Slide Repair at CR 38E West of CR 23 - PN 6019

expired opportunity(Expired)
From: Laramie(County)
B22-13

Basic Details

started - 06 Sep, 2022 (19 months ago)

Start Date

06 Sep, 2022 (19 months ago)
due - 07 Oct, 2022 (18 months ago)

Due Date

07 Oct, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
B22-13

Identifier

B22-13
County Of Laramie

Customer / Agency

County Of Laramie
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 INVITATION TO BID (ITB) BID NUMBER: B22-13 DESCRIPTION: Slide Repair at CR 38E West of CR 23 - PN 6019 QUESTION DUE DATE & TIME: 9/29/2022 before 10:00 a.m. (MT) CLOSING DATE: 10/7/2022 CLOSING TIME: 2:00 P.M. (MT) Please bid DELIVERED PRICES on the following Goods or Services. No bid is contingent on the purchase of all items listed. The right is reserved to reject any and all bids or parts thereof. Prices and terms must remain in effect for 180 days from date of opening. The Board of Larimer County Commissioners will only be accepting Bids electronically submitted via the Rocky Mountain E-Purchasing System (Bidnet Direct) portal, at https://www.bidnetdirect.com/colorado/larimer-county//larimer-county/, up to the CLOSING DATE and TIME referenced above, at which time they will be publicly opened and read aloud to consider contracting with a Contractor to furnish all
materials, labor, tools, equipment, services, and incidentals necessary to construct the Drilled Shafts (also referred to as drilled caissons, drilled piers, cast-in-place-drilled-holes, or cast-in-situ piles) in accordance with the Contract Documents and Special Provisions, work can begin no sooner than 11/7/22. Prices and terms must remain in effect until a contract has been executed. TO ATTEND THE VIRTUAL BID OPENING: To attend the bid opening virtually use the following Zoom link https://larimer-org.zoom.us/j/97929864392?pwd=b2N4elVNcEJKNFpEcmN3ODMwcEVSdz09 Meeting ID: 979 2986 4392 Passcode: 235788 One tap mobile +13462487799,,97929864392#,,,,*235788# US (Houston) +13863475053,,97929864392#,,,,*235788# US Bid documents are officially available only at Bidnet at https://www.bidnetdirect.com/colorado/larimer-county/, and are also shared on Larimer County Purchasing’s Bids and Proposals web site at www.larimer.org/bids. PRE-BID MEETING **THIS WILL BE THE ONLY PRE-BID MEETING OFFERED** A Virtual Pre-Bid Meeting will be held at 10:00 a.m. (Mountain Time) on September 26, 2022. Representatives of Larimer County will be present to discuss the project and answer questions. Vendors are requested (not required) to attend and participate in the virtual meeting. Vendors should read the entire Invitation to Bid document prior to the meeting. This meeting will take place in a Zoom Meeting https://larimer-org.zoom.us/j/92475491357?pwd=WWl4NWUrcWtZU3M4a0JWRXFWa1Zmdz09 Meeting ID: 924 7549 1357 Passcode: 999879 One tap mobile +16469313860,,92475491357#,,,,*999879# US +16694449171,,92475491357#,,,,*999879# US Per the American with Disabilities Act (ADA), Larimer County will provide reasonable accommodation to qualified individuals with a disability who need assistance. Services can be arranged with at least seven (7) business days’ notice. Please email Les Brown at brownxld@larimer.org, or 970- 498-5954, or call Relay Colorado 711. LARIMER COUNTY | PURCHASING DIVISION P.O. Box 1190, Fort Collins, Colorado 80522-1190, 970.498.5955, Larimer.org https://www.bidnetdirect.com/colorado/larimer-county/ https://larimer-org.zoom.us/j/97929864392?pwd=b2N4elVNcEJKNFpEcmN3ODMwcEVSdz09 https://www.bidnetdirect.com/colorado/larimer-county/ http://www.larimer.org/bids https://larimer-org.zoom.us/j/92475491357?pwd=WWl4NWUrcWtZU3M4a0JWRXFWa1Zmdz09 2 QUESTIONS: All questions regarding this bid must be emailed to Les Brown, Purchasing Agent, at brownxld@larimer.org. Questions are due no later than the QUESTION DUE DATE & TIME referenced above. No questions will be accepted after the date and time referenced above. All questions received will be answered via Addendum only. Addenda will be published at both Bidnet Direct at www.bidnetdirect.com/colorado/larimer-county/ and on the Larimer County Purchasing’s Bids and Proposals web site at www.larimer.org/bids. NOTE: Unauthorized contact with a County employee other than the Purchasing Agent or Purchasing Manager regarding this bid may result in disqualification of your bid. GENERAL INSTRUCTIONS: As of 3/30/2020, Larimer County only accepts Bids and accompanying Bid Bonds via the Rocky Mountain E- Purchasing System portal (Bidnet Direct). Hardcopy Bids and Bid Bonds submitted by any other means will not be accepted. Bidders are required to be registered with Bidnet Direct in advance in order to submit a bid, at https://www.bidnetdirect.com/colorado/larimer-county; registration is free. Larimer County strongly recommends bidders register with Bidnet Direct well in advance of the submittal deadline to ensure they have adequate time to upload and submit their proposals. It is the sole responsibility of the Bidder to ensure all required Bid documents are submitted through Bidnet Direct by the submission deadline. Bids will be time-stamped by Bidnet Direct upon receipt; Bidnet Direct does not allow for uploading or submitting Bid documents after the Bid due date and time has passed, so please allow adequate time to upload and submit your Bid prior to the deadline. After uploading bid documents, Bidders must click the SUBMIT button. Larimer County will not accept uploads that are “saved” but not “submitted”. To verify that a Bid has been submitted successfully, Bidders may contact Bidnet Direct Support or verify, via the Bid Management tab in the Bidder’s account, that the documents are not in “Draft” status. Larimer County does not have access to, or control of, the Vendor side of Bidnet Direct. Please contact Bidnet Direct at 1-800-835-4603, Option 2, for technical assistance. Bidder must not stipulate in their bid any conditions not contained in the specifications, unless specifically requested in the special instructions. Any bids that fail to comply with the literal letter of these instructions and the specifications may be rejected forthwith. Bids must be typewritten or written in ink on the form prepared by the County. The person signing the bid or an authorized representative of the company must initial all corrections or erasures made on your bid. Any charges for freight, delivery, containers, packaging, etc., will be included in the bid price. In submitting the bid, the vendor agrees that acceptance of any or all bids by the County within a reasonable time period constitutes a contract. No delivery will become due or be accepted until a purchase order has been issued by the Purchasing Manager of Larimer County. It is understood that the Board of Larimer County Commissioners reserves the right to reject any and/or all bids and to waive informalities and irregularities in bids, and to accept the bid that, in the opinion of the Board, is in the best interest of Larimer County. The total cost of bid preparation and submission will be borne by the bidder. If, in the sole judgment of the Board of County Commissioners, the proposals are substantially equal, the Board may grant the contract to companies located in Larimer County, however this is not applicable in the case that Federal funds are used. http://www.bidnetdirect.com/colorado http://www.larimer.org/bids https://www.bidnetdirect.com/colorado/larimer-county/ 3 As of August 7, 2006, state and local government agencies are prohibited from purchasing services from any contractor that knowingly employs worker without authorizations to help carry out publicly funded work. Pursuant to the provisions of Colo. Rev. Stat. §8-17.5-101, contractors must certify that they are using the E- Verify Program or Department Program to verify the employment eligibility of new employees. If a contractor awarded a contract violates the provisions of Colo. Rev. Stat. §8-17.5-101(2), the state or local government agency may terminate the contract and the contractor will be liable for damages to such agency. Vendor certifies, warrants, and agrees that (he) (she) (it) has knowledge of the “Keep Jobs in Colorado Act” codified at § 8-17-101, et seq. of the Colorado Revised Statutes and that Colorado labor will be employed to perform at least eighty percent (80%) of the work. See https://cdle.colorado.gov/workplace-conditions/keep- jobs-in-colorado-act for more information regarding this Act, which applies to Public Works projects. The definition of Public Works is found under the “Keep Jobs in Colorado Act Rules”, which is listed in the website listed above. “Frequently Asked Questions” about this Act may be found at: https://cdle.colorado.gov/sites/cdle/files/KJICA%20FAQs%20October%202020.pdf All information submitted in response to this bid is public after the bid opening. The bidder should not include as a part of the response to the Invitation to Bid any information which the bidder believes to be a trade secret or other privileged or confidential data. If the bidder wishes to include such material with their bid, then the material should be supplied under separate cover and identified as confidential. Statements that the entire bid is confidential will not be honored. Larimer County will endeavor to keep that information confidential, separate and apart from the bid subject to the provisions of the Colorado Open Records Act or order of court. No work will commence nor will any invoices be paid until the contractor provides the requested proof of insurance as outlined in the “Insurance Requirements for Contractors”, and before such proof is accepted by Larimer County Risk Management. Additionally, the contractor will provide an endorsement naming Larimer County as an additional insured to their policy. If you have any questions concerning the insurance requirements, please contact Risk Management at (970) 498-5963 at least one week prior to the bid opening date. Payment for work performed or goods sold to Larimer County can be expected within 30 days after receipt of the invoice and satisfactory acceptance from the Department receiving the service or goods. Any discount allowed by the vendor for prompt payment, etc., must be reflected in the bid figure, and not entered as separate pricing on the bid. Larimer County is an Equal Opportunity Employer and no otherwise qualified individual will be subject to discrimination on the basis of race, color, religion or religious affiliation, sex, familial status, age, genetics, disability, or national origin in any phase of employment for this position. Larimer County strongly encourages the use of small and minority firms, women's business enterprises, and labor surplus area firm services. In accordance with Federal and State laws, Larimer County does not discriminate. All businesses, organizations, and individuals contracting with Larimer County must comply with Title II of the Americans with Disabilities Act of 1990, as amended. For more information on these requirements and to read the full Title II text, please go to the following web page: https://www.ada.gov/ada_title_II.htm. Other governmental entities may piggyback on the award of this solicitation, assuming the award vendor is amenable, and should contact Larimer County Purchasing for any necessary procurement documents. The entity will deal directly with the award vendor concerning the placement of Purchase Orders, freight charges, contracting and disputes, invoicing, and payment. Larimer County will not be held liable or responsible for any liability, claims, costs, damages, demands, actions, losses, judgments or expenses incurred by the vendor or any government entity relating to such use. The Contractor certifies that by signing the contract, neither the contractor nor subcontractors, the organization nor its principals are suspended or debarred or otherwise excluded from procurement by the Federal https://cdle.colorado.gov/workplace-conditions/keep-jobs-in-colorado-act https://cdle.colorado.gov/workplace-conditions/keep-jobs-in-colorado-act https://cdle.colorado.gov/sites/cdle/files/KJICA%20FAQs%20October%202020.pdf https://www.ada.gov/ada_title_II.htm 4 government and do not appear on the Excluded Parties List System (EPLS) maintained by the General Services Administration (GSA). No vendor awarded a solicitation will be federally debarred. Such debarment will be checked through the System for Award Management, at www.sam.gov. Bids must be furnished exclusive of any Federal, State, or Local taxes. BIDDING INSTRUCTIONS: The following items are part of the bid. If any of these items cannot be located, please contact the Purchasing Agent identified on the first page of the Bid documents. • Bid Package • General Instructions • Bidding Instructions • Bid Form • Anti-Collusion Affidavit • Certificate of Intent to Sublet • Bid Bond • Bid Schedule • Special Provisions • Planset • Sample Agreement and Payment & Performance Bonds It is not necessary to return the entire Bid Package for the Bid Opening. Submittal of one (1) pdf file containing the following documents is required (in the order as specified below). Vendors need to submit all information as one (1) pdf file please: 1. Bid Form 2. Bid Schedule 3. Bid Bond 4. Certificate of Intent to Sublet 5. Anti-Collusion Affidavit Each Bid must be accompanied by a Bid Guaranty consisting of a Bid Bond in the amount of five percent (5%) of the contractor’s bid, without conditions, payable to Larimer County or your bid will be considered non- responsive and your bid will be rejected. The sample Bid Bond included in these bid documents is the only acceptable form for a Bid Bond, no other form will be accepted. Bid Guaranties may be held until the contract is awarded, provided the time from bid opening to contract award does not exceed 30 days. Payment and Performance Bonds in the amount of 100 percent of the Award Vendor’s Contract price must be supplied prior to any work beginning. Each bid must contain a unit bid price for each item shown in the Bid Schedule and a completed Certificate of Intent to Sublet. Failure to include unit bid prices and Certificate may be cause for rejection. http://www.sam.gov/ 5 BID FORM PROJECT NO. B22-13 Slide Repair at CR 38E West of CR 23 - PN 6019 TO THE BOARD OF COUNTY COMMISSIONERS, Larimer County, Colorado I/We have examined the Plans and Specifications and the site of the proposed work and receipt of Addendum No(s). is hereby acknowledged. I/We certify that no worker without authorization will be employed or contracted with to perform work under this contract in compliance with the provisions of C.R.S. 8-17.5-101, et. seq. I/We understand and accept the proposition that the Estimate of quantities is approximate only, that the quantities are subject to either increase or decrease and propose to perform any increased or decreased quantities of work at the unit price named in this Bid, except for alterations provided for in the Specifications. I/We agree that the Invitation for Bids, Bid Requirements and Conditions, the Plans and Specifications, any Special Provisions, and this Bid shall form and be part of the Contract to be signed by me/us if this Bid is accepted, and that I/we will furnish a Contract Bond in a penal sum equal to the estimated contract price, with surety, or sureties, to guarantee the completion of the work and also to guarantee that all material and labor upon this work, or incidental to the completion of this work, shall be fully paid for. I/We hereby propose to furnish all labor, machinery, equipment, materials, and supplies, and to sustain all the expense incurred in doing the work hereinafter described for what is known as: Bid No. B22-13, Project No. 6019 – Slide Repair at CR 38E Just West of CR 23, that may be awarded the undersigned in pursuance of a certain advertisement of the Board of County Commissioners, Larimer County, Colorado, dated _______________________________, a copy of which advertisement is attached and made a part hereof, and in accordance with the full details, Plans and Specifications as prescribed by said Board of County Commissioners and under the direction and according to the instructions of said Board or their authorized assistants, for the prices named in the Bid. I/We agree to protect my/our employees on this contract, if awarded to , by adequate compensation insurance. I/We agree that any Extra Work or materials which the said Board may order in writing is to be paid for either at a lump sum or unit prices agreed upon prior to the work on the force account basis as specified in the Specifications, the force account bills to be checked and signed at the end of each day by the engineer or inspector in charge, and the Contractor's representative; provided that no class or item of work or material for which a unit bid price is provided in this Bid is to be classified as Extra Work. I/We hereby agree to execute a Contract and Bond and supply Insurance Endorsement forms provided by the said Board within fifteen (15) days (or such further time as may be allowed in writing by the Board) after receiving notification of the Award of Contract based on this bid, and in case I/we do not, the Board may proceed to award the contract to another, re-advertise the work for bids, or proceed in any lawful manner they deem advisable, and the accompanying Guaranty shall become forfeited to Larimer County, Colorado as liquidated damages. I/We hereby agree to commence the work within thirty (30) days following the date of award unless such time for beginning the work is changed by the Engineer in the "Notice to Proceed". 6 It is agreed that in case the Contract is awarded to another, this Bid Guaranty, unless forfeited as stated herein, will be returned to: Respectfully Submitted Signed Date Name (Print) Phone No Title *Sam.gov UEI No Company Name Email Mailing Address Street Address County State Provide the following information for the individual who will serve as primary contact for your organization for technical and contractual management. This should be the same person that will be listed in Section 7 (page 4) of the contract: Name Title Mailing Address Street Address Phone No Email Bid must be signed by the bidder with the signature in full. Anyone signing the Bid must have authority to do so. Each Bid must contain a unit bid price for each item shown in the bidding schedule, a completed Certificate of Intent to Sublet, a signed affidavit relative to collusion and a completed Bid Bond in the amount of Five Percent of the Contractor's total bid. The bid bond will be in the format presented in the bid. No other wording will be accepted. Failure to include unit bid prices, said certificate, signed affidavit and bid bond may be cause for rejection. *Unique Entity ID number (from SAM.gov federal Excluded Parties List System) 7 LARIMER COUNTY PROJECT NO.: 6019 BID NO.: B22-13 ANTI-COLLUSION AFFIDAVIT DESCRIPTION: Slide Repair at CR 38E Just West of CR 23 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 I 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: 1. 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. 2B. Neither the price(s) 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 firm. 3A. No attempt has been made or will be 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 noncompetitive 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, noncompetitive, or other form of complementary bid. 5. 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, non-competitive 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 sale of materials or services to any firm 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. I 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. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent concealment from Larimer County, Colorado 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. Contractor’s Firm or Company Name: By: Title: Date: 2nd Contractor’s Firm or Company Name: By: Title: Date: Sworn to before me this day of , 20 . NOTARY PUBLIC My commission expires: NOTE: This document must be signed in ink. 8 CERTIFICATE OF INTENT TO SUBLET B22-13 Slide Repair at CR 38E West of CR 23 - PN 6019 In accordance with Section 108.01 of the Standard Specifications, the successful bidder may sublet a portion of the contract. The bidder hereby certifies that if awarded the contract, he (does)* (does not) * intend to sublet a portion of the work. Following are the names and addresses of proposed subcontractors and the items and cost of the work each will subcontract. Any changes made to this list after award of contract must be approved in writing by the Engineer. Name/Address Subcontract Item Project Cost Company Signature Date Name (Please Print) Title *circle appropriate word(s) 9 BID BOND Any singular reference to Bidder, Surety, Owner, or other party shall be considered plural where applicable. BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (Name and Address): Larimer County, 200 West Oak Street, Suite 3000, Fort Collins CO 80521 BID Bid Due Date & Time Bid Description (Proposal Name & Number): B22-13 PN 6019 – Slide Repair at CR 38E Just West of CR 23 BOND Bond Number: Date: Penal Sum (Words): Penal Sum (Figures): $ Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Bid Bond to be duly executed by an authorized officer, agent or representative. Said Bidder and Surety each separately, severally, and jointly hereby bind themselves, their heirs, executors, administrators, successors and assigns firmly by these presents. The conditions of this bond are such that whereas said Bidder is about to submit a bid to Owner to furnish all services, labor, materials, and equipment necessary for the improvement of a project known as Bid No. B22-13, Project No. 6019 – Slide Repair at CR 38E Just West of CR 23. NOW THEREFORE, if the above bound Bidder is awarded the contract for the Work upon which s/he bid, s/he shall, within fifteen (15) days of such award, enter into a written contract with Owner in the form set out in the Contract Documents for said Work and shall furnish bond executed by an acceptable surety company. Upon meeting the foregoing requirements this Bid Bond shall be null and void, otherwise, it shall remain in full force and effect. BIDDER SURETY ____________________________________(SEAL) Bidder’s Name and Corporate Seal ____________________________________(SEAL) Surety’s Name and Corporate Seal By______________________________________________ Signature By______________________________________________ Signature Print Name Print Name Attest: __________________________________________ Signature Attest: __________________________________________ Signature Title: ___________________________________________ Title: ___________________________________________

200 W. Oak Street Fort Collins, CO 80521Location

Address: 200 W. Oak Street Fort Collins, CO 80521

Country : United StatesState : Colorado

You may also like

58--RECEIVER,RADIO, IN REPAIR/MODIFICATION OF

Due: 25 Apr, 2024 (Tomorrow)Agency: DEPT OF DEFENSE

FM TRANSMITTER SITE OPERATIONS AND MAINTENANCE IN HARGEISA, SOMALILAND.

Due: 30 Apr, 2024 (in 5 days)Agency: UNITED STATES AGENCY FOR GLOBAL MEDIA, BBG

Repair of NSN 5895-01-512-1931

Due: 27 Apr, 2024 (in 3 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.