BID

SUBMITTAL

DOCUMENTS

IFB-PJ-7018

Submitted By: PUMP SYSTEM

Company: REPAIR AND

Address: MAINTENANCE

Phone:

Email:

BID PROPOSAL

PROJECT:

1.  In compliance with your Invitation to Bid, and subject to all conditions thereof, the undersigned:

a corporation incorporated in the State of

-OR-

a partnership or limited partnership, (select one), registered in the State of , whose general partner(s) is/are:

-OR-

a sole proprietor, whose trade name is

based in the City of , State of , offers this Bid Proposal for the construction of all items listed at the prices shown on the following Bid Schedule. (The attached Bid Schedule lists the various divisions of construction contemplated in the Plans and Specifications, together with an estimate of the units of each. With these units as the basis, extend each item, using the cost inserted in the unit column. Any total cost found inconsistent with the unit cost when the Bids are examined will be deemed in error and corrected to agree with the unit cost. Alternate Bids are optional).

2.  The undersigned Bidder declares and stipulates that this Bid 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 subject to all the terms and conditions of the Invitation to Bids, Information and Instruction for Bidders, and Construction Contract General Conditions, the Agreement for a Construction Contract, Special Conditions, the Technical Specifications, and the Plans pertaining to the Work to be done, all of which have examined by the undersigned.

3.  Accompanying this Bid is a Bid Guarantee for 5% of the total Bid amount according to the Invitation to Bids and Information and Instructions to Bidders.

4.  The undersigned Bidder agrees to execute the Agreement for a Construction Contract, a Performance Bond and a Labor and Material Payment Bond within ten days from the date when the written Notice of Award is delivered at the address given on this Bid Proposal. The Performance Bond and Labor and Material Payment Bond shall each be for the amount of the total of this Bid and shall be from the same surety. The name and address of the corporate surety through which the Bidder proposes to furnish the specified Bonds is as follows:

5.  The submission of the Bid constitutes an agreement, and it shall not be withdrawn after the Bid Opening for a period of sixty days.

6.  All the various phases of work enumerated in the Contract with individual jobs and overhead, whether specifically mentioned or not, are included by implication or appurtenance in the Contract. The Contractor shall perform all the various phases of work under one of the items listed in the Bid Schedule, irrespective of whether it is named in the Schedule.

7.  Payment for the Work performed will be according to the Bid Schedule, subject to changes as provided in the Contract.

8.  The undersigned Bidder hereby acknowledges receipt of addenda numbers ___ through ___.

RETURN BID TO: CITY OF LONGMONT

Purchasing Manager

1100 South Sherman Street

Longmont, CO 80501

The undersigned, being familiar with the existing conditions on the project area affecting the cost of the Work and the Contract Documents, and having verified the quantities and the availability of materials and labor, hereby proposes to furnish all supervision, labor, materials, machinery, tools, appurtenances, equipment, supplies, and services, including utility and transportation service required to construct and complete the Project listed above, according to the Contract, within the time specified, and at the prices stated below. These prices are to cover all expenses incurred in performing the Work required under the Contract of which this Bid is a part.

(The approximate quantities of Work to be completed in-place under the Contract are identified in the Bid Schedule and are for the purpose of comparing Bids. These quantities have been estimated and the quantities used are for the general information of the Bidder, representing the major items of the Work to be done. Minor details are not listed but shall be part of the complete Contract).

9.  The undersigned agrees to hold firm the Bid for sixty days for the purpose of the City reviewing the Bids and investigating the qualifications of the Bidders prior to award of Contract. Extensions of time may be made if mutually agreed upon.

10. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Longmont in verification of the recitals in this statement of Bidder's Qualifications and Data.

This proposal is submitted by:

Company Name DATE:

Signature Name Printed

Title

State of )

) ss:

County of )

The foregoing instrument was acknowledged before me by ,

(Name of party signing)

as of

(Title of party signing) (Name of corporation)

a corporation, on behalf of the corporation, this

(State of incorporation)

day of , 2007.

Witness my hand and official Seal.

My Commission expires .

Notary Public


BID SCHEDULE

Bid #IFB-PJ-7018

PUMP SYSTEM REPAIR AND MAINTENANCE

INSTRUCTIONS

Vendors are required to return two (2) copies of the Bid Submittal Documents. It is not necessary to return the Bid or Specifications.

Bids shall be returned on the City of Longmont Bid Form. Be sure to complete all requested information. Failure to do so may be considered grounds for considering a bid non-responsive.

BID PRICES AND TIME

Travel time from your location to Loomiller Park at 11th and Sumner Street (# of hours)

Cost for travel time (per hour)

Cost for service call on site (per hour)

Cost for travel time for emergency service (per hour)

Cost for emergency service call (per hour)

Service cost for initial call to determine extent of problem (per hour)

Cost for bench time or shop time to repair (rewind) motor (per hour)

Crane cost to remove/re-install motor, pump and 18” shaft/bowl assembly (per hour)

Bench time excluding parts to rebuild shaft and bowl assembly (# of hours)

What is your company’s percent markup on materials costing under $500 per job?

What is your company’s percent markup on materials costing over $500 per job?


BID RESPONSE REQUIREMENTS

For this section, contractors are required to provide detailed written responses to the following questions. The responses shall be considered technical offers of what contractors propose to provide and shall be incorporated in the contract award as deemed appropriate by the City. Return your responses to these questions with the rest of the bid submittal documents. Failure of contractors to respond to any of the following questions may be grounds for considering a bid non-responsible.

1. When significant repair or rebuilds are necessary for pumps (vertical turbine and centrifugal pump) does your firm handle this work in house or do you contract out your repair work. If not all your work is contracted out, what is the criteria you use to determine who will do the work?

2. Please list the specific manufacturers of irrigation pumps and systems that your firm can provide repair and maintenance services for.

3. Does your firm handle repair and replacements for Variable Frequency Drive Systems? If yes, please list makes and models.

4. Please list the Municipal or District Parks and or Golf Departments you have worked with in the past 5 years. Indicate if this work was new installations or maintenance and repair work. Provide contact information for each of these projects (list must include name, address, telephone number and contact person).

5. Please list your firms experience with pumps, motors and control systems associated with typical golf course operations. Please list the public and private golf course operations your firm has worked with in the past 5 years. (list must include name, address, telephone number and contact person).


6. Please list your firms experience with pumps, motors and control systems associates with typical commercial swimming pool operations. Please list the public and private swimming pool operations your firm has worked with in the past 5 years. (list must include name, address, telephone number and contact person).


7. Has your firm worked with any governmental agency relative to pumps, motors and system controls for water treatment facilities. If yes - please list the agency and type of system and dates that work was performed. (list must include name, address, telephone number and contact person).

8. Provide hourly rates for your firm and all subcontractors. These rates will be considered valid throughout the project. This list shall include a % markup over invoice on all materials.

9. Do you send out your motor repair work? (circle one) yes no

10. Define when emergency service pricing is applied. Is it applied on weekends and holidays? How much advance notice does your company need before emergency pricing applies – 24 hours, 48 hours, or 72 hours?

BIDDER'S QUALIFICATION DATA

All questions must be answered clearly and comprehensively. If necessary, separate sheets may be attached. The Bidder may submit additional information.

1.  Name of Bidder:

2.  Main office address:

3.  Phone: Fax #

4.  Bidder's federal tax identification number

5.  The Bidder is organized as a

6.  The date the Bidder was organized in its current form:

7.  If a corporation, the state where it is incorporated:

8.  How many years have you been engaged in the contracting business under your present firm or trade name:

9.  Contract(s) on hand: (List these, showing amount of each contract and the anticipated completion date.)

Job: $: Completion Date:

Job: $: Completion Date:

Job: $: Completion Date:

Job: $: Completion Date:

General character or work performed by your company:

10.  Have you ever been debarred or suspended by a government from consideration for the award of contracts? If so, where and why?

11.  Have you ever been charged liquidated damages on a contract? If so, where and why?

12.  List your major equipment AVAILABLE FOR THIS PROJECT:

13.  List three projects of similar nature to this project:

a.  Job/$ /

Contact Name/Phone

b.  Job/$ /

Contact Name/Phone

c.  Job/$ /

Contact Name/Phone

15. Background and experience of the principal members of your organization, including officers:

16. Bank Reference(s):

17. Will you, upon request, complete a detailed financial statement and furnish any other relevant information that may reasonably be required by the City of Longmont? ____ Yes ____ No

CONTRACTOR: DATE:

BIDDER'S OFFICIALS’ DATA

Bidder's name

For each officer of a corporation, partner of a firm, or owner of a sole proprietorship, provide the following information: (Use additional sheets as necessary.)

Name of bidder’s company

Title or Position

Home address

City, State, Zip

List below other companies with whom bidder has been affiliated within the last 10 years

Name

Title or Position

Home address

City, State, Zip

Name

Title or Position

Home address

City, State, Zip

Name

Title or Position Home address

City, State, Zip

Have any of the above-named companies ever been disbarred or suspended from participation in the award of contracts with a government? Yes No. If yes, explain.

SUBCONTRACTORS AND RELATED DATA

For each Subcontractor to be utilized, please provide the following information (use additional sheets as necessary):

Firm Name: City Contractor License #

Address:

Proposed work and percentage of total work to be assigned:

Percentage ______%

Has the firm ever been debarred or suspended by a government from consideration for the award of contracts? If so, where and why?

Has the firm ever been charged liquidated damages on a contract? If so, where and why?

List three projects of similar nature to this project:

Job Name/$ /

Contact Name/Phone

Job Name/$ /

Contact Name/Phone

Job Name/$ /

Contact Name/Phone

Firm Name: City Contractor License #

Address:

Proposed work and percentage of total work to be assigned:

Percentage ______%

Has the firm ever been debarred or suspended by a government from consideration for the award of contracts? If so, where and why?

Has the firm ever been charged liquidated damages on a contract? If so, where and why?

List three projects of similar nature to this project:

Job Name/$ /

Contact Name/Phone

Job Name/$ /

Contact Name/Phone

Job Name/$ /

Contact Name/Phone


ILLEGAL ALIEN CERTIFICATE

FROM:

(Prospective Contractor)

TO: CITY OF LONGMONT

Project Name

RFP Number Project No.

As a prospective contractor for the above-identified bid, I (we) do hereby certify that, as of the date of this certification, I (we) do not knowingly employ or contract with an illegal alien and that I (we) have participated in or attempted to participate in the basic pilot employment verification program administered by the U. S. Department of Homeland Security in order to verify that I (we) do not employ any illegal aliens.

Executed this day of , 2007.

Prospective Contractor

By:

Its:

Title

State of )

) ss:

County of )

The foregoing instrument was acknowledged before me by , (Name of party signing)

as of ,

(Title of party signing) (Name of corporation)

a corporation, on behalf of the corporation, this

(State of incorporation)

day of , 2007.

Witness my hand and official Seal.

My Commission expires .

Notary Public

Page 4