HomeMy WebLinkAboutRESPONSE - BID - 5767 LEMAY AVENUE WIDENING PROJECT (23)SECTION 00300
BID FORM
PROJECT: LEMAY AVENUE WIDENING PROJECT; BID NO. 5767
Place
Date
1. In compliance with your Invitation to Bid dated
and subject to all condit' s thereof, the undersigned
�Taifntc:u ll.F CLs>',t'a�.��� t a ** Corporation Limited Liability Company,
Partnership, Joint Venture, or Sole Proprie or)** authorized to do business
in the State of Colorado hereby proposes to furnish and do everything
required by the Contract Documents to which this refers for the
construction of all items listed on the following Bid Schedule or Bid
Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal
is made in good faith, without collusion or connection with any other
person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the Invitation
to Bid and Instructions to Bidders, the Agreement, the detailed
Specifications, and the Drawings pertaining to the Work to be done, all of
which have been examined by the undersigned.
3. Accompanying this Bid is a certified or cashier's check or standard Bid
bond in the sum of 'S-7L, -Iyr-� qr, ($
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:
(;I( 000i,-) fO_ 411,C) L_. Ave. ao z, e L , '
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 1_ .
7/96 Section 00300 Page 1
Renaissance Subdivision
Snowcap Development
Mr. Jerry Reiter
Value: $1,963,234.00
303-774-0540
Scope: Earthwork, Street Work, Sanitary Sewer, Storm Sewer, Water Pipe,
Concrete Structures and Flatwork
Sundance Subdivision
Bosch Land LLC
Mr. David Boschert
Value: $2,777,526.00
303-4424770
Scope: Earthwork, Street Work, Sanitary Sewer, Storm Sewer, Water Pipe,
Concrete Structures and Flatwork
DeFalco Lee Construction
/�tA(.V1K4e
03/Z9/2002
9:11:20 AM
Longmont, CO 80502
Page 1
Unit Master List
Sorted by: Unit Number
Selection: All Records
Unit #Mescripdon/Unit Type
Year Make VIN
License
Number
Current
Odometerl Hours
200//Truck
1997 CHEV IGCEK14MIVZ112568
04314H1
0
h,
201//Pickup
2001 CHEV IGCCS145818142070
895DDN
0
I,
202//SUV
2001 FORD 1FMYU70E31UA49503
108BDR
0
lv
203/HOMEMADE/Trailer
1970 ID74441COLO
M28406
0
N
204//Truck
205//Truck
209//Truck
210//Tractor Trailer
211//Truck
212/GEN SET/Generator
213//Trailer
214//Scraper
215//Pump
216/Backhoe Loader
217/MECHANIC TRUCK/Truck
218/FUEL TRUCK/Tanker
219//Scraper
2001
CHEV
1GCEK19V51Z264994
2001
CHEV
IGCEC14W51Z254639
1992
DODG
1B7KM26CINS669982
1979
KENW
174315S
1993
DODG
IB7KM26COPS130949
1992
IR
204664U810
1962
FLOA
FWC590002
1996
JD
TO862BX819327
1989
SYKE
496
1994
JD
T0310DB800804
1988
FORD
1FDNK74AXJVA25256
1976
FORD
RSODVB89762
1996
JD
T0862BX818330
074DDS
0
Iv
075DDS
0
lv
199DDU
162,245
N
006HZ8
209,075
Iv
12659HY
122,747
N
HY4474
20,596
H
W43097
0
N
Z60168
2,997
H
ML03759
400
H
628BPL
5,211
H
200ETG
1,033,303
N
446HZ2
64,130
N
Z60169
3,912
H
(KU173A)
DeFalco Lee Construction
Longmont, CO 80502
0312912002
9:11:20 AM
Page 2
Unit
Master List
Sorted by: Unit Number
Selection: All Records
Unit #/Description/Unit Type
Year
Make
V1N
License
Number
Current
Odometer/Hours
220//Truck
1994
CHEV
1GBJC34K4RE260897
54785HY
26,928
Iv
222/JOB TRAILER/Trailer
1973
J65567
W43106
0
N
223AVATER TRUCK/Tanker
1989
FORD
1FDYY82A7KVA31537
414JA2
2,430
N
224/Blade
1988
CAT
61M12775
HY4461
12,371
H
225//Track Loader
1986
CAT
77Y01586
Z60170
10,860
H
226/JOB TRAILER/Trailer
1975
FWW736101
W43105
0
N
227//Dozer
1990
CAT
3ZF01401
Z60171
1,398
H
229BROWN TRAILER/Trailer
1969
M693157C
W43100
0
N
230//Excavator
1990
JD
FF992DL005146
Z60342
61
H
231//Excavator
JD
8,802
H
232//Excavator
1994
JD
FF790EL010646
Z60173
5,560
H
233//Excavator
1
2000
JD
FF0370X080761
Z60175
1,648
H
234//Trailer
1994
LOKI
11341,50358R1119036
M042091
0
Iv
237BOBCAT TRAMER/Trailer
1992
SUP
1S9HP1425NC241971
W43107
0
N
241/Backhoe Loader
1998
CAT
2,574
H
242/Backhoe Loader
1997
JD
T0310SE828795
HY5175
3,400
H
244/Blade
(KU173A)
DeFalco Lee Construction
0312912002
9:I1:20 AM
Longmont, CO 80502
•
Page 3
Unit Master List
Sorted by: Unit Number
Selection: All Records
Unit #/Descripdon/Unit Type Year
Make VIN
License
Number
Current
Odometer/Hours
1989
JD 524834
HY4465
7,929 H
246/SKIPS BABY/Tractor
1973
MF
0
B
247//Air Compressor
1986
IR
154527U86957
HY4464
3,034
H
250//Smooth Drum
1986
CASE
840518217
Z060176
1,463
H
251//Sheeps Foot
1986
CASE
840448207
Z60177
3,926
H
252//Sheeps Foot
1992
HAMM
2133747
Z060165
4,346
H
253BOBCAT TRAILER/Trailer
1989
REDI
1R9S142T4J1109652
X856523
0
N
255/WATER TRUCK/Tanker
1993
FORD
1FDYY82E6PVA33998
593BFG
5,575
H
256/Backhoe Loader
1993
JD
T0710DJ790923
HY4467
6,801
H
260/JOB TRAILER/Trailer
1972
J61433
W102278
0
Iv
262//Rubber Tire Loader
1992
JD
DW624EB535428
HY4468
10,498
H
263/COMPACTION EQUIPMENT/
0
IV
264//Trailer
1973
TREZ
1455773
W43102
0
Iv
265//Skid-Steer
1997
MEL
512223484
HY5176
1,483
H
266//Rubber Tire Loader
1991
JD
534267
HY4470
9,519
H
267//Rubber Tire Loader
1994
JD
DW544GD544692
HY5173
8,149
H
270//Air Compressor
1983
IR
133323U83957
HY5639
3,185
H
(KUI73A)
DeFalco Lee Construction
Longmont, CO 80502
Unit Master List
Sorted by: Unit Number
Selection: All Records
0312912002 9:11:20 AM
Page 4
Unit #/Description/Unit Type
Year
Make
VIN
License
Current
Number
Odometer/Hours
271//Excavator
1993
JD
09PK00873
Z60178
8,680
H
274//Smooth Drum
1984
CASE
840118206
Z60179
3,356
H
275//Truck
1994
GMC
1GTFK29K7RE566435
17608ML
134,901
Iv
276//Truck
1994
GMC
1GTFK29K5RE566577
19311ML
90,793
Iv
277//Truck
2000
FORD
3FTNF21L5YMA57182
X856534
0
N
278//Truck
2000
FORD
3FTNF21L2YMA61805
755BTB
26,685
N
279/Backhoe Loader
1995
JD
T031ODG807212
HY5174
5,213
H
280//Excavator
1996
JD
FF490EX026125
Z60180
4,257
H
282//Smooth Drum
285//Sheeps Foot
287//Rubber Tire Loader
289//Rubber Tire Loader
294/Blade
299//Sheeps Foot
308/STEAMER TRAILER/Trailer
397/GORMAN RUPP 2"/Pump
398/GORMAN RUPP 3" /Pump
2000 IR
2000 GRAC BE1488
1986 CAT 33ZO2172
1990 CAT 22Z05343
1983 CAT M006803
1986 BOMA 101400150143
1995 13YFS1828SCO59037
1994
1994
Z60181
HY4453
ML03747
HY4456
Z60182
W43096
68 H
1,105 H
5,322 H
10,178 H
4,630 H
5,647 H
0 H
0 H
0 H
(KU173A)
DeFalco Lee Construction 0312912002 9;11.20 AM
Longmont, CO 80502
- Unit Master List Page 5
Sorted by: Unit Number
Selection: All Records
License Current
Unit #MgcrFptfon/Unit Type Year Make PIN Number Odometer/Hours
(KUI73A)
Name
Anthony "Skip„
DeFalco
Frank Lee
Attachement B
Officer Listing
Position Years
President 27
Vice President 24
Ma-nitude of Work
Construction Management -Civil
Construction Management -Civil
Principal Construction Individuals
Name Position Years Ka
snitude of Work
Trent Casey Project Manager 16 Construction Management -Civil
John Carter Superintendent
Glenn Wollam Superintendent
James Lee Superintendent
Johnny Garcia Superintendent
24 Civil Construction
17 Civil Construction
22 Civil Construction
15 Civil Construction
--xrca �zuUz�. {1 11:41 Atl�tH£
EN ciinr�
February 22, 2002
A 40,&n e.n� F
THE LINDEN COMPANY
RE: DeFalco Lee Construction Company
Banding Capacity
To Whom It May Concern:
We handle the surety bonds for DeFalco Lee
acquainred with them for many Years. Construction Company and have been
DeFalco Lee, is considered very reputable, and experienced in their field. They enjoy
contractor. a
fine relationship with owners,
as a very campetrnt and reliable architects, engineers and suppliers. We recommend them
DeFalco Lee Construction Com an
Mutual Casual P Y has established a fine relationship with Employer
ry Company who has a US Treasury listing of S52,626,000 and an As
range. Let .M.
Best Rating of A-, X DeFalco is capable of providing bonds in the SI0,000,000.00
We are confident that you will End DeFalco Lee a pleasur= to work with.
Of
further assistance in any way, Please do nIf we maybe
ot hesitate to contact us. Tltank you.
Sincerely,
Courtney Moran
Account Representative
4100 East Mississippi Aveme
su" goo
Da wet CO $0246
r
O
3
302-7ae.67oo
203-756-T700 Fax
40e- 47-4256
I
SECTION 00410
BID BOND
i<NCw ALA MEN BY THESE PRESENTS: that we, the undersigned
DeFalco Lee as Principal, and Employers Mutual Casualty Company as
Construe*_ion cx ray, Colorado,
Surety, are hereby held and firmly bound unto the City of Fort Collins,
as OWNER, in the sum of $ Five Percent of Total --tor the payment of which, well and
truly to be made, we hereby jointly and severally bind ourselves, successors, and
assigns.
*Amount Bid ----- (5`L)
THE CCND ^.'i0N cf this cblir,ation is such that ��hereas t�.e ?=inc==a- `ass
submitted to the City of Fort Co'_lir.s, Colorado t:.e accompanyl_.g Bid
made a nart hereof to enter into a Construction Agreement for the construction of
Fort Collins Project, AVENUE WIDENING PROJECT; BID NO. 5767.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall execute and deliver a
Contract in the form of Contract attached hereto (properly completed in
accordance with said Bid) and shall furnish a BOND for his faithful
performance of said Contract, and for payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all
other respects perform the Agreement created by the acceptance of said Bid,
then this obligation shall be void; otherwise the same shall remain in
force and effect, it being expressly understood and agreed that the
liability of the Surety for any and all claims hereunder shall, in no
event, exceed the penal amount of this obligation as herein stated.
The Surety, fcr 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
extensicn 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 hereuntc set their hands
and seals t'^.is 11th day of March , 20 03, and such of them as are
corpora--icns 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
abcve.
PRINCIPAL
N amO: DeFa IcO iA�� Cnngtntt• ion C.om=�aIIy
address: P.O. Box 820
SURETY
P.O. Box 441098
Longmont, CO 80592 Aurora, CO 80044 q
Title: Title: Attorney -In -Fact, Kristen L. McCormick
ATTEST -
BY: ,Q. n
k ( 1��
S2C.
(SEAL)
u
(SEAL)
-7/96 Section 00410 Page 2
CONTRACTOR
BY: ;. t L/1!af ' j" QIv7"+4x� ( )j At LC/
ADDRESS:
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 SUBM TTED:
i
a• t1
Signatu e Dale
Title
tr t
License Number fIf Applicable)
Y (rSe if Bid is by corporation)
A Attest //�
w,
Address
Telephone ;U j (,'� f, llU[i
7/96 Section 00300 Page 2
EMC Insurance Companies No. 504092
P.O. Box 712 • Des Nfoines, Iowa 50303
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation
2. EMCASCO Insurance Company, an Iowa Corporation 6. EMC Property & Casualty Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation 7. The Hamilton Mutual Insurance Company, an Ohio Corporation
4. Illinois EMCASCO Insurance Company, an Illinois Corporation
hereinafter referred to severally as"Company" and collectively as "Companies". each does, by these presents, make, constitute and appoint:
DONALD E. APPLEBY, GLORIA C. BLACKBURN, FLORIETTA ACOSTA, KRISTEN L. MCCORMICK, FRANK C. PENN,
KEVIN W. MCMAHON, DILYNN GUERN, PAMELAJ. HANSEN, INDIVIDUALLY, DENVER, COLORADO.........................................................
its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a
similar nature as follows:
ANY AND ALL BONDS
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of
the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire
April 1, 2003 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a
regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power
and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attorney -in -fact at any time and revoke
the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power -of -attorney issued to them,
to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and
other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company.
Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects
binding upon this Company. The facsimile or mechanically reproduced signature of such officer. whether made heretofore or hereafter, wherever appearing upon a
certified copy of anypower-of-atlomey of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed.
IN WITNESS WHEREOF, the Gorppanies have caused these Ares nts to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this
Seals
_ i-2�—th day of -FFebbruary 1 --- p --' -- et
��� _
"cc e " 't Bruce G. Kelley, Chairman Jeffre" y S. Birdsley -- U--. _.
o�i s�qq� of Companies 2, 3, 4 5 & 6; resident Assistant Secretary
of Company 1; Vice Chairman and
o SEAL o ; 1863 g = a ~ 1953 CEO of Company 7
%2 as
On thisl2th day of _ February AD 2001 before me a
oNsuRAticF Notary Public In and for the State of Iowa, personally appeared Bruce G. Kelley and Jeffrey S.
Rvoa, a aP� Birdsley, who, being by me duly sworn, did say that they are, and are known to me to be the
`= Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of
SEAL '_'y SEAL =v; �,= SEAL
_ - - ; ; each of The Companies above; that the seals affixed to this instrument are the seals of said
Fs, ,......., ,,P,: corporations; that said instrument was signed and sealed on behalf of each of the Companies
"o�Nrs�;;• by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and
Jeffrey S Birdsley, as such officers, acknowledge the execution of said instrument to be the
Tu UTU voluntary act and deed of each of the Companies.
9 My Commission Expires September 30, 2003.
s ,� �'` `•� RUTA KRUMINS
Commission Number 116255
'�!/RAp My Comm. Exp. Sept. 30 2003 Notary Public in and for the Stale of Iowa
CERTIFICATE
I, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the
Companies, andtM Power of Alter [s e ur$rtant in to on February 12, 2001
U 1dd AA I la 0 Kt) rcosta,- - —
on behalf of pp e y �. ac urn, onetta Kristen c ormlc , ran enn, even c a on,
are true and correct and are still in full force and effect.Dilynn Guern, Pamela J. Hansen
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 11tkfay of March 2003,
Vice -President
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410Bid Bond
00420Statement of Bidder's Qualifications
00430Schedule of Subcontractors
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:
Z6-_ri.=,
Ff /:,:I'T�:,
;,
.,1 >.
2.
Permanent main
office address:
rlr-t1 > ,,.;�_,�,�
r,.,
3. When organized:
4. If a corporation, where incorporated:
5. How many years have you been engaged in the contracting business under your
present firm or trade name?
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
7. General character of Work performed by your company:
f
8. Have you ever failed to complete any Work awarded to you?
If so, where and why? rJ
9. Have your ever defaulted on a contract? v
If so, where and why?
10. Are you debarred by any government agency? ti
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 year completed,
location and type of construction.
12. List your major equipment available for this contract.
.� i. L �-j ;\'J" t v
13. Experience in construction Work similar in importance to this
project:
�-
14. Background and experience of the principal members of your organization,
including officers:
15. Credit available: $ V"r
Ffcsv�
16. Bank reference: Csf Kfsi",(-IL. Me -f- z(
17. Will you, upon request, fill out a detailed financial statement and furnish
any other information that may be required by the OWNER?
18. Are you licensed as a General CONTRACTOR? LGwu-,,�.%L LVC, C SJ
If yes, in what city, county and state? What
class, license and numbers? R c:,):A—
19. Do you anticipate subcontracting Work under this Contract?F
If yes, what percent of total contract? ip }
and to whom? s,� c
20. Are any lawsuits pending against you or your firm at this time? ��{)
If
DETAIL yes,
7/96 Section 00420 Page 2
21
What are the limits of your public liability?
What company?
DETAIL
22. What are your company's bonding limitations?
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.
I' ti
Dated at [2 �� y,#0 this day ofGyL� 2003.
Title: YI
State of ( QAIO a A )
County of N tj)
r_ I. L r i being duly sworn deposes and says that he is
VPF- A f1L-=z ) T - of Lt7i-- CO3L4Sl ; and that
(name of organization)
the answers to the foregoing questions and all statements therein contained are
true and correct.
Subscribed and sworn to before me this _ day of
1-% ,, 200
C.-2 -fry N�7C4- Cis
Notary Publ
XX-
Co
My commission expires C� p ,
'pTA �'•q�p
NjZA G:•O
� OF C O\_0
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 150 of the contract.
ITEM
7/96
SUBCONTRACTOR
K .1� S
���^1►1"' :jam :-rie�,rf:';,� 1rJ�.
J
Section 00430 Page 1
Attachment A
Brief History of Organization
DeFalco Lee Construction incorporated in 1959 as Golden Construction.
The company name was changed to DeFalco Poarch Construction in 1994
and changed again to DeFalco Lee Construction in January 2000. The
Company works as general contractor on civil projects. Approximately
50% of the Company's work consists of site development, including
earthwork, underground utilities, sidewalks, curb and gutter, and streets for
private clients. The other 50% of the Company's work includes primarily
diverse public projects such as dam spillway construction, construction of
city parks, and urban drainage projects.
Attachment E
List of Recent Major Projects
Loomiller Phase H
City of Longmont
Mr David Hollingsworth 303-651-8328
Value: $1,951,391.00
Scope: 2471, 36", 42", 84" RCP Storm Drain, 48" RCP Jacked Railroad
Crossing, Street Reconstruction
North 63rd Reconstruction
Boulder County
Mr. Joe Bath 303-441-3900
Value: $2,812,250.00
Scope: Earthwork, Street Work, Concrete Structures (Irrigation Crossings,
Pedestrian Underpass), 24" Ductile Iron Water Pipe, Concrete Flatwork
Ranch Reserve Subdivision
Ranch Reserve LLC
Mr. David Boschert 303-442-4470
Value: - $3,916,650.00
Scope: Earthwork, Street Work, Sanitary Sewer, Storm Sewer, Water Pipe,
Concrete Structure and Flatwork,Golf Course Work (three holes)