
SO
$ -
608.17
Flatwork 4" - Remove & Replace
SF
400
5'0
-
S �Viz
608.18
Flatwork 6" - Remove & Replace
SF
15,000
4. O PP
$r_
24
608.19
Replace Flatwork- I" Additional Depth
SF
3,700
!r 10
$-
608.20
Colored Concrete San Diego Buff- Up Charge
SF
1.000
. C
§ _
6,0821
r Valley Pan 6" - Remove & Replace
SF
400
-520
$ -608.22
Concrete Pavement 8" - Remove & Replace
SF
600
yO
$.
608.23
.Alley Approach 8" - Remove & Replace
SF
1,000
7 yo
§ y -
608.24
Expansion & Caulking
LF
1.000
(�/ 00
§ _
608.25
Splashblock 4" - Remove & Replace
SF
3.500
y.
60826
Exposed Aggregate - Up Charge
SF
300
608.27
Reset Flagstone
SF
1,000
a 00
$ co
60828
Haul & Dispose Concrete with Wire/Rebar
TON
250
OQ
S ( 1.01
623,01
irrigation Sleeving - Three (3") inch PVC
LF
100
01
630.01
Traffic Control Artenal Streets
LS
I
..�i
§ 3
630.02
Traffic Control Collector Streets
LS
I
630A3
Traffic Control Residential Streets
LS
I
630.04
Additional Variable Message Boards
PER EACH
/ PER DAY
250
$ A
3 / -
630.05
Additional Flagging
FIR
500
F0
$ 9 M _ C
TOTAL COST
ARTERIAL- STREETS= �O
COLLECTOR STREETS=
RESIDENTIAL STREETS
Please note that the Bid Schedule has also been uploaded as a separate
Microsoft Excel File.
U
©'
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:
Title
License Number (If Applicable)
(Seal - if Bid is by corporation) Attest:
_,`� f f�.�w�ti�•� 'III
�pRPpR"' i Z
-
Ire, R
�
Address 6330 S, Co //P cr H ✓e, .
61
Telephone Fro- YSY 3k90
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned vogel concrete, Inc.
as Principal, and as Surety, are hereby held and firmly bound unto the City of Fort
Collins, Colorado, as OWNER, in the sum of $ 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, 7361
Concrete Maintenance Project Phase I.
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
hereunder shall, in no event, exceed the penal amount of this obligation as
herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its BOND shall be in no way impaired or affected by any extension of the
time within which the OWNER may accept such Bid; and said Surety does hereby waive
notice of any such extension.
Surety Companies executing bonds must be authorized to transact business in the
State of Colorado and be accepted by the OWNER.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this day of April 9 , 2012 and such of them as are corporations have
caused their corporate seals to be hereto affixed and these presents to be signed by
their proper officers, the day and year first set forth above.
PRINCIPAL
Name: Vogel Concrete, Inc.
Address: 6330 S. College Ave.
Fort Collins, Co 80525
ATTEST:
M
SURETY
Contractors Bonding and Insurance Company
P.O. Box 9271
Seattle, WA 98109-0271
-pQ
WALZ
7
ONG10�
Contractors Bonding and Insurance Company
ebie
1213 Valley Street
en a"m.a..r
P.O. Box 9271
Seattle, WA 98109-0271
Know All Men by These Presents:
POWER OF ATTORNEY
Contractors Bonding and Insurance Company
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That Contractors Bonding and Insurance Company, a Washington corporation, does hereby make, constitute and appoint:
W R Withrow, Tyler Withrow. Megan A Brown Bud Withrow, jointly or severally
in the City of Denver , State of Colorado its true and lawful Agent and Attorney in Fact, with full
power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described
bond.
Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million and 00/100
Dollars ( $10.000,000.00 ) for any single obligation.
The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
The Contractors Bonding and Insurance Company further certifies that the following is a true and exact copy of the Resolution
adopted by the Board of Directors of Contractors Bonding and Insurance Companv, and now in force to -wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the
corporate name of the Corporation by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by
such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant
Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or
undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies,
undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate
seal may be printed by facsimile or other electronic image."
'IN wr t rvc3a wrtcKGvr, the Contractors Bonding and Insurance Company has caused these presents to be executed by its Yig.€
President with its corporate seal affixed this 13th day of March 2012
„a .c
State of Washington
hda- %
A�.�°
1979 kag'CI
SS 0*)
County of King
On this 13th day of March 2012 'rs
1, the
before me, a Notary Public, personally appeared Roy C. Die , who
Comp1
being by me duly swom, acknowledged that he signed the above Power of
certify
Attorney as the aforesaid officer of the Contractors Bonding and
and is
Insurance Company and acknowledged said instmment to be the voluntary
Compa
act and deed of said corporation.
testimn
�t of
Cc
Joseph B. Xuller Notary Public
Notary Pabao _
State of Washington ROy
JOSEPH B. MULL -ER
MY COMMISSION EXPIRES
March 29, 2012
8575578032912
Bonding and Insurance Company
Vice
CERTIFICATE
ersigned officer of Contractors Bonding and Insurance
, a stock corporation of the State of Washington, do hereby
I the attached Power of Attorney is in full force and effect
revocable; and furthermore, that the Resolution of the
as set forth in the Power of Attorney, is now in force. In
whereof, 1 have hereunto set my hand and thG gCal of the
rs Bond' ad Insurance Company this ,day
L, LSIJ L
Bonding and Insurance Company
President
A0059511
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: * / T r .
2. Permanent main office address: 6330
3. When organized: /97g
4. If a corporation, where incorporated:�f.
5. How many years have you been engaged in the contracting business under your
present firm or trade name?
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:
Have you ever failed to complete any Work awarded to you? /yi0
If so, where and why?
9. Have you ever defaulted on a contract? /J, )
If so, where and why?
10. Are you debarred by any government agency? Ifle
If yes list agency name.
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.
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:
15. Credit available: $ 3rGn :0 00
16. Bank Reference: %3 �n �olcoVn
17. Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the OWNER? Y s
18. Are you licensed as a General Contractor?�f,(�
If yes, in what city, county and state?
What class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract? ier
If yes, what percent of total contract? /3'9/
And to whom?. QA&L- & I- n /