Loading...
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