HomeMy WebLinkAboutRESPONSE - BID - 5680 KECHTER ROAD IMPROVEMENTSSECTION 00300
BID FORM
PROJECT: KECHTER ROAD IMPROVEMENTS PROJECT; BID NO. 5680
Place W-. o
Date t3-rn
1. In compliance with your Invitation to Bid dated 17s{orccc.r� tl32EOZ
and subject to all conditions thereof, the undersigned
Ewe Os: r.�� —y,��` a **(Corporation,
�y P p Jew-:��, - ** 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 j '`' ' - - standard Bid bond
in the sum of .'a`�/p ($
) 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: unt�•.�ire �Casu. ��j C�w�n. lla�tad P�eSe+�^aasF >
C�tds-�'�a.n des i SA
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
7/96 Section 00300 Page 1
'ITED FIRE & CASUALTY COMPI 'Y
HOME OFFICE — CEDAR RAPIDS, IOWA
un CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company - See Certification)
KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE &<CASUALTY COMPANY, a corporation
under the laws of the State of. Iowa, and having ,its principal office in Cedar Rapids, State of Iowa,
appoint SALLY D. HER.BERT, OR CH.RISTINE A. JORDAN 0 STACEY PASCH, ALL INDIVIDUALLY R RTCHARD>:,p.
ily Organized and existing
logs make, constitute and
HERBERT,, OR
of 275 S MAIN #208 LONGMONT CO 80501
its true and lawful Attorneys) -in -Fact with power and authority.: hereby conferred to sign, seal and execute in its behalf all
lawful bonds, undertakings and other obligatory instruments of similar nature as follows:
$5,000,000,
and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by
the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority,.
hereby given are hereby ratified and confirmed
The Authority hereby granted shall expire
This power of Attorney is made and executed pu suant6to and by authority unless sooner BY-Law
Board of Directors of `the Company on April < 18, 1973. Y of the following By -Law duly'. adapted by the
"Article V - Surety Bonds and Undertakings."
Section a Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Company, may, from time to time, appoint
by written certificates attorneys -in -fact to act In behalf of the Company In the execution of policies of insurance. bonds, undertakings and other
coobligatory instruments of like nature. The signature of any officer authorized hereby, end the Corporate seal may be afilxetl by facsimile to any
mpan attorney or speoriginal
signature
power. of attorney or Gerd the ion of either authorized hereby; such signature and seal, when m used, being adopted by the
Company as the Original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force
and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations sat forth in ndtheb respective
or power to bind the Company by their signature and execution of any such Instruments and to attach the seal of the Company Cartihcetas'ol authority shall have
or any Vice President the Board of Directors or any other officer of the Company may at an p ny thereto The President
any attorney-m-fact. y time revoke all power and authority previous) 1 y given to
IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents
1j'1r1, to be signed by its assistant vice president and its corporate seal to be hereto affixed this
16th day of MARCH
GOIIOtRiE A-D. 2001
li1T,
•S UNITED FIRE & CAEi
UALry COMPANY
�My
1411N
By ,
State of Iowa, County of Linn, ss:
V&Assistant Vice Pesident
to; me
'.Aeeiet:
aoove instrument; that h,
seal; that it was so affi
name thereto Pursuant to
I, the undersigned
COPY of the Powt
Power. of Attorn€
now in full force and effect
sworn, did 2depose and o ay: thre me athe resides
Personally came
D FIRE & CASUALTY COMpn.niv k—
Company this 1
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:
PYYII ra
2• Permanent main office address: 1'1�,q S r Qa an
3. When organized: 19 H
4. If a corporation, where incorporated: `t�nrnr�n
5. How many years have you been engaged in the contracting business under your
present firm or trade name? try
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriateanticipateddates of completion.)
see —11- ,P[7
7. General character of Work performed by your company:
$• Have you ever failed to complete any Work awarded to you?�_
If so, where and why?
9. Have your ever defaulted on a contract?
If so, where and why?
10. Are you debarred by any government agency?
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
and type of construction. Year completed, location
12. List your major equipment available for this contract.
a4nr Lp (4
13. Experience in construction Work similar in importance to this
Project:
See'2j4n'-kgd k"9h1 U 1 J n y ref i
+`S
14. Background and experience of the principal members of your organization,
including officers:
15.
Credit available: $
16.
Bank reference:
17.
Will You, upon request, fill out a detailed
financial
any( other information that may be
statement
and furnish
ILI)k r e r �•�riPr 1
requ ired by
the OWNER?
N[R
18.
Are you licensed as a General CONTRACTOR?
If yes, in what city, county and state?
class, license
N�1
and numbers?
What
19.
Do you anticipate subcontracting Work under
If yes, what
h's Contract?
es,
percent of total contract? 40 and to whom?
-(- ,a e-r, $Q
_ `r` 7c�
r-kar
20.
Are any lawsuits pending against You or your firm at this
I f
time? NO
DETAIL
yes,
7/96
Section 00420 Page 2
21. What are the limits of your public liability? DETAIL rasa w4Ea.��...Q
T �. O�H wlY7 "f — 1 _,
22. What are your company's bonding limitations?
in m'.1 I • n-r.
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
this IZ'^ day of 20eD7^
r I C, ,
ivame of Bid r a
By: ��,r� C ILA
Title: //��y- . 1�,�
State of lD�orari0
County of Lfirl mP t, )
being duly sworn deposes and says that he is
(name of organization)— and that
the answers to the foregoing questions and all statements therein contained are
true and correct.
Su scribed and sworn to before me this 1 2day of
ew�+ 2002
Not ry Public
My comrn.i.ssion expires
7/96
Section 00420 Page 3
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 10% of the contract.
ITEM
.i_ lui nA
C-AQ��
7/96
SUBCONTRACTOR
L n -4n rQ P
cz. 6Z gS �ru �
Section 00430 Page 1
cenardr eanwdna. in=.
17U S. count, na rac
Lo,Wna. CO NOT
panl 600-1463
Inoleaa-raw
PROJECT NAME
LOCATION
CONTRACTOR NAME
ENGINEER
ENGINEER PHONE#
DESCRIPTION
AMOUNT
COMPLETION DATE
Loveland Police and Coons
Loveland
Hensel Phelps Construction
Nolte & Assoc.
686-6939
Sire development
$ 376,278.00
Feb-02
Highland Meadows Sewer Line
Windsor
Summit Land Management
Northern Engineering
2214158
Sewer line
$ 339,401.00
Feb-02
Mountain Ridge Farms
Ft Collins
Summit Land Management
Land Development Svc
223-0703
Site development
S 818,843.00
Jan-02
Mountain Ridge Farms 4th
Ft Collins
Progressive Living Smrcmres
Ixrrnan & Associates
493-2808
Site development
S 278,221.00
Mar-02
Poudm River Ranch
Greeley
Double Eagle Construction
Pickett Engineering
356-6362
Site development
S 896,066.00
Apr-02
Stanton Creek Sth
Ft Collins
Summit Land Management
JR Engineering
491-9888
Site development
$ 396,171.00
May-02
T-Bone Ranch Apartments
Greeley
Adair Group
L.. & Associates
493-2808
Site development
S 641,621.00
Jun-02
The Hill
Latimer County
Double Eagle Consmrction
TST, Inc
226-0557
Site development
$ 782,425.00
Aug-02
The Lodge
Ft Collins
Dmhom Construction
TST, Inc
226-0557
Site development
S 658,165.00
Scp-02
Windsong
Loveland
Adair Group
Stewart & Associates
482-9331
Site development
S 474,141.00
Jun-02
Bourmer Farms
Windsor
Double Eagle Construction
Northern Engineering
2214158
Sim development
S 757,099.00
Apr-02
Cottonwood Ridge
Ft Collins
Progressive Living Structures
ET Designs
879-1578
Sim development
S 414,409.00
Apr-02
Harmony Park
Ft Collins
Mark Young Construction
Anderson Consulting Eng.
226-0120
Sim development
S 214,282.00
Jul-02
Rock Crest Apartrnents
Loveland
Coe Construction
North Star Design
68& 1188
Site development
S 181,500.00
Jul-02
Westbrooke
Ft Collins
Summit Land Management
Team Engineering
207-1970
Sim development
S 336,362.00
Aug-02
Homestead Heights
Greeley
Progressive Living Structures
Lmoman & Associates
493-2808
Sim development
S 989,856.00
Sep-02
Page 1
Gerrard Excavating, Inc.
1739 S. County Rd 13C
Loveland, CO 80537
(970)669-1463
(970)669-1964
PROJECT NAME
CONTRACTOR NAME
AMOUNT
COMPLETION DATE
Fairbrook Heights Phase 1
Eric Booton
$ 266,222.00
Jan-97
Falcon Ridge Phase I
Sandcreek Associates
$ 224,198.00
Jan-97
Landings Office Park
Dohn Construction
$ 155,908.00
Feb-97
Ft Collins Country Club
Countyry Club
$ 163,000.00
Ma -97
Hewlett Packard - Ft Collins
Gerald H. Phipps, Inc.
$ 135,000.00
Ma -97
Lemay Ave Improvements
City of Ft Collins
$ 171,499.00
Jun-97
Siena PUD Sub. Phase I
John Minatta
$ 541,754.00
Jul-97
Landings Office Park
Dohn Construction
$ 144,632.00
Au -97
Fairbrook Heights Phase II
Eric Booton
$ 346,492.00
Se 97
Falcon Ride Phase II & III
Sandcreek Associates
$ 200,915.00
Se -97
Cornerstone Subdvision
Rosecreek Properties
$ 440,140.00
Nov-97
Interstate Waterline
LGT Land
$ 207,563.00
Nov-97
Mt Vista PUD Phase II
Mt View Home Builders
$ 273,629.00
Dec-97
Solar Ride Phase II
Cox Design Builders
$ 165,960.00
Dec-97
Windsor Middle School
Haselden Construction
$ 110,000.00
Dec-97
Oppenheimer Funds
Neenan Company
$ 100,528.00
Feb-98
Spradley Barr Ford
Alliance Construction Sol.
$ 549,986.00
A r-98
Glacier view Meadows
Glacier View Meadow Assoc.
$ 150,798.00
Ma -98
Hillsdale 5th Subdivision
Poudre Valley Construction
$ 237,069.00
Jun-98
Meadows Subdivision
Chambers Development
$ 399,523.00
Jun-98
Creekstone Apartments
R.D. Stewart
$ 185,933.00
Jul-98
Park South PUD
Mark Middel
$ 229,191.00
Jul-98
Siena PUD Phase 2
John Minatta
$ 541,000.00
Jul-98
Fole 's Expansion
May Design & Construction
$ 976,935.00
Oct-98
BMC West
Murdoff Construction
$ 308,246.00
Jan-99
San Cristo PUD
Ft Collins Housing Authority
$ 247,811.00
Jan-99
Vista View
Willowood Corporation
$ 1,205,649.00
Jan-99
Dry Creek Mobile Home Park
Dry Creek LLC
$ 2,626,161.00
Ma -99
Drake Road Improvements
City of Ft Collins
$ 355,946.00
Au -99
Vista at Cottonwood
Hillside Commercial Group$
158,532.02
Au -99
Timbedine Road Widening
City of Ft Collins
$ 829,926.00
Oct-99
Page 1
Gerrard Excavating, Inc.
1739 S. County Rd 13C
Loveland, CO 80537
(970)669-1463
(970)669.1964
PROJECT NAME
CONTRACTOR NAME
AMOUNT
COMPLETION DATE
Harmony Village
Alliance Construction Sol.
$ 397,152.00
Nov-99
Platte Valley High School
Platte Valley Schools
$ 573,722.00
Dec-99
Cornerstone 5th Subdivision
Equinox Corporation
$ 1,067,435.00
Jan-00
Ft Collins/Loveland Ai ark
Tom Livingston
$ 270,233.00
Jan-00
Harmony Reservoir
Harmony Res. Assoc.
$ 222,394.00
Feb-00
Martinez Park
Wonderland Custom Homes
$ 519,899.00
Feb-00
Legacy West Apartments
NORCO Construction
$ 412,625.00
Mar-00
Mountain View High School
Adolfson & Peterson
$ 333,304.00
A r-00
Quail Crossing Filing 3
James Company
$ 413,914.00
A r-00
Stanton Creek Subdivision
James Company
$ 2,061,544.00
A r-00
Cedar View First Subdivision
Lonetree Partners LLC
$ 273,728.00
Ma -00
Mill Iron 5 Estates
Jim McDowell
$ 1,119,423.00
Ma -00
CSU Environmental Learning Cntr
Clark Construction
$ 179,581.00
Jun-00
Landings Bay
Dohn Construction
$ 275,736.00
Jun-00
Quail Village
Brisben Development LLC
$ 279,248.00
Jun-00
Stanton Bride
Double Eagle Construction
$ 328,183.00
Jul-00
The Woods at Ptarmigan
Tri-Trend, Inc.
$ 559,164.00
Jul-00
Clover Basin 40
Sycamore Construction
$ 522,897.00
Au -00
Hamlet
Bueno Development
$ 586,235.00
Au -00
Westfield Park Subdivision
Progressive Living Structures
$ 426,522.00
Se -00
Reserves
Summit Land Management
$ 348,293.00
Se -00
ViewPointe 2nd Filing
ViewPointe, LLC
$ 177,596.00
Se 00
St Vrain Centre
Mark Young Construction
$ 331,210.00
Se 0
RMSC
R.C. Heath Construction
$ 431,865.00
Jun-01
Ventana Subdivision
Summit Land Management
$ 137,150.00
Au -01
Greenleaf Construction
Greenleaf Construction
$ 164,524.00
Au -01
Wal'Mart
Alliance Construction Sol.
$ 2,161,110.21
Se 01
Wellington Pointe
ViewPointe, LLC
$ 4,185,551.00
Se 1
Timbercreek
KEM Company LLC
$ 274,010.00
Nov-01
CARE Housing
Sinnett Builders
$ 343,971.00
Nov-01
Clover Basin 2 & 3
Brisben Development LLC
$ 653,448.00
Dec-01
Coeur d'Alene Estates
Alan Patterson
$ 1,022,812.00
Nov-01
Fox Meadows
Maxwell Construction
$ 254,592.00
Oct-01
Encorp
Dohn Construction
$ 165,516.00
Nov-01
Page 2
Gerrard Excavating, Inc.
1739 S. County Rd 13C
Loveland, CO 80537
(970) 669-1463
(970) 669.1964
PROJECT NAME
CONTRACTOR NAME
AMOUNT
COMPLETION DATE
Timberline/Drake lmrpovements
Lafarge
$ 267,083.00
Nov-01
Wellington Pointe Commercial
ViewPointe, LLC
$ 147,990.00
Dec-01
Dec-01
Nov-01
Hammon !Timberline Im rovemnts
Lafarge
$ 496,437.00
Promontory
Dohn Construction
$ 331,601.00
Oasis
Amshell Co ration
$ 174,517.00
Nov-01
Page 3
Geftm�
EXCAVATING INC.
1739 South County Road 13C
Loveland, CO 80537
Equipment List
EXCAVATORS
345—105,000 LB
330 - 75,000 LB
225 - 60,000 LB
215, 320L - 40,000 LB
215 with thumb attachment - 40,000 LB
320L with jackhammer attachment - 50,000 LB
LOADERS
950F - 4 CY
950A, 936, 928 - 3 CY
add $10.00/hour for forklift attachment
BACKHOES/LOADERS
416
580
210
add for compactor
MOTORGRADERS
140G
160H
SCRAPERS
627,623 - 23 CY
613/615 -18 CY
TRUCKS
Tandem -12 CY
End Dump -16 CY
Belly Dump -16 CY
Rock Trailer -16 CY
Water Truck
Pick ups
Lowboy
Sheeps foot roller
815 - 4 wheel w/ blade
Bomag
Roller - Pneumatic
Hyster
REX
Arrow tamper
DOZERS
D5 Dozer
D6 Dozer
D7 Dozer
MISCELLANEOUS
Compressor with breaker
Bobcat
Mini -Excavator
Ag tractor and disc
Laborers
Supervisor
MISCELLANEOUS POWER TOOLS
Cut off saw, jumping jack, breaker, rock drill
CONTRACTOR
BY: .C. -07_�.
ADDRESS: aL+M-R 2o61Jl 17SC
( v
Q�r orc� 80.53;4-
8. BID SCHEDULE (Base Bid)
Please use the attached Bid Schedule when submitting your bid.
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:
Signature �— Date
w Title
=1',1icense Number (If Applicable)
(`Sea3f1, 6j6C P-id is by corporation)
.........• ,
Address S �uwL c�Ot� t3L
Telephone
7/96 Section 00300 Page 2
Bid Schedule.xls
PrOJOi KochIter Road Improvement Project
Numbar UaserNtlon
11 1111Ex d
t4eshter Road - Maine i
Duap unn unncost Main Coat
202-01 Remove Pipe (RCP, CMP, PVC)
202-02 Remove Pipe and Headmus on 60' CMP
379 LF I I _ " Z
202-03 Remove x,gafion Seuclure
115 LF
202�04 Remove Connate Curb and Gutter
6 EA 143�
202-05 Remove Comet, Paving (Avg. Dept • 8')
100 LF
202-06 Remove Asphalt Pavement 5')
__
1,450 SF ♦ —mil
202-07 Remove Fence (Various Types)
17,725 SY nrll=
2024)8 Remove 12' x iT Cistern 8 48' pia. Septic Tank
�
3,964 LF Q ��p= J iV
202-09 Remove Gamete Silage Floor
1 LS /
202-10 Remove Fouodalion d House (Approximatety 1501f)
7.000 SF Q� SQ
202-11 Remove Tres South, (Avg, Width • 48' DI¢.)
1 L3
202-12 PIu9 U-Ifing ImW lion CUNen
8 EA
2 EA-L' 5�1
203-01 Undaesfied Excavafion
203-02 Embanxment(CIP)
30,350 CY lie MO
203,03 arrow- Suitable Fill Materiel
32,150 CY �= 3aT Z�
203-04 Borrwv- Suitable Fill Material fUnrnrssan ceeemsrenaas Dab)
1.800 CY f �
i.�
20US Haul and Leveling
—_
5.000 CY
203.1 Muck Excavation
2,925 CY �-
203-07 80fhpv ASC(CL 5 or8)- (DIP)
2,925 CY
203-08 TOPW'-(shipping.stodpiling.Placing)-6-Depth
300 TON 8 O
203-09 Graded Base Flow Channel
13,378 CY
203-10 Reyatle Mgabon Dilch (Ziegler Road from Kasid, Road
1,260 Lie �^,
� ai
nor, W McClelland Channel)
203-11 Temporan'AccessRoad
1 LS '9 F�f �y
- (A8 Wester)
203-12 Maintain County Road 7 volt Meg Chloride
1 LS -2J/6} �f— ter— }
203-13 Potholing
3 LS g)Q.
1 LS 7^
206-01 Strudure Exoava8on
208-02 $WCtre Badc811(Dn-site F81)
2.311 CY .2
T
208-03 S"Mral Material Haul and Leveling
`�►
770 CY
205-0/ SWdure Backfill now fill
1,541 CV
206-05 Filter Material (11Z Washed Rock)
127 CY
208-06 Devatering
11010 TON
1 LS
208-01 Erosion Control
I LS
210-01 Adjust Manhole Ring/Cover
210-02 Modify Manhole
9 EA 34
210-03 Adjust Valve Box
5 4 ADO
21044 Relocate Mailboxes
34 EEA
210-05 RelOCale Water Meter Assembly and Pit-(FCLWD)2
2 ^RL
FA
EA
Bid Schedule.xls
Page 3
Section 00300
Bid Schadule.xls
'"wt: Kechter Road Improvement Project
Number Descripaon
Eeamaled
2104M Relopte Gas Test Sletlon
Cu w Una Una Cat iMrn Cwt
210-01 Adjust Meter VauB- (FCLWD)
I EA
210-08 Adjust Air Vac Manhole(FCLWD)
1 EA
21049 Rebeale Fire Hydrant(FCLWD)
I EA 1 S ' G
210-10 Rebate Electric Fence
�•,�� a
I EA •�p-7
350 LF /--;�•l—
30441 A970W9 Base Course-(CISor6)-6•Dep91.(CIP)
a,
304-02 Aggregate Sam Course Patch PlaceMont - (Cl Sw6)-8'DepM-(CIP)
10,565 TON
'�/ S 47S
200 TON ? 7 C0
306-01 Reconditioning (B")
.fit p fQ.(��
16,515 SY L za T l
307-01 Flyaah Subgrede slabil'vation (12X)
34,800 SY
403-01 Flol Bituminous Pavement - Grading S (3' Depth) (PG 64I8)
403-02 M0t9lWminous Pavement- Gredinp SG (4' DapM) (PG 6422)
5,175 TON
403-03 ASPheB pavw Patching - Gradln9 S (4-Depth) PG 64-28 BMder
6.901 TON ,3 j / Z.
403-04 AsPha1tPavw Patching- Grading SG (8' DVd) PG 64-2211hidw
42 TON
403-05 Asphalt Patching - GradingS (4-Depth) PG".28gli
85 TON
79 TON
412-01 Portland Cement Concrets Pavement (B• CePlh)
270 Syelle— T
42"1 GOOteWlb SWbikzayon Fabric
�
1,7O0 I
SY
� �O
506-01 14Nl8k1.5- Typa L ""m with 6• boson (CIP Par detail)
SOB-02 16'x15k0 S' Type L RIp-RaP wiry 6' topsoy (CIP per debi0
�y
I LS (T3.'�—
506.03 13k16'x1.5'TypaLRip-Rap Win6• spy CIP
( Par
4 LS
506.04 6'x10'x1.5'T yPoLRip-RepWlh6'lopsdl(ClPpwtletay)
2 LSD
5064)5 4.5k4.5'x1.5' T e L Ri -
M P RaP wM 8' lopsdl (CIP per tlebil)
2 LS
�+►
506-06 McClelland Channel Type L Rip -Rap wary 6• t soil CIP
oP ( pw tlelail)
4 LS
506-07 McClelland Channel Type L growetl base Bow (CIP per delay)
587 CY zz.sZ
506-08 Radl Grade CantrW olSdure
35 CY%=
r�3�7e-3_g/
5064)9 Riffle Drop Saucture
I LS •� ••" r
��II•L�
Ti—
506-10 Graded Base Flow Channel
1 LS
/�F�Lq
1.260 LF
6014)1 20' x 5' Cast-inplace RCBC
2 EA %4r �4R
603-01 15' RCP Class III
603-02 Remove and Reset 15' RCP Class 111-FES
200 LF
803-03 15'RCP Class III -FES
I FA
as
603419'x 30'HERCP
6
803-05 19•x 30•HERCP-FES
]25 LF
LF
603.06 19'x 30'HERCP-FES W Trash Rack
12 EA
EA /02 / C)
Bid Schedule.xle
Page 4
Sedion 00300
Bid Schedule.)ds
Project. Kechter Road Improvement Project
sPerNen,
Number Description
Estiased
803-07 18'RCP CIaas III
Qua
unit unit cost Ian, Cwt
603-08 18'RCP CIass III -FES
126
LF
24ie —
603-09 21'RCP Class 111
6
,"s
EA l �9b1
603-10 21' RCP Class Ill - FES W Trash Rack
48
LF
603-11 24' RCP Class III
EA
603-12 24' RCP Class III - FES
108
LF
—�7
603.13 30' RCP Class III
2
EA
803-14 30' RCP Class III -FES
55
LF __ Z-;��
603.15 16' PVC C900
1
EA
603-16 16' PVC C900 45 Degree Bands
800
LF /,( /T C.,
603-17 18-PVC C900
2
EA ' �i2/�
603-18 18• PVC C900(18'x 12' Tee)
1.737
Oo
LF
603-19 12' Gate Valve
i
EA
603-20 4' Diameter Stomisevax Manhole
1
t�-.l�je]Q��
603.21 5'Diameter Si Manhole
2
EA rf-�gO
603-22 anPew SWo W (Siphons)
2
EA
60323 Concrete Jdnt Encasements
2
�21.0
EA 3 2
603-24 4' PVC Schedule 200 Hgation Sleeving
27
EA /
100
z_ 94 C
604-01 T Type R Inlat
604-02 10'Type R Inlet
1
EA r-���Q
604-03 Detention Pond Cu6et Structure CIP
( par tlMaill
1
E 7- - "4
1
EA
607-01 Replace Fence w new (4 Stand Wire T-Port)
607-02 3 Rail Dawes Ralf Fence
3,700
LF t}S
350
LF
608411 Cowan, Side lk (4•)
`'i87'0
low
608-02 Concrete Access Ram ps v4M cdoretl lantlings (6')
SF
608.03 Concrete Drive ApproeN 6'
4,816
SF TJ /
6084M Pademed and Decorative Asphalt Crosswalk
1,550
SF aye
s '
61I8-05 HI -Early Concrete (24 hr)
2.046
SF
608-08 Fiowable FIR Cpncrete
150
Cy.�p
am
CIE �- ��TC}�i•�7
60"1 VeNcel Curb and GUBer
609-02 Driveway Curb W1 V 5'10 30' Wde)
10600
LF 7'•� g_T,���e�3�
4
619-01 12' 45 Degree Send and Megalugs
619-02 12.22 U2 Send,
8
EA
MSG./��
819-03 12' PVC C800
2
..���._4j�&//!!
4
819-04 12' Gale Valve
1,180
LF 3A.
619-05 36' C-Ing Pipe Double Coated - (FCLWD SP-C)- W End Seals
4
EA Q-a .Sd3 �
619-06 Concrete Cap
21D
LF j/bdI►
/00
SF Q
� ✓ 5= ,5
Bid Schedule.xls
Page 5
Section 00300
Bid Schedule.xls
Protect: Kechter Road Improvement Project
619-07
Insulate WatelBne
619-08
Tie in 3"AC
619-09
Conned to 12' Watedine
619-10
Abandon 3-AC
619-11
Restrain Enging 12' Valve
Seeohter Road - Landsca -- Quantities,
2480-01 Native Seeding
2480-02 MSE Block Retaining Well(Aparox. 4-High)
Kechter
Road - Miscellaneous Quantities:
-
Conbad Bond
62"1
Cons".Uw Surveying
626-01
Mobilirstion
630-01
TYPO III Banicadas
63002
Tic Control
desalpBon
Subtotal Kechter Road Quantities:
9 Unl�
Mein Coat
950 SF
1 LS I T�
1 LS
6 EA
1 FEA
$_�.
10.3
78.0
Subtotal Kechter Landscaping: $
1.00 LS �L
1.00 LS,j'y��
1.00 LS . tH
10.00 - Sac -ZIWQ
1.00 LS3�•/
Subtotal Kechter Misc. Quantifies: ��
Bid Schedule.xla
Page 6
Section 00300
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410Bid Bond
00420 Statement of Bidder's Qualifications
00430Schedule of Subcontractors
r
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Gerrard Exr-.,..r;.,,, Inc.
as Principal, and United Fire_& Cacnalry Company as
Surety, are hereby held and firmly bound unto the C ty_of Fort Collins Colorado
as OWNER, in the sum of $5% of amount bid 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, KECHTER ROAD IMPROVEMENTS PROJECT; BID NO. 5660.
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 Did,
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.
7/96 Section 00410 Page 1
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this 12th day of I�ch 20a2, 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
Name: Gerrard Excava tng in- Dnired Fire & (IasuAlty rmmnT�
Address:1739 S. County Road 13C
Loveland, CO 80537
Bv'
Title:
ATTESTt
Br:� • QQ, u.�
(SEAL)
7/96
118 second Avenue Southeast
Cedar Rapids, IA 52407
$Y:
Title: Richard D. Herbert Attar____
_.ucd--In Fact
Section 00410 Page 2